Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 7b_09/11/2008'' ,~,, ~ VII I AC~F C:n11N(_II MFFTING~ VILLAGE OF TEQUESTA AGENDA ITEM TRANSMITTAL FORM Meeting Date: 9/11 /2008 Meeting Type: Regular Ordinance #: N/A Consent Agenda: Yes Resolution #: Ciic+'. Mere to enter text. Originating Department: Utilities 2. AGENDA ITEM TITLE: (Wording form the SUBJECT line of your staff report) Beach Rd Water Main replacement 3_ BUDGET /FINANCIAL IMPACT: Account #: 401-414 662.641 Amount of this item: $84,450.00 Current Budgeted Amount Available: $85, 000.00 Amount Remaining after item: $550.00 Budget Transfer Required: No Appropriate Fund Balance: No 4. EXECUTIVE SUMMARY OF MAJOR ISSUES: (This is a snap shot description of the agenda item) Replacement of ductile iron pipe with PVC pipe. Ductile pipe is deteriorating. 5. APPROVALS: Dept. Head: Finance Director: ' . ~~ Attorney: (for legal sufficiency) Yes ^ No ^ Village Manager: ~ji ~ • SUBMIT FOR COUNCIL DISCUSSION: • APPROVE ITEM: • DENY ITEM: ^ TEQUESTA UTILITIES MEMORANDUM TO: MICHAEL R. COUZZO, VILLAGE MANAGER FROM: RUSSELL K. WHITE, PUBLIC SERVICES MANAGER SUBJECT: AGENDA ITEM /BEACH ROAD MAIN REPLACEMENT DATE: SEPTEMBER 10, 2008 As you know, over the past 5 years we have had numerous water main failures with the ductile iron main the carries water to the north end of Jupiter Island. This has resulted in high maintenance costs and additional water loss from our system. We have budgeted for the replacement of this main in the current fiscal year. We recently bid the project and I would like to award the proposal to Centerline Utilities Inc., of Jupiter Florida in the amount of $84,450.00. We have budgeted $85,000.00 for this project in account # 401-414 662.641 (Construction -Pipeline). We are planning on replacing the iron pipe with PVC, due to the soil conditions in that area. Please place on the agenda for Village Council approval. RESOLUTION 40-08 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, APPROVING A PROPOSAL FROM CENTERLINE UTILITIES INC., OF JUPITER FLORIDA, FOR THE BEACH ROAD WATER MAIN REPLACEMENT IN THE AMOUNT OF $84,450.00, WITH FUNDING COMING FROM ACCOUNT # 401-414 662.641 HAVING A FY 07108 BUDGETED AMOUNT OF $85,000.00, AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE ON BEHALF OF THE VILLAGE. WHEREAS, The Village Council of the Village of Tequesta continues to improve the water system.. WHEREAS, Over the past few years this main has failed. WHEREAS, The Village Council has budgeted for this project. NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 Proposal for this project attached exhibit "A" Section 2 Resolution 40-08 is hereby approved Section 3 This Resolution shall become effective immediately upon passage. Village of Tequesta Purchase Order Requisition (Not a Purchase Order) Date: 9/10/2008 Date Purchase Order is Req'd: 9/1 5/2008 Department: Utilities Req. #: ~.~~~~_~.~ Quotes Received: X (See Attached) Vendors Recommended Vendor: Vendor #: Centerline Utilities Inc. F~,~..' ~~~~ Address: 1 51 59 101st Terra4e N. 2 City: Jupiter 3 State & Zip: Florida, 33478 Comments: Water Main replacement Beach Road Approved b Council on 9/11/2008 Resolution attached Manuf./ Available Balan~ Item Description Part# Qty. Unit Price Total Cost Account # 7nance Use On Main repalcement 1 $84,450.00 40 -414 662.641 ':~,~`d~`"; e. Total: $84,450.00 Financenistrative Use Only: Department Head Si nature: Date: 9/10/2008 Finance Si nature: +. ~ ~~ Date: ~fe. ~ ~A¢ Villa a Mana er Approval: Date: . PROPOSAL TO: - : - VILLAGE OF TEQUESTA P.O. BOX 3273 ' 357 TEQUESTA DRLVE ~. •~ . . a TEQUESTA, FLORIDA 33469 Gentlemen• FROM:Centerline.IItilities, Inc.. -~ (Hereinafter referred to as Bidder) Thee undersigned, as Bidder, proposes to furnish all labor, materials, equipment, services, and incidentals necessary to perform all work in accordance with' the Contract Documents. entitled:"Village- of Tequesta, -Beach Road Water Main Replacement". Bidder has also received addenda nuinbers_~ through. ~ -, and ~ hane included their provisions in this proposal. Bidder- now- submits the following and hereby agrees: 1. The only person{s} interested in this bid-; or Agreement, as principal are named herein; that -the bid- is made without connection with. any other person, company, or parties making a bid; and that it is in all respects fair and in good faith without collusion or fraud; or other illegal practices. - 2..- To hold Bid open until an. Agr~ent hasbeen executed between the Village and the accepted Bidder, or until sixty . (60} .calendar days after the' bid opening date,- whichever. is shorter. 3. To enter into and execute~an Agreement bn the basis of this - Proposal,-within twenty (20) calendai days after the notice ' o.f- award of. the Contract ,is issued. ~To: furnish the 100• .. Performance .Bond. and.:100~ .Paym~nt.Bond in' accordance with. the- Cbntr~act Documents. Failure :to execute, the Contract and: furnish~~said -Borids..within twenty(20) days shall. cause. .. ~ ~~ bid security to be fprfeited, . no:t gas penalty; but ~ as fixed and...:liquidated damages fore costs.' and expenses. incurred, . pay~blc into tYie funds of the Vil~.age, 4-. '~_ To -start work within:`ten (10) ~ calendar days of the Date of . Commencement ~as ,established in the: Notice to ~Procesd. Work shall. be completed. within the. number ofcalendar days specified .in Article -3 of the Construction Agreement: 5. ~ :In the event of multiplication, addition, or .clerical errors on the-Proposal Forms, the Village. may 'correct t~iese ~. - ~errors to clarify the Bids. The information `whichy~results ' in the lowest cost to the Village will be considered correct, and therefore util-ized. ~.. P-1 Village of Tequesta Beach Road (S . R . 707 Water Main Replacement Item No. Description A. WATER MAIN EXTENSION (Base Bid) 1. Pipe (Direct Bury) a. 12-inch HDPE b. 12-inch PVC c. 8-inch PVC Estimated Estimated Quantity Unit Price Amount 700 LF $~~"' $ C~ 5~~._..~ 2. RSGV w/Box a 8-inch 1 EA $ ~o?SO~ $ o2SU~ b. 12-inch 3 EA $ X300 -- $ pp'O~ 3. D.I. Fittings 2000 LB $ / ~~~ 0 $ ~ f9o0' 4. .Sample Points 3 EA $ ~ ~ $ / ~ v0~/ T 5. Main Connections 3 EA $ ~SOa~' $ $t~o°~ 6. .Air Release Valve 1 EA $ l~ QO0~ $ g0 d ~~ 7. Sod (BAHIA) 1200 5Y $ ~. ~~ $ ~~SI~~ Total Base Bid $_ ~ ~ ~1 ~? (Items 1-7) ~ ~ S, ~U B. ALTERNATE BID ITEM NO.1 1. PVC C-900 DR18 (Direct Bury) ~ a 12-inch 700 LF $ ~d r- $ _ S ~ 0 O ~ C. ALTERNATE BID ITEM N0.2 1. HDPE (Directional Bore) a a. 12-inch 750 LF $ j ~ 7 $ Add-2 The following is a complete list of the subcontractors to be used if the undersigned is awarded the Contract for this project. The subcontractors performing more than $10,000 work (equipment and labor) on this project must be listed below. Subcontractors named below may not be changed by the Contractor. The Owner may request a change order under the terms of applicable sections of the General Conditions. Type of Work Name and Address of Subcontractor ~it~ ('7Parinq s _G_N. Spyker~Excavating, Inc Excavation 1832 Lin-Mar Drive West Palm Beach, FL 33406 Dated this 28th day of Ault ._~Ong_ (month) (year) CORPORATE Address: SEAL State Qf Florida. Cor~~-ation Doc #P98000065504 Contractor: Centerline Otilities, Inc. By: Attested By: President: Frederick H. Chesney 15159 101st Terrace N, Jupiter,FL 33478 Secretary: Frederick H_ Chesney Jr 15159 1Dlst Terace N, Jupiter,FL 33478 Treasurer: Marguerite Chesney 15159 101st Terrace N, Jupiter,FL 33478 P-3 1 TRENCH SAFETY ACT (90-96, Laws of Florida) Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for comp{ying v~nth the Florida Trench Safety Act (90-96, ` ~ Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of ' such compliance to be summarized below: Trench Safety Unit of Measure Measure Unit Unit Extended (Description) LF/SF Quanti Cost Cost 1 B. c. D. o~ TOTAL $ ~~ 1f applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Sub-article 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL-TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non-responsive. Contractor agrees that the above safety compliances and costs are included in his bid package. Signa#ure of bidding Contractor Centerline IItilities, Inc. 15159 101st Terrace N Jupiter, FL 33478 TSA-1 WF120000 ~, to a P�IjW A� ,w t4 o �a to engage in the twsiness, pro%ssiort or occe~patiort oF. ~ " . UNDERGROUND U.TILITIES~ PAID'. PBC TAX CQLtECTQR. ~ ' S`28'S.85.QCC 049 1484908 07-29'.-2008 CUCQ32652 .. ANNE M. GANNON ~ THlS DOCUMENT IS VALID ONLY WHEN RECEiPTED TAX COLLECTOR, PALM BEACH COUNTY BY TAX COLLECTOR - __ Aug.~27. 2008 11:26AM CAL INC (561) 421-6730 No. 9195 P. 1/2 .~~~~„ CERTIFICATE Of~ L.IA~ILITY INSURANCE 08/27/2008 I+ROR (361) 776-9001 FAX (561)427--6730 THIS CERTIFICATE D 1.SSUED AS A AAATTER OF INFORYAT'ION Col 7 i nstrorth, Alter, Lambert, Inc. ONLY AND CONFERS NO RIGHTS UPON THE ct=RTIFICATE 23 Eganfu5kee Street HOLDER. TH18 CERTIFK:A7E DOES NOT AMEND, FJCTEND OR Suite 102 ALTER THE COVERAGE AFFORDED BY THE POLICIES 6k10W. 7uQiter, E'l 33477 WSURl:RS AFFORDING COVERAGE NAIC 4 aiauren Center Tne Utilities, Inc. INSURER A: FCCI Colt:tlertial Irtsurarlce Co 15159 101st Terrace North Mz6URER~ National Trust Ynsurance Co ]upiter, FL 33475 Msulu:RC: FOCI Insurance Company ~ a INSURER e CO~[ERAGES THE POLICES OF INSURANCE uSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TF~ POLICY PERIOD INDICATED. NOTWITFrSTANDING ANY REgUlR~NT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WhgCH THIS Ct]Yf'IFICATB MAY BE IS.St~O OR MAY PER7ALN_ THE IIJSt.II~E AFF(]R~D 6Y THE I~ICIES 9ED HEREW 1.S Su~IFCT TO ALL TWE 1ERM3. EXC11fSlONS AND CONDITIONS OF SUCH POLICI ES. AGf3RECiATE L11,p1'S SHOWN MAY HAVE SEEM REDUCED BY PAID ClAallS. Il44R TYPE OP NSIl1RANCE POLICY NUALBER POLJCY EFFECTNE POLJCif 'PION lallllg OENERM.LIA60.nY GL0004596 10/21/2007 10/21/2008 EACNOCCURItENCE s 1,000 00 X CORCIAL c~tERAt ET ADDITIONAL INSURE ~'~ TO RENTEC s 100, cows NAL7E QX OCCUR WAIVES SUBROGATION ~ I~ w+r as Pte) 8 5 , A X BF Prop Oates , XCU INCLUDED P~soNAI, a Aov uanmY s 1.000, X Ca>c+tractual ~NERAL Aw<;cRt-ts-rr; a 2 , 0~ GE~1'L ACaGItEC~ITE UAKT APPU6S I~ PROOUC~s - ACaG : z , 000, 00 POLICY x ~~ AurDt unesnY X ANYAVro CAOO0S078Z L xNSURED ANO io/zl/2007 to/zi/2oo5 ~,,,,~ ~,,R ~'O~ s 1000, ALL Owr~o AUTOS W R 51,IBROGr31TI0iV APPLY ~ µIry,~Y a stHEOUt.~a auros A X MMLEDAUTOS BOaLY IN,><JRY s X N~OWNIDALJT06 ~°0O~ _ OAMAG~ f iARAOE LRY AUTD ONLY- EA ACCfDEN7' f ANY AUTD O'LI1Eis THAN EA ACC f oo~I.u-uAelurv uNlsoooioa6s lo/21/zao~ io/zlnoos AU=O ONLY: AC,G EACH OCCURRENCE i : 3,000 X occur: ~ EIIA EXTENDS OVER WC AGATE s 3000 ^ g s °L~ucrlele = RLSiFamoN s s vrplacEas NSaTON AND OOIMKA7A47331 10/21/2007 10/21/2008 X ~"~ Ate' °TM- eaPlot-eRS LIA9ILlTY ' BLANKET WAIVER ~.~. EACM ACGI~ENT s 500, ORIPAATI~RID(~UflVE ANY pROPR~T ~~~ ~G-~? SUBROGATION APPLIES E4 DISEASE • EI- ENpLOYE s 500 Rovls~s I~elewr EL pISF.ASE • POLICY LJNpT s 500, 0 A nstallation Floater- ransit Coverage Limit 180 000 CN10002659 12/21/2007 10/21/2008 Limit Arty One ]obsite 5130,000 Catastrophe Limit 5450,000 Oed. S 1,000 DE9~GRIPi1C7N GF pYE,WIR,M5/ WGI IWIlS! YFdWG1.E'7 f ExGLYS>~6 JIOUL'U ~ GRU~,i3L•IYl:l,i I irCYWi r~vwuna Tequesta ,Village of Dept. of Cua~ninity Development 345 Tegnesta Drive Tequesta, Fl 33461 ACORO 2b (200i/08) S~a1 a n ANY OF THE ABOVE DESCti18EO POCICIEB BE CANClLLED BLiFORE THE E7VIRA'IION O/1YETIIEREOP. THE M3SIlM10 R18URER WILL FND6AVOR TO MALI. 31) DAYS tAMe17TEN NOTICE TO 71tB CER7IPIGTE NOLOQi NA+LBD To THE LEFT. BUT F TO YAM. 9UCL1 NOTM~ SIIML tl1IP0~ NO OBLK3ATlON OR LIAiIL1TY OR ANY yt~D UPON THE INSURBBaIt$ ACi@IT8 OR REPl~L17'ATNL18. ®ACORD CORPORATION 1988 ~- ~Au•g. 27. 2408-11:27AM---CAL INC (5611 427-6730 IMPORTANT No. 9195 P. 2/2 If the certificate holder is an ADDITIONAL. INSURED, the poGcy(ies) must be endorsed. A statement on this certifrCate does not Confer rights to the certificate hoer in lieu of such endorsement(s). ff SUBROGATION 1S WAIVED, subject to the terms and c~dittons of the policy, certain policies may requite an erxiorsemestt,. A staternertt on this cert does scot confer rights to the certificate holder in reu of such endorsement(s). , DISCLAIMER The Cettit'cate of Insurance on the reverse side of this corm does not Constitute a contrail beiween the issuing insurer(s), riuthorized representative or pr~ucer, snd the certificate holder, nor does it affirmatrvely or negatively amend, extend or alter the coverage atirorded by the policies listed thereon. ~C~RD ZS (2001!08)