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)