Loading...
HomeMy WebLinkAbout1997 08 25 Consent Item C COMMISSION AGENDA ITEM C REGULAR CONSENT X INFORMATIONAL August 25. 1997 Meeting MGR M IDEPT ;if- Authorization REQUEST: Public Works Department/Utility Division Requesting Authorization to Enter Into a Contract Agreement for the Installation of a Residential Reclaimed Water Distribution System. PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Bruce McGonigal - Irrigation, Drainage, & Fill Dirt for the installation of a residential reclaimed water distribution system at a cost of $159,400.92 plus a 10% contingency. CONSIDERA TIONS: This project is needed to provide reclaimed water to residents for irrigation purposes as outlined in the West Reclaimed Water Master Plan. The installation of reclaimed water distribution systems reduces the demand on our potable water system and the groundwater supply. Bids for this project were opened on July 23, 1997 under Bid #97-024. The low bidder was Bruce McGonigal - Irrigation, Drainage, & Fill Dirt of Sanford with a low bid of $159,220.92. During a review of the bids, a scrivener's error was found which made the actual bid $159,400.92 based the unit price format of the bid documents. McGonigal has bid on previous City projects but has never been the low bid and has not performed work for the City. The scope of work for this project includes the extension of a reclaimed water August 25, 1997 Consent Agenda Item C Page.2.. main north from wastewater plant in the power easement to a termination point at the intersection Wildwood and Tanglewood Drives, and a reclaimed water distribution system throughout the Greenspointe subdivision. FUNDING: This project is budgeted in the Utility Enterprise Construction Fund at $210,000. The bid cost is $159,400.92 which is within budget. Construction Administration costs have been previously authorized. 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 Bruce McGonigal, Irrigation, Drainage & Fill Dirt for the installation of a residential reclaimed water distribution system at a cost of $159,400.92 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 February 28, 1998. Minimal disruption of traffic will occur during this project. A TT ACHMENTS: 1. Agreement Form 2. City Clerk Bid #97-024 Tabulation 3. Consultants Recommendation COMMISSION ACTION: Attachment No. 1 SECTION 00500 AGREEMENT FORM 1. GENERAL 1.01 THIS AGREEMENT, made this _ day of September, 1997, by and between the City of Winter Springs, hereinafter called the OWNER, and Bruce McGoniaal - Irriaation. Drainaae & Fill Dirt doing business as a Corporation, and hereinafter called the CONTRACTOR. 1.02 WHEREAS, the Owner and the contractor are desirous of entering into an Agreement for construction of the Greenspointe Reclaimed Water Main Extension by CONTRACTOR for OWNER. NOW, THEREFORE, for and in consideration of the mutual promises hereinafter exchanged the parties 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. ScoDe of Work - The Contractor shall perform all work required by the Contract Documents for the construction of GreensDointe Reclaimed Water Main Extension. C. Contract Time - The CONTRACTOR shall begin work within ten (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. D. 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 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 $200.00 for each day that expires after the time specified in Paragraph C for final completion until the work is finally complete. E. Contract Price. Unit Price 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 One Hundred Fiftv-Nine Thousand Four Hundred Dollars and Ninetv Two Cents ($159,400.92), .Payments will be made to the CONTRACTOR on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. Pavments - The Owner will make payments as provided in the General Conditions and Supplementary Conditions. G. 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. H. ftQn.d - CONTRACTOR shall supply a materials, performance and payment bond in accordance with Florida law and to the satisfaction of OWNER. I. MediationlVenue - The parties agree that should any dispute arise between them regarding the 00500-1 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. J. Contractor warrants the Greenspointe Reclaimed Water Main Extension 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: Bruce McGoniaal - Irriaation. Drainaae & Fill Dirt Name of Firm (Seal) By (Signature and Title) Attest OWNER: The Citv of Winter SDrinas Name of City (Seal) By (Signature and Title) Ron McLemore, City Manager Attest END OF SECTION 00500-2 Attachment No.2 \. Project Title: GREENSPOINTE, RECLAIMED WATER MAIN EXTENSION Bid Number: 97-024 Bid Opening Date: JULY 23, 1997 The bid opening was called by: J.P. PETRENCSIK Bid Opened: Bid Closed: 2:07P .M. 2:10 P.M. Present as witness: Kip lickcuff, Public Works/Utility Director Nancy Vobornik, Adm. Secretary Bid Bond Required: YES Performance Bond Required: YES Three Bids Received: I. SUNSHINE BUILDING AND DEVELOPMENT CORP., P.O. BOX 180958, CASSELBERRY, FL '32718 IN THE AMOUNT OF $178,28730 ALTERNATE BID IN THE AMOUNT OF $211,234.00 2. BRUCE MCGONIGAL, IRRIGATION, DRAINAGE & FILL DIRT, 3940 MOORES STATION RD., SANFORD, FL 32m-6523 IN THE AMOUNT OF $159,220.92. ALTERNATE BID IN THE AMOUNT OF $436,383.00 3. MASCI CONSTRUCTION, INC., 2750 S. RIDGEWOOD AVE., SUITE B-3, S. DAYTONA, FL 32119 IN THE AMOUNT OF $312,255.00. ALTERNATE BID IN THE AMOUNT OF $ 317,185.00. ~~.~ Margo . Hopkins, City erk cc: Purchasing Department City Manager Public Works/Utility Director 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 August 7, 1997 Mr. Kipton Lockcuff, P.E. Utilities Director City of Winter' Springs lION. Flamingo Road Winter Springs, Florida 32708 RE: City of Winter Springs - Greenspointe Reclaimed Water Main Extension Bid No. 97-024 CPR Project No. W0467 Dear Kip: On Wednesday, July 23, 1997, the City received bids for Greenspointe Reclaimed Water Main Extension for the West Water Reclamation Facility. Copies of the bids were provided to us for review. The following is a summary of the bidders and their associated bid prices: Contractor Base Bid Price Bruce McGonigal, In<:;. $ 159,400.92 Sunshine Building & Development Corp. $ 178,287.30 Masci Construction $ 312,255.00 Engineer's Estimate of Probable Construction $ 190,828.20 Cost A full bid tabulation is provided for your review. Please note that we found a $180.00 scrivener's error in the bid total of Bruce McGonigal, Inc. The total of aU the individual items in their bid is $159,400.92, not the $159,220.92 shown on the bid. Since this is a unit price contract, we do not believe this error IS significant and we do not believe that it should affect the award of the contract. Conklin, fl!.orter and Holmes @ ~ lrl) ENGINEERS, INC. Bruce McGonigal, Inc. has not performed previous work for the City. 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. We contacted five references with similar size and type projects and all references received were very positive. References spoke highly of their timeliness and project cleanup. The referenced projects were all within existing residential areas and they performed well around the existing utilities. In summary, we have no objection to the City's award of this project to the Bruce McGonigal, Inc. based on available information and their revised base bid price of $159,400.92. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES - ENGINEERS, INC. TMZ/ja W0467.LOC/d4 Sunshine Masci Engineering CONTRACTOR Building Construction Estimate Sanford Casselber S. Da ona BID Description Unit Quantity Unit Total Unit Total Unit Total Unit Total ITEM Cost Cost Cost Cost Cost Cost Cost Cost 1 Mobilization/ Demobilization LS 1 3276.00 3,276.00 18,800.00 18,800.00 10,000.00 10,000.00 7,800.00 7,800.00 2a 2" PVC LF 90 5.90 531.00 5.52 496.80 15.00 1,350.00 8.38 754.20 2b 2-1/2" PVC LF 60 5.95 357.00 5.80 348.00 18.00 1,080.00 8.95 537.00 2c 3" PVC LF 1150 7.40 8,510.00 6.87 7,900.50 19.00 21,850.00 9.45 10,867.50 2d 4"PVC LF 2300 7.60 17,480.00 8.24 18,952.00 20.00 46,000.00 10.87 25,001.00 2e 6"PVC LF 1250 8.60 10,750.00 9.36 11,700.00 22.00 27,500.00 13.07 16,337.50 2f 12" PVC LF 2600 19.50 50,700.00 18.90 49,140.00 24.00 62,400.00 25.00 65,000.00 3 F&I Fittings Ton 3.3 5439.37 17,949.92 7,190.00 23,727.00 4,000.00 13,200.00 5,000.00 16,500.00 4a F&I Gate Valve - 2 inch EA 1 180.00 180.00 192.00 192.00 500.00 500.00 240.00 240.00 4b F&I Gate Valve - 2-1/2 inch EA 1 285.00 285.00 216.00 216.00 500.00 500.00 320.00 320.00 4c F&I Gate Valve - 3 inch EA 2 380.00 760.00 345.00 690.00 1,000.00 2,000.00 400.00 800.00 4d F&I Gate Valve - 4 inch EA 7 590.00 4,130.00 365.00 2,555.00 3,000.00 21,000.00 405.00 2,835.00 4e F&I Gate Valve - 6 inch EA 4 690.00 2,760.00 441.00 1,764.00 3,000.00 12,000.00 515.00 2,060.00 4f F&I Gate Valve - 12 inch EA 2 1126.00 2,252.00 1,152.00 2,304.00 3,000.00 6,000.00 1,245.00 2,490.00 5 Connections EA 1 75.00 75.00 420.00 420.00 3,000.00 3,000.00 445.00 445.00 6 2" Blow-off EA 1 400.00 400.00 438.00 438.00 1,500.00 1,500.00 625.00 625.00 7a F & I Service - Long Double EA 15 280.00 4,200.00 550.00 8,250.00 400.00 6,000.00 563.00 8,445.00 7b F & I Service - Long Single EA 13 240.00 3,120.00 450.00 5,850.00 300.00 3,900.00 580.00 7,540.00 7c F & I Service - Short Double EA 34 190.00 6,460.00 306.00 10,404.00 250.00 8,500.00 286.00 9,724.00 7d F & I Service - Short Single EA 12 150.00 1,800.00 171.00 2,052.00 200.00 2,400.00 153.00 1,836.00 7e 1-1/2 Short Single EA 1 175.00 175.00 306.00 306.00 400.00 400.00 286.00 286.00 7f 1-1/2 Long Single EA 1 215.00 215.00 528.00 528.00 500.00 500.00 563.00 563.00 8 Open cut/remove repair asphalt SY 45 28.00 1,260.00 15.60 702.00 35.00 1,575.00 23.00 1,035.00 9a HEB Driveway/Sidewalk LF 760 20.00 15,200.00 8.70 6,612.00 60.00 45,600.00 8.70 6,612.00 9b HEB Roadway LF 200 25.00 5,000.00 14.40 2,880.00 60.00 12,000.00 8.70 1,740.00 9c HEB 4 inch Service Casin LF 50 31.50 1,575.00 21.20 1,060.00 30.00 1,500.00 8.70 435.00 Total 159,400.92 178,287.30 312,255.00 190,828.20 Bid Bond Yes Yes Yes N/A