HomeMy WebLinkAbout1997 12 08 Consent Item A
COMMISSION AGENDA
ITEM
A
REGULAR
CONSENT X
INFORMATIONAL
J2.~b.eLR,_l22.L
Meeting
MGLR\w" IDEPT Jff
Authorization
REQUEST: Public Works Department/Utility Division Requesting Authorization to
Enter Into a Contract Agreement for Reclaimed Water System
Improvements to the East Water Reclamation Facility.
PURPOSE: The purpose of this Board item is to request authorization to enter into a contract
agreement with Encore Construction Company for reclaimed water system
improvements to the East Water Reclamation Facility at a cost of$I,065,400.00
plus a 10% contingency.
CONSIDERATIONS:
This project is needed to complete the required improvements to the East Water
Reclamation Facility which will allow us to take the next step towards building the
distribution system necessary to provide reclaimed water to residents. The installation of
a reclaimed water distribution system reduces the demand on our potable water system
and the groundwater supply.
Bids for this project were opened on October 29, 1997 under Bid #98-004. The
low bidder was Encore Construction Company of Altamonte Springs with a low bid of
$1,065,400.00. Encore Construction Company has not previously performed work for
the City. Our consulting engineer has reviewed the references and has no objection to
awarding the bid to Encore Construction Company. The CPR review letter is attached.
The scope of work for this project includes replacement ofthe chlorine contact
chamber, a new transfer pump station, a new distribution pump station, installation of
December 8, 1997
Consent Agenda Item A
Page2_
transfer and distribution piping within the plant site, removal of one storage pond, and the
relining ofthe second pond to create a reject storage pond. Upon completion, all facilities at the
treatment plant will be capable of operating on the emergency generator. This project will also
eliminate the storage of reclaimed water in open ponds. The open storage has adversely
impacted the water quality of the reclaimed water by allowing algae and snails to form which
ultimately can clog residential irrigation systems.
FUNDING:
This project is included in the 1997 Utility Construction Fund budget at an
estimated cost of$1,500,000. The bid cost is $1,065,400.00 which is within budget. The
funds for this project will be expended within 240 days of issuance ofthe Notice To
Proceed.
RECOMMENDATION:
I am recommending that authorization be given to enter into a contract agreement
with Encore Construction Company for reclaimed water system improvements to the East
Water Reclamation Facility at a cost of$I,065,400.00 plus a 10% contingency payable
from the 1997 Utility Construction Fund.
IMPLEMENTATION SCHEDULE:
This work will be completed within 240 days of issuance of a Notice To Proceed.
It is estimated funds will be expended by September 30, 1997. We expect minimal
disruption of our ability to provide wastewater treatment and a reclaimed water supply
during this project. Construction traffic will generally be traveling on Winter Springs
Boulevard and not on residential streets.
December 8, 1997
Consent Agenda Item A
Page3_
ATTACHMENTS:
1. Agreement Form
2. City Clerk Bid #98-004 Tabulation
3. Consultants Recommendation
COMMISSION ACTION:
Attachment No. 1
CONTRACT FOR CONSTRUCTION
TillS AGREEMENT MADE TillS DAY OF December, 1997 between the CITY OF
WINTER SPRlNGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County,
State of Florida, herein referred to as Owner and Encore Construction Companv, State of Florida, herein
referred to as Contractor, a person duly licensed as a Contractor in the State of Florida, as follows:
1. DESCRIPTION OF 'YORK - Contractor shall perform the work, in accordance with the Contract
Documents, at 1126 East S.R. 434, Winter Springs, Florida 32708 for: the Reclaimed Water
Improvements Project: Contract B.
2. 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 are incorporated into this Contract by
this reference.
3. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that tim~ 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 recognized the delays, expense, and difficulties involved in proving
in a legal or 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 4 for final completion until the
work is finally complete, and that Owner has paid to Contractor the consideration often ($10.00) dollars
as consideration for this provision.
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 One Million Sixty Five Thousand Four Hundred Dollars ($1.065.400).
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. PROGRESS PAYMENTS - Owner shall make progress 'payments on account of the contract
price to contractor, on the basis of application for payments submitted to Conklin, Porter, & Holmes
Engineers, Inc. by Contractor as the work progresses, and in accordance with the Contract Documents.
Progress payments may be withheld if:
(A) Work is found defective and not remedied;
(B) Contractor does not make prompt and proper payments to subcontractors;
(C) Contractor does not make prompt and proper payments for labor, materials, or equipment
furnished him;
(D) Another Contractor is damaged by an act for which Contractor is responsible;
(E) Claims or liens are filed on the job; or
(F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily.
7. FINAL PAYMENT - Owner shall withhold 10% of the Contract Price which shall be the [mal
payment under this contract. Owner shall make final payment to Contractor within thirty (30) days after
the work is fully and properly completed, if the contract has been fully and timely performed, but subject
to the condition that final payment shall not be due until Contractor has delivered to Owner a complete
release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials
and equipment for which a lien could be filed, or in the alternative a bond satisfactory to owner
indemnifying him against such claims.
By making payments Owner does not waive claims including by not limited to those relating to:
(A) Faulty work appearing after substantial completion has been granted;
(B) Work that does not comply with the Contract Documents;
(C) Outstanding claims ofliens; or
(D) Failure of Contractor to comply with any special guarantees required by the Contract Documents.
Contractor, by accepting [mal payment, waives all claims except those which he has previously made in
writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract.
8. DESIGNATION OF PROJECT DIRECTOR OR ARCmTECT OR ENGINEER: DUTIES
AND AUTHORITY - The duties and authority of the City are as follows:
a. General Administration of Contract. The primary function of the City is to provide the
general administration of the contract. In performance of these duties Kipton Lockcuf, P.E.
Public WorkslUtility Director, is the City's Project Director during the entire period of
construction. The Owner (City) may change the Project Director during the .term of this
contract.
b. Inspections. Opinions. and Progress Reports. The Owner shall be kept familiar with the
progress and quality of the work by Contractor and may make periodic visits to the work site.
The Owner will not be responsible for the means of construction, or for the sequences,
methods, and procedures used therein, or for the Contractor's failure to perform the work in
accordance with the Contract Documents.
c. Access to Worksite for Inspections. The Owner shall be given free access to the worksite at
all times during work preparation and progress. The Project Director is not obligated to make
exhaustive or continuous on site inspections to perform his duties of checking and reporting on
work progress, and any such inspections shall not waive Owner's claim regarding defective
work by Contractor.
d. Internretation of Contract Documents: Decisions on Disputes. The Owner will be the initial
interpreter of the contract document requirements, and make decisions on claims and disputes
between Contractor and Owner.
2
e. Reiection and Stoppage of Work. The Owner shall have authority to reject work which in its
opinion does not conform to the Contract Documents, and in this connection may stop the work
or a portion thereof; when necessary.
f. Payment Certificates. The Owner will determine the amounts owing to Contractor as the
work progresses, based on Contractor's applications and Owner's inspections and observations,
and will issue certificates for progress payments and fmal payments in accordance with the
terms of the Contract Documents.
9. RESPONSmILITIES OF OWNER - Contractor's duties and rights m connection with the
project herein are as follows:
a. Responsibility for Supervision and Construction. Contractor shall be solely responsible for
all construction under this contract, including the techniques, sequences, procedures, and
means, for the coordination of all work. Contractor shall supervise and direct the work, and
give it all attention necessary for such proper supervision and direction.
b. Discipline and Employment. Contractor shall maintain at all times strict discipline among
his employees, and he agrees not to employ for work on the project any person unfit or without
sufficient skill to perform the job for which he was employed.
c. Furnishing: of Labor. Materials. etc. Contractor shall provide and pay for all labor, materials
and equipment, including tools, construction equipment and machinery, utilities, including
water, transportation, and all other facilities and services necessary for the proper completion
of work on the project in accordance with the Contract Documents.
d. Payment of taxes: Procurement of Licenses and Permits. Contractor shall secure all licenses
and permits necessary for proper completion of the work, paying the fees therefor. Contractor
warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents)
hold or will secure all trade or professional licenses required by law for contractor to under
take the contract work.
e. Contractor will provide written guarantee for work and materials for one (1) calendar year
after acceptance by Owner.
10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in
accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract
Documents.
11. 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 thereunder shall be filed in the Circuit or County Court for Seminole County, Florida.
12. NOTlCES- Any notice or approval under this Contract shall be sent, postage prepaid, to the
applicable party at the address shown on the first page of this Contract.
3
Signed, Sealed and delivered
in the presence of:
Contractor:
Name:
Address and Telephone
Date
OWNER:
CITY OF WINTER SPRINGS
By: Ronald W. McLemore
CITY MANAGER
1126 East State Road 434
Winter Springs, Florida 32708
(407) 327-1800
4
Attachment No. 2
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS. FLORIDA 32708-2799
Telephone (407) 327-1800
Project Title: CONTRACT B
RECLAIMED WATER SYSTEM IMPROVEMENTS
EAST WRF
Bid Number: 98-004
Bid Opening Date: OCTOBER 29, 1997
The bid opening was called by: J.P. PETRENCSIK
Bid Opened: 2:04 P.M.
Bid Closed: 2:14 P.M.
Present as witness:
TERRY ZAUDTKE, CONSULTING ENGINEER
DOUG TAYLOR, UTILITIES SUPERINTENDENT
JAMIE HERRING, SUPERVISOR, PARKS & RECREATION
RUBEN MORR, MAINTENANCE, PARKS & RECREATION
ANDREA LORENZO-LUACES, DEPUTY CITY CLERK
Bid Bond Required: Yes
Performance Bond Required: Yes
Tell (10) Bids Received:
1. CENSTATE CONTRACTORS, INC.
POST OFFICE DRAWER 552
WINTER HAYEN, FLORIDA 33882
IN THE AMOUNT OF $1,125,000.00
ALTERNATE B: $45,000.00
ALTERNATE C: $13,000.00
Project Title: CONTRACT B
RECLAIMED WATER SYSTEM IMPROVEMENTS
EAST WRF
Bid Number: 98-004
Bid Opening Date: OCTOBER 29, 1997
Page 2 of 4
2. GIBBS & REGISTER, INC.
438 NORTH DILLARD STREEt'
WINTER GARDEN, FLORIDA 34787
IN TIIE AMOUNT OF $1,780,000.00
ALTERNATE B: $40,000.00
ALTERNATE C: $40,000.00
3. PRIME CONSTRUCTION GROUP, INC.
POST OFFICE BOX 590507
ORLANDO, FLORIDA 32859-0507
IN TIIE AMOUNT OF $1,108,800.00
ALTERNATE B: $20,000.00
ALTERNATE C: $14,000.00
4 SUNSHINE BUILDING AND DEVELOPMENT CORPORA nON
POST OFFICE BOX 180958
CASSELBERRY, FLORIDA 32718-0958
IN TIIE AMOUNT OF $1,360,672.00
AL TERNA TE B: $88,335.00
ALTERNATE C: NONE
5. MET-CON, INC.
POST OFFICE BOX 910
COCOA, FLORIDA 32923
IN TIIE AMOUNT OF $1,540,000.00
ALTERNATE B: $69,000.00
ALTERNATE C: $34,000.00
,
. . - ~ -. - ....... _...- . .
Project Title: CONTRACT B
RECLAIMED WATER SYSTEM IM:PROVEMENTS
EAST WRF
Bid Number: 98-004
Bid Opening Date: OCTOBER 29, 1997
Page 3 of 4
6. MARTIN K. EBY CONSTRUCTION COMPANY, INe.
7285 ESTAPONA CIRCLE
FERN PARK, FLORIDA 32730
IN THE AMOUNT OF $1,217,000.00
ALTERNATE B: $50,000.00
ALTERNATE C: $13,000.00
7. WHARTON-SMITH, INe.
750 COUNTY ROAD 15
POST OFFICE BOX 471028
LAKE MONROE, FLORIDA 32747-1028
IN THE AMOUNT OF $1,247,000.00
ALTERNATE B: $45,000.00
ALTERNATE C: $15,000.00
8. McMAHAN CONSTRUCTION COMPANY, INe.
123 EAST INDIANA A VENUE
POST OFFICE BOX 967
DELAND, FLORIDA 32721-0967
IN THE AMOUNT OF $1,169,000.00
AL TERNA TE B: $50,000.00
ALTERNATE C: $14,000.00
9. SPEEGLE CONSTRUCTION, INe.
POST OFFICE BOX 2089
COCOA, FLORIDA 32923
IN THE AMOUNT OF $1,243,700.00
ALTERNATE B: $50,687.00
ALTERNATE C: $14,391.00
Project Title: CONTRACT B
RECLAThIED \V A TER SYSTElVI IMPROVEMENTS
EAST \VRF
Bid Number: 98-004
Bid Opening Date: OCTOBER 29,1997
Page 4 of 4
10. ENCORE CONSTRUCTION COMPANY
377 MAITLAND A VENUE
SUITE 207
ALTAMONTE SPRINGS, FLORIDA 32701
IN THE AMOUNT OF $1,065;400.00
AL TERNA TE B: $46,000.00
ALTERNATE C: $15,400.00
. ~ ' . C\ /
\ !J~ ~~\.'-() ~
'---../' \ / I .___
Andrea Lorenz~cices, Deputy City Clerk
copy: Mr. Kip Lockcuff, Utility/Public Works Director
Mr. Terry Zaudtke, Consultant Engineer
Mr. J.P. Petrencsik, Director of Purchasing
BIDSlresultslty98198-004.doc
Attachment No. 3
Conklin, ~orter and Holmes
@ ~ ENGINEERS,INC.
a 1104 E. ROBINSON STREET
ORLANDO, FLORIDA 32801
TEL 407-425'()452
FAX #407-648-1038
November 21, 1997
Mr. Kipton Lockcuff, P. E.
Utilities Director
City of Winter Springs
lION. Flamingo Road
Winter Springs, Florida 32708
RE: City of Winter Springs - Contract B - Reclaimed Water System Improvements
Bid No. 98-004
CPR Project No. 'V0449.01
Dear Kip:
On Wednesday, October 29, 1997, the City received bids for Contract B for the East Water
Reclamation Facility. Copies of the bids were provided to us for review.
The following is a summary of the bidders and their associated bid prices:
Contractor Base Bid Price
Encore Construction $1 ,065,400.00
Prime Construction Group, Inc. $1,108,800.00
Censtate Contractors $1,125,000.00
Engineer's Estimate of Probable Construction $1,363,683.00
Cost
A full bid tabulation is provided for your review. The average of all bids was $1,285,657.00
and of the three lowest bidders $1,099,733.00. The bids were all very close with only four (4)
percent separation between the two lowest bidders. There was also excellent participation on
this bid which is reflected in the bid prices received.
Encore Construction has not performed previous work for the City. A thorough 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 five references with similar size and type
Conklin, ~orter and Holmes
@ ~ ENGINEERS,'NC.
o 1104 E. ROBINSON STREET
ORLANDO. FLORIDA 32801
TEL 407-425-0452
FAX #407-648.1036
projects and all references received were very positive. References spoke higWy of their
timeliness, cooperation and project cleanup.
It was decided jointly by City Staff and CPH that we would proceed with the acceptance of the
base bid and not pursue the deductive alternate at this time.
In summary, we have no objection to the City's award of this project to Encore Construction
based on available information and their revised base bid price of $1,065,400.00.
If you have any questions, please give me a call.
Sincerely,
CONKLIN, PORTER & HOLMES - ENGINEERS, INC.
Terry . Z e, P.E., DEE
Senior Vice President
TMZ/ja
W04490l.LOC/d5
, ;','
, .
~ .
. .,:.~ . ;~'~; .:.:., , :
CONTRACTOR
BID
ITEM
A
B
C
Description
Base Bid
Deductive A1ternate-HDPE
Deductive Alternate-PPE
Bid Bond
Addendum 1
Addendum 2
- >.::
..
..;"'
~ i
:'.
Encore
Construction
A1tamonte
Bid
Amount
1,065,400.00
46,000.00
15400.00
Yes
Yes
Yes
,,";' .'-., "~" ': ." .'-.': .:...
. '. BID TABULATION,
" .' CiTY.OF WINTER'SPRINGS
PROJECT: Contract B " Reclaimed Wai~tSy~tenl,lmprovements Bid No. 98-004
...., ., ~1t>;bATE: 9ctob~r,29,1997' '. .
, " . "L:<..
Prime Constr.
Group
Orlando
Bid
Amount
1,108,800.00
20,000,00
14,000.00
Yes
Yes
Yes
Censtate
Contractors
Winter Haven
Bid
Amount
1,125,000.00
45,000.00
13000.00
Yes
Yes
Yes
McMahon
Construction
Deland
Bid
'Amount
1,169,000.00
50,000.00
14,000.00
Yes
Yes
Yes
Eby
Construction
Fern Park
Bid
Amount
1,217,000.00
50,000.00
15.000.00
Yes
Yes
Yes
Speegle
Construction
Cocoa
Bid
Amount
1,243,700.00
50,687.00
14,391.00
Yes
Yes
Yes
Wharton
Smith
Lk.Monroe
Bid
Amount
1,247,000.00
45,000.00
15,000.00
Yes
Yes
Yes
Sunshine
Building
Casselberrv
Bid
Amount
1,360,672.00
88,335.00
None
Yes
Yes
Yes
., :". .' .. ;:",~...
Metcon
Inc.
Cocoa
Bid
Amount
1,540,000.00
69,000.00
34,000.00
Yes
Yes
Yes
Gibbs and
Register
Winter Garden
Bid
Amount
1,780,000.00
40,000.00
40,000.00
Yes
Yes
Yes