Loading...
HomeMy WebLinkAboutIII (F) Approval and Authorization to Award a Contract with Prime Construction Group Inc. Agenda 4-20-99 "CAN"I'ER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYYORR•CCOMII MISSIONFR S. SCOTT VANDERGRIET Ocoee ` CITY OF OCOEE ONY OWE ODANNY HONFRS O 4i �� SCO'1'1'ANDERSON l.• — ISO N. LARFSHORB DRIVE Q RUSTY IOHRCI \s„.......... 00OF.9, 07)656 34761-2258NA STY 1. PARKER ��� (407)656-2322�, Cl3 ,� QIY NANAGFR f*OF 6000�` ELIAS SI IAPIRO MEMORANDUM DATE: April 16, 1999 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler,Assistant City Engineer/Utilities Director,,(YOn4/ SUBJECT: Phase 3 Water Distribution Mains Project Award of Construction Contract On Tuesday,April 13, 1999, bids were received for the Phase 3 Water Distribution Mains Project. This phase of the water distribution mains projects was bid in two contracts. The attached figure shows the general layout of the two projects. The work in this project generally includes: Part1: This contract allows for the installation of a new 12 inch water main along Ocoee-Apopka Road from north of Silver Star Road to Fuller's Cross Road. The new pipeline will connect to the existing 12 inch water main on Ocoee-Apopka Road at the Sobik's Sub Shop and run north to Fuller's Cross Road to connect to the new water main to be constructed under the Part 2 contract. Part 2: This contract allows for the installation of a new 12 inch water main along Fuller's Cross Road and Clarcona-Ocoee Road. The new pipeline will connect to the new water main constructed under the Part 1 contract at the intersection of Fuller's Cross Road and Ocoee-Apopka Road and run cast to Clarcona-Ocoee Road and then south along Clarcona-Ocoee Road to Wurst Road to connect to the new 12 inch water mains being constructed under the Phase I contract. Four of the five contractors prequalified under Continuing Horizontal Construction Services program submitted bids on these projects. 'their bids were: CONTRACTOR PHASE 3/Part 1 WATER MAINS Prime Construction Group, Inc. $348,840.00 Wharton-Smith, Inc. $427,000.00 Georgetown Enterprises, Inc. $436,825.00 Phillips& Jordan, Inc. $612,681.33 Engineer's Estimate $453,555.00 6 )7 CONTRACTOR PHASE 3/Part 2 WATER MAINS Prime Construction Group, Inc. $297,775.00 Wharton-Smith, Inc. $338,000.00 Georgetown Enterprises, Inc. $391,325.00 Phillips& Jordan, Inc. $566,854.45 Engineer's Estimate $373,767.00 Fossitt Groundwork, Inc. has requested a release from the program due to contractual obligations with another entity and therefore will not be bidding any future work. 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. This project will enhance the water system's ability to provide adequate pressure and flow to our customers during high demand periods and to 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 both contracts to Prime Construction Group, 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 3 Water Main Projects Parts 1 and 2 to Prime Construction Group, Inc. in the amounts of$348,840.00 and $297,775.00, respectively. This construction cost of these projects is approximately 21.84 percent lower than the engineer's estimate. The intent is to secure bonds and insurance certificates, execute contract documents, and issue the Notice To Proceed about the middle of May. The construction schedule requires the contractor to be completed within 150 days. Action Items: 1. I recommend that the City Commission authorize the Mayor and City Clerk to execute a contracts with Prime Construction Group, Inc. in the amount of$348,840.00 for the Phase 3 Water Distribution Main Project Part 1 and $297,775.00 for the Phase 3 Water Distribution Main Project Part 2 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 Prime Construction Group, 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. April 15, 1999 OE-293-2.3.1/1.0 Mr. James W. Shim, P.E. City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 SUBJECT: City of Ocoee Water Distribution Mains - Phase III, Part 1 RE: Recommendation of Award Dear Mr. Shira: On Tuesday, April 13, 1999, 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 Prime Construction Group, Inc. as the apparent low bidder with a total bid price of$348,840.00. The second apparent low bidder is Wharton-Smith, Inc. with a total bid price of $427,000.00, and the third apparent low bidder is Georgetown Enterprises, Inc., with a total bid price of$436,825.00. The highest total bid price is $612,681.33 (corrected from $557,975.98 due to a mathematical error) submitted by Phillips and Jordan, Inc. The engineer's construction estimate was $453,555.00. 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 axe 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 Prime Construction Group, Inc. engineers planners surveyors 200 East Robinson Street • Suite 1560 • Orlando, Florida 32801 • 407;422-8062 • FAX 407;849-9401 Mr. James W. Shim, P.E. April 15, 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 c:\...OS7D.ROA 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) PEC PROFESSIONAL ENGINEERING CONSULTANTS, INC. April 15, 1999 0E-293-2.3.2/1.0 Mr. James W. Shim, P.E. City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 SUBJECT: City of Ocoee Water Distribution Mains - Phase III, Part 2 RE: Recommendation of Award Dear Mr. Shira: On Tuesday, April 13, 1999, 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 Prime Construction Group, Inc. as the apparent low bidder with a total bid price of$297,775.00. The second apparent low bidder is Wharton-Smith, Inc. with a total bid price of $338,000.00, and the third apparent low bidder is Georgetown Enterprise, Inc. with a total bid price of$387,500.00 (corrected from $391,325.00 due to an extension mathematical error). The highest total bid price is $566,854.45 (corrected from $513,380.01 due to a mathematical error) submitted by Phillips and Jordan, Inc. The engineer's construction estimate was $373,767.00. 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 Prime Construction Group, Inc. engineers planners surveyors 200 East Robinson Street • Suite 1560 • Orlando,Florida 32801 • 4071422-8062 • FAX 407/849-9401 Mr. James W. Shira, P.E. April 15, 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\_.\W1D.ROA 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) Ms. Cynthia K. Malone (w/o Bid Proposals)