HomeMy WebLinkAboutIII(D) Approval And Authorization To Award Construction Contract To Wharton-Smith For Phase I Capital Improvement Propgram Projects And Miscellaneous Rehabilitation Projects Agenda 11-03-98
Oc•ee Item III D
•
O' `��F G JAMES W. SHIRA,P.E.
00
CITY ENGINEER/UTILITIES DIRECTOR
150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761
PHONE(407)656-2322 EXT. 142•FAX(407)656-7835
MEMORANDUM
DATE: October 27, 1998
TO: The Honorable Mayor and Board of City Commissioners
FROM: David A. Wheeler, P.E. ?f,,✓
Assistant City Engineer/Utilities Director
SUBJECT: Phase I Capital Improvement Program Group 3 Projects
Project Nos. 4,20,21,26, and 27
and
City of Ocoee Miscellaneous Rehabilitation Projects
Award of Construction Contract
On Thursday, October 22, 1998, bids were received for CIP Projects No. 4, 20, 21, 26 and 27,the
Group 3 Projects, and the City of Ocoee Miscellaneous Rehabilitation Projects. The work in these
projects generally includes:
Group 3 Projects:
#4 - The rebuild of the ribbon curbs and asphalt overlay of a portion of Kimball Drive around the
intersection with Sabrina Drive.
#20 - The removal and relaying of the stormwater collection system along Little Spring Hill Drive
from Northern Durango Avenue to Fort Collins Court and the replacement of the sidewalk, curb and
roadway.
#21 - Installation of an additional catch basin on Windswept Court including the installation of a yard
drain on the property at 1138 Windswept Court and the replacement of the driveway approach and
moving of the sidewalk to within the city right-of-way.
#26 -Raising and reconstruction of two stormwater inlets on Lakeview Drive and the replacement of
the asphalt roadway between the inlets.
#27 - Raising and reconstruction of one stormwater manhole and the connecting pipelines on Nancy
Ann Terrace including driveway and sidewalk replacement and one lane of roadway replacement.
R
\J(
THE PRIDE OF WEST ORANGE
Ocoee Miscellaneous Rehabilitation Projects:
#01 -Installation of a grinder pump station and forcemain to connect the Community Center to the
City's sanitary sewer system.
#02 -Installation of a grinder pump station and forcemain to connect the Vignetti Recreation Center to
the City's sanitary sewer system.
#03 -Rehabilitation of the stormwater collection pipeline under Sterling Lake Drive. This involves
excavating the existing 36"pipeline and wrapping the pipe joints with filter fabric and other repairs as
deemed necessary and then rebuilding the road at two locations.
#O4a- Rehabilitation of the sanitary sewer collection pipeline under Crofton Drive. This involves the
excavation of the existing 8"pipeline, which is approximately twelve feet deep, and resetting the grade
and reconnecting the service laterals and then rebuilding the road.
#O4b - Reestablishment of the road along the eastern curb approximately 100 feet from Wesmere
Boulevard.
#05 -Installation of underdrains along portions of Key Lime Street, Croomia Court, and Licaria Drive
in the Amber Ridge Subdivision.
Three of the five contractors prequalified under Continuing Horizontal Construction Services program
submitted bids on these projects. There bids were:
CONTRACTOR GROUP 3 PROJECTS OCOEE PROJECTS
Wharton-Smith, Inc. $407,000.00 $162,000.00
Linco, Inc. $425,465.00 $230,961.00
Georgetown Enterprises, Inc. $461,266.00 $418,015.50
Engineer's Estimate $361,357.00 $248,514.00
Prime Construction Group, Inc. chose not to bid since they are the contractor on the Spring Lake
Projects and are busy on other projects outside the City. Fossitt Groundwork, Inc. has not bid on any
projects do to workloads on other projects outside the city.
These problem areas have been well documented by Professional Engineering Consultants, Inc. and are
included in the Stormwater Capital Improvement Program. The Ocoee miscellaneous rehabilitation
projects are a number of projects which have been budgeted for construction or are needed do to
known and worsening settlement in roads, constant cleaning of blocked pipelines, and excessive
groundwater seepage over the curbs. The attached letter from PEC, Inc. is a recommendation to award
the contracts to Wharton-Smith, Inc. in accordance with the base bid options.
The projects will be funded from the following sources:
All Group 3 Projects From.Stormwater Fund(stormwater loan)
Ocoee Project 01 From Budgeted Wastewater Improvements
Ocoee Project 02 - From Wastewater Operating Contingency
Ocoee Project O4a From Wastewater R&R Fund
Ocoee Projects 03, O4b and 05 From Stormwater Fund (stormwater loan)
The Engineering Staff concurs with PEC's recommendation to award CIP Phase 1 Group 3 Projects
No. 4, 20, 21, 26 and 27 and the Ocoee Miscellaneous Rehabilitation Projects to Wharton-Smith, Inc.
for the total of$569,000. This construction cost of both projects is less than the combined engineer's
estimate of$609,871. The intent is to secure bonds and insurance certificates, execute contract
documents, and issue the Notice To Proceed on or about the first of December. The construction
schedule requires the contractor to be completed within 180 days.
Action Items:
1. The Engineering Department requests that the Mayor and City Commission authorize the transfer
and use of funds totaling $32,644 from Wastewater Contingency for Capital Improvements to
connect the Vignetti Recreation Center to the City's sanitary sewer system.
2. The Engineering department requests that the Mayor and City Commission authorize the use of
Wastewater R& R funds totaling $29,787 for the repair of the sanitary sewer system on Crofton
Drive.
3. The Engineering Department requests that the Mayor and City Commission authorize the use of
funds from the Stormwater Fund (stormwater loan) totaling $70,433 for the repairs to the
stormwater collection system on Spring Lake Circle, repairs to the road on Laurenburg Lane, and
the installation of underdrains on Key Lime Street and Licaria Drive. These projects were not
previously budgeted under this program.
4. I recommend that the City Commission authorize the Mayor and City Clerk to execute two
contracts with Wharton-Smith, Inc.: the first in the amount of$407,000.00 for CIP Project No. 4,
20, 21, 26 and 27 and the second in the amount of 162,000.00 for the Ocoee Miscellaneous
Rehabilitation Projects 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
•
70776
1(
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
October 28, 1998 0E-263
1-1.0
1-3.0
Messrs. Jim Shira, P.E. and David Wheeler, P.E. i'
City Engineer/Utilities Director -
Assistant City Engineer/Utilities Director
City of Ocoee
150 North Lakeshore Drive
Ocoee, Florida 34761-2322
RE: Phase I Capital Improvement Program (CIP)
Continuing Construction Services
City Multiple Improvement Project Nos. 1, 2, 3, 4 and 5
BID No. 3=2-Recommendation for Contract Award
•
Dear Jim and David:
As you are aware, bid packages for the above mentioned project were received and publicly opened at •
approximately 10:15 a.m. on Thursday, October 22, 1998. BID No. 3-2 represents construction related
activities at five(5) separate locations within the City as follows:
• ❖ Project No. 1 - Community Center Grinder Pump Station and Force Main
• Project No. 2- Vignetti Recreation Center Grinder Pump Station and Force Main
• Project No. 3 - Silver Glen Subdivision Storm Sewer Rehabilitation J
• Project No. 4A-Wesmere Subdivision Sanitary Sewer Rehabilitation
❖ Project No. 4B - Wesmere Subdivision Pavement Repair
• Project No. 5 - Amber Ridge Subdivision Underdrains
Bids were submitted for BID No. 34 by three (3) of the five (5)contractors currently pre-qualified in the
City's Continuing Construction Services Contract, as summarized below (listed in no particular order):
Name Contact Address Tel. Fax
ross;tt Groundwork,ha. Jamic R„s3c11 I
P.O.Dux 470639 � I 4
Not Bidding 1
Georgetown Enterprises,Inc. David Norris P.O.Box 547163 843.3445 423.1644
Orlando,Florida 32854-7163
R„jnolds II.,I:.,t.i 5518 I'o,c„roar Paak.,aj
1
85678+82
Not Bidding
engineers
planners
surveyors 200 East Robinson Street • Suite 1560 •..Orlando;Florida 32801 • 407/422-8062 • FAX 407/849-9401
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G07 Page 2
Name Contact Address Tel. Fax
P.O.Box 916015 869.6140 869.6189
Linco,Inc. John Stimpson Longwood,Florida 32791-6015
P.O.Box 471028
Wharton-Smith,Inc. Brian Kuhnle Lake Monroe,Florida `830.8393 330.1092
32747-1028
It should be noted that PEC has retained a copy of the submitted bids, and returned the original bid submittals
back to the City of Ocoee for their files.
113 UMMARY OF TOTAL BASE BIDS
Attachments "A" and "B" of this letter contain summary tables of the contractor's submitted bids for the
above mentioned project, identified as BID No.3=2. Specifically, Table No. 1 provides a comparison of the
Contractor's submitted bids against each other,while Table No.2 compares the apparent low bidder identified
within Table No. 1 to the Engineer's Estimate. Based upon the information summarized within these tables,
the following ranking has been established and arranged in the order of low to high bidder.
Contractor Total Base BID Ranking
1. Wharton-Smith,Inc. $162,000 1
2. Linco,Inc. $230,961 2
3. Georgetown Enterprises,Inc. $418,016 3
PPARENT LOW BIDDER
Based upon the information contained within Attachment"A" of this letter and tabulated within the previous
section, it appears that Wharton Smith is the low bidder for BID No. :22.
EVIEW OF BID PACKAGES
Based upon a review of the bid forms submitted from all of the participating contractors,there were no
mathematical errors on the Contractor's submitted bid forms (i.e., schedule of prices).
Based upon a review of the submitted bid package from the apparent low bidder, all submitted paperwork
appears to be in order, including the provision for a bid bond in the amount of 5% of the bid amount. It
should be noted that none of the other submitted bid packages were reviewed to determine their completeness
should the bid not be awarded to the apparent low bidder.
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G07 Page 3
PPARENT LOW BIDDER VERSUS ENGINEER'S ESTIMATE BID COMPARISON
Attachment"B" of this letter contains a summary table(i.e., Table No. 2)which provides a comparison of
the apparent low bidder's estimate versus the engineer's estimate. The following table provides a summary
comparison of the low bidder's estimate versus the engineer's estimate on a project-by-project basis.
City Multiple Improvement Project Nos. 1,2,3,4 and 5(BID NO.3-2)
Project Identification Low Bidder Cost Engineer's Cost Difference
General Category $11,542 $44,137.60 (-)$32,596
Project No. 1 $17,594 $13,645 (+)$3,949
Project No.2 $32,644 $27,426. (+)$5,218
Project No.3 $16,762 $17,470 (-)$708
Project No.4A $29,787 $42,530 (-)$12,743
Project No.4B $31,152 $67,000 (-)$35,848
Project No.5 $22,519 $36,305 (-)$13,786
Totals $162,000 $248,514 (-)$86,514
URRENT RELATIONSHIP OF LOW BIDDER WITH THE CITY
Imo:
The last Contract to be awarded as part of the City's Phase I Capital Improvement Program(CIP) was CIP
Phase I-Group 3, Project Nos.4, 20, 21,26 and 27(BID No.31), which was awarded to Wharton-Smith.
Per our discussions with the City, PEC/Professional Engineering Consultants has no knowledge of any
outstanding or scheduling related issues which would prevent the City from awarding the current Bid to the
apparent low bidder.
ECOMMENDATIONS
Based upon the breakdown of bids discussed throughout this letter, combined with PEC's review of the
submitted bids, we hereby make the following recommendation.
❖ Award BID No. 34 to the apparent low bidder, Wharton-Smith for the amount of$7162 000. It is our
understanding that the City has recently received a letter from the low bidder stating that they will stand
behind their bid, even though the bid amount is significantly less than the other bids submitted.
ETLOSING STATEMENTS
In terms of the City's Phase I Capital Improvement Program(CIP)costs to date,Attachment"C" of this letter
contains summary tables of the construction and engineering related costs for each respective project within
the City's Phase I CIP. These tables will berevised as each new project is bid, and will therefore keep a
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G07 Page 4
current and up-to-date tally of how the Continuing Construction Services Contract is proceeding for the City's
Phase I CIP.
If you have any questions or need any additional information, please do not hesitate to contact me directly
at 422-8062, Extension 193 or David Hamstra at Extension 194.
Respectfully,
PEC/PROFESSIONAL ENGINEERING CONSULTANTS, INC.
e_7 AL e�
Greg A. Teague, P.E.
Senior Project Engineer/Associate
Attachments: "A", "B" and "C"
cc: Ken Hooper, PEC (w/attachments) •
David Hamstra, PEC (w/attachments)
•
•
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
N __.
---
Y l Lz
,• .?..„ Q.,,,,,,,IT
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
October 28, 1998 OE-263
1-1.0
1-3.0
Messrs. Jim Shira, P.E. and David Wheeler, P.E. /
City Engineer/Utilities Director ,i
Assistant City Engineer/Utilities Director
City of Ocoee
150 North Lakeshore Drive
Ocoee, Florida 34761-2322
RE: Phase I Capital Improvement Program(CIP)
Continuing Construction Services
Phase 1 - Group 3, Project Nos. 4, 20, 21, 26 and 27
BID No. 3=1}Recommendation for Contract Award
Dear Jim and David:
As you are aware, bid packages for the above mentioned project were received and publicly opened at
approximately 10:15 a.m. on Thursday, October 22, 1998. BID No. 34 represents construction related
activities at five (5) separate locations within the City as follows:
• Project No. 4- Kimball Drive, south of Wurst Road and east of Russell Drive. Construction includes:
roadway ribbon curbing combined with roadway rehabilitation along Kimball Drive.
❖ Project No. 20- End of Little Spring Hill Drive, between Northern Durango Avenue and Fort Collins
Court. Construction includes: replacement of an existing storm sewer pipe; roadway
underdrains; and roadway rehabilitation along Little Spring Hill Drive.
❖ Project No. 21 - Windswept Court, within Harbor Highlands Subdivision. Construction includes:
drainage inlets and storm sewer piping in the immediate vicinity of 1138 Windswept
Court; removal and replacement of an existing sidewalk and concrete driveway in the
immediate vicinity of 1138 Windswept Court; and roadway rehabilitation following
---- • completion of the proposed improvements.
•
❖ Project No. 26- Lakeview Drive, within the Lakeview Village Subdivision. Construction includes:
drainage inlets and storm sewer piping in the immediate vicinity of 709 and 711
Lakeview Drive; removal and replacement of an existing sidewalk and concrete drive
in the immediate vicinity of 709 and 711 Lakeview Drive; and roadway rehabilitation
following completion of the proposed improvements. It should be noted that no
improvements outside of the Lakeview Drive right-of-way are included as part of
the current Contract.
❖ Project No. 27 - Nancy Ann Terrace, south of Nicole Boulevard. Construction includes: removal and
replacement of a storm sewer manhole; removal and replacement of a portion of the
engineers
planners
surveyors 200 East Robinson Street • Suite 1560 • Orlando, Florida 32801 • 407/422-8062 • FAX 407/849-9401
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G06 Page 2
existing storm sewer system which is leaking; and roadway rehabilitation following
completion of the proposed improvements.
Bids were submitted for BID No. 31 by three (3) of the five(5)contractors currently pm-qualified in the
City's Continuing Construction Services Contract, as summarized below (listed in no particular order):
Name Contact Address Tel. Fax
Jaraic Re,s.511 P.O.Bo,c 470639 324.110G 339 9944
I esa:tt CroundwoaD.,Lc. Lax.Munrvc,I7urida 32747-0639
Not Bidding
David Norris P.O.Box 547163 843.3445 423.1644
Georgetown Enterprises,Inc. Orlando,Florida 32854-7163
5518 Ions Fuua Pa.i..da9 {i56.EJ100 $56c$i8$
ll:n,c Cen,eact<e,i Cau"p,I.,�. O,lando,Flur:da 32809 0507 •
Not Bidding
Linco,Inc. John Stimpson P.O.Box 916015 869.6140 869.6189
Longwood,Florida 32791-6015
P.O.Box 471028
Wharton-Smith,Inc. Brian Kuhnle Lake Monroe,Florida 830.8393 330.1092
32747-1028
It should be noted that PEC has retained a copy of the submitted bids, and returned the original bid submittals
back to the City of Ocoee for their files.
UMMARY OF TOTAL BASE BIDS
Attachments "A" and "B" of this letter contain summary tables of the contractor's submitted bids for the
above mentioned project, identified as BID No. 3=1. Specifically, Table No. 1 provides a comparison of the
Contractor's submitted bids against each other,while Table No.2 compares the apparent low bidder identified
within Table No. 1 to the Engineer's Estimate. Based upon the information summarized within these tables,
the following ranking has been established and arranged in the order of low to high bidder.
Contractor Total Base BID Ranking
1. Wharton-Smith,Inc. $391,600 1
2. Linco,Inc. $414,465 2
3. Georgetown Enterprises,Inc. $448,466 3
Total Base BID
Contractor Ranking
(w/Alternate for Project 20)
1. Wharton-Smith,Inc. $407,000 1
2. Linco,Inc. $425,465 2
3. Georgetown Enterprises,Inc. $461,266 3
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
•
•
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G06 Page 3
PPARENT LOW BIDDER
•
Based upon the information contained within Attachment"A" of this letter and tabulated within the previous
section, it appears that Wharton Smith is the low bidder for BID No. $ 4.
EVIEW OF BID PACKAGES
Based upon a review of the bid forms submitted from all of the participating contractors, there were no
•
mathematical errors on the Contractor's submitted bid forms (i.e., schedule of prices).
• Based upon a review of the submitted bid package from the apparent low bidder, all submitted paperwork
appears to be in order, including the provision for a bid bond in the amount of 5% of the bid amount. It
should be noted that none of the other submitted bid packages were reviewed to determine their completeness
should the bid not be awarded to the apparent low bidder.
E PPARENT LOW BIDDER VERSUS ENGINEER'S ESTIMATE BID COMPARISON
Attachment"B" of this letter contains a summary table (i.e., Table No. 2)which provides a comparison of
the apparent low bidder's estimate versus the engineer's estimate. The following table provides a summary
comparison of the low bidder's estimate versus the engineer's estimate on a project-by-project basis.
Phase I-Group 3, Project Nos.4,20,21,26 and 27(BID NO.3-1)
Project Identification I Low Bidder Cost Engineer's Cost I Difference
General Category $14,362 $56,079.25 (-)$41,717
Project No.4 $111,104 $66,422.50 (+)$44,682
Project No.20 $177,910 $120,673.75 (+)$57,236
BID Alternate $15,400 $12,750 (+)$2,650
Project No.21 $25,224 $22,071.25 (+)$3,153
Project No.26 $24,552 $23,103.75 (+)$1,448
Project No.27 $38,448 $60,256.25 (-)$21,808
Totals $407,000 $361,357 (+)$45,643
As shown within this table, several of the cost comparisons are widely divergent. Specifically, the following
bid items represent the majority of the discrepancies as compared to the engineer's estimate.
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G06 Page 4
General Category
The low bidder's estimate for the bonds and insurance, indemnification, record drawing preparation and
mobilization/demobilization bid items all appear to be low.
,i
Project No. 4
The low bidder's estimate for the roadway rehabilitation bid items (i.e., roadway paving, base, etc.) all
appear to be significantly high, the threshold for which has been assumed to be a two hundred percent
(200%), or greater, disparity relative to the engineer's estimate.
Project No. 20
The low bidder's estimate for the roadway rehabilitation bid.items (i.e., roadway paving, base, etc.) all
appear to be significantly high, the threshold for which has been assumed to be a two hundred percent
(200%), or greater, disparity relative to the engineer's estimate. •
Project No. 20 (BID Alternate)
The low bidder's estimate appears to correlate well with the engineer's estimate.
Project No. 21
The low bidder's estimate appears to correlate well with the engineer's estimate.
Project No. 26
The low bidder's estimate appears to correlate well with the engineer's estimate.
Project No. 27
The low bidder's estimate for the roadway rehabilitation bid items (i.e., roadway paving, base, etc.) all
appear to be significantly high, the threshold for which has been assumed to be a two hundred percent-
(200%), or greater, disparity relative to the engineer's estimate.
URRENT RELATIONSHIP OF LOW BIDDER WITH THE CITY
_- The last Contract to be awarded as part of the City's Phase I Capital Improvement Program(CIP)was CIP
Phase I-Group 2, Project Nos. 3, 17 and 29.(BID No. 2 31729), which was awarded to Prime Construction
Group. To date, the apparent low bidder for BID No. 3=iJJ, Wharton-Smith, has not been awarded a contract
as part of the Continuing Services Contract, and thus PEC/Professional Engineering Consultants has no
knowledge of any outstanding issues related which would prevent the City from awarding the current Bid to
the apparent low bidder.
PEC/PROFESSIONAL ENGINEERING CONSULTANTS
Letter To Messrs. Shira and Wheeler October 28, 1998
0E-263.G06 Page 5
ECOMMENDATIONS -
•
•
Based upon the breakdown of bids discussed throughout this letter, combined with PEC's review of the
submitted bids, we hereby make the following recommendation.
❖ Award BID No. 34 to the apparent low bidder, Wharton-Smith for the amount of$µ407;000. This
monetary amount represents the costs associated with the total base bid, including the bid alternate for
Project No. 20 (Little Spring Hill Drive).
riLOSING STATEMENTS
In terms of the City's Phase I Capital Improvement Program(CIP)costs to date,Attachment"C" of this letter •
contains summary tables of the construction and engineering related costs for each respective project within
the City's Phase I CIP. These tables will be revised as each new project is bid, and will therefore keep a
current and up-to-date tally of how the Continuing Construction Services Contract is proceeding for the City's
Phase I CIP.
If you have any questions or need any additional information, please do not hesitate to contact me directly
at 422-8062, Extension 193 or David Hamstra at Extension 194.
Respectfully,
PEC/PROFESSIONAL ENGINEERING CONSULTANTS, INC.
e.1
Greg A. Teague, P.E.
Senior Project Engineer/Associate
Attachments: "A", "B" and "C"
_- cc: Ken Hooper, PEC (w/attachments)
David Hamstra, PEC (w/ attachments) •
PEC/PROFESSIONAL ENGINEERING CONSULTANTS