Loading...
HomeMy WebLinkAbout2003 02 24 Consent D Design/Build Bar Screens at the West Water Reclamation Facility . . . COMMISSION AGENDA ITEM D CONSENT X INFORMATIONAL PUBLIC HEARlNG REGULAR ,~ February 24,2003 Meeting MGR r /DEPT Iff Authorization REQUEST: Utility Department Requesting Approval to enter into a contract to Design/Build Bar Screens at the West Water Reclamation Facility. PURPOSE: The purpose ofthls Board item is to request authorization to enter into a contractual agreement with K & W Welding, Inc. to design and build enlarged Bar Screens at a cost of$33,000.00 plus contingency. CONSIDERATIONS: This .project is needed to correct deficiencies in the existing bar screens at the West Water Reclamation Facility. This project was advertised as a request for proposals for designlbuild services. Sealed proposals were opened on January 29, 2003 under RFP No. 004/03/DT There were five (5) bids received. The low bidder was K & W Welding Inc. for $33,000.00 followed by Cloud 9 at $63,496. The K & W Welding submittal meets the requirements delineated in the RFP. The City Clerks summary is attached. The scope of work inCludes building one new bar screen and intake structure for one treatment plant and adding on to the bar screen of the other plant. The completion ofthis project will double the capacity of the existing bar screens thereby reduce the chance of overflows due to clogging of the bar screens. Bar screens remove inorganic solids at the head works to the treatment plants. . . . Consent Agenda Item D February 24,2003 Page 2 FUNDING: The funding for this project is budgeted in the current fiscal year under the Utility Enterprise Fund capital improvements line code 3600-563] O. The amount budgeted for this project is $35,000.00. RECOMMENDATION: It is recommended that authorization be given to enter into a contractual agreement with was K & W Welding Inc to design and build new bar screen and intake structure for the West Water Reclamation Facility in the amount of $33,000.00 plus 10% contingency payable from the Utility Enterprise Fund capital improvement line code 3600-56310. IMPLEMENTATION SCHEDULE: The scope of work will be completed within 90 days of approval. ATTACHMENTS: 1. Agreement Form 2. City Clerk Summary RFP No. 004/03/DT 3. COMMISSION ACTION: . . . Attachment No.1 FORM OF AGREEMENT THIS AGREEMENT made this day of , 2003 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and , State of Florida, herein referred to as the Design/Build Contractor, a person duly licensed in the State of Florida, as follows: 1. DESCRIPTION OF WORK - COORDINATOR shall perform the work, in accordance with the Contract Documents of the Design/Build Enlarged Bar Screens for the Water Reclamation Facility. 2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and are incorporated into this Contract by this reference. 3. EXECUTION TIME - The COORDINATOR shall begin work within 10 days after the issuance of a written Notice to proceed and the contract shall be for a period of 90 calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIQUIDATED DAMAGES - NOT USED 5. CONTRACT PRICE. UNIT PRICE CONTRACT - The OWNER will pay the DESIGN/BUILD Enlarged Bar Screens for the WEST WATER RECLAMATION FACILITY CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Dollars ($ ). Payments will be made to the CONTRACTOR on a monthly basis as delineated in the Schedule of Unit Prices included as a part of his Offer, which shall be as fully a part of the Contract as if attached or repeated herein. Thirty (30) days after presentation of the Application for Payment to Owner the amount recommended will become due, and when due will be paid by Owner to the CONTRACTOR. Progress payments may be withheld if: (A) Contractor does not file reports with Owner in a timely manner; (B) Owner is damaged by an act for which Coordinator is responsible; (C) Claims or liens are filed on the job; or (D) In the opinion of the City of Winter Springs, Contractor's work is not being performed satisfactorily. 6. DESIGNATION OF PROJECT DIRECTOR: 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 the contract. The OWNER may change the Project Director during the term of this contract. b. Inspections. Opinions. and Proqress Reports. The OWNER shall be kept familiar with the progress and quality of the work overseen by the CONTRACTOR and shall make periodic visits to the work sites. The OWNER will not be responsible for the CONTRACTOR'S failure to perform the work in accordance with the Contract Documents. c. 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. d. 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. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR'S duties and rights in connection with the project herein are as follows: . a. Responsibility for Desiqn and Construction Supervision. Under this contract, the CONTRACTOR shall be solely responsible for the design and construction of this project, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all necessary attention for such proper supervision and direction. b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among its employees that it may employ, and 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. Fumishinq 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 the 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 coordination of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if required and authorized in the Contract Documents) holds or will secure all trade or professional licenses required for CONTRACTOR to undertake the work. . e. CONTRACTOR shall .provide a written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. . 10. BOND - NOT REQUIRED 11. MEDIA TIONNENUE - 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. 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: CONTRACTOR Name Address and Telephone . Date OWNER: CITY OF WINTER SPRINGS By: Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL. 32708 407-327-1800 . . . . Attachment No.2 REQUEST FOR PROPOSAL NUMBER: RFP-004-03/DT DESIGNIBUILD ENLARGE BAR SCREENS AT THE WEST WATER RECLAMATtON FACILITY RFP CLOSING: JANUARY 29, 2003 RFP Closing Was Called By: Ms. Nancy Vobornik, Purchasing Coordinator RFP Opened: 3: 10 p.m. RFP Closed: 3:14 p.m. Witness: Mr. Doug Taylor, Superintendent, Utility Department Ms. Holly N. Pierstorff, Assistant to the City Clerk Five (5) RFP 's Received: 1. AMERICAN WATER SERVICES, INC. AGENT: GARY DEREMER ADDRESS: 4925 CROSS BAYOU BL V, NEW PORT RICHEY, FLORIDA 34652 TELEPHONE: (727) 848-4203 F ACSIM1LIE: (727) 848-9540 PROPOSAL AMOUNT: $86,097.00 2. K & W WELDING, INC. AGENT: WILL DeFOE, OWNER ADDRESS: 1040 OCOEE APOPKA ROAD, SUITE 340, APOPKA, FLORIDA 32703 TELEPHONE: (407) 814-9399 FACSIM1LIE: NOT PROVIDED PROPOSAL AMOUNT: $33,000.00 3. BENTLEY ARCmTECTS & ENGINEERS, INe. AGENT: WILLIAM C. BENTLEY, PRESIDENT ADDRESS: 665 WEST WARREN A VENUE, LONG WOOD, FLORIDA 32750 TELEPHONE: (407) 331-6116 FACSIM1LIE: (407) 331-4566 PROPOSAL AMOUNT: $ 102,680.00 4. WATERLINE INDUSTRIES CORPORATION AGENT: RALPH W. DUMKE, PRESIDENT ADDRESS: 145 BATCHELDER ROAD, SEABROKK, NEW HAMPSHlRE 03874 TELEPHONE: NOT PROVIDED F ACSIM1LIE: NOT PROVIDED PROPOSAL AMOUNT: $ 76,777.00 5. CLOUD 9 SERVICES, INe. AGENT: RICK FENDER, PRESIDENT ADDRESS: 500 29TH STREET, ORLANDO, FLORIDA 32805 TELEPHONE: NOT PROVIDED F ACSIM1LIE: NOT PROVIDED PROPOSAL AMOUNT: $ 63,496.00 Holly N. Pierstorff, Assistant to the City Clerk City of Winter Springs Copy: Mr. Kip Lockcuff, Director, Public Works/Utility Department Ms. Nancy Vobomik, Purchasing Department