Loading...
HomeMy WebLinkAbout1998 02 09 Consent Item C COMMISSION AGENDA ITEM C REGULAR CONSENT X INFORMATIONAL February 9. 1998 Meeting MGRRw1 /DEPT /~)- Authorization REQUEST: Utility Department Requesting Authorization to Enter into a Contractual Agreement for the Installation of a Handrail at the West Water Reclamation . Facility. PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual Agreement for the installation of a Handrail at the West Water Reclamation Facility with Al Bosgraaf & Sons, Inc. at a cost of$16,540.00 plus a 10% contingency. CONSIDERATIONS: This project is needed to eliminate a falling hazard on treatment plants # 1 and #2 at the West Water Reclamation Facility. On August 8, 1997, an employee tripped while working on a walkway on top of wastewater plant # 1. The individual struck his head on an air pipe and fell into a wastewater aeration bay. A coworker pulled the individual to safety and he was subsequently treated for a minor concussion. A review of the incident by the risk manager, J.P. Petrencsik, and operational staff recommended that a handrail be installed around the circular walkways on top of the two treatment plants. The East WRF already has a handrail. Drawings and bid specifications were prepared and advertised as Bid # 98-012. These bids were opened on January 21, 1998 with the low bidder being Al Bosgraaf & Sons of Casselberry. Mr. Bosgraafs bid package and bond was in order. He has successfully performed work for the City (Fire Station #2). The project consists of installing approximately 200 feet of 1.5" Schedule 40 welded aluminum handrail on the two circular walkways on the wastewater treatment plants. February 9, 1998 Consent Agenda Item C Page .1.. FUNDING: The cost for this project is $16,540.00. This project was not budgeted for in the FY 1997/1998 budget. However, sufficient funds are available in Utility Enterprise Fund Reserve Account to complete this project. Funds will be expended in 90 days. RECOMMENDATION: It is recommended that authorization be given to enter into a contractual Agreement for the installation of a Handrail at the West Water Reclamation Facility with Al Bosgraaf & Sons, Inc. at a cost of $16,540.00 plus a 10% contingency payable from the Utility Enterprise Fund reserve account. IMPLEMENTATION SCHEDULE: The project will be completed within 90 days of approval. ATTACHMENTS: 1. City Clerk Summary - Bid # 98-012 2. Agreement Form COMMISSION ACTION: . - . -~ Attachment No. 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 PROJECT TITLE: WINTER SPRINGS WEST WATER RECLAMATION FACILITY HANDRAIL ADDITION BID NUMBER: 98-012 BID OPENING DATE: JANUARY 21,1998 The Bid opening was called by: J.P. Petrencsik, Director of Purchasing Bid Opened: Bid Closed: 4:04 p.m. 4:08 p.m. Present as witnesses: Kip Lockcuff, Director, Utility/Public Works Nancy Vobomik, Purchasing Secretary Terry Zaudtke, Consulting Engineer Bid Bond Required: Yes Performance Bond Required: Yes Four (4) Bids Received: 1. FLORIDA METAL CRAFT, INC. POST OFFICE ~OX 771196, WINTER GARDEN, FLORIDA 34777-1196 BASE BID: $25,0000 *NOTE: NO BID DOCUMENTS WERE USED. 2. AL BOSGRAAF & SONS, INC.. 441 SURREY RUN, CASSELBERRY, FLORIDA 32707 BASE BID: $16,540.00 3. PRICE CONSTRUCTION, INe. . POST OFFICE BOX 590062, ORLANDO, FLORIDA 32859 BASE BID: $29,850.00 4. CEM ENTERPRISES, INC. dba SUNSHINE PAINTING 1757 BENBOW COURT, APOPKA, FLORIDA 32703 , BASE BID: $F,lOO.OO \ ,-, i j.. \'. (. \.. . i. (: j J ~t.,,---- ~\i'~~'~ '-. ~.--. \ 1.- Andrea Lorenzo-Lua , eputy City Clerk City of Winter S ngs -- Copy: Mr. Kip Lockcuff, Director, UtilitylPublic Works Mr. J.P. Petrencsik, Director of Purchasing BIDS/resulls/I}'9798198-O 12.doc I I I I I I I I I I I I I I I I I I I Attachment No. 2 SECTION 00500 AGREEMENT AND BID FORM THIS AGREEMENT MADE THIS DAY OF , 199_ 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 , 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, at on , Winter Springs, FL. 32708 for: West Water Reclamation Facility Handrail Addition. 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~ days after the issuance of a written Notice to Proceed and shall complete the work within....lliL 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/oss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any exte-;'sions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Ac'cordingly, 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 $100.00 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 ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE. LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of ' Dollars ($ ). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. \ 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) Work is found defective and not remedied; 00500-1 I I (8)' I (C) 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; (D) Another Contractor is damaged by an act for which Contractor is responsible; 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project which shall be the final payment under this contract. 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 all liens arising out of 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. I I I I (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. I 8y 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; I (8) Work that does not comply with the Contract Documents; (C) Outstanding claims of Iiens;.or I I (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. CONTRACTOR, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. I I 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 provide the general administration of the contract. In performance of these duties Kipton Lockcuff 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. I I . b. I c. I Inspections. Opinions. and ProQress 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. 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 00500-2 AGREEMENT AND BID FORM THIS AGREEMENT MADE THIS 27th DAY OF February, 1998 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 Al Bosgraaf & Sons, Inc. of Casselberry, 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, at 1126 East S.R. 434, Winter Springs, Florida 32708 for: the West WRF Handrail Addition. 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 ~days after the issuance of a written Notice To Proceed and shall complete the work within 60 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 recognized the delays, expense, and difficulties involved in proving in a legal or 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) CONTRACTOR shall pay OWNER $100.00 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. LUMP SUM 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 Sixteen Thousand Five Hundred Forty Dollars ($16,540.00). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 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 City by Contractor as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompt and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - Owner shall withhold 10% of the Contract Price which shall be the final payment under this contract. 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 all liens arising out of 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 by 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. Contractor, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCIDTECT 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 provide the general administration of the contract. In performance of these duties Kipton Lockcuf, P.E. Public WorkslUtility Director, 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. Inspections. Opinions. and Pro~ress 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. 2 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. Rejection and Stoppage 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. 9. RESPONSIBILITIES OF OWNER - Contractor's duties and rights m 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. Furnishing 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. Pavment of taxes: Procurement of Licenses and Permits. Contractor shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. 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 under take the contract work. e. Contractor will provide written guarantee for work and materials for one (1) calendar year after acceptance by Owner. 10. BOND - CONTRACTOR shall supply a 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. 11. MEDIATION/VENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to mutually select a mediator and in the event they cannot mutually agree upon a mediator, one will be appointed by the American Arbitration Association. 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 thereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 3 -: 12. 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. Signed, Sealed and delivered in the presence of: Gerald Bosgraaf, V. Pres. Margo M. Hopkins Contractor: Al Bosgraaf & Sons, Inc. Name: 441 Surrey Run, CasseIberry,FL 32707 407-695-3064 Address and Telephone 2/27/98 Date OWNER: CITY OF WINTER SPRINGS Ronald W. McLemore CITY MANAGER 1126 East State Road 434 Winter Springs, Florida 32708 (407) 327-1800 4 clerk NOTICE TO PROCEED TO: Al Bosgraaf & Sons, Inc. 441 Surrey Lane Casselberry, Florida 32707 DATE: March 10, 1998 PROJECT: West WRF Handrail City of Winter Springs Project #98-012 You are hereby notified to commence WORK in accordance with the Agreement dated February 20, 1998, on or before March 23, 1998, and you are to complete the WORK within 60 consecutive calendar days thereafter. The completion of all WORK is therefore May 22, 1998. By Ronald W. McLemore Name Ronald W. McLemore Title City Manager ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by this 13th, day of March 1998. BY Gerald Bosgraaf, Vice President TItle