Loading...
HomeMy WebLinkAbout1997 08 25 Consent Item B COMMISSION AGENDA ITEM B REGULAR CONSENT X INFORMA TIONAL August 25. 1997 Meeting MG~EPT;/j-- thorization REQUEST: Public Works DepartmentlUtility Division Requesting Authorization to Enter Into a Contract Agreement for the Improvements to Lift Station #7W. PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Prime Construction Group, Inc. for the renovation to Lift Station #7W at a cost of $64,300.00 plus a 10% contingency. CONSIDERA TIONS: This project is needed to modify Lift Station #7W so that the need to enter the confined space of the pump station daily is eliminated. Lift station #7W is a master pump station located on Edgemon Avenue which pumps wastewater to the West wastewater plant. The current configuration of the pump station is that the pumps are housed in a "dry pit" approximately thirty feet deep adjacent to the wetwell. The pumps and controls are located in the dry pit and have to be checked daily. Confined space regulations require one person to be at the surface when anyone enters the dry pit. This causes a burden to our manpower allocation. Bids for this project were opened on July 23, 1997 under Bid #97-023. The low bidder was Prime Construction Group, Inc. of Orlando with a low bid of $53,800.00 and an Additive Bid of $10,500.00. The Additive Bid item is to resurface the interior of the concrete wetwell. Prime Construction Group, Inc. has successfully bid on three previous August 25, 1997 Consent Agenda Item B Page2. City projects and satisfactorily completed them. This project was previously advertised as Bid #97-011 which was opened on March 5, 1997. The low bid of $128,750.00 was rejected due to being over our budget of $100,000. The project was redesigned and rebid. The scope of work for this project includes the replacement of the troublesome hydrostatically controlled pumps with dry submersible pumps, relocating the controls aboveground, and the additive item of wetwell rehabilitation. FUNDING: This project is budgeted in the Utility Enterprise Fund Renewal and Replacement line code (3600-59110) at $100,000. The bid cost including the additive item is $64,300.00 which is within budget. Construction Administration costs for Conklin, Porter and Holmes will be $3,000 including $1,500 for the electrical engineer subconsultant. The funds for this project will be expended within 120 days of issuance of the Notice To Proceed. RECOMMENDATION: I am recommending that the authorization be given to enter into a contract agreement with Prime Construction Group, Inc. for the renovation to Lift Station #7W at a cost of $64,300.00 plus a 10% contingency. IMPLEMENTATION SCHEDULE: This work will completed within 120 days of issuance of a Notice To Proceed. Funds will be expended by January 31, 1998. The contractor is to maintain sewage flows at all times during construction. August 25, 1997 Consent Agenda Item B Page.2.. A TT ACHMENTS: 1. Agreement Form 2. City Clerk Bid #97-023 Tabulation 3. Consultants Recommendation COMMISSION ACTION: Attachment No. 1 SECTION 00500 BID FORM AND AGREEMENT FORM 1. GENERAL 1.01 THIS AGREEMENT, made this _ day of ,199_, by and between (1) the City of Winter Sorinas , hereinafter called the OWNER, and (2) doing business as a (3) , and hereinafter called the CONTRACTOR. 1.02 WHEREAS, the OWNER and the CONTRACTOR are desirous of entering into an Agreement for construction of the Reolacement of Lift Station 7W Re-Bid 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, Gen!>eral, 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 Lift Station 7W Re-Bid . 3. Contract Time - The CONTRACTOR shall begin work within ten (10) days after the issuance. of a written Notice to Pro~eed and shall complete the work within one hundred twenty (120) calendar days from the date of the Notice to Proceed. -. 4. Liauidated Damaaes - 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 $100.00 for each day that expires after the time specified in Paragraph 3 for final completion until the work is finally complete, "'II 5. Contract Price. Lumo Sum Contract - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, a Total Contract Price of Dollars ($ )for the base bid. The OWNER reserves the right to award the project to the lowest responsive bidder. The CONTRACTOR submits a price for the re-coating of the wetwell to include all necessary by-pass pumping and safety requirements to complete the work. The Total Price for Additive Bid Item 1 is Dollars ($ ). . 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. The OWNER reserves the right to include Additive Bid Item 1 to the contract. .. (1) OWNER (2) CONTRACTOR (3) Sole Proprietor, Partnership, or Corporation . 00500-1 -. 6. Pavments - The OWNER will make payments as provided in the General Condi,tions and Supplementary Conditions. 7. Enaineer. 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. 8. fulillt - CONTRACTOR shall supply a materials, performance and payment bond{s) in accordance with Florida law and to the satisfaction of OWNER. 9. 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 mutually select a mediator and in the event they cannot mutually agree upon a mediator, one will be appointed by the American Arbitration Association. 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. 10. CONTRACTOR warrants the Lift Station 7W Reolacement Re-Bid will be. fit for the City's intended use and purpose and will comply with all Federal and State laws and regulations. 1.03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Name of Firm (Seal) By (Signature and Title) Attest OWNER: .;. The City of Winter Sorinas Name of Firm (Seal) By: Ron McLemore, City Manager Attest . END OF SECTION 00500a/winspgs/spec 00500-2 Attachment No.2 , Project Title: LIFT STATION 7W REPLACEMENT RE-BID Bid Number: 97-023 Bid Opening Date: JULY 23, 1997 The bid opening was called by: J.P. PETRENCSIK Bid Opened: Bid Closed: 2:03 P.M. 2:07 P.M. Present as witness: Kip Lickcuff, Public Works/Utility Director Nancy Vobornik, Adm. Secretary Bid Bond Required: YES Performance Bond Required: YES four Bids Received: I. SUNSHINE BUILDING AND DEVELOPMENT CORP., P.O. BOX 180958, CASSELBIERRY, FL 32718 IN THE AMOUNT OF $58,347.50 ADDITIVE BID IN THE AMOUNT OF $11,075.00 2. McMAHAN CONSTRUCTION CO., INC., E.INDIANA AVE., P.O. BOX 967, DeLAND, FL 32721 IN THE AMOUNT OF $60,000.00 ADDITIVE BID IN THE AMOUNT OF $12,000.00 3. MASCI CONSTRUCTION, INC., 2750 S. RIDGEWOOD AVE., SUITE B-3, S. DAYTONA, FL 32119 IN THE AMOUNT OF $97,000.00 ADDITIVE BID IN THE AMOUNT OF $ 20,000.00. 4. PRIME CONSTRUCTION GROUP, INC., P.O. BOX 590507, ORLANDO, FL 32859-0507 IN THE AMOUNT OF $53,800.00 ADDITIVE BID IN THE AMOUNT OF $10,500.00. ~~-~ Margo . Hopkins, City erk cc: Purchasing Department City Manager Public Works/Utility Director Attachment No.3 Conklin. ~orter and Holmes @ ~ ENGINEERS, INC. o 1104 E. ROBINSON STREET ORLANDO, FLORIDA 32801.2092 TEL 407.425.0452 FAX # 407.648.1036 August 7, 1997 Mr. Kipton Lockcuff, P.E. Utilities Director City of Winter Springs 110 N. Flamingo Road Winter Springs, Florida 32708 RE: City of Winter Springs - Lift Station 7W Improvements Rebid Bid No. 97-023 CPH Project No. W0455.01 Dear Kip: On Wednesday, July 23, 1997, the City received bids for Lift Station 7W Improvements Rebid. Copies of the bids were provided to us for review. The following is a summary of the bidders and their associated lump sum bid prices: Contractor Base Bid Additive ~ Bid Item 1 Prime Construction Group . $ 53,800.00 $10,500.00 Sunshine Building & Development Corp. $ 58,347.50 $11 ,075.00 McMahan Construction Co. $ 60,000.00 $12,000.00 Masci Construction, Inc. $ 97,000.00 $20,000.00 Engineer's Estimate of Probable Construction $ 61,500.00 $12,000.00 Cost Prime Construction Group, Inc. has performed previous work for the City and CPH. Their work has generally been above average and has been performed in a timely manner. 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. In summary, we have no objection to the City I S award of this project to the Prime Construction Group, Inc. based on available information and their base bid price of $53,800.00. We Conklin, rl!.orter and Holmes @ ~ lf1) ENOINEERS, INC. recommend that the City proceed with the work described by Additive Bid Item 1. We recommend that award of this contract include this work at the bid price of $10,500.00. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES - ENGINEERS, INC. ~~~ Terry M. ~~e, P.E., DEE Senior Vice President . TMZ/ja W045501,LOC/d4