Loading...
HomeMy WebLinkAboutIII (F) Approval and Authorization to Award to Georgetown Enterprises, Inc. in the amount of $409,028.05 for the Construction of the Phase 2 Water Distribution Mains Project Agenda 3-16-99 A' Item III F fy # o a es © o yr'*Of GOO ♦��`S� JAMES W. SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 PHONE(407)656-2322 EXT. 142•FAX(407)656-7835 MEMORANDUM DATE: March 11, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David A. Wheeler, P.E,,Cfq,�/ Assistant City Engineer/Utilities Director • SUBJECT: Phase 2 Water Distribution Main Project Award of Construction Contract On Tuesday, March 8, 1999, bids were received for the Phase 2 Water Distribution Main Project. The work in this project generally includes: Marshall Farms Road: There will be a new 16 inch water main constructed along Marshall Farms Road from north of SR 50 south to the Florida's Turnpike. The new pipeline will connect to the existing 12 inch water main on SR 50 and the 10 inch water main on Marshall Farms Road. This new pipeline is the northern portion of the planned 16 inch extension to the western side of the water distribution system to improve pressure and flow in this portion of the service area. The other four portions of this 16 inch extension are being constructed as a part of the Western Beltway interchange with the Florida's Turnpike, the Brookestone Development, the widening of Maguire Road, and South WTP extension described below. SR 50 Crossings: This project involves two 10 inch crossings along SR 50. The first crossing is to connect the 8 inch and 12 inch pipelines on both sides of Bluford Avenue at the intersection with SR 50. The second crossing is to connect the 10 inch and 12 inch pipelines on both sides of Old Winter Garden Road at the intersection of SR 50. These two connections will improve flow within the distribution system in the east/west direction. Com" THE PRIDE OF WEST ORANGE Geneva Street: This project involves the installation of a 12 inch water main to connect the 12 inch water main installed in the Intersection Improvement Project from Maguire Road/Kissimmee Avenue east to the Stuchi Ditch to the 12 inch water main on Bluford Avenue. Also included in this project is a connection to the 2 inch water main on the north side of Geneva Road that serves the apartments in the northwest corner of the Bluford/Geneva intersection and the installation of a fire hydrant. This connection will also improve flow in the east/west direction in the distribution system and improve pressure and flow and improve fire protection to the apartments. South WTP Connection: Currently, the South WTP has two points of discharge into the distribution system; one north through the Heller Brothers property and across the Florida's Turnpike and the other one goes south into Cross Creek Subdivision. These two pipelines are indirectly connected to the pipeline along the Maguire Road. However, when either one of these pipelines is out of service for maintenance and/or repair various areas in the distribution system experience reduced pressure and inadequate flow. The installation of this new pipeline will provide a direct connection to the pipeline on Maguire Road and allow the system to improve service to our customers. This pipeline is the southern portion of the 16 inch extension to the western portion of the service area. Four of the five contractors prequalified under Continuing Horizontal Construction Services program submitted bids on these projects. Their bids were: CONTRACTOR PHASE 1 WATER MAINS Georgetown Enterprises,Inc. $409,028.05 Phillips& Jordan, Inc. $475,400.99 Wharton-Smith, Inc. $497,000.00 Prime Construction Group,Inc. $528,123.00 Engineer's Estimate $403,253.00 Fossitt Groundwork, Inc. chose not to bid do to workloads on other projects outside the City. The water pipelines were identified in the Water Master Plan as vital to the City's ability to meet current and projected future demands on the City's water system. These five "small" projects will aide in minimizing reduction in pressure and flow at times when repairs are required within the distribution system. The attached letter from PEC, Inc. is a recommendation to award the contracts to Georgetown Enterprises, Inc. in accordance with the base bid option. The project will be funded from the 1997 Utility Bond Issue. The Engineering Staff concurs with PEC's recommendation to award the Phase 2 Water Main Project to Georgetown Enterprises, Inc. for the total of $409,028.05. This construction cost of this project is approximately 1.5 percent higher than the engineer's estimate. The intent is to secure bonds and insurance certificates, execute contract documents, and issue the Notice To Proceed shortly after the first of the year. The construction schedule requires the contractor to be completed within 120 days. Action Items: 1. I recommend that the City Commission authorize the Mayor and City Clerk to execute a contract with Georgetown Enterprises, Inc. in the amount of $409,028.05 for the Phase 2 Water Main Project in accordance with the following steps: • Authorize the Engineering Department to execute the Notices of Intent To Award and secure executed contract documents,bonds and insurance from the contractor. • Authorize the Mayor and City Clerk to execute the contracts with Georgetown Enterprises, Inc. at such time as the contract documents are reviewed for compliance by staff and legal counsel, as needed. DAW/jbw Attachments PEC MAR - 4 I -._ PROFESSIONAL ENGINEERING CONSULTANTS, INC '\ March 3, 1998 0E-293-2.2/1.0 Mr. James W. Shira, P.E. City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 SUBJECT: City of Ocoee Water Distribution Mains - Phase II RE: Recommendation of Award Dear Shira: On Tuesday, March 2, 1998, the City received sealed bids for the referenced project from four (4) contractors. The attached tabulation of bids represents a summary of unit prices provided by each of the bidders. The bid tabulation indicates Georgetown Enterprises, Inc. as the apparent low bidder with a total bid price of$409,028.05. The second apparent low bidder is Phillips and Jordan, Inc. with a total bid price of $475,400.99, and the third apparent low bidder is Wharton-Smith, Inc., with a total bid price of$497,000.00. The highest total bid price is$528,123.000 submitted by Prime Construction Group, Inc. The engineer's construction estimate was $403,253.00. The bid proposals of the three (3) apparent low bidders are complete and properly executed (except as noted on the attached Bid Checklist forms). They have acknowledged receipt of the addendum and have submitted proposals to comply with other City bidding requirements. While these special requirements must be verified by the City, we believe that these bid proposals are in conformance in all material respects to the invitation for bids and are therefore responsive bids. Based upon our review of the submittals from each of the bidders, and with the understanding that these contractors have been pre-qualified for the City's Continuing Construction Services Program, we recommend that the above referenced construction contract be awarded to Georgetown Enterprises, Inc. engineers planners surveyors 200 East Robinson Street • Suite 1560 • Orlando, Florida 32801 • 407/422-8062 • FAX 407/849-9401 Mr. James W. Shira, P.E. March 3, 1999 Page 2 If you have any questions or comments, please contact me at your earliest convenience. Sincerely, PROFESSIONAL ENGINEERING CONSULTANTS, INC. / Arthur R. Austin, P.E., Principal Manager - Environmental Department ARA/cs Attachments: Bid Tabulation Bid Checklists Original Bid Proposals G:\...\082D.LTR cc: Mr. David Wheeler, P.E., City of Ocoee (w/o Bid Proposals) Mr. Ken Hooper, PEC (w/o Bid Proposals) Mr. Geoff Hennessy, PEC (w/o Bid Proposals)