Loading...
Item C13BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY MEETING DATE: 10/21/09 DIVISION: COUNTY ADMINISTRATOR BULK ITEM: YES DEPARTMENT: AIRPORTS STAFF CONTACT PERSON: Peter Horton Phone: 809-5200 AGENDA ITEM WORDING: Approval of award of bid to Castle USA Corporation, for Wind Protection Improvements (Shutters Phase II) for the Florida Keys Marathon Airport, and approval of contract with Castle USA Corporation, in the amount of $23,313.91, for Window Protection Improvements for the Florida Keys Marathon Airport. ITEM BACKGROUND: This project will be funded 75% by a sub grant from the State of Florida Division of Emergency Management, and 25% by the County 304 fund. PREVIOUS RELEVANT BOCC ACTION: Approval of federally funded sub grant agreement between Monroe County and the State of Florida Division of Emergency Management, for the Florida Keys Marathon Airport Terminal Wind Retrofit Project, July 16, 2008. CONTRACT/AGREEMENT CHANGES: New Contract STAFF RECOMMENDATION: Approval TOTAL COST: $29,313.91 DIFFERENTIAL OF LOCAL PREFERENCE: n/a COST TO AIRPORT: None COST TO PFC: None COST TO COUNTY: 304 fund, $7,328.47 REVENUE PRODUCING: No INDIRECT COST: n/a BUDGETED: Yes SOURCE OF FUNDS: State Emergency Management Grant & 304 fund AMOUNT PER MONTH /YEAR: APPROVED BY: County Attorney X OMB/Purchasing X Risk Management X DOCUMENTATION: Included X DISPOSITION: /bev AO revised 7/09 Not Required AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract # Contract with: Castle USA Corp. Effective Date: Execution Expiration Date: 180 days from NTP Contract Purpose/Description: Window Protection Improvements for the Florida Keys Marathon Airport Contract Manager: Peter Horton # 5200 Airports - Stop # 5 (name) (Ext.) (Department/ Stop) for BOCC meeting on: 10/21/09 Agenda Deadline: 10/6/09 CONTRACT COSTS Total Dollar Value of Contract: $29,313.91 Current Year Portion: $29,313.91 Budgeted? Yes Account Codes: 403-63567-560620-GAM0901 Grant: Yes — StatB=Ernefgency Management County Matc�f: 304 Fund i - ADDITIONAL COSTS Estimated Ongoing Costs: n/a For: . (not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date In Needed Yes No Airports Director 10/ 2,/Cq ( ) RiskCManag ment O.M.B./Purchasing 61—,12,a/ j0 /L/__Q 1 ( ) County Attorney Comments: OCT - 2 2009 Reviewer for B � IQ�ct1VO` LILCAdc, County Attorney Date Out 9 September 25, 2009 Mr. James R. "Reggie" Paros Airport Manager Florida Keys Marathon Airport 9400 Overseas Highway Marathon, Fl 33050 Reference: Wind Protection Improvements (Shutters Phase II) Florida Keys Marathon Airport Recommendation to Award and Contract Execution Dear Mr. Paros, The bid provided to URS Corporation on September 16, 2009 for the referenced project has been reviewed and tabulated by URS Corp. (See attachment.) Based on the bid proposal, URS recommend the low responsive Bidder Castle USA Corporation in the amount of $ 29,313.91 Subject to the BOCC's concurrence in the bid documents requirements, it is recommended that Castle USA Corporation be awarded the contract for the Wind Protection Improvement at Florida Key Marathon Airport. A draft of the award letter to the contractor is also included. See attachments. Sincerely, URS Corporation An estGutierre,E. Project Manager xc: Mil Reisert, P.E. URS Corporation Project File URS Corporation 7650 Corporate Center Drive, Suite 400 Miami, FL 33126-1220 Tel: 305.262.7466 Fax: 305.261.4017 F:\marathonLSHiTI MRS\recomtoaward.doc O S Z F OD CO N N N _ N W O M N M N N N �O IxLU il ~ 0 f p M J O 8 O Oo O W y IY IC G G u1 N 10 W N m O m N N N b b G f 7 I Z Z I O O E W J N CI !NI Cq4 yAy A A LU Z Z F OD W O O M x x VW o M N N N F x V W CD CO V O III A A a W IL N M M M 7 7 F O M M M M K W O W O w W bi, caV ' N W o Stl pOp N N M N S S S gOg gS w J � M M i v a M M pM p N N N N N N M C6 N C o g S D c4 1k:h H N lkF, M! � la`1 ^'1 YAl N N N I J O G 0• O Q O O • f N M N N N M N N N i 8 I g i� W .m Ili N M Z i 7 O j W W W W W W W W W W W W Z 0 1 6 C i ca W ° F m f9 N C Y W Y C Z v c G p; C i L Y • 'e � c c Y ° C m ■ L Y a 'c ao C O pp C S Y IR v a. C O Y IR v 3 w C O 1 Y G v R u u u u v u YI Yl Y) ca Y1 tll N C WNI rl Yi b 0 h.. a0 7 1 1 4 SECTION D CONTRACT TO Window Protection Improvements Florida Keys Marathon Airport THIS AGREEMENT made and entered into the day of 2U09 by and between C AS" C L r= 05AL (ZCV-, , Contractor, and the Monroe County Board of Commissioners, Key West, Florida, Owner. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner as follows: That the Contractor, shall furnish all the materials, and perform all of the work in the manner and form as provided by the following enumerated Instruction to Bidders, Form of Proposal, General Provisions, Special Provisions, Technical Specifications, Form of Contract, Form of Bond, Drawings and Addenda, which are attached hereto and made a part hereof, as if fully contained herein, for the construction of: Window Protection Improvements Florida Keys Marathon Airport Monroe County, Florida 2. That the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder within one -hundred and eighty (180) calendar days from the Notice -to -Proceed (Construction) as per Special Provision No. 2. 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of the agreement, subject to additions and deductions as provided in the specifications or proposal in lawful money of the United States as follows: t Approximately`(& I'llim4m 4AM 46 Dollars (awj ail ($ zli, 313`��1 �) in accordance with lump sum and unit prices set forth in the proposal. 4. On or before the 15th day of each calendar month, the second party shall make partial payment to the on the Contractor basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, less ten percent (10%) of the amount of such estimate which is to be M retained by the Owner until all work has been performed strictly in accordance with this agreement. 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this agreement shall be made within twenty (20) days after the completion by the Contractor of all work covered by this agreement and the acceptance of such work by the Owner. 6. It is mutually agreed between the parties hereto that time is of the essence in this contract and in the event the construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the Owner may retain the amounts described in the Liquidated Damages Section per day for each day thereafter, Sundays and holidays included, that the work remains uncompleted, which sum shall represent the actual damages which the Owner will have sustained per day by failure of the Contractor to complete the work within the time stipulated and this sum is not a penalty being the stipulated damages the Owner will have sustained in the event of such default by the Contractor. 7. It is further mutually agreed between the parties hereto that if at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the Owner shall deem the Surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at its expense within five (5) days after the receipt of notice from the Owner so to do, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. IN WITNESS WHEREOF the parties hereto have executed this agreement on the day and date first 5bove written in two (2) counterparts, each of which shall, without proof or accoun n f6r the other counterpart, be deemed an original contract. (Contractor) (Monroe County Board of Commissioners) By: tlu By: Title: President' WITNESS: 11-7 Title: WITNESS: certify that L._j( k I LEI:�Iit1 wriubu i+airic as rr �_�'i%_ 14 r_I signed to the foregoing instrument and who is known to me, acknowledged before me on this day that being informed of the contents of the within instrument, he, in his capacity as such, executed the same voluntarily on the date the same bears date. Given under my hand and seal this 11'i day of:c'�7}(�'r"11_ �C'r 200�(. KAIINA ROUSSEVA s NO" Public - State of Florida Notary Public MY Comm. Expires Dec 3, 2012 COmmissior r 00 842705 Ber" Through Nai onai Notary Assn. If 0 - - - — — Who is authorized by the corporation to execute this contract. If If 11 or 10