HomeMy WebLinkAbout1997 01 13 Consent Item A
COMMISSION AGENDA
ITEM
A
REGULAR
CONSENT X
INFORMATIONAL
January 13, 1997
Meeting
MGRJtwV1 /DEPT fl 1-
Authorization
REQUEST: Utility Department Requesting Authorization to Enter Into a Contract
Agreement for Water Main and Roadway Improvements
PURPOSE: The purpose ofthis Board item is to request authorization to enter into a contract
agreement with Sunshine Building and Development Corp, for Water Main and
Roadway Improvements at a cost of$462,030.95 plus 10% contingency.
CONSIDERATIONS:
This project is needed upgrade the water distribution system and correct roadway
deficiencies in the N ortb Orlando Fourth Addition subdivision. This area, also known as
Meadowlark, is bounded by Sherry Avenue on the west, George Street to the north, Wade
Street on the east and S.R. 434 on the south. The water.distribution system does not meet
current fire protection standards and the location of the water mains in the rear yards
makes repairs and meter reading very difficult.
Portions of the roads in this neighborhood were built without underdrains and the
current high groundwater table has damaged the pavement and created hazards on the
sidewalks where groundwater seepage encourages algae growth. The water distribution
system and road infrastructure was constructed in approximately 1960 to 1969.
The project was advertised for bids as Bid #97-001. Bids were opened on
December 4, 1996 with seven bidders submitting bids. The low bidder was Sunshine
Building and Development Corp. of Casselberry with a bid of$462,030.95 of which
$386,098.29 is the water main portion and $75,616.66 is for the underdrains.
January 13, 1997
Consent Agenda Item A
Page .1
Sooshine Building and Development has satisfactorily completed numerous
projects for the City in the past and is currently completing the reclaimed water
distribution project on MacGregor Road and on Boxwood Circle. The Deputy City
Clerk's bid summary is attached as is the bid review and itemization by CPR.
FUNDING:
The funding sources for this $462,030.95 project will be two separate funds;
$386,098.29 from the Utility Enterprise Food (3600-56310) and $75,932.66 from the
Transportation Improvement Food (104-56310). The Utility FY 1996/1997 budget
included $350,000 in the capital improvements line code for this project. The additional
$36,098.29 needed for this project is available in the capital improvements line code due
to the fact that the $150,000 Tuskawilla Road Utility Improvements project will not be
constructed this fiscal year.
There is $50,000 budgeted in the Transportation Improvement Food capital
improvements budget for this ooderdrain project. The additional $25,932.66 needed is
available in the capital improvements line code due fact that the $40,000 budgeted for
Public Works compoood design is not anticipated to being utilized this fiscal year. The
funds for this project will be expended within 150 days of approval.
RECOMMENDATION:
It is recommend that authorization be given to enter into a contract agreement
with Sooshine Building and Development Corp. for Water Main and Roadway
Improvements at a cost of$462,030,95 plus 10% contingency. The funding sources
would be $386,098.29 from the Utility Enterprise Food (3600-56310) and $75,932.66
from the Transportation Improvement Food (104-56310).
January 13, 1997
Consent Agenda Item A
Pagel
IMPLEMENTATION SCHEDULE:
The contract period for this project is 120 days from the Notice To Proceed. We
expect that construction will begin in mid-February. Prior to construction, residents will
be invited to a public meeting to discuss the project and answer any questions. Once this
project is completed, the entire subdivision is scheduled for repaving as part of our
resurfacing contract which is separate form this project.
ATTACHMENTS:
1. Agreement Form
2. Deputy City Clerk Bid #97-001 Tabulation
3. CPH Bid Review and Cost Tabulation
COMMISSION ACTION:
Attachment No. 1
SECTION 00500
AGREEMENT FORM
1.
GENERAL
1.01
THIS AGREEMENT, made this _ day of
(1) the City of Winter Sorinas
(2)
(3)
, 1992, by and between
, hereinafter called the Owner, and
doing business as a
, and hereinafter called the Contractor.
1.02
WHEREAS, the OWNER and CONTRACTOR are desirous of entering into an Agreement for
construction 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. 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 North Orlando Fourth Edition Water Main
Imorovements.
3, Contract Time - The CONTRACTOR shall begin work within 10 days after the issuance of
a written Notice to Proceed and shall complete the work within one hundred twenty(120)calendar days
from the date of the Notice to Proceed,
4. Liquidated Damaqes - 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
$250.00 for each day that expires after the time specified in Paragraph C for final completion until the
work is finally complete.
5. Contract Price - The OWNER will pay the CONTRACTOR in current funds for the performance
of the work, subject to additions and deductions by Change Order and subject to the Measurement and
Payment Provisions (Section 01150), and subject to actual constructed quantities; the Total Contract
Price of . ($ ). Payments will be made
to the CONTRACTOR on the basis of the Schedule of Unit Prices included as a part of his/her Bid,
which shall be as fully a part of the Contract as if attached or repeated herein.
6, Payments - The Owner will make payments as provided in the General Conditions and
Supplementary Conditions.
7. Enqineer - 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.
(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-~.
Attachment No. 2
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708-2799
Telephone (407) 327-1800
PROJECT TITLE: North Orlando Fourth AdditionlWater Main Improvements
BIDNUMBER: 97-001
BID OPENING DATE: December 4. 1996
The bid opening was called by: Nancy Vobornik
Title and Time: Purchasing Secretary
Bid opening was closed:
2:02 p,m.
2:14o,m.
Present as witness:
Alan HilL Public Works Ooerations Suoervisor
Terry Zaudtke. Consulting Engineer
Don LeBlanc. Land Management Specialist
Bid Bond Required:
YES
Performance Bond Required: YES
------------------------------------------------------------------------------------------------------------------------------
Seven Bids Received:
l.Linco Construction, Inc., P,O, Box 916015, Longwood, FL 32791-6015
in the amount of$573,750.00.
2. Speegle Construction, Inc. P.O. Box 2089, Cocoa, FL 32923
in the amount of$553,000.00
3. JCB Construction, Inc,; 6239 Edgewater Drive, Suite D-I0, Orlando, FL 32810
in the amount 0[$747,518.20.
4, Esterson Construction Company, Inc., 794 Big Tree Drive, Suite 108, Longwood, FL 32750
in the amount 0[$602,191.00.
5. Masci Construction, Inc., 2750 S. Ridgewood Ave., Suite B3, S. Daytona, FL 32119
in the amount 0[$576,985.00.
6. Sunshine Building and Development Corp., P.O. Box 180958, Casselberry, FL 32718-0958
in the amount of$462,030.95.
7. Prime Construction Group, Inc., P.O. Box 590507, Orlando, FL 32859-0507
in the amount 0[$538,790.00.
JIlaA-~1!d,:dJ-
Martha Jenk' , Deputy City Clerk
cc: Utility Department
City Manager
Purchasing Department
Attachment No. 3
Conklin, ~orter and Holmes
@ ~ ENGINEERS, INC.
a 1104 E. ROBINSON STREET
ORLANDO, FLORIDA.32801 -2092
TEL 407-425-0452
FAX # 407-648- 1036
December 5, 1996
Kipton D. Lockcuff, P .E.
Director of Utilities
City of Winter Springs
110 N. Flamingo Avenue
Winter Springs, Florida 32708
RE: City of Winter Springs
North Orlando Fourth Addition Water Main Improvements
Bid No. 97-001
CPR Project No. W0452.00
Dear Kip:
On Wednesday, December 4, 1996, the City received bids for the North Orlando Fourth Addition
Water Main Improvements. Copies of the bids were made and provided to us for review.
The following is a summary of the three lowest bidders and their associated bid prices:
... ..-. .. ". ................'....... ..................,...... ....................,.......-.-...... . .. . . .-... . ....
Sunshine Building & Development $ 462,030,95
Prime Construction $ 538,790.00
Speegle Construction $ 553,000,00
Engineer's Estimate of Probable Construction
Cost $ 481,740,00
A complete bid tabulation of all bids received is attached for your information.
As can be seen in the summary, seven competitive bids were received. The apparent low bidder
was 16 percent lower than the next lowest competitor.
Conklin, ~orter and Holmes
ENGINEERS, INC.
a 1104 E, ROBINSON STREET
@ rm ORLANDO, FLORIDA.32801-2092
F TEL 407-425-0452
FAX #407-648-1036
Sunshine Building and Development has previously performed work for the City. Their
underground utility work has been satisfactory and completed within schedule. 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. No mathematical errors or mistakes were found in our
review of the submitted bids.
In summary, we have no objection to the City's award of this project to Sunshine Building and
Development based on available information and their base bid price of$462,030.95.
If you have any questions, please give me a call.
Sincerely,
TMZ/aml
Enclosure: Bid Tabulations
W0452300.loc/tmzJd3
')
CONTRACTOR
BID Description Unil Quantity Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Unil Total Unit Total
ITEM Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost
1 Mobffizationl Demob LS 20,177.00 20,177.00 48,000.00 48,000.00 46,770.00 46.770.00 50,000.00 50,000.00 25,000.00 25,000.00 15,000.00 15,000.00 56,202.00 56,202.00 15,000.00 15,000.00
2 PVC Water Main
2-inch LF 260 7.68 1,996.80 3.00 780.00 5.00 1,300.00 4.00 1,040.00 10.00 2.600.00 5.00 1,300.00 5.70 1.482.00 4.00 1,040.00
6-lnch LF 4200 8.42 35,364.00 7.00 29,400.00 10.00 42,000.00 14.00 58,800.00 17.00 71,400.00 12.70 53.340.00 8.27 34,734.00 8.00 33,600.00
8-lnch LF 3750 10.87 40,762.50 9.00 33,750.00 14.00 52,500.00 16.00 60,000.00 20.00 75,000.00 16.70 62,625.00 10.83 40,612.50 12.00 45.000.00
12-inch LF 1300 15.52 20.176.00 15.00 19,500.00 21.00 27,300.00 22.00 28,600.00 24.00 31,200.00 20.00 26,000.00 18.24 23,712.00 15.00 19,500.00
3 Ductile Iron Pipe
6-lnch LF 1200 12.10 14.520.00 12.00 14,400.00 15.00 18.000.00 18.00 21,600.00 21.00 25.200.00 19.20 23.040.00 14.25 17,100.00 12.00 14.400.00
6-lnch LF 1350 14.20 19.170.00 14.00 18.900.00 18.00 24.300.00 19.00 25,650.00 22.00 29,700.00 21.40 28.890.00 19.38 26,163.00 16.00 21,600.00
12-lnch LF 80 20.76 1,660.80 30.00 2,400.00 28.00 2.240.00 27.00 2.160.00 35.00 2,800.00 30.50 2.440.00 29.64 2.371.20 20.00 1,600.00
4 Gate Valve wlbox
6-lnch EA 11 479.64 5,276.04 450.00 4,950.00 500.00 5.500.00 465.00 5,115.00 750.00 8,250.00 380.00 4.180.00 570.00 6,270.00 500.00 5,500.00
6-lnch EA 10 664.40 6,644.00 650.00 6,500.00 750.00 7,500.00 635.00 6.350.00 950.00 9,500.00 525.00 5,250.00 941.00 9.410.00 1.000.00 10,000.00
12-lnch EA 2 1,194.50 2,389.00 1,200.00 2,400.00 1,250.00 2,500.00 1,115.00 2.230.00 1.400.00 2,800.00 960.00 1,920.00 1,596.00 3,192.00 1.500.00 3,000.00
2-lnch Blow-off EA 2 324.00 648.00 300.00 600.00 300.00 600.00 300.00 600.00 1,500.00 3,000.00 150.00 300.00 684.00 1,368.00 500.00 1,000.00
5 Fillings TN 3 6.064.67 18,194.01 10,000.00 30.000.00 3.500.00 10.500.00 5,300.00 15.900.00 3.000.00 9,000.00 8,252.00 24.756.00 7.000.00 21.000.00 4.500.00 13,500.00
6 Testing & Disinfection LS 1 1,007.00 1,007.00 500.00 500.00 2.500.00 2.500.00 5,000.00 5.000.00 3.000.00 3,000.00 1,000.00 1,000.00 3.450.00 3.450.00 2,000.00 2.000.00
7 Steel Casing LF 10 80.50 805.00 40.00 400.00 70.00 700.00 75.00 750.00 100.00 1,000.00 35.00 350.00 80.00 800.00 100.00 1.000.00
8 Pvc Casing Pipe
2-lnch LF 2300 4.43 10.189.00 12.00 27.600.00 4.00 9,200.00 12.00 27.600.00 3.00 6.900.00 2.00 4.600.00 14.82 34,086.00 4.00 9,200.00
4-lnch LF 100 4.06 406.00 20.00 2,000.00 8.00 800.00 16.00 1,600.00 20.00 2.000.00 2.50 250.00 22.80 2.280.00 5.00 500.00
9 Tapping sleeve Conn.
6-lnch EA 1 1,360.00 1.360.00 1,700.00 1.700.00 2.000.00 2.000.00 1,800.00 1,800.00 2,000.00 2,000.00 1,300.00 1,300.00 2.052.00 2.052.00 1.500.00 1,500.00
6-lnch EA 3 1,598.33 4,794.99 1,900.00 5,700.00 2.500.00 7.500.00 2,500.00 7,500.00 2.500.00 7.500.00 1,700.00 5,100.00 2,622.00 7.866.00 2.000.00 6,000.00
Type B 6-inch EA 1 1.360.00 1.360.00 2.000.00 2,000.00 2,800.00 2,800.00 2,500.00 2,500.00 3,000.00 3.000.00 1.700.00 1,700.00 2,052.00 2,052.00 2,500.00 2,500.00
10 Connections to existing
6-lnch EA 1 262.00 262.00 400.00 400.00 2.000.00 2.000.00 1,000.00 1.000.00 2,000.00 2,000.00 500.00 500.00 2.280.00 2,280.00 500.00 500.00
12-inch EA 1 439.00 439.00 500.00 500.00 2.400.00 2,400.00 1,200.00 1,200.00 3,000.00 3,000.00 750.00 750.00 4.104.00 4,104.00 500.00 500.00
11 Jumper IIR EA 4 495.25 1,981.00 700.00 2,800.00 1.000.00 4.000.00 950.00 3,800.00 1.000.00 4,000.00 375.00 1,500.00 1.482.00 5,928.00 500.00 2.000.00
12 Fire Hydrants EA 15 1,578.73 23,680.95 1.600.00 24,000.00 1,750.00 26,250.00 1,800.00 27,000.00 1,900.00 28,500.00 1,550.00 23.250.00 2,166.00 32.490.00 2.000.00 30.000.00
13 Water Services
Short single EA 16 389.31 6,228.96 250.00 4,000.00 475.00 7,600.00 300.00 4.800.00 250.00 4.000.00 410.00 6,560.00 465.00 7.440.00 250.00 4,000.00
Long single EA 13 544.00 7,072.00 500.00 6,500.00 500.00 6.500.00 315.00 4,095.00 325.00 4,225.00 470.00 6,110.00 616.00 8.008.00 500.00 6.500.00
Short double EA 44 595.91 26.220.04 350.00 15.400.00 525.00 23.100.00 540.00 23.760.00 300.00 13,200.00 650.00 28,600.00 993.00 43.692.00 500.00 22.000.00
Long double EA 60 731.17 43,870.20 550.00 33,000.00 600.00 36,000.00 550.00 33.000.00 350.00 21.000.00 790.00 47,400.00 1,246.00 74,760.00 700.00 42,000.00
14 R&R Asphalt SY 2000 16.30 32,600.00 15.00 30,000.00 25.00 50,000.00 19.50 39,000.00 27.00 54,000.00 17.00 34,000.00 25.59 51,180.00 15.00 30,000.00
15 Concrete Drives SY 2000 20.08 40,160.00 28.00 56,000.00 25.00 50.000.00 20.00 40.000.00 24.00 48,000.00 28.50 57,000.00 25.94 51,880.00 20.00 40,000.00
16 Concrete curb & gutter LF 750 10.18 7.635.00 17.00 12,750.00 12.00 9,000.00 10.00 7,500.00 12.00 9.000.00 12.00 g,OOO.OO 16.53 12,397.50 10.00 7.500.00
17 Sidewalk SY 240 22.85 5.484.00 26.00 6,240.00 16.00 3,840.00 14.00 3,360.00 25.00 6,000.00 37.50 9,000.00 27.65 6,636.00 20.00 4,800.00
18 Storm MH EA 1 1,925.00 1.925.00 2,200.00 2,200.00 2,000.00 2,000.00 730.00 730.00 2,000.00 2,000.00 2,000.00 2,000.00 1,824.00 1,824.00 2,500.00 2.500.00
19 Connection 10 Storm M EA 7 132.14 924.98 300.00 2,100.00 500.00 3,500.00 350.00 2.450.00 500.00 3,500.00 250.00 1.750.00 798.00 5,586.00 200.00 1,400.00
20 6-lnch underdraln LF 3680 14.07 51,777.60 24.00 88.320.00 15.00 55,200.00 15.00 55,200.00 12.00 44,160.00 30.00 110,400.00 37.65 138.552.00 20.00 73.600.00
21 6-lnch UD cleanouts EA 26 178.08 4,630.08 100.00 2,600.00 100.00 2,600.00 60.00 1.560.00 175.00 4,550.00 25.00 650.00 171.00 4.446.00 250.00 6.500.00
22 Remove VCP LS 1 240.00 240.00 500.00 500.00 2 500.00 2 500.00 500.00 500.00 5 000.00 5 000.00 380.00 380.00 112.00 112.00 500.00 500.00
Total $462,030.95 5538,790.00 5553,000.00 5573.750.00 $576.985.00 $602,191.00 $747.518.20 $481,740.00
Addendum 1 YES YES YES YES YES YES YES N/A
Addendum 2 YES YES YES YES YES YES YES N/A
Bid Bond YES YES YES YES YES YES YES N/A