Loading...
HomeMy WebLinkAbout1998 11 09 Consent Item A COMMISSION AGENDA ITEM A CONSENT - X INFORMATIONAL PUBLIC HEARING REGULAR November 9, 1998 Meeting MGRf0/iDEPT /~ Authorization REQUEST: Public Works/Stormwater Division Requesting Authorization to Enter Into a Contract Agreement for Retention Pond Maintenance Services PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Southern Waters Aquatic Management for Retention Pond Aquatic Weed Control and Maintenance at a cost of $40,560.00 per year. CONSIDERATIONS: This agreement is needed to continue contractual services for Retention Pond Aquatic Weed Control and Maintenance throughout the City. Bid #98-022 was opened on October 15, 1998 with the three lowest bidders submitting bids as follows: 1. The Lake Doctors $41,700.00 2. Aquatic Biologists, Inc. $48,972.00 3. Southern Waters Aquatic Management $40,560.00 The Stormwater Utility Manager has reviewed the bids and recommended that the bid be awarded to the lowest bidder, Southern Waters Aquatic Management. The Southern Waters Aquatic Management bid is $40,560 which is within our budget. The references and past work history for Southern Waters Aquatic Management were satisfactory. The contract includes the monthly maintenance of 67 ponds and 6 canal/ditch areas throughout the City. The contract period is for twelve months with art option for a second and third twelve month period contingent upon November 9, 1998 Consent Agenda Item A Page -2 acceptable job performance. The contract requires a supplemental agreement if changes involve a net increase or decrease to the original contract of more than 25%. FUNDING: The funding source for the $40,560.00 annualized cost to maintain the stormwater ponds is line code 4413-54693 in the Stormwater Utility Budget. The expenditure for the remainder of the current fiscal year will be $33,800 which is within budget. The funds for this project will be expended over the twelve month contract period, RECOMMENDATION: It is recommend that authorization be given to enter into a contractual agreement for Bid #98-022 with Southern Waters Aquatic Management for Retention Pond Aquatic Weed Control & Maintenance at a cost of$40,560.00. IMPLEMENTATION SCHEDULE: The new pond maintenance contract will commence on December 1, 1998 for a twelve month period with an option for a second and third twelve month period if the work performance is satisfactory. ATTACHMENTS: 1. Agreement Form 2. City Clerk Bid #98-022 Tabulation 3. Scope of Work COMMISSION ACTION: A TT ACHMENT NO. 1 PROPOSAL AND AGREEMENT THIS AGREEMENT, entered into this day of , 1998, by and between the City of Winter Sprinas. Florida. (hereinafter referred to as "City"), and (hereinafter referred to as "Contractor"), provides as follows: WHEREAS, City is desirous of having certain City property maintained; and WHEREAS, Contractor is desirous of performing the said maintenance, NOW, THEREFORE, for and in consideration of the mutual promises hereinafter made, the parties agree as follows: 1. All Bid Documents are attached hereto as Exhibit "A" and incorporated herein by reference. 2. All work done under the Contract Documents, including the furnishing of all labor, equipment and materials and the performing of all operations in connection with the Retention Pond Aquatic Weed Control and Maintenance will be made as outlined in the Pay items of the Bid Documents. Other work for which there is not a pay item will be considered included in the contract Unit Price for the various pay items and no additional compensation will be allowed. 3, The City reserves the right to alter the Plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of anyone or more of the Pay Items. Such changes shall not be considered as a waiver of any conditions of the Contract nor to invalidate any of the provisions thereof. A supplemental agreement between the Contractor and the City will be required when such changes involve a net increase or decrease in the total amount of the original contract of more than twenty-five percent (25%). Should such changes result in changes in the quantities of the work to be performed, the Contractor will accept payment according to Contract Unit Prices for such items of work as appear in the original contract. 4. The work will be done in compliance with the Contract Documents and paid for under the Pay Items herein listed. Quantities shown on the Plans shall govern over those shown herein. The Contractor shall take no advantage of any apparent error or omission in the Plans or Specifications, and the Public Works Director shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. 5. The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty (30) days from that date of this Bid opening. The proposal guaranty of the three lowest bidders shall be held for that period or until an award of the contract is made, 6. The Contractor warrants that the pond maintenance services provided hereunder will be fit for the intended purposes and use of the City and per plan and specifications. The Contractor shall carry general liability insurance naming City as beneficiary in an amount to be approved by the City. The contractor shall also carry workers compensation insurance. 7. The Contractor will be solely responsible for and will provide indemnification for any damages, to the city or other parties(y) resulting from the Contractor conducting work on City property or other properties so affected by the Contractors work, The Contractor shall carry general liability insurance naming the City as a beneficiary in an amount to be approved by the City. The Contractor shall also carry worker's compensation insurance. 8. The successful bidder, upon award of contract, shall be required to submit a Cashier's Check made payable to the city of Winter Springs in the amount of one full month service for the period of October 31, 1999 to November 30, 1999. The cashiers check will be held by the City for the entire contract period as a deposit to assure that the successful vendor will perform as required in these bid specifications. Should the successful bidder fail to perform in accordance with the bid requirements and the City finds the contractor in default of the contract, the deposit will be retained by the City. The deposit will be used to assure continuation of service, in house or by hiring another temporary contractor, until a new permanent contractor can be hired. 9. This contract shall be in effect for twelve( 12) months commencing on December 1. 1998 and terminating on November 30. 1999 with the option to extend for a second and third 12-month period, not to exceed thirty-six(36) months total. The contract may be canceled in whole or in part by the City or the Contractor, upon giving at least thirty(30) days written notice prior to cancellation; EXCEPT that non-performance on the part of the Contractor will be grounds for termination . Termination will take place within five(5) days of notification. 10. The undersigned agrees to commence this project within twenty(20) calendar days after notice of award of contract and notice to proceed. 11. The contractor warrant that all work and materials provided pursuant to this agreement shall be in compliance with all Federal, State, and Local laws, regulations and rules 12. Contractor shall be an independent contractor and nothing herin shall be construed as creating an employment agreement. The undersigned agrees to commence with maintenance activities within twenty (20) calendar days after notice of award of contract and notice to proceed. IN WITNESS WHEREOF, the parties hereto have executed this Proposal and Agreement as of the day and year first above written. CONTRACTOR: THE CITY OF WINTER SPRINGS, FLORIDA By: By: Print: Print: Title: Title: STATE OF FLORIDA COUNTY OF THE foregoing instrument was acknowledge before me this , 1998, by title of officer) of of corporation), a day of (name and (name corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did/did not take an oath. Notary Public Print Name My Commission Expires: STATE OF FLORIDA COUNTY OF " THE foregoing instrument was acknowledged before me this day of _, 1996, by (name and title of officer) of The City of Winter SprinQs. Florida , on behalf of the City. He/she is personally known to me or has produced as identification and did/did not take an oath. Notary Public Print Name A TT ACHMENT NO. 2 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 AQUATIC WEED CONTROL AND POND MAINTENANCE SERVICES BID NUMBER: 98-022 BID OPENING DATE: October 14, 1998 The Bid opening was called by: Mr. J.P. Petrencsik, Director of Purchasing Bid Opened: Bid Closed: 4:02 p.m. 4:07 p.m. Present as witnesses: Ms. Nancy Vobomik, Administrative Secretary, Purchasing Mr. Christopher W. Murphy, Stonnwater Utility Manager Three (3) Bids Received: 1. THE LAKE DOCTORS, INe. 150 STATE ROAD 419, WJNTER SPRINGS, FLORIDA 32708 TELEPHONE: (407) 327-1080 FACSIMILE: (407) 327-7930 BASE BID: $41,700.00 2. AQUA TIC BIOLOGISTS, INC. 750 LANARK SlREET, SANFORD, FLORIDA 32773 TELEPHONE: (407) 302-5062 FACSIMILE: (407) 302-5063 BASE BID: $48,972.00 3. SOUTHERN WATERS AQUATIC MANAGEMENT 1330 VAN ARSDALE SlREET, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 977-0880 FACSIMILE: (407) 977-0880 BASE BID: $40,560.00 AQUA TIC WEED CONTROL AND POND MAINTENANCE SERVICES BID NUMBER: 98-022 BID OPENING DATE: October 14, 1998 PAGE 2 OF2 Two (2) "No-Bids" Received: 1. SOUTIIERN AQUASCAPING 300 SHEOAH BOULEVARD, WINTER SPRINQS, FLORIDA 32708 TELEPHONE: (407) 327-4393 FACSIMILE: (407) 696-6243 2. AG SERVICES POST OFFICE BOX 1244, GENEVA, FLORIDA 32732 TELEPHONE: (407) 349-5423 FACSIMILE: (407) 349-2995 L drea Lorenzo-Luaces, eputy City Clerk City of Winter Sprgs ~ Copy: Mr. Christopher W. Murphy, Stormwater Utility Manager Mr. J.P. Petrencsik, Director of Purchasing DOCSlbidslresults/fy9798/98-022.doc ./ BID NO. 98-022 Page -1L of 22 ATTACHMENT NO.3 STATEMENT OF WORK FOR AQUATIC WEED CONTROL AND MAINTENANCE OF CERTAIN RETENTION PONDS 1, PROJECT SCOPE Provide all supervision, labor, equipment, materials and fuel to perform grounds, aquatic weed control and pond maintenance as indicated in this statement of work, The work consists of maintaining detention ponds and several canals/ditches throughout the City. 2. GENERAL 2,1 Supervisor: The contractor shall provide an individual who shall be responsible for the performance of the work. The name of this person and alternate(s) who shall act for the contractor when the supervisor is unavailable shall be designated in writing to the Utilities Director or other designated City employee. 2,1.1 Authority: The Stormwater Utility Manager or alternate shall have full authority to act for the Contractor on all matters relating to daily operation of this contract. 2.1.2 Availability: The supervisor or alternate shall be available during normal business hours within 24 hours to meet with City Personnel designated by the Utilities Director to discuss problem areas, 2.2 Employees 2.2,1 Contractor Personnel Appearance: Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges which contain the company and employee name. 2.2.2 Vehicle Operator licenses: The contractor shall ensure that all vehicle operators have a valid Florida operators' license for the type of vehicle being driven, prior to starting work. 2.3 Quality Control 2.3.1 Quality Control Plan: The contractor shall establish and maintain a quality control plan to ensure the requirements of the contract are provided for as specified. BID NO, 98-022 Page ~ of 22 2,4 Standards of Work 2.4.1 Standards of Service: The standards of service provided by the contractor shall be equal to City of Winter Springs standards and those normally expected of a competent firm engaged in the aquatic weed control services business. 2.4.2 Qualified Technicians: The contractor is held responsible for providing fully qualified and licensed technicians/workers to perform the tasks necessary in providing these services. 2,5 Hours of Work: Work may be performed by the contractor between the hours of 7:00 a.m. and 6:00 p.m., Monday through Saturday. No work may be performed before sunrise or after sundown without advance written permission from the City. 2.6 Damage to City Property: The contractor shall take necessary precautions to protect City property. Any damage to City property resulting from the wrongful or negligent acts of the contractors' employees shall be repaired or replaced by the contractor or be deducted from the payment due the contractor, 2.7 Safety: The contractor shall exercise proper safety procedures which are In accordance with all state, local, and OSHA regulations or standards. 2,8 Contractors Work Plan: The contractor shall furnish with his bid a complete proposal of his/her plan for accomplishing the required work, including a list of the equipment and personnel intended to be used. 3, WORK TO BE PERFORMED 3.1 Description: The work in this section consists of the following: The intent of the BID is to obtain a price for providing management of certain lakes and/or waterways in accordance with the following specifications. Sixty Seven(67) retention ponds (61,270 ft. total circumference) and Six(6) ditches/canals (3,850 ft total length) located at various City locations in Winter Springs, FL. (See section four for locations and individual circumference measurements) A minimum of twelve (12) inspections per year with treatment as required. The period between individual pond inspections must not exceed 35 days. Water Manaqement Services are to include, but not necessarilv be limited to the followinq: A. Algae and aquatic weed control in open water areas only. B. Shoreline grass control to the waters' edge in non-venetated areas only. BID NO. 98-022 Page ~ of 22 C. Vegetation in t,he bottom of dry ponds shall be limited in height to 12". D. Littoral shelf maintenance-Wicking for the control of cattail and primrose willow. E. Water chemistry testing, as needed by the contractor for the success of the control program. F. Bacteria testing, as needed by the contractor for the success of the control program. G. Triploid grass carp stocking (to control hydrilla and slender spikerush) based on a unit cost. Fish barriers are not part of this scope. They will be negotiated on a case by case :basis. H. Removal of all non organic material (bottles, cans, litter, etc.) that is floating or at the water line will be conducted once per month. Management reporting will be used to verify trash removal activities. Trash to be removed is limited to trash which can physically enter the pond via the storm sewer system, I. Overflow structures shall be cleared of weeds monthly. J. Physical removal of organic materials is not part of this contract and will be negotiated separately. K. Management reporting. Management reporting will require the use of forms as provided by the City and will be used as a basis for Invoice approval and contract performal")ce inspection. Any activity conducted as part of the contract will have to be submitted within 72hrs of the activity taking place. 3,2 Inspection and Unsatisfactory Work: During periods of heavy pond maintenance the contractor shall consult with the City for inspection and tentative approval of work quality being accomplished. In the event of unsatisfactory work, the contractor shall perform whatever work is necessary without additional compensation. 3,3 Bid Items and Items of Payment: The measurement of production and item(s) of payment shall be made by unit/work areas on a per monthly basis as follows and as indicated in 4,0: D' ' <7::r"'r" rt,~rrwreJlJ) , .'. . ~ , ~ . ~ 1: /.r"..".....n:....,...... . \ ,: ',"'. ".' ;.-' NOV 0 2 1998, CITY OF WINTER SPRINGS City Manager