Loading...
HomeMy WebLinkAbout2004 03 22 Consent 205 . . . COMMISSION AGENDA ITEM 205 CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR March 22, 2004 Meeting MGR r IDEPT J~ Authorization REQUEST: Utility Department Requesting Authorization to enter into a Contractual Agreement for construction of the West Water Reclamation Facility Roof Replacement. PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Ernest & Hutch Contracting LLC for the West Water Reclamation Facility Roof Replacement at a cost of$41, 787.00. CONSIDERATIONS: This project is needed to provide the scheduled roof replacement of the West Water Reclamation Facility Operations Building. Bids for this project were opened on February 25, 2004 under Bid # ITB-009-04/KL. Only one bid was received. The single responsive, responsible bidder was Ernest & Hutch Contracting, LLC with a bid of$41, 787.00. The engineer's estimate of construction cost was $50,000. The project scope of work includes all labor, equipment, and materials for the replacement ofthe existing deck roof with a truss roof at the West Water Reclamation Facility Operations building. FUNDING: The proposed contract amount of $41,787.00 is slightly over the $40,000 budgeted in the Renewal & Replacement Account of the Utility Enterprise Fund. . The needed funds will be transferred from the Clarifier Drive project. The funds will be spent over the next 90 days. . . . Consent Agenda Item 205 March 22, 2004 Page 2 RECOMMENDA TION: It is recommended that authorization be granted to enter into a contractual Agreement with Ernest and Hutch Contracting, LLC for the West Water Reclamation Facility Roof Replacement at a cost of$41,787.00 plus a 10% contingency payable from the Renewal and Replacement Account of the Utility Enterprise Fund (3610-65000-30031). IMPLEMENTA TION SCHEDULE: The scope of work will be completed within 90 days of issuance of the NTP. ATTACHMENTS: 1. Bid Summary 2. Capital Project Coordinator's recommendation 3. Proposal and Agreement COMMISSION ACTION: . February 25, 2004 Called By: Bid Opened: Bid Closed: Attachment No. 1 BID NUMBER: ITB-009/04/KL W ASTEW A TER RECLAIM. FACILITY ROOF REPLACMENT Nancy Vobomik, Purchasing Coordinator 3:30 p.m. 3:01 p.m. Witnesses: Kip Lockcuff, Utility/ Public Works Director Doug Taylor, Utility Superintendent . . Ernest & Hutcb Contracting LLC Contact: Jobn M. Ernest 10308 Lake Louisa Road Clermont, FL 34711 Pbone: 407-948-5023 Fax: 407-291-2654 Base Bid: $ 41,787.00 . . . Attachment NO.2 To: Kip Lockcuff, P.E. Public Works/Utility Director FROM: George F. Edwards, P.E. Capital Projects Coordinator RE: Bid Analysis, Bid # ITB-009-04/KL West Water Reclamation Facilitv Roof Replacement DATE: March 16, 2004 On Wednesday, February 25, 2004, the City of Winter Springs received one bid for the West Water Reclamation Facility Roof Replacement project. The bid received was from Ernest & Hutch Contracting, LLC in the amount of $41,787.00. The Engineer's estimate of probable construction cost of the project was $50,000.00. The amount budgeted was $50,000.00. EVALUATION OF RESPONSIVENESS The lowest bidder, Ernest & Hutch Contracting, LLC, provided all required documentation to establish bidder responsibility. The bid may be considered responsive. EVALUATION OF RESPONSIBILITY The references supplied by Sunshine Building and Development Corporation were verified and it is recommended that the contract be awarded to them. RECOMMENDATION In my opinion, an award of the West Water Reclamation Facility Roof Replacement project to Ernest & Hutch Contracting, LLC is in the best interest of the City. IMPLEMENTATION SCHEDULE The scope of work will be completed within 90 calendar days of the Notice to Proceed. . Attachment NO.3 AGREEMENT FORM THIS AGREEMENT MADE THIS DAY OF between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and Ernest & Hutch ContractinQ, LLC, State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, for the West Water Reclamation Facilitv Roof Replacement, at City of Winter Springs, City Hall, 1126 East S.R. 434, Winter Springs, FL. 32708. 2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. 3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 days after the issuance of a written Notice to Proceed and shall complete the work within 90 calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. . 4. LIQUIDATED DAMAGES - OWNER and CONTRACTOR 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 3 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 or arbitration preceding 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) CONTRACTOR shall pay OWNER $500.00 for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. 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, the Total Contract Price of Fortv One Thousand Seven Hundred EiQhtv Seven Dollars ($41.787.00). Payments will be made to the CONTRACTOR for actual quantities installed 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. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. . Progress payments may be withheld if: . (A) (B) (C) (D) (E) (F) Work is found defective and not remedied; Contractor does not make prompt and proper payments to subcontractors; Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; Another Contractor is damaged by an act for which Contractor is responsible; Claims or liens are filed on the job; or In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project. The OWNER shall release 50% of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining 50% of the amount withheld shall be released with the Final Payment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of liens arising out the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. . By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents: (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. (E) Liquidated Damages; and (F) Warranty Work. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. . General Administration of Contract. The primary function of the City is to proYide the general administration of the contract. In performance of these duties, Doug Taylor or his authorized representative is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. . b. .9. . e. Inspections, Opinions, and Prooress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c. Access to Worksite for Inspections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. d. Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Reiection and Stoppaoe of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. Furnishino of Labor, Materials, etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefore. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. BOND - CONTRACTOR shall supply materials, performance, and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. . 10. 11. MEDIATIONNENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. 12. Signed, Sealed and Delivered In the presence of: CONTRACTOR: John M. Ernest Ernest & Hutch Contracting, LLC. 10308 Lake Louisa Road Clermont, FL 34711 (407) 948-5023 . Date OWNER: CITY OF WINTER SPRINGS By: Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL 32708 407-327-1800 .