HomeMy WebLinkAbout1997 10 27 Consent Item B
,\
~ t'
COMMISSION AGENDA
ITEM
B
REGULAR
CONSENT X
INFORMATIONAL
_O~tQheL21,...122.1
Meeting
MGR ~rI' !D~PT fr
Authorization
REQUEST: Public Works Requesting Authorization to Enter Into a Contract
Agreement for the Repair of Northern Way Bridge
PURPOSE: The purpose of this Board item is to request authorization to enter into a contract
agreement with Sieg & Ambachtsheer, Inc. for repairs to the Northern Way
Bridge at a cost of$48,925.00 plus a 10% contingency.
CONSIDERATIONS:
This project is needed to perform repairs to the retaining wall for the Northern
Way Bridge over Bear Creek. The retaining wall has shifted approximately 12" since it
was constructed in the 1980's. Failure to correct this lateral movement will eventually
result in damage to the bridge approach and ultimately affect the integrity of the bridge.
The bids for this project were solicited under Bid #97-027. The single bid was
opened on September 24, 1997 as evidenced in the attached City Clerk summary. The
sole bidder was Sieg & Ambachtsheer, Inc. of Orange City with a bid of$48,925.00. Our
consultant has reviewed the contractors qualifications and references and has no
objection. The CPH bid review is attached.
The scope of work for this project includes all labor, equipment, and materials for
the repairs to a retaining wall which is connected to the bridge and protects the structure
from erosion. The repairs involve the use of grouting and a tie-back system.
October 27, 1997
Consent Agenda Item B
Page ~
FUNDING:
Funds are available in the Bridge Repair line code of the Transportation
Improvement Fund (104-54622) for this project which was budgeted at $50,000. The
funds for this project will be expended within 90 days of issuance of the Notice To
Proceed.
RECOMMENDATION:
It is recommend that authorization be given to enter into a contract agreement
with Sieg & Ambachtsheer, Inc. for repairs to the Northern Way Bridge at a cost of
$48,925.00 plus a 10% contingency payable from the bridge repair line code of the
Transportation Improvement Fund.
IMPLEMENTATION SCHEDULE:
This work will be completed within 90 days of issuance of a Notice To Proceed.
No permits are necessary. Construction is anticipated to begin approximately November
15, 1997. Road closures should only be intermittent although single lane restrictions will
be more frequent.
ATTACHMENTS:
1. Agreement Form
2. City Clerk Bid #97-027 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 Citv 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 ReDairs at Northern Wav Bridae 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 Reoalrs at Northern Wav Bridge .
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 ninety (90) 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 l;w<;>lved 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 $100.00 for each
day that expires after the time specified in Paragraph 3 for final completion until the work is finally
complete. .
5. Contract Price. Lumo Sum Contract - The OWNER will pay the CONTRACTOR in current funds
for the performance of the work, subject to additions and deductions by Change Order, a Total Contract
Price of 'Dollars ($ )for the base bid. The OWNER
reserves the right to award the project to the lowest responsive bidder. 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,
6. Pavments - The OWNER will make payments as provided in the General Conditions
and Supplementary Conditions.
(1) OWNER
(2) CONTRACTOR
(3) Sole Proprietor, Partnership, or Corporation
.......
00500-1
I
I
7. Enaineer - The Project has been designed by Conklin, Porter & Holmes-Engineers, Inc~, referred
tq in the documents as the Engineer, whose authority during the progres,s of construction is defined in
the General Conditions and Supplementary Conditions.
I
8. .fumQ - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance
with Florida law and to the satisfaction of OWNER.
I
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.
I
I
10. CONTRACTOR warrants the Reoairs at Northern Way Bridge will be fit for the City's intended
use and purpose and will comply with all Federal and State laws and regulations.
I
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 Sorings
Name of Firm
(Seal)
By: Ron McLemore, City Manager
Attest
END OF SECTION
00500a/winspgs/spec
00500-2
rtccacnm~nc no. L
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708.2799
Telephone (407) 327.1800
Project Title: REPAIRS AT NORTHERN WAY BRIDGE
Bid Number: 97-027
Bid Opening Date: SEPTEMBER 24, 1997
The bid opening was called by: J.P. PETRENCSIK
Bid Opened:
Bid Closed:
2:02 P.M.
2:05 P.M.
Present as witness:
RON ESTEP, SUPERINTENDENT OF PARKS AND GROUNDS
TERRY ZAUDTKE, CONSULTING ENGINEER
NANCY VOBORNIK, PURCHASING SECRETARY
Bid Bond Required: YES
Performance Bond Required: YES
One Bid Received:
I. SIEG &: AMBACHTSHEER, INC., P.O. BOX 609, ORANGE CITY, FL 32763
IN THE AMOUNT OF $48,925.00.
cc: Purchasing Department
City Manager
Public Works Department
Attachment N. ::5
Conklin, ~orter and Holmes
ENGINEERS, INC.
o 1104 E. ROBINSON STREET
@ f()) . ORLANDO, FLORIDA 32801.2092
P TEL 407 -425-0452
FAX # 407 -648-1036
October 13, 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 - Repairs at Northern Way Bridge
Bid No. 97-027
CPH Project No. W0454
Dear Kip:
On Wednesday, September 24, 1997, the City received bids for Repairs at Northern Way Bridge.
Only one bid was received and a copy was reviewed.
The following is a summary of the bidders and their associated bid prices:
Contractor Base Bid Price
Sieg and Ambachtsheer, Inc. $ 48,925.00
Engineer's Estimate of Probable Construction $ 50,000.00
Cost
Sieg and Ambachtsheer, Inc. has not perfoffiled 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 four references with similar size and type
projects and all references received were very positive. References spoke highly of their
timeliness and project cleanup. They also stated that they got the project done without additional
monetary claims. .
In summary, we have no objection to the City's award of this project to Sieg and Ambachtsheer,
Inc. based on available information and their bid price of $48,925.00.
If you have any questions, please give me a call.
Sincerely,
CONKLIN, PORTER & HOLMES. ENGINEERS, INC.
Terry audtke, P.E., DEE
Senior Vice President
TMZ/j a
W0454.LOC/d4
l\ttachment No. J
Conklin, rl!..orter and Holmes
@ [;Q) lfl) ENGINEERS, INC.
BID FORM AND AGREEMENT FORM
GENERAL
1.01 THIS AGREEMENT, made this 2fl day of November 199 7 , by and between
(1) the Citv of Winter Springs ,hereinafter called the OWNER, and
12) Sieg & Ambachtsheer Inc. doing business as a
(3) 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 Repairs at Northern Wav Bridge 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. Scope of Work -The CONTRACTOR shall perform all work required by the Contract
Documents for the construction of Repairs at Northern Way Bridge
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 ninety (90) calendar days from the
date of the Notice to Proceed.
4. Liquidated 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 5100.00 for each
day that expires after the time specified in Paragraph 3 for final completion until the work is finally
complete.
5. Contract Price, Lump 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 Forty-eight Thousand Nine Hundred Twenty-five and 00/100 Dollars (5 48,925.00) for the
base bid. The OWNER reserves the right to award the project to the lowest responsive bidder.
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.
6. Pavments -The OWNER will make payments as provided in the General Conditions
and Supplementary Conditions.
11) OWNER
12) CONTRACTOR
(3) Sole Proprietor, Partnership, or Corporation
'_
7. Engineer - 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. Bond -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 Repairs at Northern Wav Bridge 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 off F~rr~rr-1 ~^ .rr
nd'tt1~e ant!'T;(tle) V.C. Lane, Vice President
Attest
OWNER:
(Seal)
(Seal)
2
The City of Winter Springs
Name of Firm