Loading...
HomeMy WebLinkAbout1997 08 25 Consent Item D COMMISSION AGENDA ITEM D REGULAR CONSENT X INFORMATIONAL August 25. 1997 Meeting MGR ~/DEPT jLj" Authorization REQUEST: Public Works Requesting Authorization to Enter Into a Contract Agreement for the Replacement of the Moss Road Bridge PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Prime Construction Group, Inc. for the replacement of the Moss Road Bridge at a cost of $338,700.00 plus a 10% contingency. CONSIDERA TIONS: This project is needed to prevent the flooding of Moss Road at the Gee Creek bridge during storm events. The project scope of work is for the replacement of the Moss Road bridge over Gee Creek including the pedestrian walkway on both sides. The roadway over the bridge has been frequently overtopped during storm events the last several years which has resulted in a closure of this collector road. The road closing creates traffic circulation problems and also limits the abilities of public safety personnel to access some areas of the City during emergencies. Bids for #97-025 were opened on August 13, 1997. The low bidder was Prime Construction Group, Inc. of Orlando with a low bid of $338,700.00. Prime Construction Group, Inc. has previously satisfactorily performed several stormwater and utility projects for the City including the recently completed Hayes Road Bridge Replacement. The scope of work for this project includes replacement of the triple 12'X6' box culverts with a double span bridge made of prestressed concrete similar to the Hayes August 25, 1997 Consent Agenda Item D Page ..l. Road bridge. The elevation of the road will be raised approximately three feet to elevation 40.5. This will eliminate the road flooding up to the 25 year storm event which raises the level service for this structure to acceptable level "C". The peak stage for the. 100 year event exce.eds the road elevation by only 0.2 feet although other portions of the road system could have significantly higher flood depths. The finished floor elevations of adjacent homes is at least one foot higher than the road elevation over the bridge. FUNDING: Funds are available in the Capital Projects line code of the Transportation Impact Fee Fund for this project which was budgeted at $383,500. The bid cost is $338,700.00 which is below the engineer's estimate of $500,000. The funds for this project will be expended within 180 days of issuance of the Notice To Proceed. RECOMMENDA TION: It is recommend that authorization be given to enter into a contract agreement with Prime Construction Group, Inc. for the replacement of the Moss Road bridge at a cost of $338,700.00 plus a 10% contingency to be funded from the Transportation Impact Fee capital improvement line code (140-56310). IMPLEMENTATION SCHEDULE: This work will be completed within 180 days of issuance of a Notice To Proceed. All permits have been received. Construction is anticipated to begin approximately November 1, 1997. Moss Road at the bridge will be closed for up to 90 days. Signs will be posted prior to closure and a detour route will be provided by the contractor. August 25, 1997 Consent Agenda Item D Page~ A TT ACHMENTS: 1. Agreement Form 2. City Clerk Bid #97-025 Tabulation 3. Consultants Recommendation COMMISSION ACTION: I I I II I Attachment No. 1 SECTION 00500 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 a by CONTRACTOR for OWNER. II II I II II I II I I II I II I I 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. ScoDe of Work - The CONTRACTOR shall perform all work required by the Contract Documents for the construction of Moss Road Bridae ImDrovements, 3. 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 fifty (180) calendar days from the date of the Notice to Proceed. 4. Liauidated 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 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 $500,00 for each day that expires after the time specified in Paragraph 3 for final completion until the work is finally complete. 5. Contract Price. LumD Sum Contract - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Dollars ($ ). 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. (1) OWNER (2) CONTRACTOR (3) Sole Proprietor, Partnership, or Corporation 00500-1 ii'i tT'II 6. Payments - The OWNER will make payments as provided in the General Conditions and Supplementary Conditions. n 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. fi 8. SQ..od - CONTRACTOR shall supply a materials, performance and payment bond{s) in accordance with Florida law and to the satisfaction of OWNER. ew. 9. MediationlVenue . 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. _t'li 10. CONTRACTOR warrants the Moss Road Bridae Imorovements will be fit for the City's intended ~. use and purpose and will comply with all Federal and State laws and regulations. II!!! !i~ 1 .03 I~ WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. II II II II II II II II II II 11\ IIi CONTRACTOR: Name of Firm (Seal) By (Signature and Title) Attest OWNER: The Citv of Winter Sorinas Name of Firm (Seal) By (Signature and Title) Ron McLemore, City Manager Attest END OF SECTION 00500a/winspgs/spec 00500-2 Attachment No. 2 ~ CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708.2799 Telephone (407) 327-1800 Project Title: MOSS ROAD BRIDGE IMPROVEMENTS Bid Number: 97-025 Bid Opening Date: AUGUST 13, 1997 The bid opening was called by: J.P. PETRENCSIK Present as witness: KIP LOCKCUFF, P.W./UTILlTY DIRECTOR TERRY ZAUDTKE, CONSULTING ENGINEER NANCY YOBORNIK, PURCHASING SECRETARY Bid Opened: Bid Closed: 2:05 P.M. 2:10 P.M. Bid Bond Required: YES Performance Bond Required: YES four Bids Received: I. PIPELINE INC. OF PINELLAS COUNTY, 5838 MASTERS BLVD., ORLANDO, Fl32819 IN THE AMOUNT OF $442,350.00. 2. TECHNICAL SPECIALTY CONSTRUCTORS, INC., P.O. BOX 5400, OCALA, Fl34478-5400 IN THE AMOUNT OF $419,150.00. 3. PRIME CONSTRUCTION GROUP, INC., P.O. BOX 590507, ORLANDO, Fl 32859-0507 IN THE AMOUNT OF $338,700.00. 4. STAGE DOOR II, 3208 OVERLAND ROAD, APOPKA, Fl32703 IN THE AMOUNT OF $348,486.00. 0r.A: Martha Jenkins, Dep cc: Purchasing Department City Manager Public Works Dept. 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 14, 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 - ryIoss Road Bridge Improvements Bid No. 97-025 CPH Project No. W0450.00 Dear Kip: On Wednesday, August 13, 1997, the City received bids for the Moss Road Bridge Improvements. 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 Price Prime Construction Group $338,700.00 Stage Door II, Inc. $348,486.00 Technical Special Constructors, Inc. $419.,150.00 Pipeline, Inc. $442,350.00 Engineer's Estimate of Probable Construction $500,000.00 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. Specifically, Prime Construction Group constructed the Hayes Road Bridge for the City which is very similar to this project. 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. Conklin, ~rter and Holmes @ ~ lrLJ ENGINEERS, INC. 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 $338,700.00. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES - ENGINEERS, INC. ~u t , P.E., DEE Senior Vice President TMZ/ja W0450.LOCfd4