HomeMy WebLinkAbout1999 01 25 Consent Item B
COMMISSION AGENDA
ITEM
B
CONSENT X
INFORMATIONAL
PUBLIC HEARING
REGULAR
January 25, 1999
Meeting
MGR V IDEPT /.LJ--
Authorization
REQUEST: Public Works Department Requesting Authorization to Enter into a Contractual
Agreement for Street Resurfacing
PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual"
agreement with Orlando Paving Company for street resurfacing at a cost of
$110,910.32 plus a 10% contingency.
CONSIDERATIONS:
This project is needed to resurface City streets to extend their useful life. Bids for this
resurfacing project were opened on December 16, 1998 under Bid # ITB-005-99-AH. The
low bidder was OPC - Orlando Paving Company of Orlando, Florida, with a bid $110,910.32.
Orlando Paving Company included the addendum in their base bid.
The bid scope of work includes resurfacing, manhole adjustment rings, blue hydrant
reflectors on the following streets; Northern Way (Winter Springs Blvd. to Duncan Dr.),
Gator Lane, Sybilwood Circle, Clubwood Court Carrington Ave., Carrington Ct., Warrington
St., Tiverton St., Kentstown Ct., Stockport St., White Dove Dr., Daron Ct., Jeffrey Ct, and
West Water Reclamation Facility driveway.
January 25, 1999
Consent Agenda Item B
Page 2
FUNDING:
The resurfacing was budgeted in the current fiscal year at a total estimated cost of
$110,000.00. The bid cost for the street resurfacing is $110,910.32 of which $92,045.72 is
payable from the Transportation Improvement Fund - Capital Improvements line code (4411-
56310) and $18,864.60 from the Utility Capital Improvement line code (3600-56310). Funds
would be expended over the next 120 days.
RECOMMENDATION:
It is recommended that authorization be given to enter into a contractual agreement
with OPC - Orlando Paving Company for street resurfacing at a cost of$110,910.32 plus a
10% contingency of which $92,045.72 is payable from the Transportation Improvement Fund
Capital Improvements line code (4411-56310) and $18,864.60 from the Utility Enterprise
Fund Capital Improvements line code (3600-56310).
IMPLEMENTATION SCHEDULE:
The scope of work will be completed within 120 days of approval.
ATTACHMENTS:
1. Agreement Form
2. City Clerk Bid #ITB-005-99-AH Tabulation
COMMISSION ACTION:
ATTACHMENT NO.1
Page L L of27
PROPOSAL AND AGREEMENT
It is intended that payment for all work done under the Contract Documents, including the
furnishing of all labor, equipment and materials and the performing of all operations in
connection with the construction of NEW WEARING COURSE OF NO LESS THAN ONE (1)
INCH OF COMPACTED TYPE I or S-3 ASPHALTIC CONCRETE ON CERTAIN DESIGNATED
CITY STREETS will be made under the following pay items. Other work for which there is
not a pay item will be considered included in the contract Unit Price for the various pay items
and no additional compensation will be allowed.
A mix design will be required to be submitted to the City Engineer for approval. If recycled
asphalt-concrete is used, it must be less than 30 percent and must be shown on the mix
design.
The Owner reserves the right to alter the Plans, extend or shorten the improvement, add
such incidental work as may be necessary, and increase or decrease the quantities of work
to be performed to accord with such changes, including the deduction or cancellation of any
one or more of the Pay Items. Such changes shall not be considered as a waiver of any
conditions of the Contract nor to invalidate any of the provisions thereof. A supplemental
agreement between the contractor and the Owner will be required when such changes
involve a net increase or decrease in the total amount of the original contract of more than
twenty-five percent (25 %). Should such changes result in changes in the quantities of the
work to be performed, the Contractor will accept payment according to Contract Unit Prices
for such items of work as appear in the original contract.
The work will be done in compliance with the contract Documents :and paid for under the
Pay Items herein listed. Quantities shown on the Plans shall govern over those shown
herein. The contractor shall take no advantage of any apparent error or omission in the
Plans or Specifications, and the Engineer shall be permitted to make such corrections and
interpretations as may be deemed necessary for the fulfillment of t~e intent of the contract
Documents.
The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty
(30) days from that date of this Bid opening. The proposal guaranty of the three lowest
bidders shall be held for that period or until an award of the contract is made.
The undersigned agrees to start construction of this project within 30 calendar days after
notice of award of contract and notice to proceed, and to guarantee completion of the work
within 45 calendar days thereafter.
Page 12 of 27
SIGNATURE PAGE
FOR THE CONTRACTOR
FOR THE CITY OF WINTER SPRINGS
SIGNA TURE
SIGNA TURE
NAME
Ronald W. McLemore
NAME
TITLE
City Manager
TITLE
NAME OF CONTRACTOR
DATE
ADDRESS
NOTARY PUBLIC
A TT ACHMENT NO. 2
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708-2799
Telephone (407) 327-1800
STREET RESURFACING
BID NUMBER: ITB-OOS-99-AH
BID OPENING DATE: December 16, 1998
The Bid Opening Was Called By: Ms. Nancy Yobomik
Purchasing Department
Bid Opened:
Bid Closed:
3:00 p.m.
3:06 p.m.
Two (2) Bids Received:
1. ORLANDO PAYING COMPANY
POST OFFICE BOX 547186, ORLANDO, FLORIDA 32854-7186
TELEPHONE: (407) 740-5779
FACSIMILE: (407) 623-3809
BASE BID: $110,910.32
2.
APAC FLORIDA, INC.
655 STATE ROAD 419, WINTER SPRINGS, FLORIDA 32708
TELEPHONE: (407) 327-0470
FACSIMILE: (407) 327-6923
BASE BID: $ 97,864.60
2ND ADDENDUM: $ 26,633.75
~
Andrea Lorenzo-L es Deputy City Clerk
City of Winter Springs I
Copy: Mr. Kip Lockcuff, Director, Public Works/Utility Department
Ms. Nancy Yobomik, Purchasing Department
DOCSlbids/resu I ts/r y98 99/99-005 .doc
..-- -- "..'''''-.'"^",,:,'
,
Page 11 of27
PROPOSAL AND AGREEMENT
It is intended that payment for all work done under the Contract Documents, including the
furnishing of all labor, equipment and materials and the performing of all operations in
connection with the construction of NEW WEARING COURSE OF NO LESS THAN ONE (1)
INCH OF COMPACTED TYPE I or S-3 ASPHALTIC CONCRETE ON CERTAIN DESIGNATED
CITY STREETS will be made under the following pay items. Other work for which there is
not a pay item will be considered included in the contract Unit Price for the various pay items
and no additional compensation will be allowed.
A mix design will be required to be submitted to the City Engineer for approval. If recycled
asphalt-concrete is used, it must be less than 30 percent and must be shown on the mix
design.
The Owner reserves the right to alter the Plans, extend or shorten the improvement, add
such incidental work as may be necessary, and increase or decrease the quantities of work
to be performed to accord with such changes, including the deduction or cancellation of any
one or more of the Pay Items. Such changes shall not be considered as a waiver of any
conditions of the Contract nor to invalidate any of the provisions thereof. A supplemental
agreement between the contractor and the Owner will be required when such changes
involve a net increase or decrease in the total amount of the original contract of more than
twenty-five percent (25 %). Should such changes result in changes in the quantities of the
work to be performed, the Contractor will accept payment according to Contract Unit Prices
for such items of work as appear in the original contract.
The work will be done in compliance with the contract Documents and paid for under the
Pay Items herein listed. Quantities shown on the Plans shall govern over those shown
herein. The contractor shall take no advantage of any apparent error or omission in the
Plans or Specifications, and the Engineer shall be permitted to make such corrections and
interpretations as may be deemed necessary for the fulfillment of the intent of the contract
Documents.
The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty
(30) days from that date of this Bid opening. The proposal guaranty of the three lowest
bidders shall be held for that period or until an award of the contract is made.
The undersigned agrees to start construction of this project within 30 calendar days after
notice of award of contract and notice to proceed, and to guarantee completion of the work
within 45 calendar days thereafter.
'""""",""
.
. ,
.. .
SIGNATURE PAGE
FOR THE CONTRACTOR
NAME
s III
Vice President
TITLE
ORLANDO PAVING CO., A D1V. OF
HUBBARD CONSTRUCTION CO.
NAME OF CONTRACTOR
f O. I];ox 6Jf?J'6f,
O/<L/);JJ)O P? 3z~5Jf~7)Zb
ADDRESS )
Otv 1--
,..- ~."'f 'tit...:"
~ii'" REGlNAA8ROVVN :,
* * MyCo/Yl'YllnlOnOCilll1P ,
~ ~., ExpirM JUU3.1_~. "
~ ~ '
-~ ., ."u , '
FOR THE CITY OF WINTER SPRINGS
_~ IJ '1ft/J-- --'
SIGNA TURE
Ronald W. McLemore
NAME
City Manager
TITLE
~/Z,. /&1.19
DATE '
~5(.
Page 120f27