Loading...
HomeMy WebLinkAbout2007 07 23 Consent 208 Contract with Southland Construction, Inc. COMMISSION AGENDA ITEM 208 CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR July 23, 2007 Meeting MGR~EPT /* Authorization REQUEST: Public Works Department requesting approval to enter into a contract with Southland Construction, Inc. for the construction of Central Winds Parkway, Phase 1 piggybacking off of Seminole County's 2007 Public Works Construction Contract CC-I075-061. PURPOSE: The purpose of this Board item is to request approval to enter into a contract with Southland Construction, Inc. in the amount of $498,000.00 for the construction of Central Winds Parkway, Phase 1 piggybacking off of Seminole County's 2007 Public Works Construction Contract CC-1075-061 payable from a supplemental appropriation from Transportation Impact Fee Fund balance. CONSIDERA TIONS: On January 8, 2007, the Public Works Department requested direction on how to respond to the letter from the attorney representing the landowners referred to as Lake Jesup Shores. The Commission directed staff to redesign the roadway to move it off the Leerdam property. CPR Engineers, Inc completed the plans and using the Seminole County contract CC-I075, provided a cost estimate based on the estimated quantities. Southland Construction was the lowest price. Plans were provided to Southland Construction for their consideration to perform the work. The estimate provided by Southland Construction is $498,000.00. Southland Construction has performed work for the Public Works Department on previous projects with the most recent project being Dyson Drive Sidewalks and their work has been accentable. Consent Item 208 July 23,2007 Page 2 FUNDING: The funding source for the project expenditure of $498,000.00 is the Transportation Impact Fund (140-65000). A supplemental appropriation from fund balance of $500,000 plus any contingencies is needed. RECOMMENDATION: It is recommended that authorization be given to enter into a contract with Southland Construction by piggybacking off of Seminole County Contract CC- 1075-061 for the construction of the Central Winds Parkway (Phase 1) in the amount of $498,000.00 with a 10% contingency payable from a supplemental appropriation for the project amount from the. Transportation Impact Fee Fund reserves. IMPLEMEN-TABmtseHD\JLE: . The- Notice'of Award will be issued immediat~ly upon approval with a Nfflice to Yroceed date of 1 August with a substantial oompletion, date of November 1,2007 ATTACHMENT: 1. Southland Construction Cost Breakdown COMMISSION AC'IION Central Winds Park Blvd. (City of Winter Springs) Southland Construction Inc. 172 W. Fourth Street Apopka, FL., 32703 Contact: Ben WhitelDanny Carr Phone: (407)889-9844 Fax: (407)886-4348 ~ Fax: City of Winter Springs Public Works Dept. (407)327.5984 (407)327-6695 ATTN: Greg Bishop Job Name: Date of Plans: Revision Date: Central Winds Park Blvd. May 16, 2007 4/23/2007 6/20/2007 Ouote To: ITEM DESCRIPTION OUANTlTY UNIT UNIT PRICE AMOUNT 101-1 MOBILIZATION (10% MAX) 1.00 LS 49,000.00 49,000.00 102-1 MAINTENANCE OF TRAFFIC (5% MAX) 1.00 LS 13,050.00 13,050.00 104-10-2 SYNTHETIC BALES 30.00 LF 26.00 780.00 104-13-1 SILT FENCE ST AKED(TYPE III) 2,145.00 LF 1.60 3,432.00 110-1-1 CLEARING & GRUBBING (5% MAX) 1.00 LS 19,000.00 19,000.00 120-6 EMBANKMENT 2,329.00 CY 7.00 16,303.00 160-4 STABILIZATION, TYPE B (12") 5,795.00 SY 5.00 28,975.00 285-706 BASE, OPTIONAL (BASE GROUP 06) 4,380.00 SY 15.00 65,700.00 331-2 ASPHALTIC CONCRETE, TYPE S 438.00 TONS 140.00 61,320.00 425-1-311 INLETS (CURB TYPE P-IX<lO') 3.00 EA 3,900.00 11,700.00 425-1-321 INLETS (CURB TYPE P-2X<1O') 2.00 EA 4,200.00 8,400.00 425-11 DRAINAGE STRUCTURE (MODIFY EXISTING) 1.00 EA 2,004.75 2,004.75 430-1-323 PIPE CULVERT, CONCRETE (CLASS III X I 5") 126.00 LF 110.00 13,860.00 430-1-325 PIPE CULVERT, CONCRETE (CLASS III X I 8") 40.00 LF 120.00 4,800.00 430-961-213 PIPE CULVERT, PVC (SCHEDULE40)(NOT 260.00 LF 11.75 3,055.00 ENCASEDX4") 430-98-225 MITERED END SECTION (CONCRETE PIPE 1.00 EA 1,200.00 1,200.00 ROUNDXI8") 430-99-25 PIPE CULVERT, POLYETHYLENE (18") 25.00 LF 71.60 1,790.00 515-1-23 PIPE HANDRAIL-GUIDERAIL (ALUMX54" 9.00 LF 38.65 347.85 TRIPLE RAIL) 520-1-10 CURB & GUTTER/CURB, CONCRETE (TYPE F) 2,340.00 LF 19.00 44,460.00 520-2-1 CURB CONCRETE (TYPE A) 1,711.00 LF 18.50 31,653.50 CURB CONCRETE (RIBBON CURBX24"W X 55.00 LF 20.00 1,100.00 8"D) 520-2-9 CURB CONCRETE (RIBBON CURBXI2"W X 23.00 LF 19.00 437.00 8"D) 520-3 V ALLEY GUTTER, CONCRETE 188.00 LF 18.00 3,384.00 522-1 SIDEWALK, CONCRETE (4" THICK) 1,315.00 SY 33.60 44,184.00 522-2 SIDEWALK, CONCRETE (6" THICK) 168.00 SY 52.00 8,736.00 Page 1 of3 ITEM DESCRIPTION OUANTITY UNIT UNIT PRICE AMOUNT 527-1 APPLIED WARNING ON WALKING SURFACE 224.00 SF 50.00 11,200.00 FENCE (8' HEIGHTXSTANDARD) (BLACK 393.00 LF 28.00 11,004.00 VINYL COATED) 550-60-223 FENCE GATE (TYPE BXDOUBLE)(l2.1'-18' 2.00 EA 1,070.00 2,140.00 OPENING) FENCE GATE (PEDESTRIAN)(IO') 3.00 EA 600.00 1,800.00 575-1-4 SODDING (ST. AUGUSTINE) 5,575.00 SY 3.00 16,725.00 700-40-1 SIGN, SINGLE POST (LESS THAN 12 SF) 28.00 AS 320.00 8,960.00 700-46-11 SIGN, EXISTING (REMOVEXSINGLE POST) 8.00 AS 95.00 760.00 700-46-21 SIGN, EXISTING (RELOCATEXSINGLE POST) 4.00 AS 190.00 760.00 711-11-121 THERMOPLASTIC (ST ANDARDXWHITE) 2,475.00 LF 0.70 1,732.50 (SOLID)(6") 711-11-123 THERMOPLASTIC (ST ANDARDXWHITE) 878.00 LF 2.10 1,843.80 (SOLlD)(l2") 711-11-125 THERMOPLASTIC (ST ANDARDXWHITE) 65.00 LF 4.20 273.00 (SOLID)(24") 711-11-170 THERMOPLASTIC (STANDARDXWHITE) 10.00 EA 65.40 654.00 (ARROWS) 711-11-221 THERMOPLASTIC (ST ANDARDXYELLOW) 2,1 08.00 LF 0.70 1,475.60 (SOLID)(6") GRAND TOTAL $498,000.00 NOTES: GENERAL NOTES & CONDITIONS: Central Winds Park Blvd.Project 1 )Bond costs are included in proposal pricing 2)No permits or permit costs included in proposal. Ifrequired to be by Owner or can be obtained with costs reimbursed by Owner. 3)Owner to provide Control Points and all Survey information for project layout.All construction layout and As Builts by SCI as required. 4)QC (Geotechnical Testing) if required is NOT included in proposal, to be provided by Owner or can be furnished by SCl at additional cost upon request. 5)All Maintenance of Traffic will be per FDOT Index 600 standards. MOT required to perform project may require lane closures during work hours and will be performed per FDOT standards. Off Duty Law Officer is NOT included in proposal and if required to be provided by Owner. (City of Winter Springs) 6)Proposal is based on Owner provided plans, CPH scope of work and unit quantities, and unit quantities and revisions from SCI review of plans and scope of intended work. Compensation for all work shall be at unit prices for all work performed. 7)All work items included in proposal are items as shown as required work to be performed in project plans to complete project, and are work/pay items as included within current 2007 Seminole County Continuous Contracts items. 8)All pricing for work included in proposal are as included within the current 2007 Seminole County Continuous Contracts and is proposed to be performed at SCI contract unit prices for same or less. All work not covered or included under said contract is priced accordingly per project conditions and requirements. 9)No other work or scopes of work included in proposal or to be performed other than those as specified and shown in SCl proposal schedule of values. IO)SCI acknowledges Owner desired start date of 7/30/07 and can mobilize and comply with same. II )Per plan General Notes, page 2,all fill/embankment material is available and to be provided by Owner (City of Winter Springs), and will be located within project limits. All loading and transporting of Owner material to be by SCI and is included in proposal pricing. 12)For any additional or further information regarding this proposal please contact Ben White or Danny Carr at (407)889-9844. Page 2 of 3