Loading...
HomeMy WebLinkAboutVII (F) Discussion/Action re: Phase I Water Main Project -Award of Construction Contract Agenda 1-05-99 • • _ , Item VII F ` A' o o t; a �of Goo.> 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: December 30, 1998 TO: The Honorable Mayor and Board of City Commissioners FROM: David A. Wheeler, P.E.049'0"/ Assistant City Engineer/Utilities Director SUBJECT: Phase I Water Main Project Award of Construction Contract On Tuesday, December 8, 1998, bids were received for the Phase 1 Water Main Project. The work in this project generally includes: Hackney-Prairie Road: There will be a new 16"water main constructed along Hackney-Prairie Road from the Forest Oaks Water Treatment Plant west to the intersection of Hackney-Prairie Road and Rich Drive. The new pipeline will be connected to the 12"water main that provides water to the Sawmill Subdivision and the 16"water main being constructed with the Remington Oaks Development which will complete the pipeline all along Hackney-Prairie Road to Clarke Road. This pipeline will allow for looping of the discharge pipe from the Forest Oaks WTP, which should aide in the minimization of disruption of service do to a repair on any of the pipelines, and allow the water distribution system to better meet the demands of our customers for increase flows with minimal reduction in pressure. Wurst Road: There will a new 12"water main constructed along Wurst Road from Clarcona-Ocoee Road/Lakewood Avenue to the Jamela Water Treatment Plant. The new pipeline will connect to the 6"water main on Clarcona-Ocoee Road and to the 18"water main that leaves the Jamela WTP property. In addition the new water main will be connected to other 6" and 10"water mains that cross Wurst Road at Little Spring Hill Drive and Adair Avenue. All service connections along the north side of Wurst Road will be transferred to the new water main with the services along the south side staying on the existing pipeline on that side of the street. Additional stubouts will be provided for potential pipeline extensions at other cross streets and eleven additional fire hydrants will be included in this area. DL THE PRIDE OF WEST ORANGE Clarke Road Force Main: Also, included in this project is the flushing, cleaning,pressure testing, and disinfection of the old force main along Clarke Road from the north entrance into the West Oaks Mall to just south of Springmere Drive. This force main will be converted to a reuse pipeline for distribution of reuse water along Clarke Road. This pipeline has not been used since 1992, when Clarke Road was constructed in this area and the new 16" force main installed at that time. This pipeline needs to be cleaned and tested to determine if any rehabilitation of the pipeline is required. If required, any rehabilitation of this pipeline under this contract would be dependent upon scope and dollars. Two of the five contractors prequalified under Continuing Horizontal Construction Services program submitted bids on these projects. Their bids were: CONTRACTOR PHASE 1 WATER MAINS Wharton-Smith, Inc. $392,000.00 Prime Construction Group, Inc. $423,940.00 Engineer's Estimate $352,500.00 Linco, Inc. chose not to bid because of unresolved issues associated with their new owner assuming the existing contract with the City. Fossitt Groundwork, Inc. and Georgetown Enterprises, 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. The use of the old forcemain and conversion to a reuse distribution pipeline was identified in the Reuse Feasibility Study. The attached letter from PEC, Inc. is a recommendation to award the contracts to Wharton-Smith, 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 1 Water Main Project to Wharton-Smith, Inc. for the total of$392,000. This construction cost of this project is approximately 10 percent higher than the engineer's estimate; there were a few items of construction that included most of the difference in costs. In addition,these prices are representative of today's very busy construction market. In addition, there has been planning and conceptual design discussions on roadway improvements for Wurst and A.D. Mims Roads. This project will not affect or be affected by the proposed improvements. The attached memorandum from Jim Shira lists the proposed improvements as conceptually approved by City staff. 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 180 days. Action Items: 1. I recommend that the City Commission authorize the Mayor and City Clerk to execute a contract with Wharton-Smith, Inc. in the amount of$392,000.00 for the Phase 1 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 Wharton-Smith, Inc. at such time as the contract documents are reviewed for compliance by staff and legal counsel, as needed. DAW/jbw Attachments PEC PROFESSIONAL ENGINEERING CONSULTANTS, INC. December 9, 1998 OE-293-1/2-1.0 Mr. James W. Shira, P.E. City of Engineer City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 SUBJECT: City of Ocoee Water Distribution Mains, Phase I RE: Recommendation of Award Dear Mr. Shira: On December 8, 1998, the City received sealed bids for the referenced project from two (2) contractors. The attached tabulation of bids represents a summary of unit prices provided by each of the Bidders. The bid tabulation indicates Wharton-Smith, Inc. as the apparent low bidder with a total bid price of$392,000.00. The second bidder is Prime Construction Group, Inc. with a total bid price of$423,940.00. The Engineer's estimate was $352,580. The bid proposals of both bidders are complete and properly executed (except as noted on the attached Bid Checklist forms). We believe that these bid proposals are in conformance in all material respects to the invitation for bids and are therefore responsive bids. Based on 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 Wharton-Smith, Inc. enarneer, planners surveyors 200 East Robinson Street • Suite 1560 • Orlando, Florida 32801 • 407/422-8062 • FAX 407/849-9401 Mr. James W. Shira, P.E. December 9, 1998 Page 2 If you have any questions or comments, please contact me at your earliest convenience. Sincerely, PROFESSIONAL ENGINEERING CONSULTANTS, INC. A, , /40, Arthur R. Austin, P.E., Principal Manager, Environmental Department ARA/cs Attachments Bid Tabulation Bid Checklists Copy of Bid Proposals G:\...\002D.ROA cc: David Wheeler, P.E., City of Ocoee (w/o Bid Proposals) Ken Hooper, PEC, (w/o Bid Proposals) Geoff Hennessy, PEC, (w/o Bid Proposals) "C ER OF GOOD LIVING-PRIDE OF WEST ORAL\ MAYOR•COMMISSIONER S. SCOTT VANDERGRIFT Ocoee �(► COMMISSIONERS CITY OF O C O EE DANNY HOWELL O �• SCOTT ANDERSON �r� �_•_� Q 150 N.LAKESHORE DRIVE SCOTT OTT A.GLASS C; O 0 OCOEE,FLORIDA 34761-2258 NANCY J.PARKER r`t,, 4-(b (407)656-2322 AN CITY MANAGER fp Of G0p.s` ELLIS SHAPIRO MEMORANDUM DATE: December 14, 1998 TO: File FROM: James W. Shira, P.E., City Engineer/Utilities Director SUBJECT: A.D. Mims Road and Wurst Road Resurfacing Project On Monday 12/14/98 City Manager Shapiro, Bob Smith, David Wheeler and I met to discuss the scope of these projects as they relate to our planned water main construction on A.D. Mims Road. We decided on the following segments and the work to be done in each: Wurst Road Lakewood Avenue to Peters Street If pavement width is 24 feet or more,then add ribbon curb and resurface and restripe. If the pavement width is less than 24 feet, then resurface and restripe only. No swale work in this segment Peters Street to railroad crossing Widen as required to obtain 24 foot wide pavement surface. Add ribbon curb on both sides. Mix new topsoil in swale area to support sod growth. Regrade swale area. Sod swale with bahia sod. Move mailboxes to new edge of pavement. Resurface and restripe. Construct a driveway and sidewalk at the church just east of Adair Street A.D. Mims Rd. Railroad crossing to Apopka-Vineland Road Resurface and restripe. No swale work. No widening. No curb. Add turn lane for Beech Center. Add signalized pedestrian crossing across A.D. Mims at entrance to Beech Center. Engineering is to determine width of all segments ASAP. Engineering to determine whether outside design assistance is needed for Wurst Road. If not, prepare description of work and advertise for bids. If so, prepare fee proposal request for three continuing engineers for design. Engineering to prepare design services fee proposal request for turn lane and pedestrian crossing signal at Beech Center. cc: Ellis Shapiro, City Manager Robert Smith, Public Works Director David Wheeler, Assistant City Engineer/Utilities Director