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