Loading...
HomeMy WebLinkAboutIII (D) Approval and Authorization to Award Purchase Order for Paving to Orlando Paving Company for the Paving of Prima Vista Subdivision Agenda 8-06-2002 e Center of Good!. Item III D Mayor �h -+x.* 02 Commissioners S. Scott Vandergrift M/y,,, ti Danny Howell, District 1 cli Scott Anderson, District ict 2 City Manager a �h./ j r�' j Rusty Johnson. District 9 Jim Gleason � �,, toe' :-7 4 Nancy 1. Parker. District it MEMORANDUM DATE: July 29, 2002 TO: The Honorable Mayor and Board of City Commissioners FROM: David Wheeler, P.E. ../ZO Assistant City Engineer/Utilities Director SUBJECT: Approval and Authorization to Award Purchase Order for Paving to Orlando Paving Company for Paving Prima Vista Subdivision As a part of this year's fiscal budget, one of the City Commission's special projects was the overlay of the streets in the Prima Vista Subdivision. At the request of the City Manager, the Public Works Department looked for another public contract we could attach to with the possibility of awarding the project. Seminole County has an ongoing yearly paving contract which the City of Ocoee can attach to and use the same prices. That contract, #A/B-378-99/GG, is with Orlando Paving Company (OPC). One portion of that Seminole County contract requires OPC to furnish all labor, equipment, and material to pave streets. The Orange County contract does not have a similar section, Orange County Public Works has their own equipment and only buys the paving materials. The ability to attach to or"piggyback" onto the Seminole County contract will save the City time and money in preparing a hid package to go out on the street under a competitive bid process. In addition, staff does not believe the City will be able to obtain any better pricing than what is included in the Seminole County contract. When staff initially approached OPC about an estimate for the project, they pointed us to their Seminole County contract to use for "piggybacking". The City is currently buying asphalt for patches from OPC in accordance with the Orange County contract, that is the reason staff approached them first about the cost estimate. The Seminole County contract provides for the furnishing of labor, equipment, and material for paving using type S-3 for $49.15 per ton. The costs to supply material only, under the Seminole County contract, to the job site is $38.05 per ton. Therefore the installation costs for labor and equipment is $10.10 per ton, which is a very good cost for installation. By comparison, under the Orange County contract to furnish material only to the job site, the cost is $36.50 per ton. The difference being in transportation costs. City of Ocoee• 150 N Lakeshore Drive•Ocoee, Florida 34761 phone: (407)905-3100• fax: (407)656-8504 •www.ci.ocoee.tl.us The attached cost estimate from OPC represents milling a small portion of Sabina! Street to provide an even surface, the raising of the stormwater and sanitary manhole covers to the new grade, and the paving of all the streets in the Prima Vista subdivision. The estimate also includes paving Lakewood Avenue south of Orlando Avenue; this is the only other street in this area that needs paving. OPC's cost to perform this work is $75,111.00. The City Commission allotted a portion of their discretionary contingency to pay for the paving of the Prima Vista subdivision. The cost estimate provided by the Public Works Department and used as the basis for approving this project under the discretionary contingency was a not to exceed amount of$85,000. According to the Finance Department, there is approximately $52,000 remaining in this contingency account. However, there is approximately $30,000 remaining under the Street Maintenance Department accounts for Road Repairs, Paving and Drainage Improvements, and Electric Expense, which could cover the difference between the funds remaining in the discretionary contingency and the cost estimate to be used for the Purchase Order. I recommend that the City Commission approve the attachment (piggybacking) to the Seminole County contract (#A/B-378-99/GG) to execute a Purchase Order with Orlando Paving Company in the amount not to exceed $75,111.00. I recommend that the City Commission fund the project by encumbering $50,000 from the Commission Discretionary Contingency account with the remainder, $25,111, to be transferred from a combination of the Street Maintenance Department accounts for Road Repairs, Paving and Drainage Improvements, and Electric Expense accounts to cover the difference. I recommend that at the time Orlando Paving Company is ready to perform the work, the decision be made by the City Manager to possibly change order out the paving of Lakewood Avenue, should funds not be available from the Street Maintenance Department accounts for Road Repairs, Paving and Drainage Improvements, and Electric Expense accounts. This action would not spend $8,847 and reduce the final Purchase Order amount to $66,264.00, with the savings being realized in the Street Maintenance Department accounts. Attachment DEPARTMENT OF FISCAL SERVICES .l J SEMINOLE COUNTY' PURCHASING DIVISION FLORIDA'S NATURAL CHOICE January 23, 2002 Orlando Paving Company PO Box 547186 Orlando, FL 32854 Attn: Wayne Evans - Vice President Subject: NOTICE OF SECOND RENEWAL A/B-378-99/GG Annual Bid Agreement h of & Cold Asphaltic Concrete Dear Mr. Evans: On January 23, 2002 the Seminole County Purchasing Manager approved Second Renewal of subject agreement to your firm in accordance with terms and conditions of the bid documents, and the proposed price increase, per attached detail. The period of performance is January 24, 2002 through January 23, 2003. All purchases must be ordered via a numbered Seminole County Purchase Order or Release Order. Appropriate County departments and divisions as well as other governmental agencies will be furnished Annual requirement Data Sheets. Thank you for your service to Seminole County. We appreciate your business. Sincerely, d --d- - Gloria M. Garcia,ZITPB Senior Bti er GNAG C: Jim Inda- Project Manager, Orlando Pavinw Ira Barrow -Manager, Road Operations 1101 EAST FIRST STREET SANFORD FL 32771-1468 TELEPHONE (407) 665-7116 FAX (407) 665-7956 hit p://www.to.semi nol e.fl.us 4cr 6 5 7956 F.02 DEPARTMENT OF FISCAL SERVICES • �k PURCHASING DIVISION SEAENOLE COLThrly FLORIDA'S NATURAL CHOICE January 3, 2002 Orlanco Paving Company P.O. Box 547196 Orlando, Florida 32854-7186 Attention: James E. Inda — Project Manager Subject: NOTICE OF SECOND RENEWAL A/8-378-99/Cc Annual Bid Agreement Hot & Cold Asphaltic Concrete Dear Mr. Inda: The above referenced contract is due to expire on January 23, 2002. In accordance withthe terms and conditions, it may be renewed for an additional twelve (12) month period provided all prices, terms and conditions remain the same. If your firm agrees to renew for the additional time period, please reply in writing by January 12. 2002. (Or you may Fax to 407-665-7956 and follow-uD with original via mails) You may use the comment section below for your response. We appreciate your interest in doing business with Seminole County, and trust we may continue a ,mutually satisfactory business relationship, S:ncereiy, Gloria M. Garcia, PB Senior Buyer • Comments: ly Agree to renew 0 D,sagre? to - renew Au:horiz c :— - --c JGC atJ'o DP t? 11'_I E.S- CP,-,' c -_-_ _ __—. .c_ F_-.. nR4& , S� oc5-112o r:.,t a„I-6d5-795E • PR1LF EEFECTI—BRL41R] 14. 2001 1 RID RESPONSE FORM 1._ -REVISED- , -REVISED- i' ______ ______. Icl accordance t '. t,:r„ F conditions t-� J-C lc a :Lcrs. e i01 r le _� OB 0 bidder YARD JOB NIT; AND OR I A_N es _kr S rnuc Count:.'_ FOB, CO V'Tt" . . ..mot .. ?. UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE 1 T ou!—� ITEM j DESCRIPTION 0-50 51-150 151- 300 Over 300 11 Tons/Job Tons/Job I Tons/Job - 1 Alt::—..1:: I ;B� — — Tons/Job Zane. Labor ! , L0 ]50 tons 25 S 1 450 togs n 5 .5 tons n 22A00 tons(a' s Tors"` '---� I _ u: s S EY7 S/ .S' Si( ?Ton S S3or Total of all :on ^^ ton �:a .won_. _ �.�, �-s d ti o _ 0 Isiaz93�Is3 GIs / 3grs 6 cY Is o �.�ism. f'——. 150 tons( :1:450 tons e 12.400 toad _ _ T I I Hot c l .ton "+s S /'L ion 5 S">,-4` 1 5 Y 9ton Total .-�o{ all _ '� P IcCo -se I Eton _� t - -Towis _ - Jpnces reflected�" o 50tons _ = g' u 5� s ! .5ILOJI 3'835 $t 0 - . I p <.I`7501ors@1- ons e oe an G2 �11r .._s r t ttI - Unit To.al I = '.0 _ I S 5435Z.-=l S /. 50 i 0 o 1 50 tons(a7. _i.I 150 tons (d 300 tons2(a?� 12 /o `=/o C S / 3- /- •, o - - 2.000 tons S St ` '7Y. < ton S 57, I Con-se n,::m ton ^ o_ rti' >Sc.-r._: x^ton Total o ail oc: C;.2 paces reflected - Urn Total 5 54.3Sxf $ // //7 5 :r.4 0 so :re 1 0 --IS / / 5 /o! /c Is /337 -J-- o s`_ 5 z'ti� r :00 Cori OJO ons r II a ., "� S 7 �l - 'C 7. � ra., d a of i �' Unit T . 6.0 S -4 i --I1 S / c1.g� S SC36.1 S bi`i *--�15 //J : 9 ar 1 1 �, - J tons ( 53 tons txj 1300 tons(q2 0 . / '_.�00 tons�� I 1 T°:, G � uS � Is /� 796 `� - !9's93 PRICE EFFECTIVE FEBRUARY 14. 200] S0 S .5 //o. aLl S /, R 3/ SAS / GC3 , S / / c 4� �.i s / j tors c 11 S :cos EE 300 .or a. n ` 00.ons c �'—�- 7/Z- �$ ' S 7, c,:�5 C/ o il Tara. of al. :z9zctec ` Lrn roof 5 � of I in S0 t�IS /3os7. =1SV U5 Is /a-) /< o ls�9 P—_ i 30 tons fal i li0 tone CS c gTC ! ?neer ro'lected I LeeTry GIs ,S� F/ 5 /2..7�-2—rs /7 5 Q 1 s i/ 8 co 11 s /� i/ Sec oSo-_. I E11 I DESCRIPTION UNIT PRICE UNIT PRICE UNIT PRICE 0-3.000 3.00 i-10-000 I Over 10.000 L 10.0 I Sq. Yd. S. Yd. Sq. Yd. 500 S Y ¢ 1600 S.Y. c I 1500 Sl" is 1.000 Sq. Yd-1'r 5 r]_cc F 5 _ \1 j:, S.Y_ Ste_ II otai o[ xii prices Bituminous Surface ^ Treatment Sinr S l- ^ 'e=.eP ;n 10.0 p Ie Course. i i Coil Totals S Soo et-- ls . .4-1 S z5 ; � .::. ITE11 DESCRIPTIOS, UNIT PRICE UNIT PRICE L"�' er PRICE 0-3,000 3.001-10.000 Ocer 10.00000 ' 11.0 — Sq_ Yd. Sq.:d. Sq.Yd. tl 500 S.Y. m 1 1000 S.Y. as 11500 S_Y_ra 11r —A ✓ L000 Sq. YdJl-r S li s S 5�= Sl' S ?r.T3 Toil c;all prices Bituminous Surface li SY-. ^ /-i- _ Treatment Double C'1 ^� 1 i Course. i -1 ink Totals S "7r 5/ N 1� U � l s 5c— S CD 6.,,J5 I ! g (County-Wide)-lr `- Mobilization charge for 24 hour emergency _ o�j, , _ _ - response of --- 1 Labor'EquinJ3Iaterials: -- - - - _ - II '1 Unit Totals �� S i� ao o -it TOTAL - IIS ALTERNATE I [3; i.7 PRICE EFFECTIVE FEBRI_ARY 14. 2001 1 ITEII )L C RIP IION l T _ I [ NI1 'RICE I IT PRICE UNIT PRICE 0 1000 I NIT PRICE 0 P' , O er 3000_ Sq. ]d S 1 d. II Sped '" - '- ' �� '" � . I Estimated . Estimated �� Estimated 0' qumuin 500S.A. quantityquantity Estimated Ea'u:n Alaterals a quantity 3000 0005.1'. E I.0 e a nd San+ I S /Li Se. l I S S .._5,7 Sa. 1-d. 5 2 Sc. ! - L tTo:als S SG(moo / Sa.c� aa:.�7 Sa]'d. -.- .et Coat S a'Sa. 1 d. I S t l I S .7 S: — 5 5 So i_ t� j. Sc. 1'_d. 5 Sc n=. I IL_.tota's IS ` .'5,-- IS I ( 7 _. S .i2. q vs IIL 7d S / vy p_ S ��o Total Total S Alternate II 55/ 85". 1 11 II ITEM ' DESCRIPTION UNIT PRICE LNI7 PRICE UNIT PRICE b 0-1000 NOON-_'000 Over 2000 ii Sq. l d_ Sq. rd. Sa. Yd. -I= 4 IiI occ Estimated Estimated Estimated -ate quantity-1000 quantity 1500 quantity __[ _._.a lt_.ert-_s I S.Y. `a 9 0 pkis' I S.Y. a 5.1. .a _ �-- i5 ._---- iS St to Unit totals i 55-0__1;-:-C- I Se_ A'5oar $ 5 00 _ _ t-CI - - :Total Total 5 J \ nitzrnate`w I /" /Spp II ITEM ' DESCRIPTION Estimated Di Anr u an:¢v II tel Quantities11 TO�2_ lta _ S Tar Pa e : mark e 1 200C I SolidSn 000 _ . C: • Z3 - S i < ` 1 _ T- -_Pa+_men: Mar.:n_-Paint-Sun Sim 15000 LE - s-9 _ _ ' S RS II i Te= Pavement Nlarkme-Part-Stoo Ba: - 5 _ i s -cc,—I 50 tac§ : d c = ! c _I If I TOTAL ALTERNATE 1V _ 1 ' ITE>I DESCRIPTION F.U.R YL4\-T Totals F.O.B. JOB oms, • -- TE =04b of estimated 0 of es;maredunr:lM -._ _ls quantity 1 quatnnn . _ \` TS 37--d - t - e � '7.�. 1 ms S n ?sonalu _ .ne1000 tons "� 1 35 •- al C - trx 5:iutos :Cr - _ n _ �7� �c __oc c.� �� c - . mos 15d. - - _ /� =III 3 a- <7 /7= _ - Re.:sed Sic .^ goose !or . PRICE EFFECTIVE FEBRFARY 14.2001 'on W ou1 — roc . 000 tors f ., s 0.0 G Tons /1 .29ai Go s .srs _ mnz 750 tors 7.� 21 S'rt`0 tons W '000 Tons1 pnait S a ( � r r : I \V0Tons1 .-tal S S / S. tonsIS - I ion x 1000 tons I ' oR. 1000 tons / S � Total F.O.B Plat.: S Ord_ =. G. = . � ���S ii 1 ' Total . s -1 - .. - 1 Alternate V i53: tis II ITEM DESC RIPTION F.O.B.70B SITE in-place TOTALS VI. Alternate VI(County-R'Ides Labor Eauin.,l-lanais 1.0 ' IOU Tons.yr- Speed Burros S I 97. — I S ton 0 Ix TONI-^ Vhsc. Aspna!: Areas - Tope III - 'tot I S _ ��� \6x - ') '-] it S tor. 3 (..3 II L =.0 L0 Tons gr Misr. Aspnai: ?=eas - Type S-Ii1 - Hot S a.O � Eacly 7"r-Manhole Ring Adjustment 'tor •) . 3. 4djustment I S I c.0 Ta c I 'ea a, ., Tj c, ach r-Nats- al -_ or simaar cover S 1 a ssu-nent !1 S 1 5 01 24.0C° S.F.-`1 r -Plage pat:omens m or:mem fabric r' S uooli Coons-,- -o bonding adent i -.. 00 S p-} Plane pavement r tn.orcment fab..c - S �C �� _ ���- �� tragrzr su Dll a Conne. sen.¢bond:n_ s i r -71 7Sca_ TOTAL BID OFFER (ALTERNATES I - VI = $ r o _ C~ C (c i6 PRICE EFFECTIVE FEHRL-.ARY 14. 1001 l :e: r ._, ai U- ,ie`,- Paax:M-_^ ci 2 days Receipt Of C -R0` On pacz, In-dace Delivery (Labor. EqulpmentNatehals maximum of 10 calendar days to begin work After Receipt of Order (ARO). C. Emergency Response maximum of 24 hours to respond and begin work After Receipt of Order (ARO) D_ Warranty- Materals /Labor Vert y aH uni: pnces and price extensions in bidlevaica ion total, above. I- u.de i Name: ORLANDO PAVING COMPANY Aurhorz-d Si�ature' r _ • ;�� Address: 'o�wJ 1�`/'. P.O. BOX 547186 Prn:ed Same: r 1.11 C:7> S Zir l ��ti�ra ORLANDO, FLORIDA 32854-7186 � �i VI/ R nandu Add ess. SAME AS ABOVE 1 r Ie Nine =407 :_l Free Sumbec( 1 740-5779 Z� same as above Iou Fret \nmber19Gf 1 Bids may not'be nt:hdraen for a period of 60 days after bid opening. AU items bid musr be in corm Banc. with the --_d spedfcaao.^-5. Any Bidder taking exception shall indicate those exceptions on mmeany letterhead and attach to their bid_ Any cuesned _.� I hou be _ _ rd Bidder hereby acknowledges this addendum: • SI_nature: Care: • Bidder(F'Irm submitting bidl: Faimre to acunowledge receipt of this addendum may resurt in disqualincation of your cad s-ubminal As acknowledgment of receipt of Addendum. attach this addendum immediately behind the Bid Response Form Csdne M Garda CA AA Alen'or dlddr- -a lOrlando Paving Company A Division of Hubbard Construction Company PO Box 547186•Orlando.FL 32B54-71 B8•(407)740-5779 June 17, 2002 Mr. James Elmore City of Ocoee Streets/Stormwater Supervisor 370 Enterprise Street Ocoee, Florida 34761 Re: Prima Vista Subdivision Minor Asphalt Milling &Asphalt Overlay Piggyback off of Seminole Co. Contract A/B-378-99/GG Through January 23, 2003 Dear Mr. Elmore: Attached is a copy of the Seminole County contract for Hot Mix. Below you will find the pricing cost to piggyback off of this contract. 1. Banderas Approx.3,547 S.Y. 200 tns. S-II 2. Trancas Court Approx. 740 S.Y. 45 tns. S-II 3. Pacheco Court Approx. 740 S.Y. 45 tns. S-II 4. Aldama Court Approx. 1,733 S.Y. 95 Ins. S-II 5. Caborca Court Approx.1,975 S.Y. 110 tns. S-II 6. Palomas Ave. Approx.1,990 S.Y. 110 Ins. S-II 7. Sasabe St. Approx. 400 S.Y. 25 Ins. S-II 8. Sabinal St. Approx.4,550 S.Y. 255 tns. S-II 9. Gallego Ave. Approx.2,480 S.Y. 140 tns. S-II 10. Homigas St. Approx.1,340 S.Y. 75 tns. S-II 11. Homigas Court Approx.1 015 S.Y. 60 Ins. S-II 12. S. Lake Wood Ave. Approx.3,210 S.V. 180 tns. S-II 1,340 tns. S-II 1,340 tns. of S-Ill @ $49.15 = $65,861.00 1" Milling Approx. 2,000 S.Y. on Sabinal St. = $ 4,000.00 21 Manhole risers @$250.00 each = $ 5,250.00 Estimated Cost to piggyback of Seminole Co. = $75,111.00 cc: Wayne Evans