Loading...
879-Amick Construction SECTION 00520 AGREEMENT FORM ~ "~"~:~7 PART 1 GENERAL 1.0'1 THIS AGREEMENT, made this ~t_k day of It~/IO'/'('h , 2,OOI , by and between City of Sanford, hereinafter celled the Owner, and Amick Construction, Ltd. doing business asa(1) ~;D~ ~t~g-~ I~N~ ,andhereinaftercalledthe Contractor. (1) Coloration, Pa~nership, or Sole Proprietor 1.02 The Owner and Contractor agree as follows: A. Contract Documents -- - The Contract Documents consist of this Agreement; all items listed in the index to the Project Manual; the Drawings as listed in the Project Manual; the Florida Depadment of Transpodation Standard Specifi~tions for Road and Bridge Construction - 1991, as incorporated by the Project Manual; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a pa~ of the Contract as if attached to this Agreement or repeated herein. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of St. Johns Parkway Construction (IFB 00/01-09}. C. Contract Time The Contractor shall begin work with in 10 days after the issuance of a written Notice to Proceed and shall complete substantially complete the work within 180 calendar days from the date of the Notice to Proceed. The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial ~mptetion. D. Liquidated Damages OWNER and CONT~CTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONT~CTOR shall pay OWNER $1000 for each ~lendar day that expires a~er the time specified in Paragraph C for substantial completion until the work is SPECU.08~600 00520-1 substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth (¼) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of Eiqht hundred sixty-six thousand one hundred ninety-six and 88/100 Dollars ($866, 196.88~. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. G. Engineer The Project has been designed by CPH Engineers, Inc., referred to in the documents as the Engineer, whose authority during the progress of construction is defined in the General Conditions and Supplementary Conditions. 1.03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Amick Construction, Ltd. /- Printed Name and Title Attest (Sign~re) Printed 'N'N~e and Title SPECL,B0a~S0O 00520-2 OWNER: ,' City of Sanford Name of Own Anthony VanDerworp - City Manaaer Printed Name and Title Janet R. Douqherty, CMC - City Clerk Printed Name and Title END OF SECTION s.scusoe~soo 00520-3 SUBJECT: Award of Con~ction Contract for Phase I of St Johns Parkway DEPARTMENT: En~ine~'n~ and Planning DIVISION: Engineerin~ AUTHORIZED BY: Ja~Marder .. '2J~'~>j'fll / ONTACT: Robert Walte XT: 5671 ' ~'IMEND ~ )N: orization to award the lowest responsible bid for the Phase 1 Construction of St. Johns to Amick Construction Ltd. In the amount of $866,196.88 subject to: 1. review of Amick's organization, including resumes of key personnel, and equipment and currently owned or under lease to Amick and available for the contract work. 2. review of Amick's construction experience, including current and past projects and r reference interviews. 3. review of Amick's current (within the last 12 months) audited financial statement. 4. Receipt of satisfactory MBE/WBE documentation from Amick as required under Article 17 of the FDEP Supplementary Conditions of the contract documents. Receipt of Certificate of Compliance with 41 CFR 60-1.7 and Certificate of Nonsegregated Facilities from Amick, as required under Article 17 of the FDEP Supplementary Conditions of the contract documents. 6. Receiving approval to award the contract from FDEP in accordance with State Revolving Fund.(SRF) Loan program requirements. This bid includes the roads, curbs, sidewalks, drainage, and water and reclaim water facilities from Central Park Drive (in Sanford Central Park) to the Unitell Plant east of Aero Lane. BACKGROUND: The City, in its efforts to provide an East-West Cormector Road, has received sufficient bids for the Phase 1 of the St. Johns Parkway. The City received nine (9) bids and the lowest and responsible bid for the project was Amick Construction Ltd. in the amount of $ 866, 196.88 including Altemate 1 (upsize the reclaim ~vater main form 8" to 12"). The engineer's estimate was $960,265.19. Of the total price, $758,515.53 is for the road construction and $107,681.35 for the utility construction. The $758,515.53 for the road construction is from the "1 Cent Sale Tax Funding" (Acct = 311-0000- 541-63-50). Please see the attached St Johns Parkway Cost Statement for budget analysis. The $107,681.35 will be funded from the eligible S R F Loan, Utility Reserves, and participation from The Sharma Group, Inc. attachments: Bid Tabulation, St Johns Parkway Cost Statement Reviewed by: F:\SHA_ENG\ENGR-FIEESL~.GENDA- CITY COMM[SSION - P&Z~AGGENDA.ST.JOHNS.PARKWAY.PIWpD CM CA [ Deputy CM Regular Consent x Work Session Briefing Finance Di,r. Other