Loading...
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