HomeMy WebLinkAbout2016 04 11 Consent 308 WTP1 Water Quality Improvements Project - Award of Construction ContractCOMMISSION AGENDA
ITEM 308
Informational
Consent
X
Public Hearings
Regular
April 11, 2016 KS KL
Regular Meeting City Manager Department
REQUEST:
The Utility Department requesting authorization to enter into an agreement with Wharton -
Smith, Inc. for construction of WTP #1 Water Quality Improvements, ITB #004- 16 -KL, in
the amount of $4,770,000 plus a 10% contingency.
SYNOPSIS:
The Water Treatment Plant #1 Water Quality Improvements project is needed to comply
with recent EPA regulations for Total Trihalomethane (TTHM) levels at remote sample
points in the water distribution system as memorialized in a Consent Order with FDEP. The
installation of the Anionic Ion - Exchange system as included in the project plans and
specifications will reduce TTHM's below federal standards when completed and operational
in May 2017.
CONSIDERATIONS:
. The WTP #1 Water Quality Improvements project consists of a number of
improvements to the water treatment plant on Northern Way, including:
• New Anionic Ion Exchange system - 2 vessels.
• New Prefabricated Metal Building Structure.
• Updated Chemical Feed system.
• New Generator and Fuel Storage Tank.
• Updated Electrical and SCADA Instrumentation Control Package.
. The project was advertised for construction bids on February 7, 2016 as
ITB /004 /16/KL. Bids were publicly opened on March 18, 2016, with the results as
Consent 308 PAGE 1 OF 3 - April 11, 2016
follows:
Apparent Bank
Contractor
Base Bid '
1
0V P%. ,4 rton -Smit i
,2 000 , r#
2
n a r
4, 4 2 2
Fl r Des= n C.071:-.ractors. Inc
,9_33,0 0.
VC, of rt % "suture, LLC
S>4_-'41-305,;500-00
-L ry r i°. . tic,
* %, ° r . nc
¢t r7 ,0 0.
Sr. 00,33653
Nlc%iahar con tr tr ' Co.,
S_1_ r 2D'000-co
11 Corry -ruc -o . kLC
, _�1 3 390,,=#
is
1Wr5r Ctr r
,�E *46'4r,
CPH reviewed the bids and provided a recommendation which is attached. All bids
were determined to be complete and responsive. Their recommendation is to award
to the low bidder, Wharton- Smith, Inc. at the base bid of $4,770,000. A complete bid
tabulation is included in the CPH recommendation letter.
Included in the bid was an Additive Alternative Item for a 3rd Ion Exchange unit that
came in at an additional $500,000. However, at this time we feel comfortable
that the two units included in the base bid will meet the project objectives. The base
bid includes all materials to add a third unit at any time in the future. Staff may seek
additional City Commission authorization during the project to proceed with the 3rd
unit during the course of construction if we feel all unexpected costs have been
identified and the project is still within budget.
Construction of the Water Quality Improvements is expected to begin in May 2016
and be completed in May 2017. WTP #1 will remain operational during the course of
construction.
FISCAL IMPACT:
The construction project cost is $4,770,000.00 plus a 10% contingency for a
total authorization of $5,247,000.00. The project is anticipated to be funded with State
Drinking Water Revolving Loan Fund proceeds which is currently in the approval process
at the State. The loan agreement with the final loan amount and interest rate will be brought
to the City Commission at a future meeting.
COMMUNICATION EFFORTS:
This Agenda Item has been electronically forwarded to the Mayor and City Commission,
City Manager, City Attorney /Staff, and is available on the City's Website, LaserFiche, and
Consent 308 PAGE 2 OF 3 - April 11, 2016
the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the
respective Meeting Agenda which has also been electronically forwarded to the individuals
noted above, and which is also available on the City's Website, LaserFiche, and the City's
Server; has been sent to applicable City Staff, Media/Press Representatives who have
requested Agendas /Agenda Item information, Homeowner's Associations/Representatives
on file with the City, and all individuals who have requested such information. This
information has also been posted outside City Hall, posted inside City Hall with additional
copies available for the General Public, and posted at five (5) different locations around the
City. Furthermore, this information is also available to any individual requestors. City Staff
is always willing to discuss this Agenda Item or any Agenda Item with any interested
individuals.
RECOMMENDATION:
Staff recommends the City Commission authorize entering into an agreement with Wharton -
Smith, Inc. for construction of the WTP #1 Water Quality Improvement Project, ITB #004 -
16-KL, in the amount of $4,770,000 plus a 10% contingency, and authorize the City
Manager and the City Attorney to prepare and execute any and all applicable documents.
ATTACHMENTS:
1. CPH Bid Recommendation Letter (6 pages)
2. Bid Ad Proof (1 page)
3. Agreement Form (12 pages)
Consent 308 PAGE 3 OF 3 - April 11, 2016
March 30, 2016
Mr. Kipton Lockcuff, P.E.
Utility /Public Works Director
City of Winter Springs
1126 East S.R. 434
Winter Springs, Florida 32708
Re: City of Winter Springs Water Treatment Plant No. 1 Water Quality Improvements
Engineer's Bid Review and Recommendation
CPH Project No. W04167
Dear Mr. Lockcuff:
Attachment No. 1
1 '117 East Robinson St.
Orlando, FL 32801
Phone: 407.425.0452
Fax: 407.648.1()36
The City of Winter Springs received ten (10) bid packages for the WTP No. 1 Water Quality
Improvement System Upgrades (ITB /004/16/KL) on March 18, 2016. The project includes the
following items:
1. Furnish and Install New Anionic Ion- Exchange (IEX) System.
2. Furnish and Install New Prefabricated Metal Building Structure.
3. Furnish and Install Updated Chemical Feed Systems.
4. Furnish and Install New Generator and Fuel Storage Tank.
5. Furnish and Install Updated Electrical and SCADA Instrumentation & Control Package.
The City prefers to install two (2) pressure vessels at this time. Therefore, CPH prepared a bid
tabulation of the ten (10) Contractors' base bids. The Bids appear reasonable for the work effort
necessary to complete the project.
Apparent Rank
Contractor
Base Bid
1
Wharton- Smith, Inc.
$4,770,000.00
2
Ortega Industrial Contractors, Inc.
$4,784,792.00
3
Florida Design Contractors, Inc.
$4,930,000.00
4
PWC Joint Venture, LLC
$4,935,500.00
5
TLC Diversified, Inc.
$5,066,777.00
6
Sawcross, Inc.
$5,075,000.00
7
Globaltech, Inc.
$5,100,338.53
8
McMahan Construction Co., Inc.
$5,120,000.00
9
Close Construction, LLC
$5,373,390.00
10
Layne Heavy Civil, Inc.
$5,488,465.00
Engineer's Opinion of Probable Construction Costs $5,513,234.00
Winter Srings WTP #1 Water Quality Improvements -Bid Recommendation (30 -Mar -201 6).doc
All bidders were responsive in submitting the Bid Form, Bid Security and Florida Trench Safety Act
Statement. The three (3) lowest bidders were requested to submit evidence of Responsibility
Requirements and Bidder Evaluation Submittal Requirements. All three (3) low bidders were
responsive to submit the requirements. CPH contacted up to three (3) references for each
contractor and all three (3) low bidders received satisfactory references (see Attachment).
Wharton- Smith, Inc. is the apparent low bidder. Wharton - Smith, Inc. has submitted all of the
required documents with their bid and are all deemed responsive. Warton- Smith, Inc. has included
the following subcontractors: Sinns and Thomas as electrical contractor; Curry Controls Company
as instrumentation supplier and control system integrator; and Air Flow Systems, Inc. as HVAC
contractor.
Based on review of the proper licenses, experience as a prime contractor, and references, Wharton -
Smith, Inc. appears to be a qualified and responsible contractor to perform the construction of the
subject project. Therefore, we recommend the City award the Project to Wharton- Smith, Inc.
Please note that we have not reviewed any financial data as we are not accounting professionals. If
such a review is required, we recommend either a review by your Finance Department, or your
financial adviser /accountant. Also, the contractor bonds and insurance as required by the
specifications should be reviewed prior to execution of the agreement.
We appreciate the opportunity to assist the City on this important project. If you have any questions,
or if you require any additional information please contact me at (407) 425 -0452.
Sincerely,
CPH, Inc.
Roberto M. Gonzalez, P.E.
Sr. Project Manager
Wintcr Snngs WTP »I Watu Quality Improvmems - Bid Recommendation (30- Mar- 2016).doc
21Pa,_
City of Winter Springs
Bid Tablulation
W nter Springs W rP No. 1 Water Quality Improvements Bid Open Date: 3118/2016
City Bitl No. ITB /004/16ML
CPH Project No. W04167
FDEP Project No. DW59061
®�
®
®®
®
®®
®
®®
®
®®
®
®®
®
®®
®
®®
®
®®
REFERENCE CHECKLIST
CITY OF WINTER SPRINGS
ITB N0. 004/16/KL
WTP NO. 1 WATER QUALITY IMPROVEMENTS
Item
Reference for: Wharton-Smith, Inc.
No. 1
No. 2
No. 3
Project Name
Country Club WTP Upgrades
Markham Regional WTP Upgrades
SE Regional WTP Major Upgrades
Owner
Seminole County Environmental Services
Seminole County Environmental Services
Seminole County Environmental Services
Contact
Rob Heaviside
Terry McCue
James Monahan, P.E.
Address
500 W. Lake Mary Blvd., Sanford, FL 32773
500 W. Lake Mary Blvd., Sanford, FL 32773
500 W. Lake Mary Blvd., Sanford, FL 32773
Phone Number
407 - 665 -2117
407 - 665 -2040
407 - 665 -2021
Original Contract
$20,358,230.00
$17,085,800.00
$22,749,076.00
Change Orders
Final Contract
$14,517,579.00
$17,922,801.00
$23,222,060.01
Completed on Schedule /Date
10/14/14
8/18/14
8/14/14
Constructed 6.7 MGD WTP including ozone
Project included ozonation system using liquid
Modification to existing WTP: constructed new
Project Description
generation system, two 1.2 mgd ground storage
oxygen storage /feed, ion exchange system, 2
bldg. & modifications to MaOCI system,
tanks, LS, LOX storage/feed s stem, etc.
turbine high service pumps, electrical, etc.
Emergency Generators, Ozone system, etc.
Comments -
1. How was their quality of work?
1. How was their quality of work?
1. How was their quality of work?
4. Very Good
Good
4. Very Good
2. Did the Contractor do most of the work or
2. Did the Contractor do most of the work or
2. Did the Contractor do most of the work or
did they subcontract a lot of it?
did they subcontract a lot of it?
did they subcontract a lot of it?
ElectricaMnstrumentation
Electrical
Electrical; site work; ozone gen.; concrete
3. Was the job finished on schedule?
3. Was the job finished on schedule?
3. Was the job finished on schedule?
4. Yes
4. Yes
4. Yes
4. Were they generally cooperative?
4. Were they generally cooperative?
4. Were they generally cooperative?
4. Yes
4. Yes
4. Yes
5. Did they constantly request "extras" to the
5. Did they constantly request "extras" to the
5. Did they constantly request "extras" to the
contract?
contract?
contract?
Owner Requested
Owner Request + Reasonable
Owner Requested; some reasonable
6. Were there any financial claims for unpaid
6. Were there any financial claims for unpaid
6. Were there any financial claims for unpaid
bills through the subcontractors?
bills through the subcontractors?
bills through the subcontractors?
No
No
4. No
7. Were pay requests in accordance with
7. Were pay requests in accordance with
7. Were pay requests in accordance with
work completed?
work completed?
work completed?
Yes
Yes
Yes
8. Who was the Superintendent and did he do
8. Who was the Superintendent and did he
8. Who was the Superintendent and did he
a good job?
do a good job?
do a good job?
Howard Gates; Yes
Jim Gramlich; Yes
Forrest; Yes
9. What is the overall evaluation of the
9. What is the overall evaluation of the
9. What is the overall evaluation of the
company?
company?
company?
8 -9 on a scale of 1 -10
9+
Excellent
REFERENCE CHECKLIST
CITY OF WINTER SPRINGS
ITB N0. 004/16/KL
WTP NO. 1 WATER QUALITY IMPROVEMENTS
Item
Reference for: Ortega Industrial Contractors, Inc.
No. 1
No. 2
No. 3
Project Name
Greenland Water Treatment Plant
Crest Avenue WWTF FEB & Pumping
Waste to Energy Reverse Osmosis WTP
Improvements
Owner
JEA
City of Winter Garden
Pinellas County Engineering
Contact
Hai Vu
Steve Santiago
Mike Englemann, P.E.
Address
21 W. Church Street, Jacksonville, FL 32202
300 W. Plant Street, Winter Garden, FL 34787
14 S. Ft. Harrison Ave., Clearwater, FL 33756
Phone Number
904 - 665 -4028
407 - 656 -4111, Ext. 5459
727 - 420 -5721
Original Contract
Change Orders
Final Contract
$4,526,260
$2,056,124
$14,345,007.00
Completed on Schedule /Date
2014
2014
2013
New 5.67 mgd WTP. Constructed 1.0 MG pre-
Construct 0.75 mgd prestressed concrete flow
Construct 2.5 mgd WTP to treat pond water for
Project Description
stressed concrete ground storage tank, High
equalization basin at exist. WWTF, install 4
Waste to Energy. New influent PS & structure,
service PS, sodium hypochlorite system, etc.
submersible pumps/mixer, piping, electrical
sodium hypochlorite system, etc.
Comments -
1. How was their quality of work?
1. How was their quality of work?
1. How was their quality of work?
:. Very Good
* Very Good
4. Excellent
2. Did the Contractor do most of the work or
2. Did the Contractor do most of the work or
2. Did the Contractor do most of the work or
did they subcontract a lot of it?
did they subcontract a lot of it?
did they subcontract a lot of it?
Electrical, roofing
Electrical
Site work; concrete finishing; stucco
3. Was the job finished on schedule?
3. Was the job finished on schedule?
3. Was the job finished on schedule?
4. Yes
4. Yes
4. Yes
4. Were they generally cooperative?
4. Were they generally cooperative?
4. Were they generally cooperative?
4. Yes
4. Yes
4. Yes
5. Did they constantly request "extras" to the
5. Did they constantly request "extras" to the
5. Did they constantly request "extras" to the
contract?
contract?
contract?
Owner Requested
Owner Requested
Mostly Owner Requested
6. Were there any financial claims for unpaid
6. Were there any financial claims for unpaid
6. Were there any financial claims for unpaid
bills through the subcontractors?
bills through the subcontractors?
bills through the subcontractors?
No
No
4. No
7. Were pay requests in accordance with
7. Were pay requests in accordance with
7. Were pay requests in accordance with
work completed?
work completed?
work completed?
Yes
Yes
Yes
8. Who was the Superintendent and did he do
8. Who was the Superintendent and did he
8. Who was the Superintendent and did he
a good job?
do a good job?
do a good job?
Brian Kellogg; Yes
Craig Hannah; Yes
Brian Kellogg; Yes
9. What is the overall evaluation of the
9. What is the overall evaluation of the
9. What is the overall evaluation of the
company?
company?
company?
4 out of 5
Very Good - would work with again
Excellent - would work with again
REFERENCE CHECKLIST
CITY OF WINTER SPRINGS
ITB N0. 004/16/KL
WTP NO. 1 WATER QUALITY IMPROVEMENTS
Item
Reference for: Florida Design Contractors, Inc.
No. 1
No. 2
No. 3
Project Name
Seville Water Treatment Facility Modifications
Village of Tequesta WTP 3.6 MGD Expansion
Owner
Hernando County
Village of Tequesta
Contact
Cindy Suter
Bill Reese, Kimley Horn
Address
20 N. Main Street, Room 131, Brooksville, Fl
1920 Kekiva Way, West Palm Beach, 33411
Phone Number
352 - 540 -6792;
561 - 845 -0665
rick .leach co.hernandocount .fl.us
Original Contract
Change Orders
Final Contract
$2,787,250.00
$2,300,604.00
Completed on Schedule /Date
October 2015
December 2011
WTP included .75 MG pre- stressed concrete
Construct third reverse osmosis train (1.2
Project Description
ground storage tank, high svc. PS bldg. /pumps,
MGD) in exist. 3.6 MDG R.O. Plant; equip new
chlorine room, 16" potable well pump/casing pump/casing
Florida Aquifers wells, chemical feeds stems
Comments —
1. How was their quality of work?
1. How was their quality of work?
Per review of recent project experience
4. Very Good
4. Good
submittal, only 2 projects were deemed
2. Did the Contractor do most of the work or
2. Did the Contractor do most of the work or
similar type of work
did they subcontract a lot of it?
did they subcontract a lot of it?
EFI Building; Crom Tank
Electrical /instrumentation; painting
3. Was the job finished on schedule?
3. Was the job finished on schedule?
4. Yes
4. Yes
4. Were they generally cooperative?
4. Were they generally cooperative?
4. Yes
4. Yes
5. Did they constantly request "extras" to the
5. Did they constantly request "extras" to the
contract?
contract?
Owner Requested; Reasonable
Owner Requested
6. Were there any financial claims for unpaid
6. Were there any financial claims for unpaid
bills through the subcontractors?
bills through the subcontractors?
No
No
7. Were pay requests in accordance with
7. Were pay requests in accordance with
work completed?
work completed?
Yes
Yes
8. Who was the Superintendent and did he do
8. Who was the Superintendent and did he
a good job?
do a good job?
Paul Brahm, Michael Farrell; Yes
PM - Jeff Holtz; Yes
9. What is the overall evaluation of the
9. What is the overall evaluation of the
company?
company?
.� Very Good — would work with again
Good; would work with again
Orlando Sentxl
OrlandoSentind.cam
Order ID: 3945094
GROSS PRICE * : $234.42
PACKAGE NAME: Orlando Sentinel
Attachment No. 2
Printed: 2/3/2016 10:32:22 AM
Page 1 of 1
* Agency Commission not included
Product(s): Orlando Sentinel, Affidavit, Floridapublicnotices.com, Classified s.OS.com_Legals
AdSize(s): 1 Column,
Run Date(s): Sunday, February 07, 2016
Color Spec. B/W
Preview
AOWERTISEMENT FOR BIDS
IWEATION TO BID
Bid Proposals are hereby solicited by
the City of Winter Springs, F lorida for:
WATER PLANT 1 WATER [QUALITY
IMPROVEMENTS
Bid No. I TB/00a16fKL
Sealed Bids must be received by
March 11, 2016 at 2:00 P.M. at the City
of Winter Springs, City Hall, 1126 East
S.R. dad, Winter Springs, FL 32708
The Bidding Documents may be
downloaded in pdf format from the
City's website at the following link:
http : / /www.winterspringsfl.oro /EN/
web/govfloids purchasing.htm
This construction prolect consists
of a new Anionic Ion - Exchange
(I EX) System, Prefabricated Metal
Building Structure, Chemical Feed
Systems, Generator /Fuel Storage. and
Electrical/SCADA Instrumentation.
Estimated total construction cost is
$6,000.000. A non- mandatory prebid
meeting will be held on February
22, 2016 at 2:00 P.M. of the City of
Winger Springs, City Hall Commission
Chambers, followed by a field trip to
the WTP.
All questions regarding the bid should
be directed to Roberto Gonzalez, P.E.,
Senior Protect Manager, at 407 -425 -0452
or by e-mail to rgonzalecphcorp.
com. Questions received less than
seven (7) Calendar days prior to Bid
Opening will not be answered.
Bids should meet compliance with
State Revolving Loan Fund, American
Iron and Steel (AIS) requirements. AIS
provision requires drinking wager state
revolving fund (DWS R F) assistance
recipients use Iron and Steel products
that are produced in the United Stages.
Any Contract or Contracts awarded
under this invitation for bids are
going to be funded from the Florida
Department of Environmental
Protection Drinking Water SR F.
Neither the State nor any of its
departments, agencies or employees
Is or will be a party to this invitation
for bids or any resulting contract. This
procurement will be sublect to the
requirements of Chapter 62 -552 of the
Florida Administrative Code.
SE M394.%94 VN16
Attachment No. 3
Winter Springs WTP #1 Upgrades 00500-1
THIS AGREEMENT MADE THIS DAY OF , 20
between the CITY OF WINTER SPRINGS, a Florida municipal corporation (herein referred
as OWNER) and a corporation authorized and du
TV]
licensed to do business in the State of Florida (herein referred to as CONTRACTOR), as follow
1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance
7
with the Contract Documents for the construction of Water Plant I Water Quality
Improvements.
2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all
Technical, General and Supplementary Conditions, 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. ORDER OF PRECEDENCE - In case of any inconsistency in any of the documen
aring on the Agreement between the OWNER and CONTRACTOR, the inconsisten
shall be resolved by giving precedence in the following order: I
c. Special Conditions
d. General Conditions
Any inconsistency in the work description shall be clarified by the OWNER and
perforined by CONTRACTOR.
February 2016 Agreement or
Winter Spi ing, W1 P I Water Qim I ity Improvements Spec, i Bid Safi,dkwx
Winter Sprinas WTP 91 Uwarades 00500-2
is reasonably equivalent to the brand name specified. The OWNER has full discretion to
decide whether a substitute is reasonably equivalent. CONTRACTOR must notify the
OWNER prior to use of the substitute for a specified brand name and allow the OWNER
to make a determination before CONTRACTOR uses the substitute.
February 2016 Agreement Form
Winter Spy [Ig" 7 Water Qimlity Improvement, Spec, i Bid Safi,dkwx
Winter Springs WTP #1 Upgrades 00500-3
b. CONTRACTOR is adjudicated bankrupt or makes any assignment for the benefit
of creditors or CONTRACTOR becomes insolvent, or is unable or unwilling to
pay its debts; or
c. CONTRACTOR has acted negligently, as defined by general and applicable law,
in performing the or hereunder; or
1=011041111��' �=- I
2 1121 1
e. CONTRACTOR has made a material misrepresentation of fact to the OWNER
while performing its obligations under this Agreement, or
f. CONTRACTOR is experiencing a labor dispute, which threatens to hav
substantial, adverse impact upon performance of this Agreerneni� witheo
prejudice to any other right, or remedy OWNER may have under this Agreemen]
10. SEVERABILITY - In the event any portion or part thereof of this Agreement is deemes
7—
invalid, against public policy, void, or otherwise unenforceable by a court of law, t
parties, at the sole discretion and option of the OWNER, shall negotiate an equitab
adjustment in the affected provision of this Agreement. The validity and enforceability
the remaining parts of this Agreement shall otherwise be fully enforceable I
11. 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 OWNER or OWNER's Project Manager, by CONTRACTOR as the work progresses,
and in accordance with the Contract Documents.
Progress payments may be withheld if
February 2016 Agreement or
Winter Spi mg, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Winter Springs WTP #1 Upgrades 00500-4
a. or is found defective and not remedied,
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.
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,
I
a. Outstanding claims of liens; or
d. Failure of CONTRACTOR to comply with any special guarantees required by the
Contract Documents.
February 2016
Winter Spi Ing, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Agreement or
Winter Springs WTP #1 Upgrades 00500-5
13. DESIGNATION OF PROJECT MANAGER OR ARCHITECT OR LANDSCAPE
TRCHITECT: DUTIES AND AUTHORITY - The duties and authority of the
OWNER are as follows:
a. General Administration of Contract. The primary function of the OWNER
to provide the general administration of the contract. In performance of the
duties, Kipton Lockcuff, P.E., or his authorized representative is the OWNER
Project Manager during the entire period of construction. The OWNER (CIT
may change the Project Manager during the term of this contract. I
d. Interl2retation of Contract Documents: Decisions on Disgutes. The OV�rNE
will be the initial interpreter of the contract document
R requirements, and ma
decisions on claims and disputes between CONTACTOR and OWNER.
e. Reiection and Stoppa2e of Work. The OWNER shall have authority to rejea
work which in its opinion does not conform to the Contract Documents, and
this connection may stop the work or a portion thereof, when necessar,
f. Pgy nt Certificates. The OWNER will determine the amounts owing to
CONTRACTOR as the work progresses, based on CONTR ACT OR's applications
and NE 's inspections and observations, and will issue certificates for
progress payments and final payments in accordance with the terms of the
Contract Documents.
14. PROGRESS MEETING — OWNER'S Project Manager may hold periodic progress
meetings on a monthly basis, or more frequently if required by the OWNER, during the
to of work entered into under this Agreement. CONTR ACT OR's Project Manager and
all other appropriate personnel shall attend such meetings as designated by the
OWNER'S Project Manager.
February 2016 Agreement or
Winter Spi mg, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Winter Syrinas WTP 91 Uwarades 00500-6
15. 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
solely responsible for all construction under this contract, including t
techniques, sequences, procedures and means, for the coordination of all wor
CONTRACTOR shall supervise and direct the work, and give it all attenti
necessary for such proper supervision and direction. I
b. Discipline and Emplo ment. 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 f
all labor, materials and equipment, including tools, construction equipment a
machinery, utilities, including water, transportation, and all other facilities a
11
work necessary for the proper completion of work on the project in accordan
I
with the Contract Documents.
e. CONTRACTOR will provide written guarantee for work and materials for one
(1) calendar year after acceptance by OWNER.
16. ASSIGNMENT - CONTRACTOR shall not assign or subcontract this Agreement, or
any rights or any monies due or to become due hereunder without the prior, written
consent of the OWNER.
a. If upon receiving written approval from OWNER, any part of this Agreement is
subcontracted by CONTRACTOR, CONTRACTOR shall be fully responsible to
OWNER for all acts and/or omissions performed by the Subcontractor as if no
subcontract had been made.
b. If OWNER determines that any Subcontractor is not perforining in accordance
with this Agreement, OWNER shall so notify CONTRACTOR who shall take
immediate steps to remedy the situation.
c. If CONTRACTOR, prior to the commencement of any Work subcontracts aim
part of this Agreement by the Subcontractor, CONTRACTOR shall 11
February 2016 Agreement or
Winter Spi mg, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Winter Sprinas WTP 91 Uyarades 00500-7
Subcontractor to provide OWNER and its affiliates with insurance coverage as
set forth by the OWNER.
17. THIRD PARTY RIGHTS - Nothing in this Agreement shall be construed to give any
rights or benefits to anyone other than OWNER and CONTRACTOR.
19. NO JOINT VENTURE - Nothing herein shall be deemed to create a joint venture or
principal-agent relationship between the parties and neither party is authorized to, nor
shall either party act toward third persons or the public in any manner which would
indicate any such relationship with the other party.
21. SAFETY - CONTRACTOR shall be solely and absolutely responsible and assume all
liability for the safety and supervision of its principals, employees, CONTR ACT ORs,
and agents while performing work provided hereunder.
22. CORPORATE REPRESENTATIONS BY CONTRACTOR - CONTRACTOJ
reby represents and warrants to the OWNER the following:
a. CONTRACTOR is duly registered and licensed to do business in the State of
Florida and is in good standing under the laws of Florida, and is duly qualified
and authorized to carry on the functions and operations set forth in this
Agreement,
February 2016 Agreement or
Winter Spi mg, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Winter Springs WTP #1 Upgrades 00500-8
c. CONTRACTOR is duly licensed under all local, state and federal laws to provide
the work stated in paragraph 1.0 herein, In support of said representation,
CONTRACTOR agrees to provide a copy of all said licenses to the OWNER
prior to the execution of this Agreement.
23. BOND - CONTRACTOR shall supply a materials, Pero n-nance and payment bond(s) in
accordance with Florida law and to the satisfaction of OWNER, in an amount specified in
the Contract Documents.
24. INSURANCE - During the term of this Agreement, CONTRACTOR shall
responsible for providing the types of insurance and limits of liability as set fort I
c. CONTRACTOR shall maintain, during the life of this Agreement, adequalm
Workers' Compensation Insurance in at least such amounts as are required by la
and Employer's Liability Insurance in the minimum amount of $2,000,000 for
of its employees performing Work for the OWNER pursuant to this Agreement.]
Special Requirements. Current, valid insurance policies meeting the requirements herein
identified shall be maintained during the term of this Agreement. A copy of a current
February 2016 Agreement or
Winter Spi ing, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx
Independent Associates and Consultants. All independent CONTRACTORs or agents
employed by CONTRACTOR to perform any Work hereunder shall fully comply with
the insurance provisions contained in paragraph 24.
25. MEDIATIONNENUE - The parties agree that should any dispute arise between the
regarding the terms or performance of this Agreement, both parties will participate
mediation. The parties agree to equally share the cost of the mediator. Should the parti
fail to resolve their differences through mediation, then any cause of action fil
hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. I
26. GOVERNING LAW & VENUE - This Agreement is made and shall be interpreted,
construed, governed, and enforced in accordance with the laws of the State of Florida.
Venue for any state action or litigation shall be Seminole County, Florida. Venue for any
federal action or litigation shall be Orlando, Florida.
27. ATTORNEY'S FEES - Should either party bring an action to enforce any of the ter'
this Agreement, the prevailing party shall be entitled, to the extent permitted by law,,]
recover from the non-prevailing party the costs and expenses of such action includin
ri
but not limited to, reasonable attorney's fees, whether at settlement, trial or on appeal.
MIN
30. DOCUMENTS - Public Records: It is hereby specifically agreed that any recor
ument, computerized information and program, audio or video tape, photograph,
other writing of CONTRACTOR and its independent CONTRACTORs and associat
related, directly or indirectly, to this Agreement, may be deemed to be a Public Recol
February 2016 Agreement or
Winter Spfing, W1 P I Water Qimlity Improvements Spec, fflidSafi,dkwx
CONTRACTOR acknowledges that the OWNER is a Florida municipal corporation and
subject to the Florida Public Records CONTRACTOR agrees that to the extent any
document produced by CONTRACTOR under this Agreement constitutes a Public
Record; CONTRACTOR shall comply with the Florida Public Records Law.
32 HEADINGS - Paragraph headings are for the convenience of the parties only and are not
to be construed as part of this Agreement.
February 2016 Agreement or
Winter Spi ing, W1 P I Water Qim I ity Improvements Spec, i Bid Safi,dkwx
February 2 16 Agreement or
Winter Spi mgd WI P I Water timhty Improvements Spec, i Bid Setj.dncx
Winter Syrinas WTP 91 Uvarades 00500-12
For CONTRACTOR:
City of Winter Springs
Winter Springs, FL 32708
Either party may change the notice address by providing the other party written notice of
the change.
lrllafl■�
Witness Name
Witness Business Address
Date
OWNER:
CITY OF WINTER SPRINGS
By: Kevin L. Smith
City Manager
Witness 1126 East State Road 434
Winter Springs, FL. 32708
407-327-1800
U0 a Ll X4 9 "1
February 2016 Agreement or
Winter Spi mg, W1 P I Water Qim I ity Improvement, Spec, i Bid Safi,dkwx