HomeMy WebLinkAbout1996 09 09 Consent Item A
COMMISSION AGENDA
ITEM A
REGULAR
CONSENT X
INFORMATIONAL
September 9. 1996
Meeting
MGR ftt/r' /DEPT I~~
Authorization
REQUEST: Public Works Requesting Authorization to Enter Into a Contract
Agreement for the Replacement of the Hayes Road Bridge and Associated
RoadwaylDrainage Improvements
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 Hayes
Road Bridge and associated drainage improvements at a cost of$348,800.00 plus
a 10% contingency.
CONSIDERATIONS:
This project is needed to prevent further damage to public and private property.
The project scope of work is for the replacement of the Hayes Road bridge over Gee
Creek including the pedestrian walkway, raising the Hayes Road/Alton Road intersection
approximately 1.2 feet, and eliminating the open drainage ditch from that intersection.
The bridge, constructed in 1961, has been detennined to be ''functionally obsolete"
according to the 1996 DOT bridge inspection report. The pedestrian walkway was
identified as a flow restriction for the 25 year storm event in the Gee Creek study by
Singhoffen & Associates. It is our intent to salvage the steel walk bridge for possible use
by the Parks Department at Moss Road Park.
The Hayes Road! Alton road intersection is low and has traditionally been the first
road to be closed during major storm events including twice in 1995. As Hayes Road is
September 9, 1996
Consent Agenda Item A
Page -2
the only current collector road serving the North Orlando Ranches area from the north, it
is imperative that this road remain open during times of emergencies.
Bids for #96-022 were opened August 21, 1996. The low bidder was Prime
Construction Group, Inc. of Orlando with a low bid of$348,800.00. Prime Construction
Group, Inc. has previously satisfactorily performed several stormwater and utility projects
for the City and is currently finishing the Utility Emergency Power Improvements project.
FUNDlNG:
Funds are available in the Capital Projects line code of the Transportation Impact
Fee Fund for this project. The bid cost is $348,800.00 which is below the engineer's
estimate of$380,000. The funds for this project will be expended within 180 days of
issuance of the Notice To Proceed.
RECOMMENDATION:
It is recommend that authorization be given to enter into a contract agreement
with Prime Construction Group, Inc. For the replacement of the Hayes Road bridge and
associated drainage improvements at a cost of$348,800.00 plus a 10% contingency.
IMPLEMENTATION SCHEDULE:
This work will be completed within 180 days of issuance ofa Notice To Proceed.
We expect to receive the St. John's River Water Management District construction permit
September 9, 1996
September 9, 1996
Consent Agenda Item A
Page.],
October 31, 1996. Construction is anticipated to begin in the December/January time
frame. Hayes 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.
ATIACHMENTS:
1. Agreement Form
2. City Clerk Bid #96-022 Tabulation
3. Consultants Recommendation
4. Typical Installation Process for Con Span Type Bridge
COMMISSION ACTION:
Attachment No. 1
r
SECTION 00500
I
AGREEMENT FORM
I
1.
GENERAL
1.01 THIS AGREEMENT, made this _ day of , 199_0 by and between
(1) the City of Winter Springs 0 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 cm:tu:i:n
of a 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. TIlese 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 Haves Road Bridae Replacement
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 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 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 $500.00 for each day that expires after the time specified
in Paragraph 3 for final completion until the work is finally complete.
5. Contract Price. Lump Sum Contract - The OWNER will pay the CONTRACTOR in current funds for
the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price
of Dollars ($ ). 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
NOTE:
If the Contractor intends to install pipe by some other method than trenching under the definitions found in the
Florida Trench Safety Act (90-96, Laws of Florida), he shall so indicate by outlining in the space provided below
the method he proposes and how it will comply with the Florida Trench Safety Act and related OSHA Standards
for the Owner's evaluation.
The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown
in the Contractor's Proposal. Outline of Alternate Method:
Submitted, signed and sealed this _ day of
,19_.
CONTRACTOR
By:
Name
Title
Business Address
ATTEST:
Signature
Seal
END OF SECTION
00430-2
Attachment No.2
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS. FLORIDA 32708-2799
Telephone (407) 327-1800
PROJECT TITLE: Hayes Road Bridge Replacement
BID NUMBER: 96-022
BID OPENING DATE: August 21, 1996
The bid opening was called by: J.P. Petrencsik
Title and Time: Purchasing Director
Bid opening was closed:
2:03 p.m.
2:10 p.m.
Present as witness:
Christopher Murphy, Stonnwater Utility Manager
Terry Zaudtke. Consulting Engineer
Nancy Vobomik. Purchasing Secretary
Bid Bond Required:
YES
Performance Bond Required: YES
---------------------------------------------------------------------------------------------------------------------------------
Four Bids Received:
1. Gibbs & Register, Inc., III N. Orange Avenue, Suite 1440, Orlando, FL 32801
in the amount of$359,000.00.
2. Encore Construction Company, P.O. Box 151510, Altamonte Springs, FL 32715
in the amount of$398,000.00.
3. Prime Construction Group, Inc., 5528 Force Four Parkway, Orlando, FL 32839
in the amount of$348,800.00.
4. Central Florida Underground, Inc., 990 Miller Drive, Altamonte Springs, FL 3270 I
in the amount 0[$355,000.00.
-=rftiM~
Martha Jenkins, u City Clerk
cc; Utility Department
City Manager
Purchasing Department
Attachment No.3
Conklin, ~orter and Holmes
@ LQ) ENGINEERS, INC.
a 1104 E. ROBINSON STREET
ORLANDO, FLORIDA 32801-2092
TEL 407-425-0452
FAX # 407 -648- 1036
August 26, 1996
Mr. Ron McLemore
City Manager
City of Winter Springs
1126 East S.R. 434
Winter Springs, Fl. 32708
RE: City of Winter Springs - Hayes Road Bridge Improvements
Bid No.
CPR Project No. W0464.00
Dear Mr. McLeMore:
. On Wednesday, August 21, 1996, the City received bids for the Hayes Road Bridge
Improvements. Copies of the bids were made and provided to us for review.
The following is a summary of the bidders and their associated bid prices:
Contractor Base Bid Price
Prime Construction Group, Inc. $ 348,800.00
Central Florida Underground $ 355,000.00
Gibbs & Register $ 359,000.00
Encore $ 398,000.00
Engineer's Estimate of Probable Construction
Cost $ 380,000.00
The bid was for a lump sum cost for a new bridge, roadway improvements, drainage
improvements and associated work. Therefore, no bid tabulation is provided.
Prime Construction Group has performed previous work for the City and CPH. Their work for
the City has been above average and has been performed in a timely manner. In their most recent
project for the City, they are constructing the Emergency Power Improvements for the City's
water and wastewater facilities. A review of references and other data reveals that they are
capable and competent contractor and that they are able to perform the project work.
Conklin, ~orter and Holmes
ENGINEERS, INC.
a 1104 E. ROBINSON STREET
@ rc=)) ORLANDO, FLORIDA 32801-2092
P TEL 407-425-0452
FAX #407-648-1036
In summary, we have no objection to the City's award of this project to Prime Construction
Group, Inc. based on available information and their base bid price of$348,800.00.
If you have any questions, please give me a call.
Sincerely,
1MZ/arnl
W0464910.mcl/tmzJd3
~SPAN"
BRIDGE SYSTEMS
800/526-3999
The
Process
3
7:~~;
. .. .~. ~'~~~"~
, .. '-
"'':;~''
Manufacture
Quality is assured through controlled conditions
for plant-produced concrete products.
7
Joint Seal
Commercia.1 joint wrap is applied as a seal
between precast units.
t:J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4
Transportation
Entire structure arrives on schedule ready
for installation.
8
Wingwalls
Setting of precast wingwalls completes bridge.
Design
State of the art design procedures utilize
advantages of unique shape.
5
Foundation
Strip footings or slab base can be either cast
in place or precast.
9
Backfill
Structure stiffness and vertical walls of unit
allow backfill to be placed rapidly and effectively.
2
Reinforcing
Reinforcing cages are pre-assembled to meet
site-specific requirements.
6
I ,.
{:"-' .~\.
'/~';.~~'t~." !I!~';r..;---'-; ~~o-'~ ,-
~~~'~',.:.~"," - ~. ~. . ./-';~""::-' ....,-..--
..\'.~ I./~:'" .-~.::-<.. I
. ~~~ \ J ',.;Ait -'" . '.';"1:' ' ..
~,.' ~'ft;! .1:1 .o~" I . I - . -
,...',""'" 1 *' \ (.'".. . .
::..",,~_~~'~ -. I':.~-
..!$!>..~.' -:
'......"i:1 _t
i: ~
1~~ ~:~
. -
. .
Installation
Precast units are quickly and precisely set
in place.
10
)::0
rl'
rl'
OJ
(")
::l"
3
())
::l
rl'
:z
o
.
~
Finished bridge
It is economical, durable, quickly installed
and looks great.