Loading...
HomeMy WebLinkAbout1999 08 09 Regular Item A COMMISSION AGENDA ITEM A CONSENT INFORMATIONAL PUBLIC HEARING REGULAR X August 9, 1999 Meeting MGR I~ /DEPT "LV , Authorization REQUEST: Public Works Department Requesting Authorization to Enter into a Contractual Agreement for the Tuscawilla Lighting and Beautification District Entry Enhancements PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Cathcart Contracting Company for the Tuscawilla Lighting and Beautification District Entry Enhancements at a cost of$1,707,144.89 plus a 7.5% contingency. CONSIDERATIONS: This project is needed to construct the proposed improvements of the Tuscawilla Lighting and Beautification District. The bids for #ITB-OIO-99-KL, theTuscawilla Lighting and Beautification District Entry Enhancements project, were opened on June 16, 1999 at 3:00 PM. Three bids were received with the low bidder being Cathcart Contracting Company of Oviedo with a total bid of$1,752,114.89. The City Clerks summary is attached. The bid is below the architects construction cost estimate. The bid review has confirmed that the bid by Cathcart Contracting Company to be a responsive and complete bid. The architects' review and contractors bid breakdown are also attached. The recommended authorization amount is the base bid plus alternates four (wall at Vistawilla Drive) and five (wall at Trotwood Boulevard entrance) as recommended by the TLB Advisory Committee. Alternates one, two and three are for minor entranceways on Dyson Drive (near the bridge), Howell Creek Drive and Deer Run, respectively. The Advisory Committee recommends the funding for alternates one, two and three be held for a future final decision on these improvements. The minutes of the June 22, 1999 TLB Advisory Committee are attached. TLBD Bid Award,doc August 9, 1999 Regular Agenda Item A Page 2 FUNDING: The bid cost of$1,707,144.89 includes the base bid plus alternate four and five. The bond issue for the Lighting and Beautification District includes the capital for this authorization as well as the omitted alternates and a 7.5% contingency. Funds will be spent over the 365 day contract time. RECOMMENDATION: Subject to the approval of the resolution finalizing the Tuscawilla Lighting and Beautification District, it is recommended that authorization be granted to enter into a contractual agreement with Cathcart Contracting Company for the Tuscawilla Lighting and Beautification District Entry Enhancements at a cost of$1,707,144.89 plus a 7.5% contingency payable from the TLBD Improvements Fund. IMPLEMENTATION SCHEDULE: The scope of work will be completed within 365 days of issuance of the Notice to Proceed. The Notice to Proceed will be withheld until such time as the bond issuance date is known to ensure funds are on hand in conjunction with the contractors first pay request. ATT ACHMENTS: 1. City Clerk Summary - Bid #ITB-OI0-99-KL 2. Proposal and Agreement 3. Architects Recommendation 4. TLBD Advisory Committee June 22, 1999 minutes. COMMISSION ACTION: TLBD Bid Award.doc ---- A TT ACHMENT NO. 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS. FLORIDA 32708.2799 Telephone (407) 327.1800 TUSCAWILLA LIGHTING AND BEAUTIFICATION DISTRICT ENTRY WAY ENHANCEMENTS BID NUMBER: ITB-OI0-99-KL BID OPENING DATE: June 16, 1999 . ., . The Bid Opening Was Called By: Ms. Nancy Vobomik Purchasing Department Bid Opened: Bid Closed: 3:01 p.m. 3:04 p.m. Three (3) Bids Received: 1. WEEKS LANDSCAPE SERVICES 1025 GREENWOOD BOULEVARD, SUITE 175, LAKE MARY, FLORIDA 32746 TELEPHONE: (407) 805-9620 FACSIMILE: (407) 805-9658 BASE BID: $2,629,620.00 ALTERNATE NO. I: $ 39,894.00 ALTERNATE NO.2: $ 39,894,00 ALTERNATE NO.3: $' 39,894.00 ALTERNATE NO.4: $ 23,142.00 ALTERNATE NO.5: $ 46,284.00 2. SPEEGLE CONSTRUCTION, INC. POST OFFICE BOX 2089, COCOA, FLORIDA 32923-2089 TELEPHONE: (407) 632-8164 FACSIMILE: (407) 632-8677 BASE BID: $1,933,000.00 ALTERNATE NO. I: $ 28,000.00 ALTERNATE NO.2: $ 28,000,00 ALTERNATE NO.3: $ 28,000,00 ALTERNATE NO.4: $ 14,500.00 ALTERNATE NO.5: $ 26,000.00 TUSCA WILLA LIGHTING AND BEAUTIFICATION DISTRICT ENTRY WAY ENHANCEMENTS BID NUMBER: ITB-010-99.KL BID OPENING DATE: JUNE 16, 1999 PAGE20F2 3. CATHCART CONTRACTING COMPANY 1757 WEST BROADWAY STREET, SUITE 3, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 366-1022 FACSIMILE: (407) 977-8349 BASE BID: $1,681,414.89 ALTERNATE NO. I: $ 15,000.00 ALTERNATE NO.2: $ 15,000.00 ALTERNATE NO.3: $ 15,000.00 ALTERNATE NO.4: $ 8,700.00 ALTERNATE NO.5: $ 17,000.00 ( lLb L- ~ndrea Lorenzo-~~ , Interim City Clerk CityofW~rings Copy: Mr. Kipton D. Lockcuff, P.E., Director, Public WorksfUtility Department Ms. Nancy Vobornik, Purchasing Department DOCSlbids/rcsu IlS/fy9899/99-0 I O.OOC A TT ACHMENT NO. 2 AGREEMENT THIS AGREEMENT MADE THIS DAY OF , 1999 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 CATHCART CONTRACTING COMPANY, State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, for the construction of the TUSCAWILLA LIGHTING & BEAUTIFICATION DISTRICT ENTRYWA Y ENHANCEMENTS. 2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; 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. CONTRACT TIME - The CONTRACTOR shall begin work within 10 calendar days after the issuance of a written Notice to Proceed and shall complete the work within 365 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 - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $250.00 for each day that expires after the time specified in Paragraph 3 for substantial completion has expired until the work is finally complete and the Substantial Completion Certificate has been issued and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars asconsideration for this provision. 5. CONTRACT PRICE. LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contra.ct Price of ONE MILLION SEVEN HUNDRED SEVEN THOUSAND ONE HUNDRED FORTY FOUR and 89/100 Dollars ($1,707.144.89). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of applic~tion for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts 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. 7. FINAL PAYMENT - OWNER shall withhol(:J up to 10% of the Contract Price throughout the project. The Owner shall release 50%of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining 50% of the amount withheld shall be released with the Final Payment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. 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; (B) Work that does not comply with the Contract Documents; (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. CONTRACTOR, by accepting final payment, waives all claims except those that he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: 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 George F. Edwards, Capital Projects Coordinator, is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. Inspections. Opinions. and Progress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c. Access to Work Site for Inspections. The OWNER shall be given free access to the works site at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. d. 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. e. Reiection and Stoppage of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. 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, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. 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 be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Employment. 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 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 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 completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarant~e for work and materials for one (1) calendar year after acceptance by OWNER. 10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11. MEDIATIONNENUE - 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: 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.3 . srI 18 Jim 99 Ronald W. McLemore City Manager 1000 East SR 434 Winter Springs, Florida 32708 Re: Tuscawilla Lighting and Beautification Committee (TLBC) Entryway Enhancement Project Ron We have reviewed the three bids received on the above referenCed project 'and in our opinion Cathcart Contracting Company is the apparent qualified low bidder based on the following: 1. Three bids received Company Cathcart Speegel Weeks Base Bid $1',681,414.89 $ 1,933,000.00 $ 2,629,620.00 All Alternates $ 70,700 $ 124,500 $ 189,108 t::!~j~ .2. The sri estimate of probable construction cost was $ 2,239,938.94 ( $ 447,988 for fees and pennits, and $ 1,791,950 for construction) 3.We spoke with three financial and trade references that gave positive reports. 4. We spoke directly with the President of the company to confirm their bid numbers and they are comfortable with the accuracy of their bid , 5. In speaking with the company's President he is aware of the important and high profile nature of the project and is very interested in taking an active roll in it's quality control and successful completion. . It is our opinion that an award to Cathcart Contracting Company for $ 1,752,114.89 (base bid plus all alternates) subject to the qualification of their specialty sub-contractors, is in the best interest of the City. . We trust this bid review will be well received and we look forward to helping you make this exciting ~~~-~ ~~~ ~ Starmer Ranaldi Planning and Architecture Inc, AA.OO2984 890 Northern Way Suite E-l Winter Springs, Florida 32708 Phone 407977 1080 Fax 407 977 1019 A TT ACHMENT NO. 4 CITY OF WINTER SPRINGS MINUTES TUSCA WILLA LIGHTING AND BEAUTIFICATION DISTRICT ADVISORY COMMITTEE JUNE 22, 1999-REGULAR MEETING I. CALL TO ORDER The meeting was called to order at 7:09 p.m., Tuesday, June 22, 1999, by Chairman Donald A. Gilmore in the East Conference Room of the Municipal Building (City Hall, 1126 East State Road 434, Winter Springs, Florida 32708) Roll Call Donald A. Gilmore, Chairman, present Gary Hillery, Vice Chairman, absent Moti Khemlani, present Linda Tillis, present George Morris, present Also Present Kangee Graham, Landscape Management Consultant Bill Starmer, President, Starmer Ranaldi Planning and Architecture, Inc. (sri), Approval of the May 4, 1999 Regular Meeting Minutes (Tabled from the May 18, 1999 Regular Meeting and Tabled from the June 8,1999 Regular Meeting) Several Board Members briefly discussed the minutes and a letter from Mr. Ronald W. McLemore, City Manager. "I MOVE THAT WE APPROVE THE MINUTES OF MAY 4TH, IN REGARDS TO THE RESPONSE MADE BY MR. RON MCLEMORE OF THE QUESTION RAISED BY MEMBER GEORGE MORRIS". MOTION BY BOARD MEMBER MOTI KHEMLANI. SECONDED BY BOARD M;EMBER LINDA TILLIS. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI' KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. Approval of the June 8,1999 Regular Meeting Minutes A typographical error was pointed out on page 3 of the above minutes. In paragraph 7, the first line reads, "The was discussion..." and should read, "There was discussion.. .". There was brief discussion about verbatim minutes and what steps, if any, were taken if a portion of the tape is "unintelligible". CITY OF WINTER SPRINGS MINUTES TUSCAWILLA LIGIITING AND BEAUTIFICATION DISTRICT ADVISORY COMMITTEE REGULAR MEETING. JUNE 22. 1999 Page 2 of 5 MOTION FOR APPROVAL BY BOARD MEMBER TILLIS. SECONDED BY BOARD MEMBER KHEMLANI. DISCUSSION. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. II. REGULAR AGENDA A. Discussion with Mr. Bill Starmer, President, Sta,rmer Ranaldi Planning and Architecture, Inc. (sri), Regarding Status of the Bidding Process Mr. Starmer presented the Board with copi~s of a letter he sent to Manager McLemore regarding the bid opening. After a review of the low bidder and a check of the company's qualifications, Starmer Ranaldi Planning. and Architecture recommended that Cathcart Contracting Company be awarded the bid. The Board and Mr. Stanner discussed such issues as the base bid being lower than Starmer Ranaldi Planning and Architecture's estimated budget; the bid process; the bid alternates; potential pavers on Seneca Boulevard; and the process for bidding the proposed pavers and the intersection of Tuskawilla Road and Winter Springs Boulevard. There was also discussion about Cathcart Contracting Company and their subcontractors; and how subcontractors qualify in the bidding process. B. Other Business The Board next discussed the Bid Alternates. Alternate One is for a minor entry design at Dyson Drive; Alternate Two is for a minor entry design at Howell Creek Drive; Alternate Three is for a minor entry design at Deer Run; Alternate Four is for one hundred (100) feet of brick wall on Vistawilla Drive; and Alternate Five is for two hundred (200) feet of brick wall along Tuskawilla Road on either side of Trotwood Boulevard. Mr. Starmer advised the Board of his recommendations and discussed the. Critical Events Schedule. The Board discussed, in depth, Alternates One, Two and Three; specifically, the issue of offending the Seminole County Property Owners that are within the Tuscawilla PUD. Tape l/Side B MOTION BY BOARD MEMBER TILLIS: "I'D MOVE THAT WE WOULD RECOMMEND AWARDING TO CATHCART THE BASE BID PLUS AL TERNA TES FOUR AND FIVE, AND NOT T~E THREE MINOR ENTRY ALTERNATES ONE, TWO AND THREE". CITY OF WINTER SPRINGS M INtITES TUSCAWILLA LIGHTING AND BEAtITlFICATION DISTRICT ADVISORY COMMllTEE REGULAR MEETING. JUNE 22, 1999 Pase 3 or~ There was discussion regarding the ''wording'' of the above Motion, and if Alternates Four and Five should be included, as the Board had not yet discussed them. MOTION W AS WITHDRAWN BY BOARD MEMBER TILLIS. MOTION BY BOARD MEMBER TILLIS: "I WOULD MOVE THAT WHEN WE GO TO MAKE OUR RECOMMENDATION ON AWARDING THIS CONTRACT THAT WE NOT INCLUDE ALTERNATES ONE, TWO AND THREE". SECONDED BY BOARD MEMBER GEORGE MORRIS~ DISCUSSION. VOTE: DONALD A. GILMORE: NAY; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. MOTION BY BOARD MEMBER KHEMLANI: "I MOVE THAT THE . REMOV AL OF ONE, TWO AND THREE OPTIONS FROM THE ALTERNATES, THE MONEY NOT SPENT, BE DEDICATED TO THE POT". BOARD MEMBER KHEMLANI WITHDREW HIS MOTION. The Board next discussed Alternate 5. Several Board Members were concerned with the safety of the children at the intersection of Trotwood Boulevard and Tuskawilla Road and there was discussion pertaining to this; and to the length of the wall. "I MOVE THAT WE ACCEPT THE TROTWOOD ALTERNATE, AS SPECIFIED IN THE SPECS". MOTION BY BOARD MEMBER KHEMLANI. SECONDED BY BOARD MEMBER TILLIS. DISCUSSION. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. The Board briefly discussed what the Developer of Howell Creek Reserve and Eagles Watch had proposed in regards to the wall. MOTION BY BOARD MEMBER KHEMLANI: "I MOVE THAT WE APPROVE THE ALTERNATE FOUR AS SPECIFIED IN THE SrECS". SECONDED BY BOARD MEMBER TILLIS. DISCUSSION. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. Discussion took place regarding the pavers at the intersection of Tuskawilla Road and Winter Springs Boulevard. Mr. Starmer informed the Board that he and Mr. Lockcuff are working with the County to have the pavers added to their bid for the road widening as an addendum. There was much discussion of the possibility of pavers being added to the west side of Winter Springs Boulevard, and on the Oak Forest side of Tuskawilla Road. The Board also discussed meeting with the Oak Forest Beautification Advisory Committee, once it is'established, to discuss the issue of pavers. CITY OF WINTER SPRINGS MlNlITES TUSCAWILLA L1GIITING AND BEAlITlFICATION DISTRICT ADVISORY COMMITTEE REGULAR MEETING. JUNE 22.1999 Page 4 of S "I MOVE THAT WE PROPOSE TO THE COMMISSION ACCEPTANCE OF THE BASE BID FROM CATHCART". MOTION BY CHAIRMAN GILMORE. SECONDED BY BOARD MEMBER KHEMLANI. DISCUSSION. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. There was further discussion about the possibility of adding pavers to the Oak Forest side of Winter Springs Boulevard. The Board agreed that this' issue will be "handled in further discussions". The Board briefly discussed the presentation of.the final report to the City Commission scheduled for June 28, 1999. Chairman Gilmore said that he will be presenting the sections of the final report that Vice Chairman Hillery originally was going to present. Mr. Stanner was asked about the schedule for completion of the improvements. Mr. Stanner answered by saying that the bid specified that the contractor has 365 days to complete construction; however, the work may be done earlier. MOTION BY BOARD MEMBER KHEMLANI: "I MOVE THAT WE RECOMMEND TO THE CITY COUNCIL THAT THE ALTERNATES ONE, TWO AND THREE, IN THE BASE BID, BE INCLUDED IN THE BOND-". CHAIRMAN GILMORE INTERJECTED: "THE FUNDING FOR, BUT NOT NECESSARILY THE CONSTRUCTION ACTIVITY". BOARD MEMBER KHEMLANI REPEATED WHAT CHAIRMAN GILMORE SUGGESTED, TO BE INCLUDED IN THE MOTION. DISCUSSION. SECONDED BY CHAIRMAN GILMORE. VOTE: DONALD A. GILMORE: AYE; LINDA TILLIS: AYE; MOTI KHEMLANI: AYE; GEORGE MORRIS: AYE. MOTION CARRIED. Prior to the adjournment of the meeting, Mr. Starmer informed the Board that he had not yet obtained a response from the engineer regarding the electrical analysis from Board Member Morris. II. FUTURE AGENDA ITEMS · Discussion of the presentation of the final report to the City Commission presented on June 28, 1999 \ ' . CITY OF WINTER SPRINGS MINUTES TIJSCAWILLA L1GIITING AND BEAUTIFICATION DISTRICT ADVISORY COMMITTEE REGULAR MEETING. JUNE 22, 1999 Page 30f3 III. ADJOURNMENT MOTION WAS MADE BY BOARD MEMBER KHEMLANI TO ADJOURN THE MEETING. SECONDED BY BOARD MEMBER TILLIS. WITH CONSENSUS OF THE BOARD, THE MEETING WAS ADJOURNED AT 9:00 P.M. Minutes respectfully submitted by: Amy Lovingfoss, Interim Assistant City Clerk City of Win!er Springs DOCS\Arl\Boards\ TLBDAC\M INUTES\ 1999\mintlbdac-062299 ,doc VIlY VI VVIIIler "pnngs Tuscawilla Ii htin and Beautification District A I I At;HMENT NO. 5 Entry Way Enhancements sri #98018 . v,:._,. SECTION 00200 BID PROPOSAL FORM (Submit Bid ProPOsal Form on Contractors letterf:1ead) Submitted jUJJf./~, /999 (Bid Opening Date) . . '-:~ .' : TO: City Clerk City of Winter Springs 1126 E. State Road 434 . Winter Springs, Florida 32708 The undersigned, as bidder, declares that the only person or persons interested in the ProPOsal as Principal or Principals is, or are, named herein' and that no other perscinthat is herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proPOsal is made without connection with another person, company or parties making 'a bid or propoSal; and' that' it is in all respeCts fair and in good faith, without collusion or fraUd. The Biddeffurther declares that helshe has examined the site of the work and informed himselflherself fully in regard to all conditions pertaining to the places where the work is to be done; that the plans, specifications for the work, and contractual documents relative thereto, and allspeoal prOvisions furnished prior to, the opening of bids have been examined an.d read; that heishe has satiSfied himselflherSelf'relative to the work to be performed. '_, , .:: ,.':-,.... .... The Bidder proposes and agrees, if this Proposal is accepted to c:ontract with.the City of Winter Springs, to furnish all necessary niaterials, equipment, machinery, tools, apparatus, means of transportation and labor . necessary to complete the work known particularly as: Bid 1T8-o10-99-Tl' ;t .e'\,i, . TUSCAWllLA LIGHTING AND BEATIFICATION DISTRICT ENTRY WAY ENHANCEMENTS " CI1Y OF WINTER SPRINGS . " '- -': In full and complete accordance with the shown, noted,' descnbed, and reasonable intended requ;"rements of the plans and Specifications and Contract Documents to the full and entire satisfaction of the Owner, with a defjn~~ understanding that no money will be allowed for ~Xtra WoI1<. eX~J ~ setfqrth ill,the' ~General Conditions, and Contract Document , for the Lump Sum of 0 . -'~ ,'. ~, . . €A '_ ~ ~ - . [)qllars ($ "C; ~ I ,L{P~ . 89 . >wtiich is designated as BA~E BID perth fOllowing,base bid breakckNm:/;~'X-li ....:. .:.I."~~i' , ,YC..,, " . ';, H.''''- ',. .... '., "C, BASE BID BREAKDOWN 1. Winter Sprjngs Blvd & TuskawilJa Road Inte'rsecticii' !:.. >r.;', " . a.: .,. MaSonry War,. including demolition, clearing, earthwork, '. ~:"'. ; fOundations, masonry, aluminum railing, wall sig08ge, . . and lighting ", . , b: Brick Pavers C. landscaping & Irrigation . d. Waterpond, fountain, and waterfall feature ,. . ."':~ 1:: _.' ..... :~,~ . '. ',: 7'1 3t.3 S-Co4 ~ $ . .-' $ ? 0 "2.?;' 'X 0.- $ 7JfoS- ~ . .. $ '20t}C-:JDO":' CJ<:1 . BID FORM 00200-1 . ~--- .. . . ~-~ ..~. --'.. ...:...~,::.~..,....r'~_IPla ! j t , ! I :/ ,011 U'I' Il'i' ~I'; I .- .{" .... '---'~!J.. ----. ""'~~ -- .. ,-. City of Winter Springs . . Tuscawilla liQhtinQ and Beautification District Entry Way EnhanCements ',,': ,..,,:' sri # 98018 . .~. ~':., .:"' .....-: '-Iz ~92- !.E- 103/3 gs- IS- 6,5" {!!L 3. SR 434 & Tusoora Drive Intersection a. Masonry Wall including demolition, clearing, earthwork, foundations, masonry, aluminum railing, wall signage, and lighting b. Brick Pavers . c; Landscaping & Irrigation ~' ",' . . ~~ 1~;:';" ," :-'ldo ,;" $": 2lO~~'OQ2;~ . " .' ";, ~ $"' "-€'2"72.. ~ .. '. "'..' $ 1'1' "",",4 'L- : j' ::=-.:~.:.:> .~; ':. . .".:'.~' /",::,~ "" ; '. .:t ~ . !::~ ':C i.~ :'.:.. .:7'l~ '~.;:_: :'~: :~Lf:,.. ;-',", . . .~. .: ~ -. '''''''l.' ;0- ":'l' '\: . ., - 'J '.-. 00' '.'$ .~~Co.O-'. $ .., 'l" 0:00 ~ $ 13 ~~.o ~ .. ". -.' ~ I "..;.:.. ,.,; I r. '~i ;. .'~ '. ~:. . '; <, '.: .....(. ~ . ..'i.. ':', t I .. i:: 5.. Tuskawilla Road &:;Tr:<<wood Blvd)rltersection : :.;' "" ' . . .. a. Masonry Wall ir1c.luding ~Iition, clearing: earihwPrk, '. . ," . foundations, masonry, aluminum railing, wall signage, .,' ,. and lighting b. Brick Pavers' ,. ..'.. c. LandSCCiping & Irrigation....:, .Y. ?::\'~:tit~)f'C,'} ;li'~' :~~.~ "'. :t., ..: )f:T):-,;> :. ,',!.; ,;1'v' .,. . .\;. nS"":'.~'j :';', ""00 ' $ "Z 0, OOO..~ $ . I "2-. I 00 ~ $ "";"';;-/"0- ......::;;i: . . ....., " .: J,';,,,: 'i. ~:.... . .' ~ ~ 6. Shetl~nd avenue & Citrus Road Intersection a. Masonry Wall including demolitiQfl, clearing,J~arthwork, foundations,'ma.sonry, aluminum railihg, ,wall signage, and lighting . " b. Brick Pavers c. Landscaping & Irrigation t';~.; ..t.~thj:' :..... QO $ .'Zscoo- $ 51 70~ $ qY3'2..~ . , i-~ -'. ,'., '.;',:'~r. -',: i....~~~C.!: ...~ift:~\~:,...~): 7. Winter Spring; Blvd 1~land~~Pingincluding'dearing, .::.::K' '00 eartt"r.Nork. benning, planting', irrigationandpcive,rS" .,$ ':-7z:.Cj7:)-'-. . -- ....-. .'~..,..oo',__ ......~_.. .no,... . . . ;': . :.:.; I, . . . ....... '.:{ _ '.' . '; '; :~1E;:~t.j ~ 8. Street signage inCluding stree~naine,signs, :stPP'signs,.~~ .'.. -.-:....~.':-.:~~-:-.... .:."."'" .. ~ and traffic infonnation signS ... . .. n. ',r ," '.:\ ~" 'f .; ~'-l '.., '.~ -"'S.A! "I"1f.6Jl{;:O r!JO .- - '. ~":~:'>~l::' ::.:_,1' ADDENDUM: Bidder acknowledges receipt of ~foU()WinQJl ADDENDUM .. . "". '.' ; ..~. . Addef1dum No. 1 . DATE (; /9/QCj I I .... Adderldum NO.2 ..~... ':i ,,:: ~~,!. ::~...:. _ ~ .~. .. .....-. .."~I Addendum NO.3' BID FORM 00200-2. -- ... 9 ,...'~~.;,.,:.,;' ':, .... .- 'I.'fu. ^.~. . ;'. :;ttl\. ,; City of Winter Springs Tuscawilla liqhtinQ and Beautification District Entry Way Enhancements. sri # 98018 :, ..:., UNIT COSTS: . " '" . . ~~: ~;. . The Bidder agrees \vith-all conditions herein stated.-proposes to contract in addition to the Base bid sum(s) with the Owner the: following Unit Costs as deScribed in Specification. Section 0102() and the drawings, resulting in additions to, or deductions from the base bid as follOYlS: UNIT PRICE NO.1 Earth berm wOrk $ -v ~. , , per cubic yard .:.:". . '.' . '3(P- per lineal foo~, UNIT PRICE NO.2 Brick wall .f..:" '_' :: ".'. .~.. $ UNIT PRICE NO.3 Sign type 5 - e>'t) $ /23g- each UNIT PRICE NO.4 .Signtype 6 UNIT PRICE NO.5 Sign type 7 ." ' :'" :'.,. DO' $ C;~~ ~ch UNIT PRICE NO.6 . S!gn type g . UNIT PRICE NO. 7 . ' Medium traffic pavers 010 $ 935 ~ch . IJ!lO $'gi~:~ each _. } oO~ 0 . . ::~'$~squareyard . 00 . .. 00 ;....--- _ .:_.$~: o~rsquareyard" i .l'.~. '. . . . UNIT PRICE NO.8 light traffic pavers ,-.. . ALLOWANCES: !.. tti :',' 0' '. !.. . :"; ',- /',' .' . The contractor shall include an allOYt'8nce in his 'bid for. the amount Of Five Thousand and no one hundreths Dollars ($ 5,000.(0) to be used cover the cost of'a bullding.penntt. . . - .'" -: " .....,.J. . ALTERNATES ..., ,:,' ":..;,,:; 1..:' ---:-....:; .r'i' )E.: ',.. ."~~~" : ...r:., ~. . " ':J ';. ',:' .., ;..:. '~'.'_ ", " '>"'.~ ,.~. "~"V1.,~ l-=4ftt'... ~'.' . Furtheri'the Bidder agrees with allcOnditioOS~iQ Stated..'~ to corltraCt in addition to the Base bid .. "'-' '.. .......;. \' '. '.. ,j'~ ,: . . sum(s) with the Owner.the following Alternates. as desCribed. in ~cation Section 01030 and the drawings, resulting in additions to, or deductions from the base bid.as tOti~: ". ,', ,..!~:; ;.' .... ,". . ;. \..". . . . ';.' :... ~.:. ~ :':'. .. .' ; ~ . ALTERNATE NO.1: . . C,,' ;'. '~l('.' ': ";.. Provide minor entry enhanCement at ~ Drive: !, .'.,:,.; . ,'..... ... c..A_ . ., . IJ ~ ^ ".0 Add .' Pi r,UI1 C JI\.~S.~iC{:"ltiO pOllarS'($' /s;J:> ctJ() r . , , - . .." ',< . ,',I: ,'. ,!oI' ~ BID FORM 00200-3 City of Winter Springs Tuscawilla IiqhtinQ and Beautification District Entry Way Enhancements sri # 98018 ALTERNATE NO.2: Provide minor entry enhancement at Howell Creek Drive AcId F,,c;r-e-EA./ cr-~u.$ 4-;VO 90 Dollars ( $ ) s:, oClO )- ALTERNATE NO.3: Provide minor entry enhancement at Deer Run Add 'rl ~-r~eA.J /r-tlhic.h +^"O a..O Dollars ( $ /-fD 00 T ALTERNATE NO.4: ' provide~ 00 lineal feetof 6' high brick masonry wall at Vtstawill:Drive. entry 2E- . Add t::-Ibflr r#t9-a~,(;IJ!? ..rev'~ ~lIars ($ ((:JO() ) ALTERNATE NO.5: Provide 200 lineal feet of 6' high brick masonry wall at Trotwood Blvd entry 0 . Q Add9!3- V~tJlt:E" cr-t-f 0 u,f/l-I\JD ---Dollars ($ 17tJt!JO ') The required Bid Deposit in the sum of (5% of the base bid) $ is enclosed. (Must be in the form of Bid Bond, Bank Draft, or Cashier's Check, Certified or Treasurer's Check) payable to The City of Winter Springs. The bid will remain open and in full force for a period of sixty (60) days after the time established for bid opening. The Bid Deposit shall be forfeited as liquidated damages in the event Bidder fails to provide the bond or execute the Contract Agreement as specified below. The Bidder further proposes and agrees to commence work under its contract within ten (10) days from the issuance of the Notice, to Proceed, and shall Substantially Complete the Work within days and shall finally complete all work.within 30 days of issuance of Phase 2 substantial completion. Liquidated damages will be aSsessed in the amounts specified in Section 00800 - paragraph 8.2.1.2. The Bidder further proposes and agrees that, in case of failure on his part to execute said Contract and the Bid within (10) consecutive calendar days, after written notice being given of the award of the Contract, the check or bid bond accompanying this bid, and the monies payable thereon, shall be paid into the funds of The City of Winter Springs" as liquidated damages for such failure; otherwise, the check or bid bond accompanying this proposal shall be returned to the undersigned. The following documents, which are included in the Project Manual shall be completed and attached to the "Bid Form". Failure to comply with this requirement may be cause for rejecting the bid. A B. C. Trench Safety Ad. Fonn - Specification Section 00900 - Project Forms Contractor's and sub-<:ontractor's qualification statement - Specification Section 00300. Bid Security - Specification Section 00400 BID FORM 002D0-4 Entry Way Enhancements sri # 98018 City of Winter Springs. Tusca"Mlla Ii hti and Beautification District Identification of Bidder.. K a Caporation. stala name. . names of President and secretary. K a Partnership, state names of general paMers '-00 to sign. K an individual. give legal name of Bidder and lull name of the person authorized to' sign. . . -,'" . . . ...( Name of Autoonzed Person: ~ CftrHC1\(l:L . . . '.:' ~ \..... ", ,,' . .; ; BusinesSAddre~:-1'7.51W. B/l..oA1>vJA-I Sr. svi-r.E."3 .S,:'!':-".: :.;.:. . -:n;~. :') 1(~q1. " . :!-t' .. . OVIEbo/ FI..,?;;)'7~. Te.leptlOne:Lfo 7-3f;fo-/o'J.:J.. ;. \ (. . \~ 'l.frtn6SS1J1er~, the Bidder has hereunder set his signature and affIXed his ,sear~is:" ./~_ day of ::Jvltlr;' ,19 91 '. ': \\. . \ . . , ". " .;\ ,.. .,(si:AL) BY: ". (SEAL) '-'- TITlE: Pr'U.:5" rx::N1' CERT\FICATION NO.~0- c..o~{oo5 END OF SECTION 00200-5 BID FORM .._._, ..._. n...... . n . ,. -