Loading...
HomeMy WebLinkAbout1999 08 30 Regular Item D Date: 08301999 The following Item was addressed at the Meeting held on 08/30/1999 which was a continuation of Meeting 08/23/1999. COMMISSION AGENDA ADD-ON ITEM D CONSENT INFORMA TIONAL PUBLIC HEARING REGULAR X 8130/99 Meeting MGR.~ !DEPT Authori~tion REQUEST: The Parks and Recreation Department requesting the City Commission to award bids for Parks Improvements as per bid #ITB-012-99- TL to the low bidder M.H. Williams Construction Company as amended by Change Order #1, to provide contingencies, to provide the City Manager with the authority to enter into a contract with the low bidder, to provide a Notice to Proceed to construction, and to amend the 1999 Revenue Bond Issue to provide for funding. PURPOSE: The purpose of this item is to gain Commission approvals necessary to proceed to construction with the proposed Park Improvement Fund. CONSIDERATION: On June 14, 1999 the Commission approved the issuance of Revenue Improvement Bonds including $2,250,000. On July 23, 1999 three bids were received as follows: Contractor Base Bid Alternates Total M.H. Williams Gibbs & Register Cathcart $2,375,000 $3,100,000 $3,320,000 $759,000 $782,000 $832,000 $3,134,000 $3,882,000 $4,152,000 Staff does not believe re-bidding in today's market will reduce the cost. 1 Staff and the consulting architect have devised a plan to reduce the cost of construction and to fund the project overage as follows: 1. Cost reduction strategies include two strategies as follows: 1) Rejecting add alternatives la, 1b, 2,3,4,6,7,8a, and 8b, as shown on Attachment "A" equal to a savings of $598,000. 2) Negotiating Change Order 1 as seen on Attachment "B" further reducing the cost by $275,311 Total Reductions = $873, Ill. n. Contingency: Adding a contingency of $66,000. ill. Construction Administration: Adding $23,311 for Construction Administration Services with S.R.I. IV. Amending the 1999 Revenue Improvement Bond Budget as follows to provide an additional $400,000 for the Parks. Proiect Approved Budeet 434 Beautification Project Grant Match 434 Village Walk Park Improvements Quadraplex Home Ownership Conversion Town Center Planning & Design Reimbursement Traffic Calming Town Center Trail & Infrastructure $ 650,000 $1,000,000 $2,250,000 $ 900,000 $ 300,000 $ 300,000 $1 J 00,000 Total $6.500.000 Revised Budeet $ 450,000 $1,000,000 $2,650,000 $ 900,000 $ 300,000 $ 200,000 $1,000.000 $6.500.000 Based upon these strategies the new proposed budget for the Parks Improvements Project will be $2,650,000, an increase of $400,000 over the original estimate of the project of $2,250,000 as follows: Base Bid Add Alternatives Construction Contingency Construction Administration Contract Less Change Order # 1 Net Contractor Playground Equipment Total Project budget $2,375,000 $ 161,000 $ 66,000 $ 23,311 <$ 275,311> $2,350,000 $ 300,000 $2,650,000 2 PlaY2rOund Equipment: Playground equipment was estimated at $300,000 and was bid separately from the site and building improvements. Six bids were received. Four were within budget. Staff is still reviewing the playground equipment bid and will return to the Commission with a recommendation within the $300,000 budget within 30 days. There is no reason to hold up the General Contractor while this evaluation is proceeding. FUNDING: Funding for this project is provided in the 1999 Revenue Improvements Bond Issue in the amount of $2,650,000 if approved by the City Commission. RECOMMENDATION: 1. Site and Building Improvements Bid: Staff is recommending that the site and building improvements award be awarded to the low bidder, M. H. Williams Construction Company in the amount of #2,260,689 including the base bid, add alternates 5, 9, and 10, and Change Order # 1 for Parks site and building improvements. 2. Contingency: Staff is recommending approval of a Construction Contingency of $66,000. 3. City Manager Authority: Staff is recommending that the City Manager be authorized to enter into a contract with M.H. Williams Construction Company in the amount of $2,260,689 and Contingencies of $66,000, and enter into a contract with S.R.I. for Construction Administration Services in the amount of $23,311. 4. Revised Park Improvement Budget: Staff is recommending that the Park Improvement Budget be increased from $2,250,000 to $2,650,000. 5. Revised 1999 Revenue Improvement Bond Issue: Staff is recommending that the 1999 Revenue Improvement Bond Issue be revised as follows to accommodate the revised Park Improvement Budget. 3 6. Proiect 434 Beautification Project Grant Match 434 Village Walk Park Improvements Quadraplex Home Ownership Conversion Town Center Planning & Design Reimbursement Traffic Calming Town Center Trail & Infrastructure Total Approved Budl!et $ 650,000 $1,000,000 $2,250,000 $ 900,000 $ 300,000 $ 300,000 $1.100.000 $6.500.000 Revised Budl!et $ 450,000 $1,000,000 $2,650,000 $ 900,000 $ 300,000 $ 200,000 $1.000.000 $6.500.000 7. Playground Equipment: Staff recommends that the Commission authorize staff to return to the Commission within 30 days with a recommended playground equipment award not to exceed $300,000. IMPLEMENTATION SCHEDULE: Anticipated Contract by Anticipate Construction to begin by Estimated Completion date ATTACHMENTS: Attachment "A" Attachment "B" Attachment #1 Attachment #2 Attachment #3 September I, 1999 October 1, 1999 August, 2000 Bid Award Opinion Change Order # 1 Bid ITB-012-99-TL Summary MH Williams Construction, Inc. Bid Package Starmer Ranaldi Planning and Architecture, Inc. bid award opinion letter. Starmer, Rinaldi Planning and Architects, Inc. Construction Administration Contract. Attachment #4 COMMISSION ACTION: Agenda82 4 ATTACHMENT "A" Winter Springs Parks Improvement Program Bid Award Opinion 7 -Aug-99 revision 1 19-Aug-99 revision 2 25-Aug-99 revision 3 26-Aug-GG Bid Reject Accept A. Base bid 2,375.000 2.375.000 B. Ntemates 1a 3 Fisnina Piers at Torcaso 282.000 282,000 1b 1 Fishina Pier at Trotwood 110.000 110000 2 Bermuda Sod at Trotwood 86,000 86,000 3 Nature Trail between Torcaso and Sunshine 18,000 18000 4 Nature Trail at Windlna Hollow (omitted bvaddendum) 0 5 Kiosk NO.1 an 5 Parks 81,000 81,000 6 Service Drtve a1 Central Winds Ball Fields 13000 13 000 7 Basketball Half Courts at Moss and Sunshine 65 000 65,000 8a Water Feature at Torca$O 12000 12,000 8b Water Feature at Trotwood 12000 12.000 9 Fun HeiQht Brick Veneer at Restrooms and Concession Buildinas 25 000 25 000 10 Covered Entries at Senior and Civic Centers 55,000 55,000 General Contractors Subtotal 3.134,000 598,000 2,536,000 C. Negotiate Change Order NO.1 (see attached C.O. NO.1 breakdOWn estimate) .275,311 Genera! Contractors Total 2,260,689 F. 13fayground EQuIpment 300,000 Park Improvement Subtotal 2.560,689 Recommended 3.5 % ConttnQency 89.311 Park Improvement Total 2,650,000 City Total Project BudQet 2.250,000 Requlrad Addittonal City Funding 400,000 ATTACHMENT "B" ENTER COMMAN~' WInter Springs Part(s Improvement Program Change Order No.1 7-Aug-99 Revision 1 19-Aug-99 Revision 2 25-Aug-99 Add Deduct Net A. Central Winds Perl< 1 Omit ballfield landscaDlna -800 2 Omit ballfield clay storage bin -2 000 3 Add Citv Seal to kiosk 1 500 4 Add kiosk 1 16,300 5 Add kiosk 2 10,000 24.000 8. Grizzly Field Parl< - Omit in it's entirety -120,O<ro C. Moss Parl< 1 Build medium pavilion In lieu of larae pavilion -10,000 2 Omit sod -8.500 3 Add City Seal to Idosk 1 500 4 SimolltV tot lot curb and ralllna -14.000 6 Omit youth lot curb -3,000 -35,000 D. Sam Smith Pari< 1 Omit sod -13,500 2 Omit irriQation at residential hedae buffer -2,000 3 Add City Seal to kiosk 1 500 4 Simplify tot lot curti and railina -14000 5 Omit youth lot curt -4,000 -33.000 E. SunshIne Pari< 1 Omit sod -10.000 2 Add citY Seal to kiosk 1 500 3 Simclitv tot lot curt and raillna -14 000 4 Omit youth lot curb -4,000 -27,500 F. Torcaso Pari<. 1 Add 1 fishing pier not to exceed 35,000 2 Add City Seal to Idosk 1 500 3 Omit sod -13500 4 Omit plies (move bathroom and oavilion) -25.500 5 Add aoorox 1200 If of 6' sidewalk and two sians 14200 6 Simplify tot lot curb and railing -14.000 -3.300 G. Trolwood Park 1 Omit sod -11,000 2 Add city Seal to kiosk 1 500 3 Simolifv tot lot curb and railina -14000 4 Omit y( uth lot curb -4000 5 Omit ballfield sod and slmolifv irrioation -45.000 6 Add 1 fishing pier not to exceed 35.000 -38,500 H. Wlndino Hollow 1 Omit sod -6 000 2 Simolifv tot lot curb and railing -14,000 3 Omit yOuth lot curb -4,000 -24,000 Sub Total ~'1300 17% Profit -18011 Total C.O. NO 1 .275311 ..' ..;J"' ATTAmIHENT '1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS. FLORIDA 32708-2799 Telephone (407) 327-1800 PARKSI~ROVEMENTPROJECT BID NUMBER: ITB-012-99rrL BID OPENING DATE: July 23,1999 The Bid Opening Was Called By: Mr. George Edwards, P.E., LL.B., Capital Improvements Coordinator Public Works Department Bid Opened: Bid Closed: 3:00 p.m. 3:10 p.m. Three(3} Bids Received: 1. CATHCART CONTRACTING COMPANY 1757 WEST BROADWAY STREET, SUITE 3, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 366-1022 FACSIMILE: (407) 977-8349 BASE BID: $3,320,000.00 ALTERNATE NO. IA: $ 161,000.00 ALTERNATE NO. IB: $ 56,000.00 ALTERNATE NO.2: $ 250,000.00 ALTERNATE NO_ 3: $ 36,000.00 ALTERNATE NO.4: $ DELETED ALTERNATE NO.5: $ 105,000.00 ALTERNATE NO.6: $ 26,000.00 ALTERNATE NO.7: $ 60,000.00 ALTERNATE NO. 8A: $ 12,000.00 ALTERNATE NO. 8B: $ 11,000.00 ALTERNATE NO.9: $ 11,000.00 ALTERNATE NO.1 0 $ 104,000.00 " PARKS IMPROVEMENT PROJECT BID NUMBER: ITB-012-99-TL BID OPENING DATE: JULY 23, 1999 PAGE 2 OF 2 2. M.H. WILLIAMS CONSTRUCTION, INCORPORATED 27 EAST HIBISCUS BOULEVARD, SUITE A, MELBOURNE, FLORIDA 32901 . TELEPHONE: (407) 275-5015 FACSIMILE: (407) 728-1980 BASE BID: $2,375,000.00 ALTERNATE NO. lA: $ 282,000.00 ALTERNATE NO. lB: $ 110,000.00 ALTERNATE NO.2: $ 86,000.00 ALTERNATE NO.3: $ 18,000.00 ALTERNATE NO.4: $ DELETED ALTERNATE NO.5: $ 81,000.00 ALTERNATE NO.6: $ 13,000.00 ALTERNATE NO.7: $ 65,000.00 ALTERNATE NO. 8A: $ 12,000.00 ALTERNATE NO. 8B: $ 12,000.00 ALTERNATE NO.9: $ 25,000.00 ALTERNATE NO.1 0 $ 55,000.00 3. GffiBS & REGISTER, INCORPORATED 438 NORTH DILLARD STREET, WINTER GARDEN, FLORIDA 34787 TELEPHONE: (407) 654-6133 FACSIMILE: (407) 654-6134 BASE BID: $3,100,000.00 ALTERNATE NO. lA: $ 260,000.00 ALTERNATE NO. 1 B: $ 87,000.00 ALTERNATE NO.2: $ 63,000.00 ALTERNATE NO.3: $ 14,000.00 ALTERNATE NO.4: $ DELETED ALTERNATE NO.5: $ 167,000.00 ALTERNATE NO.6: $ 16,000.00 ALTERNATE NO.7: $ 25,000.00 ALTERNATE NO. 8A: $ 15,000.00 ALTERNATE NO. 8B: $ 10,000.00 ALTERNATE NO.9: $ 25,000.00 ALTERNATE NO.I0 $ 100,000.00 '--- Copy: Mr. Kipton D. Lockcuff, P.E., Director, Public WorksfUtility Department Mr. Charles Pula, Director, Parks and Recreation Department Ms. Nancy V obomik, Purchasing Department DOCSlbidslresullS/fy9899/99-0 12 ,doc , - City of Winter Springs Park~ Improvement Proiect ATTACHMENT #2 sri# 98004 SECTION 00200 BID PROPOSAL FORM (Submit Bid Proposal Form on Contractors Letterhead) Submitted July 23. 1999 (Bid Opening Date) TO: City Clerk City of Winter Springs 1126 E. State Road 434 Winter Springs, FL 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 person that 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 Bidder further declares that he/she has examined the site of the work and informed himself/herself fu1\y 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 all special provisions furnished prior to the opening of bids have been examined and read; that he/she has satisfied himself/herself relative to the work to be performed. The Bidder proposes and agrees, if this Proposal is accepted to contract with the City of Winter Springs, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the work known particularly as: Bid ITB-012-99-TL CITY OF WINTER SPRINGS P ARKS IMPROVEMENT PROJECT In full and complete accordance with the shown, noted, described, and reasonable intended requirements of the plans and specifications and Contract Documents to the full and entire satisfaction of the Owner, with a definite understanding that no money wi1l be a!!-o:-ved for e tra wo.E!s.-e ce.!:.:. as t fo~ in1b..e a~ch:? Genera~ Conditions, and Contllfct Documents, for the Lump Sum of/<......O < ~..::>J UvD C7-...J Uo,v ,c. c.J Dollars ($~ 37.6,.()oD'j which is designated as the BASE BID. I / ADDENDUM: DATE ADDENDUM Addendum No. I June 21. 1999 Addendum No.2 June 23. 1999 Addendum No.3 June 28. 1999 July 4,1999 July 19,1999 Addendum No.4 Addendum No.5 Addendum No. G BIDFORM 00200-1 0, City of Winter Springs Par1(s Imorovement Proiect Revised-Addendum 00.4 sri # 98004 ALLOWANCES: The contractor shall include an allowance in his bid for the amount of Two Thousand and no one hundredths Dollars ($2,000.00) to be used to COver the cost of additional irrigation work indicated on revised sheet G4. Demolition/Construction Note S. UNIT COSTS: The Bidder agrees with 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 01026 and the drawings, resulting in additions to, or deductions from the base bid u follows: lJNJT PRICE ITEMS: UNIT PRICE NO.1 Mulch path nature trail UNIT PRICE NO.2 6 foot wide concrete sidewalks 1JNIT PRICE COSTIUNIT OF MEA~URc S 6.50 ILinea1Foot. UNIT PRICE NO.3 Playground fence and curbing $ 11 .ob / Lineal Foot $ &8 . 0 0 I Lineal Foot $ 15.00 I Lineal Foot $ 130.00 /Lineal Foot $13,389 / Each $17,000 / Each $27758 I Each UNIT PRICE NO.4 Playground curbing UNIT PRICE NO.5 Auger Piling UNIT PRICE NO.6 Small Pavilion UNIT PRICE NO.7 Mediwn Pavilion UNIT PRICE NO.8 Large Pavilion UNIT PRICE NO.9 Restroom building S4Q.4QR lEach UNIT PRICE NO. 10 Fishing Pier $70.000 lEach UNIT PRICE NO. II Kiosk No.1 (Clock Tower) S16,300 lEach UNIT PRICE NO. 12 Site Feature at Wmding Hollow Nature Trail $ Addendum -.Each BID FORM 00200-2 ,', t' City of Winter Springs Parks Imorovement Project Revised-Addendum no.4 sri # 98004 ALTERNATES Fwther, the Bidder agrees with all conditions herein stated, proposes to contract in addition to the Base 'bid sum(s) with the Owner the following Alternates 8.5 described in specification Section 01030 and the drawings, resulting in additions to, or deductions from the base bid as follows: ALTERNATE NO.1: FISHING PIERS AT TORCASO AND TR01WOOD PARKS: Alternate lA Provide three (3) Fishing Piers at Torcaso Park, AddTwo Hundred Eighty two ThouSanDollars(s282,00q. Alternate IB: Provide one (1) Fishing Pier at Trotwood Park, AddOne hundred ten thousand Dollars(S 110,00q. ALTERNATE NO.2: BERMUDA SOD AT TR01WOOD FlELDS: Provide bemn.tda sod, at the soccer fields and baseball fields at Trotwood Park, Add Eighty six thousand Dollars(S 86,000) ALTERNATE NO.3: NATURE TRAIL BElWEEN SUNSHINE AND TORCASO PARKS: Provide foot bridge and mulch path nature traiI between SWlShine and TorcasoSarks. Add Eighteen thousand : Dollars (S 18, 00) ALTERNATE NO.4: NATURE TRAIL AT WINDING HOLLOW PARK: Provide site features and mulch path nature trail at Wmding Hollow park, Add Per addendum #5 Dollars ( S ) ALTERNATE NO.5: KIOSK NO.1 (Clock Tower) AT FIVE PARKS: Provide IGosle no. 1 (Clock Tower) at Moss Park, Sam Smith Park, SWlShine Park, Torcaso Park, and Trotwood Park. Include electrical service to kiosk in alternate bid. Add Eighty one thousand Dollars ( S 8 1 , 0 0 0). ALTERNATE NO.6: SERVICE DRIVE AT CENTRAL WINDS PARK.: Provide demolition and new construction of service drive at Central Wmds Park, Add Thirteen thousand Dollars (S 1 3 , 000 ). ALTERNATE NO.7: BASKETB~ HALF-COURTS: Provide half-court basketball courts at Moss Park and SWlShine Park, Add Sixty five thousand Dollars (S 65, 00 0 ). BID FORM 00200-3 .~ i City of Winter Springs Parks Improvement Project Revised-Addendum noA sri # 98004 ALTERNATE NO. 8: WATER FEATIJRES: Alternate 8A: bid. Provide water feature at Torcaso Parle. Include electrical service for water feature in alternate Add Twelve Thousand Dollars ( S 1 2 I 0 0 0 ). Alternate 8b: alternate bid. ,Provide water feature at Trotwood Parle. Include electrical service for water feature in Add Twelve thousand Dollars ( S 1 2 I 0 0 0). ALlERNATENO.9: FULL HEIGIIT BRICK VENEER: Provide full height brick veneer at the Restroom and Concession Buildings, Add Twenty Five thousand Dollars ( $ 2 5 I 0 0 0 ). ALTERNATE NO. 10: COVERD ENTRY ADDmONS AT SUNSHINE PARK: Provide covered entry additions for the Civic Center and Senior Center, Add Fifty five thousand Dollars ( $ 5 5 I 0 0 ~. The required Bid Deposit in the sum of(5% of the base bid) S 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 ofWmter 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 300 days and sha1I finally complete all work in accordance with Section 00700-GenraJ Conditions, Article 14. Liquidated damages will be assessed in accordance with Section 00800-Supplernentary Conditions, paragraph SC-12.02.C, for the amount specified in Section 00500-Aggreement , paragraph 4. The Bidder further proposes and agrees that, in case of fiillure on his part to execute said Contract and the Bid within (I 0) 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 Wmter Springs, as liquidated damages for such fiillure; otherwise, the check or bid bond accompanying this proposal shall be returned to the . Wldersigned. The following documents, which are included in the Project Manual shall be completed and attached to the "Bid Form". F aiJure to comply with this requirement may be cause for rejecting the bid. BID FORM 00200-4 " City of Winter Springs Parks Improvement Proiect sri# 98004 Identification of Bidder: If a Corporation, state name, names of President and Secretary. If a Partnership, state names of general partners authorized to sign. If an individual, give legal name of Bidder and full name of the p~rson authorized to sign. Name of Authorized Person: Michael H. Williams Business Address: 27 E. Hibiscus Blvd.. Ste. A Melbourne. FL 32901 Telephone: In Witness thereof, the Bidder has hereunder set his signature and affixed his seal this 23rd day of July. 1922--. (SEAL) (SEAL) By~~lt-I TITLE: President CERTIFICATION NO. CG CA12324 END OF SECTION I3IDFORM 407-951-2822 00200-5 .. ~....' ,..- - ,( THE AMERICAN INSTITUTE OF ARCHITECTS I A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe M. H. Williams Construction, Inc. IH..... insf:tt lull n~m~ and Idd'ns 0' lepl tille 0/ ConlnctO'l 27 East Hibiscus Blvd., Suite A, Melbourne, FL 32901 as Principal, hereinafter called the Principal, and Contractors Bondina and Insurance Comoanv 200 S. Harbor Ci ty Blvd., Suite 402, Melbourne, FL (~~dr lulr'~me ."d ldd,""s 0' lepl rill. 0/ ~urc(yr a corporation duly organized under the'laws of the State of Washington as Surety, hereinafter called the Surety, are held and firmly bound unto C . t f W' t Sp' lH,,", inwrt lull :um" 1I>d ldd,""s 0' lepl ri,le 0/ Own,," 1 Y 0 ln er rlngs 1126 East S.R. 434, Winter Springs, FL 32708 as Obligee, hereinafter called the Obligee, in the sum of 5% of the amount of the bid Dollars (5 5% amt. bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for lHe"" inSf:tt lull n~m". .dd.....s .nd dnaiprion 0/ proi..al Park improvement project: Construct pavilions, ball fields, nature trails, playgrounc etc. Winter Springs, FL NOW. THE R EF 0 R E. if the Obligee sh~1I accept the bid of the Princip~1 and the Principal shall enter into a Contnc ....ith the Obligee in accordance with the terms of such bid. and give such bond or bonds u may be spC1:ilied in the bidding or Contnct Documents with good and sufficient surety for the t~ithful performance of such Cont~ct ~nd for the prompt payment ot I~or and ITQterial fumished in the pro~tion thereot, or in the ~ent oi the f~ilure oi the Principal to enter such Cont~ct and give such bond or bonds. if the Principal shall ~y to the Obligee the difference not 10 exceed the ~alty hereot between the amount specified in said bid and such borger amount for ....hich the Obligee ~y in good faith contnC with another party to perform the Worle c~red by said bid. then this obligation shall be null and void. otherwise to remain in tull tor~ md effec:.. ' : Signed and sealed this 23rd day of July 19 99 ~:M J)~~~5/ 01-tJtr t:u-- . I M, , +-' T ~ 2JL (Seu) Co ""'v (Sea/) (Witnes) AlA OOCUMEMT Al10 . 8\0 BONO. AlA ~ . FEBRUARY ,<]70 ED . THE AMEIUCAN INSTITUTE OF ARCHITtCiS. lnS N.Y. AVE.. N.W.. WASHINCTON. O. C. 20006 , City of Winter Springs Parks Improvement Proiect sri # 98004 TRENCH SAFETY ACT COMPLIANCE STATEMENT Project Name: City of Winter Springs Parks Improvement Project Project Location: City of Winter Springs Various Sites Instructions: Florida Statutes Section 553.60 through 553.64, known as the "Trench Safety Act" requires all contractors engaged in construction to comply with Occupational Safety and Health Administration's excavation safety standard, found in 29 C.F.R. s. 1926.650 Subpart P. All prospective contractors are required to sign this Trench Safety Act Compliance Statement and provide compliance cost information where indicated below. The costs for complying with the Trench Safety Act must be incorporated into this Project's Base Bid. Certify this Statement in the presence ofa notary public or other officer authorized to administer oaths. Certification I. I understand that the Trench Safety Act requires me to comply with OSHA excavation safety standards found in 29 C.F.R. s. 1926.650 Subpart P. I will comply with The Trench Safety Act and I will design and provide trench safety systems at all trench excavations in excess of five feet in depth for this Project. 2. The estimated cost imposed by compliance with The Trench Safety Act will be: $ 1. 00 per linear foot of trench to be excavated. Dollars .J. 3. The estimated cost imposed by compliance with the Trench Safety Act will be: $ 5. 00 per square foot of special shoring used. Dollars .J. 4. The amount listed above has been included within the Base Bid. Certified: M.H. Williams Construction. ~5'~g - gnature) ~ Inc By: Kyle W. Greenwood (Typed or Printed Name) Trench Safety Act ~. f\ illiams CONSTRUCTION, INC. . 'l'~ ..... ~. i;" " t .'. .~. .;...... ", "~': ~~ j. . "...: .~\~..: . "'::." .' ::::;'/~~}...."\""~~~~1;: ,.H E ( ^ M E R I C A N I ~ S T I T U T E 0 F ^ R C H I T E C T S I AlA. Document A305 Contractor's Qualification Statement 1986 EDITION This Jorm is appmued and recommended by The American Institute oj A1'chitects (AlA) and The Associated General Contractors oj America (AGC)Jor use in ellaluat- ing the qualifications oj contractors. No endorsement oJ. the submitting party or l'prification of tbe information is made I~)J the AlA or AGe. The Undersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not .to be misleading. SUBMITTED TO: City Clerk ADDRESS: City of Winter Springs 1126 E. State Road 434 SUBMITTED BY: Winter Springs, Florida 32708 Corporation 00 M.H. Williams Construction, Inc. NAME: Michael H. Will i ams Partnership 0 ADDRESS: 27 E. Hibiscus Blvd. I S t.e. A Individual 0 Melbourne, FL 32901 PRINCIPAL OFFICE: same joint Venture 0 Other 0 R KAME OF PROJECT (if applicable): - . TYPE OF \\lORK (file separate form for each Classification of Work): 1 x General Construction HVAC - I Plumbing Other Electrical (please specify) I - I Copyright I ':>64. 1,:>69. 1':>7':). @1986 b}' The AmericlIl 111~lillllC or Architccts. 1755 New York A\'enue. 1'\.\\'., \\'a.~hil1g' tOil, D.c:. :WllOG, KeproduCliol1 or the m~teri:t1 hcr.:ill or SllbSl:lllli:11 C]lIOl~liOIl or it, pro\'isiol15 without "'rillcl1 permissiol1 or til,' AI:\ \'inl:llt',; thc ('nl'yri~101 I:o\\'< nf thl" I :nil("r1 Sr:lIt's :1.,,1 ,,'ill t->e .<t1hicn IP I ("goo I rrP~ccllli()ll, i AlA DOCUMENT A30S' CO.'lTR.KTOR'S QI:ALlFICATIO;-': ST.-\TE.\IE~l' 1<;;;(, EIJITI01\' AIA~ . <81\>H(, rilE MIEIlICA!'\ I!'\STlTCTE or AIlCltil'ECTS. 17.\S l"E\\' ,"Ollt; A\'!';'';!;!:. l"W.. \\'ASIIINGTO:X, n.c. !O(Hl(, A305-1986 WARNING; Unlicensed photocopying violates U,S. copyright laws and is subject 10 legal prosecution. , 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? (12) years 1.2 How many years has your organization been in business under its present business name? (12) years 1.2.1 Under what Other or former n:1mes has your organization operated? None 1.3 If your organization is a corporation, answer the following: 1.3.1 1.3.2 1.3.3 I.?>.'! Date of incorporation: State of incorporation: President's name: Vice.prcsidc.nl'S n:lIl1C(';): May 1987 Florida Michael H. Williams Theresa T. Williams 1.3.5 1.3.6 Secretary's name: Treasurer's name: Michael H. Williams Theresa T. Williams 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general panner(s): N/A 1.) If your organization is indi\'idually o~';ned, answer the follo~\'ing: 1.).1 Date of org;lnizalion: 1.5.2 Name of owner: N/A AlA DOCUMENT AJOS . CO:-;TR.~CTOR'S QL:.~I.1f1CATIO:\ ST.\TDlf.:\T . 19;;(. f.f)lTIO:\ . .~1.~' . @IW;(. nlf. ^~If.RIC.~:-': I"STln:n: OF ^"CHITf.CTS. 17.~'> :-':E\x' YO"" A\'E:-.:t:f.. 1\.\x'.. \X..~~IlI"c;TO:\. I>.c. !OlHl(. A305 -1986 2 WARNING: Unlicensed phOlocopying violates U.S. copyright laws and Is subjecl to legal prosecution. .' 1.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legaliy qualified to do business, and indicate registration or license numbers, if applicable. State of Flo~ida General Contractor License# CG CA12324 2.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. Supervision only 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 3.2.1 Has your organization ever failed to complete any work awarded to it? No 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No :>.2.3 Has your organization filed any law suits or requested arbitr;llion with regJrd to construc- tion contracts within the last five years? Recently, M.H. Will ians Cmstru:tim had to supplen:nt a suocmtractor v.orkforce to keep m sctalule. A disp.Ite 3.:' \X'ithin the~~~~~m~<H1~~rSbffJglcRYp~t~?bitqJour organizJtion ever been an officer or principal of another organiz:Hion when it biled to complete a construction COntract' (If the answer is )T~, please :luach cktails.) No AlA DOCUMENT A305' CO;\TH.AC"OH"~ QllAl.IFIC.~TIO;\ STATE,\IENT' 19!1(. EDITIO:--" AlA"' . @1911(. TilE A~IEH.ICA;\ 1000STln:TE OF AIlCHITEcn. 17.\; t'f.\\' YOH.K AVENUE. 1'.\".. \\'ASIlI;\GTO:>;, !J.c. 20UO(, A305-1986 3 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. See Current proj ects Attachment 3.4.1 State tOtal worth of work in progress and under contract: $8,000,000.00 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, gi\"ing the name of project, owner, architect, contract amount, datc of completion and percentage of the cost of the work performed with your own forces. See Proj ect Experi ence :Attac~ment 3.5.1 State average annual amount of construction work performed during thc past five years: $24,000,000.00 3.6 On a separate sheet, list thc construction experienc,e and present commitments of the key individ- uals of your organization. See attached 4. REFERENCES 4.1 Trade References: Acousti Engineering (407) 636-4042 426 Gus Hipp Blvd. Rockledge, FL 32955 Hobbs Electric (407) 723-5434 822 Silver Palm Ave. Melbourne, FL 32901 Hughes Supply, Inc. P.O. Box 2229 Melbourne, FL 32901 Robert Harrison, CPRe (407)255-766: 1383 Cypress Ave. Melbourne, 'FL 32935 4.2 Bank References: Huntington National Bank (407) 729-6300 685 S. Babcock St. Melbourne, FL 32901 4.3 Surety: 4.3.1 Name of bonding company: Contractor's Bonding & Insurance 400 S. Harbor City Blvd. Melbourne, FL 32901 tJ.32 l'\alllc and addrcss of :tgen(: Fallace Insurance Agency (407) 951-3200 John Fallace 18 S. Riverside Dr. Indialantic, FL 32903 All. DOCUMENT A305 . CO:\lK....CTOI\.S Ql'.-\I.IF1C.~TIO;\ ~1'.-\TE.\IE,,'1 . I'.IS(, EDIlIO:\ . AI.~~ . (1) 1%(, n\!: A\tEHICA;\ I,,~;nn 'lE OJ" "HUI:lECl~. 17.\) :0.:10\\' YOlO; A\'E;\I;I., 1'.\\',. "'",III"C;1'O;\. D.C. 211011G A305-19864 WARNING: Unlicensed phOlocopying violates U.S. copyrighllaws and Is subjecl to legal prosecution. 5. FINANCING 5.1 Financial Statement. 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, aCCOunts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, pro- ~vision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 5.1.2 5.1.3 Name and address of firm preparing attached financial statement, and date thereof: Douglas Hill, CPA 201 N. Fecera] Hy;y., Ste. 114, Deerfield BelL, FL 33441 Is the attached financial statement for the identical organization named on page one? Yes 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for con- struction? Yes AlA DOCUMENT A305 . CONTH.ACTOR'S Qu.\I.If1CATIO:>; STATf..\IEO':T . 1986 f.[)ITIO:'\ . AlA"' . @19H(. Tllf. AMEIlICAN INSTlTl:TE Of AIlCIIITEcn. 17.\; t'E\\' YO~K AVEO':lIE. K."'., WASIIIO':GTO:>:. D.C. 211ll11(, A305-1986 5 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 6. SIGNATURE j3 tuI.. 6.1 Dated at Me I bourne, FL this 1991 day of J o.to Name of Organization: M.H. Williams Construction, Inc. By: ~~;2 Michael H. Williams Title: President 6.2 Mr. Michael'H..Williams being duly Sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading, Subscribed and sworn before me this d.-3/!.4. 19 t)c; Notary Public: /~0I.dk i ~ d,yoC n My Commission Expires: ,.~:",';f..r;iJ;;;..' MICHELLE L. KLEIN g./ ~-.; '*~ MY COMMISSION' CC 702948 ~~;..~~J EXPIRES: December 15, 2001 . "P.f..t~~,., Bonded Thru Notary PublIc: UndelWl1lBrs AlA DOCUMENT A305 . COi':TR.~CTOR'S QlJ.~I.IF1CATIO:-; STATE~IENT' 1986 f.DITIOO': . AlA" . @19$6 TilE A,\If.HICAO': 1000STlTl!TE OF ARCIIlTECTS. 17~S 1':E\\' YORK AVENUE. t'W., WASIIINGTOl". D.C. 200Q(, A305-1986 6 WARNING: Unlicensed photocopying violates U.S. copyrighllaws and Is subject 10 legal prosecution. Current Projects - Ii USAIG Office Building 158 N. Harbor City Blvd. Melbourne, FL 32901 37,000 sq. ft. 4-story office building Percentage complete: 90% Proposed Cost: $2,600,000.00 Start Date: Nov. 1998 Completion: July 1999 Contact: Richard & Marguerite Love 407/984-1976 Architect: MAl Architects Engineers, Inc. 407/676-0737 I - Lexus- Toyota Dealership 24 N. Harbor City Blvd. Melbourne, FL 32901 New Lexus Building, Service building expansion, Renovations to Toyota building Percentage complete: 95% Cost: 1,800,000.00 Start Date: October 1998 Completion: July 1999 Contact: John Tosch 407/254-8888 Architect: Holeman Suman Architects 407/768-7887 i - ~ II!II -- I ag - Sapphire Plaza 3150 N. Wickham Rd. Melbourne, FL 32935 15,600 sq. ft. office building Percentage complete: 95% Cost: $1,000,000.00 Start Date: February 1999 Completion: July 1999 Contact: Michael Brutz 407/7 52-4810 Architect: Engineering and Design Concepts, Inc. 407/727-2056 - - ~ ... ~ - - Current Projects Forest Plaza 4301 N.Wickham Road Melbourne, FL 32935 15,000 sq. ft. office building Percentage complete: 80% Cost: $890,000.00 Start Date: January 1999 Completion: August 1999 Contact: Pat Garagozlo 407/253-3773 Architect: Angelo Francis Corva & Associates, Architects 407/253-0892 Magnolia Plantation Golf Club 7232 W. Sand Lake Rd. Orlando, FL 32819 Construction of Clubhouse, (2) Comfort Stations, Cart Storage Facility, and Maintenance Building Percentage complete: 10% Cost: $1,300,000.00 Start Date: TBA Completion: TBA Contact: Edward Bignon 407/345-9790 Architect: Edward L. Thomas Architect 407/425-4820 First Baptist Church 990 Florida Ave. Melbourne, FL 32901 Construction of 55,000 sq. ft. worship center Percentage complete: 0% Proposed Cost: $3,300,000.00 Start Date: July 1999 Proposed Completion: March 2000 Contact: Alan Lindsay 407/723-0561 Architect: Edward L. Thomas 407/425-4820 Current Projects Ford of Ocala 2816 N.W. Pine Ave. Ocala, FL 34478 10,000 sq. ft car dealership Percentage complete: 70% Proposed Cost: $1,300,000.00 Start Date: April 1999 Proposed completion: August 1999 Contact: Gary Scott 352/732-4800 Architect: Chuck Motl J. Howard Nudell Architects 352/735-1564 Frazier Engineering 2289 W. Eau Gallie Blvd. Melbourne, FL 32935 4,975 sq. ft office building Percentage complete: 0% Proposed Cost: $345,450.00 Start Date: July 1999 Proposed completion: November 1999 Contact: John Frazier 407-253-8131 Architect: Space Coast Architects Larry Maxwellc407 -728-4422 Project Experience Ocean Harbour Condominium 5167 North AlA North Hutchinson Island, Florida 34949 New Condominium Complex Cost: $7,184,000.00 Start Date: December 1994 Completed: December 1995 Contact: Leo LaChance, Owner 561/368-6198 Architect: Slattery & Root Architects Paul Slattery, Partner 407/392-3720 Melbourne Assisted Living Facility 540 Hibiscus Boulevard Melbourne, FL 32901 45,000 sq. ft. assisted living facility Cost: $3,600,000.00 Start Date: May 1997 Completion: June 1998 Contact: Health First, Inc. Tom Mills, V.P. Facilities 407/799-7131 Architect: Bobby Glenn Fowler, NCARB Larry Whitlock 901/767-2220 Palm Bay Ford 1202 Malabar Rd. S.E. Palm Bay, FL 32909 25,234 sq. ft. car dealership Cost: $3,300,000.00 Start Date: October 1997 Finish Date: July 1998 Contact: Gregory Kelly 904-779-8181 Architect: MAl Architects Engineers, Inc. Carlos Alvirez 407/676-0737 Project Experience Willow Brook Village 3033 College Wood Drive Melbourne, FL 32934 56 Unit Apartment Complex wI Clubhouse & Pool Cost: $3,267,856.00 Start Date: February 1996 Completed: December 1996 Contact: David Petroni, President 407/253-0053 Architect: MAl Architects-Engineers, Inc. Dave Menzel, Principal 407/676-0737 Ascension Elderly Housing 2960 Pineapple Avenue Melbourne, Florida 32935 76 unit Elderly Housing Complex Cost: $2,760,000.00 Start Date: August 1994 Completed: June 1995 Contact: Father Smith 407/254-1595 Architect: Wedding & Associates Randy Wedding, Principal 813/821-6610 Continental Motorcars 509 Nasa Blvd. Melbourne, FL 32901 30,313 sq. ft New Car Dealership and Showroom Cost: $2,478,125.00 Start Date: June 1996 Completed: January 1997 Contact: Bruce Deardoff, Owner 407/452-9220 Architect: MAl Architects-Engineers, Inc. Dave Menzel, Principal 407/676-0737 '. Project Experience Alzheimer's Care Facility of Viera 7999 Spyglass Hill Road Viera, FL 32940 27,500 sq ft Assisted Living Facility Cost: $2,300,000.00 Start Date: December 1996 Completion: August 1997 Contact: Minton Cooper, President 407/752-7009 Architect: SMRT Michael Ryan, Project Architect 941/955-9883 Accudyne Manufacturing Facility 1415 Foundation Park Boulevard, SE Palm Bay, Florida 32909-2104 New Manufacturing Facility Cost: $2,300,000.00 Start Date: June 1995 Completed: October 1995 Contact: Jim Lawson, President 407/724-6500 Architect: Stottler Starmer & Associates Bill Starmer, Partner 407/425-0193 West Volusia Memorial Hospital 1076 N. Stone St. Deland, FL 32720 24,900 sq. ft medical office building Cost: $2,000,000.00 Start Date: July 1998 Completion: May 1999 Contact: J on Graham 904-943-3674 Architect: Medical Design Internation L.L.c. Richard Hainese770/939-7950 '. Project Experience Sorensen Moving & Storage Orlando 9143 Boggy Creek Road Orlando, FL 48,000 sq. ft. office and warehouse facility Cost: $2,000,000.00 Start Date: August 1998 Completion: January 1999 Contact: Scott Sorensen 407/254-2770 Architect: Edward L. Thomas 407/425-4820 Excell Agent Services 4050 Riomar Drive Rockledge, FL 32955 Tenant Improvements Cost: $2,000,000.00 Start Date: June 1996 Completed: December 1996 Contact: Bruce Patton, Vice President 407/638-1350 Architect: Deutsch Associates Ed Wimmer, Project Architect 602/840-2929 RELM Communications 7505 Technology Drive West Melbourne, FL 32904 15,431 Sq. Ft. 2 Story Building Addition Cost: $1,900,000.00 Start Date: February 1997 Completion: July 1997 Contact: William Kelly, CFO 407/984-1414 Architect: BRPH Architects - Engineers, Inc. Brian Curtain, Project Manager 407/254-7666 Project Experience Eau Gallie Civic Center 1551 Highland Avenue Melbourne, Florida 32935 New Gymnasium/Auditorium/Offices Cost: $1,897,000.00 Start Date: March 1994 Completed: October 1994 Contact: City of Melbourne Howard Ralls, City Engineer 407/729-2900 Architect: Holeman Suman Architects, Inc. Craig Suman, Principal 407/768-7887 - Software Technology, Ine. 1830 Penn St. Melbourne, FL 32901 30,000 sq. ft manufacturing facility Cost: $1,700,000.00 Start Date: August 1997 Finish Date: January 1998 Contact: Dave Trommelen (610) 566-2600 Architect: Angelo Francis Corva & Assoc. 407/253-0892 - II ... - - ..... ... WuesthoffBrevard Hospice & Homecare 8060 Spyglass Hill Road Viera, FL 32940 Proposed Cost: Start Date: Completed: Contact: Architect: $1,675,180.00 October 1996 March 1996 H. E. Bobo, Director of Facilities Constr. 407/636-2211 ext. 5507 Architects in Association Rood & Zwick, Inc. Jack Rood, Principal 407/631-8039 ..- ~ ~ Project Experience MIMA Viera 7125 Murrell Rd. Melbourne, FL 32940 16,873 sq. ft. medical building Cost: $1,550,000.00 Start Date: February 1998 Completion: July 1998 Contact: Brian Stenberg 561/392-6662 Architect: Holeman Suman Architects, Inc./HAS 407/768-7887 Trinity Presbyterian Church 638 S. Patrick Drive Satellite Beach, FL 32937 Renovation & Expansion Cost: $ 1,500,000.00 Start Date: September 1997 Completed: December 1998 Contact: Trinity Presbyterian Church Hartley Caldwell 407/777-2047 Architect: Holeman Suman Architects, Inc. Craig Suman 407/768-7887 Michael H. Williams Chief Executive Officer Education 1976 University of Florida, Gainesville, FL Bachelor of Science, Civil Engineering Professional Licenses 1982 State of Florida Registered Professional Engineer #32089 1978 State of Florida Certified General Contractor #CG CA12324 Employment Background 1987 - present M.H. Williams Construction, Inc. Melbourne; FL. President. Incorporated a newly formed and personally owned construction company. Provides direction to project managers and office staff, new client prospecting, project bid estimating and problem resolution. Actively involved in day-to-day operations. 1983 - 1987 Stinson-Head, Inc. Melbourne, FL. Vice President. Established a new branch office for large commercial general contractor. Included new client prospecting, acquisition of subcontractor database, estimated competitively bid projects, complete management of acquired projects, hiring and supervision of office personnel. - = iii - A wards! Affiliations - · Member of American Society of Civil Engineers · Member of Florida Engineering Society · Home Builders and Contractor's Association · City of Melbourne Building Board of Adjustments and Appeals · Brevard County Building Advisory Committee · Board Director of the Space Coast Science Center · Vice-Chairman of the MelbournelPalm Bay Chamber of Commerce · Member Board of Governors of the Eau Gallie Yacht Club · Chairman of the Industrial Council · Member Florida Tech College of Business Board of Overseers · Member The Young Life Committee · Received the Small Business of the Year Award for 1995 from MelbournelPalm Bay Chamber of Commerce · Board Director Melbourne Police Athletic League · Member Palm Bay Economic Development Task Force - - - Kyle Greenwood Vice President Central FL Professional Licenses State of Florida Certified General Contractor #CG C058407 Employment Background 1998 - present M.H. Williams Construction, Inc. Orlando, FL Vice President. Selected to incorporate new satellite location. Responsible for all estimating, bidding, project management, scheduling, directing of superintendents, acquiring subcontractors, new client prospecting, and administrative functions. 1991 - 1998 M.H. Williams Construction, Inc. Melbourne, FL. Project Manager. Responsible for estimating new projects, bidding, scheduling, directing of superintendents, acquiring subcontractors, maintaining communication with Owners. ., Representative Projects - Central FL Lincoln Mercury 30,000 sq. ft. renovation Buena Vita Assisted Living Facility 8,800 s.f. Assisted Living Facility Titusville Courthouse Renovation 112,000 sq. ft. Interior Renovation Melbourne Internal Medicine Palm Bay 16,000 sq. ft. Internal Medicine Specialty ... Alzheimer Care Center 27,500 sq.ft. assisted living facility Grumman S1. Augustine Building renovations po Eau Gallie Civic Center 21,000 sq. ft. Meeting/Recreational Facility Regency Medical Park II 24,000 sq. ft. medical office building ... Melbourne Internal Medicine Viera 16,873 sq. ft. Internal Medicine Specialty Osler Medical Building 18,000 sq. ft. medical building 1""- I Arnold T. Graham Project Manager Personal Profile Arnold T. Graham attended the Pennsylvania State University acquiring a degree in Engineering. Early career situations occurred in quality control for a paper manufacturing company, research and development with a major industrial chemical manufacturing company and quality control for a Fortune 500 building materials company. Later Graham transferred from quality control manager for the building materials company into building material sales for that same company. Graham moved on to work for several specialty subcontracting companies in estimating and project management. Graham found the opportunity to purchase a small specialty subcontracting company and expanded the company to general contracting with an annual volume of$15,000,000. The poor economic conditions and savings and loan debacle of the early 1990's in the northeast section of the country brought Graham to Florida: + Thirty years of multi-disciplined construction experience + Extensive experience in subcontractor negotiations and management + Conceptual estimating ability + Varied types of completed projects comprise a small city of over $100,000,000 in contract value Education Pennsylvania State University - awarded Bachelor of Science, Engineering Professional Licenses State of Florida Certified General Contractor Representative Projects Palm Bay Ford 25,234 sq. ft. car dealership Continental Motorcars 30,000 sq. ft. car dealership Lexus- Toyota 11,800 sq. ft. car dealership Melbourne Assisted Living Facility 45,000 sq. ft. assisted living facility Grumman Material Distribution Center 35,000 sq. ft. renovations North Brevard Library 20,000 sq. ft. renovation/addition Melbourne Kidney Center 13,000 sq. ft. renovation/addition USAIG Office Building 37,135 sq. ft. office building Suntree Landing 9,500 sq. ft. office building Nations Bank Suntree Branch 6,000 sq. ft. bank building , , Randy Trent Project.Manager Professional Licenses State of Florida Certified General Contractor #CG C053591 Employment Background 1987 - present M.H. Williams Construction, Inc. Melbourne, FL. Project Manager. Responsible for estimating new projects, bidding, scheduling, directing of superintendents, acquiring subcontractors, maintaining communication .with Owners and Architects/Engineers. 1984 - 1987 Stinson-Head, Inc. Melbourne, FL. Superintendent. Responsible for all on-site project requirements. Representative Projects Palm Bay Ford 25,234 sq. ft. car dealership Jim Rathmann Chevrolet-Cadillac 51,200 sq. ft. of total construction Alzheimer Care Center 27,500 sq. ft. assisted living facility Hoyman Dobson Office Building 12,000 sq. ft. office building Central Brevard OB-GYN 11,408 sq. ft. physician's office ENT Ambulatory Center 3,600 sq. ft. surgery facility Buena Vida Nursing Home 16 bed expansion to assisted living facility Rooms To Go 15,000 sq. ft. furniture showroom Sorensen Moving & Storage '10,000 sq. ft. warehouse Shooters & Intracoastal Marina Boat storage building Home Builder's & Contractor's Assoc. 20,000 sq. ft. office building Grace Lutheran Church Sanctuary Duane Fuchs Project Superintendent Personal Profile · Proficient in CPM Scheduling. · Thirty (30) years of Construction Experience. · Completed major healthcare and commercial projects nationwide. · Impeccable local reputation with past clients and building departments. · Specializes in DesignlBuild Fast-Track projects. Project Experience Project Superintendent - Continental Motorcars 30,313 sq. ft. car dealership Project Superintendent - Melbourne Assisted Living Faci,lity 45,000 sq. ft. assisted living facility Project Superintendent - USAIG Office Building 37,000 sq. ft. 4-story office bldg. Project Superintendent - RELM Communications 15,430 sq. ft. 2-story addition Project Superintendent - Veterans Administration Medical Center Addition and Renovation Nashville, Tennessee Project Value: $16,000,000 Project Superintendent - Gulfport Veteran's Administration Medical Center Renovation Gul [port, Mississippi Project Value: $18,000,000 Project Manager - ICCB and MPW St. Mary Trident Submarine Base St. Mary's, Georgia ROICC Project Value: $13,500,000 Project Superintendent - U. S. Army Hospital Phase II, Fort Carson Colorado Springs, Colorado Army Corps of Engineers Project Value $59,000,000 Project Superintendent - Residence Hall #5, University of California at Irvine Irvine, California Project Value: $19,000,000 Field Operations Manager Several two - three million dollar projects in , Arizona and Southern California Corporation of Engineering and ROICC . ~) Michelle Klein Project Administrator Education 1983 Florida Institute of Technology, Melbourne, FL. Bachelor of Science, Business Administration Employment Background 1997 - present M.H. Williams Construction, Inc. Melbourne, FL. Project Administrator. Responsible for administrative support for President and (5) Project Managers. Includes contract and change order administration for subcontractors and Owners, building dept. permitting, correspondence, maintenance and warranty manuals, and filing for all projects. 1995 - 1997 Data Voice, Inc. Palm Bay, FL. Program Manager. Managed programs for contracts with several customers including CSR, Brevard County, Orlarido Arena, City of Orlando, The National Hurricane Center and South FL Water Management. Responsible for taking service calls, customer service, scheduling technicians, tracking backlog, parts ordering, warranty claims, shipping/receiving and associated paperwork and reports. 1993 - 1995 MicroAge Computer Centers, Melbourne, FL. Customer Support Administrator. Responsible for taking service calls, customer service, scheduling technicians, tracking backlog, generating associated paperwork, contract file maintenance and tracking. 1990-1993 Video Service Corporation, Melbourne, FL. Administrative Assistant. Responsible for customer service, data entry, journal entries, accounts payable, accounts receivable, warranty and nonwarranty billings. e Proficient in MS Windows 95, Word, Excel, Project and Powerpoint. e Earned certifications for maintenance and repair of several Laserjet and fax units from Hewlett Packard. e. Strong communication and organization skills. }>,}FJA:~,~::; .fI' f~. ~., I ~~ i r; t.. ........:d .<..:\~:;-. ;.:":"''l:,' .4........ . -~~~-,~'" 11 ~ .----:-~-:-._----- _..:::.-.:;::- -=----~~'~:~). .. ~ -p..-.....,..... -:~.,. .- =---_.._._~~~.:.. -- Hand-in-hand with Mother Nature, M.H. Williams developed all of the infrastruc- ture of this modern seaside community. which provides a rarely duplicated lifestyle for the 121 families who will soon call Martesia home. Working under strict constraints to keep the original habitat of this 50-acre subdivision intact. M.H. Williams built the roads and installed all utilities underground They also constructed a ",-acre lake. covered pavilion. tennis courts. playground and fitness trail. All behind a beautifully landscaped. ceramic tiled and lighted entry wall. Martesia 1800 N. A1A Indian Harbor Beach, Florida 32937 50 Acre. 121-Lot Single Family Subdivision $1.611.000 Owner: Phoenix Founders, Inc. Architect: SSE Consultants, Inc. Williams t' (- [ ,r - 0 lJ f~ - ION I N C \._, ,--.l \J ~ \ 'I ',_, . II ~::::- :.--~:-.:".. ," ._ -'"-.o~o:..~,;: _:_-:.::_:~;.:.' _r... ';...-.,-/,:'?",-j"':i "X'~:'_>~:_.:;~:' .; -;.::~~.:;';~;;..~:.~ ~~'~~"~~r~;:~ .. - - ::';-- . ~-~,; . '.. -.. .- . ~ . .~ "'n" ,'. ..' ..... ;". . '.~.. 0- ~.~. ~ ' " 4._'~-:.'" . . : .' '. ,.~":::'h"'. --:,-.... ';.." jJ/~~~'"::-:.: :"~: Eau Gallie Civic Center 1551 Highland Avenue Melbourne, Florida 32935 New Gymnasium/Auditorium/Offices Owner: City of Melbourne Architect: Holeman Suman Architects, Inc. Williams CONSTRUCTION, INC. Willow Brook Village 3033 College Wood Drive Melbourne, Florida 32934 56 Unit Apaltment Comple~ wi Clubhouse & Pool Owner: Community Housing Initiative Trust ;\ rch i I eel: MAl Architects-Engineers. Inc. Williams CONSTRUCTION. INC. ... .' IJ -~'..' ,...:. ':"::::,;:~~. ~~'i;:_:.": ~';' ~":'~::~~-;.:.~_~._;,~i:' '7ffl~~i~~~~ ~.i:~ ':r:,~\;.=:~~ sYYi;=~;;i:?' ;L. :.."';-.' -.... ;,,-.;....~. :-_.. .... -...... ~ .-'-- . . . i' '.. Ocean Harbour Condominium 5167 North AlA North Hutchinson Island. Florida 34949 New Condominium Complex Owner: LaChance Associates Architect: Slattery '-~ Root Architects Williams CONSTRUCTION, INC. ....' U6 Y ~r~ ,,; .~. ;.:.. -v:;.# , ..;~;~ ~:ff' ,F' ""-; ,..,~ :;.t:..-' /.. ..' ." . /' ..' '" ~......,:~ir ,. .,' " / r ..~ Melbourne Assisted Living Facility (H ibiscus Cou rt) 540 Hibiscus Blvd. Melbourne. FL 32QO 1 45,000 sq. n. assisted living facility Owner: Hickory Assiqcd Living. L.P. Architect: BobbyGknn Fowler. NeARB Williams CONSTRUCTION, INC. ~ - .. ~.. .". .-: .~~ :.:'... " Visions Condominium 4()()() North ;\ 1!\ North II1Ilchinson IslanJ. Fl. ~49.J9 26 lInit/l.J story huilding Owncr: I\()h Nelson Archilect: Philip Slccl <'( .-\ssnciatcs Williams CONSTRUCTION, INC. " Continental Motorcars 509 Nasa Boulevard Melbourne, Florida 3290 I 30,3 13 sq. ft. New Car Dealership & Showroom Owner: Jaguar of Melbourne, Inc. Architect: MAl Architects-Engineers. Inc. Williams CONSTRUCTION, INC. ATTACHMENT 83 . srI 26 Aug 99 Chuck Pula, Director Park and Recreation Department City of Winter Springs 1000 East SR 434 Winter Springs, Florida 32708 Re: Parks Improvement Project Bid Award Opinion Chuck We have reviewed the three bids for the above referenced project and in our opinion M H WiUiams Construction Inc. is the apparent qualified low bidder as outlined below: I. Bids Received Name 8. M li Williams b. Gibbs & Register c. Cathcart Base Bid $ 2,375,000 $ 3,100,000 $ 3,320,000 Alternates S 759,000 $ 782,000 $ 832,000 2. We have reviewed 11.1 H Williams contractor's qualification statement, refet"ences, and are familiar with their performance having worked with them in the Past. and feel confident they have the e.xperience to satisfhctorily complete the job. 3. We have met with M H Williams several times regarding their bid and they assure us that they are comfonable with their bid as submitted. The low bid including all alternates is approximately $ 1,000,000 over the City's budget and pursuant to our recent meetings attached you will find a recommend bid award contntct amount tor $ 2,650,000 which includes a construction contract for S 2.260,689, playgmund equipment for $ 300,000, and aJ.5'!to contingency of $ 89.311. These figures are a resuIt of reducing scope in a few of the paries, having the Park and R.ecreat.ion Department perform some of the sod work, and redesign of some of the parks features. The bottom line is that the majority of the parks will receive the original intended improvements, \ he improvements will be first class quality, and the City's original budget of$ 2,250,000 will require an additional funding ofS 400,000 to complete the project. StarnlCl Ranaldi Planning Illld A.rcl1it<<ture Inc. AA-002984 890 Northern Way :>Vile E.) Wllltcr SDriDts. Plorida 32708 Phone 407 m 1080 Pax 407 9TI 101'/ In our opinion the City should proceed with the Notice of Award to the contractor on or around I Sep 99, negotiate the change order no. I by 30 Sep 99, and issue the contract and Notice to Proc~ on or around I Oct 99, with an anticipated substantial completion on or around I Aug 2000. We trust this information will be well received and we look forward to working with you in making this exciting projet:t a great success. R~trs w~V President .- Rug 27 99 02:50p Starmer Ranaldi Inc. 407-977-1019 p. 1 . srI 27 Aug 99 Ronald W. McLemore City Manager City ofWmter Springs 1000 East SR 434 Winter Springs, Florida 32708 Re: Local Parks Rehabilitation Project Professional Design Services Proposal Ron We are delighted and honored to have the opportunity to work with you and the City'as your design consultant for the above referenced project, and offer the following proposal for professional design services. I. SCOPE OF PROJECT Various improvements to the City's Local Parks. II. SCOPE OF BASIC SERVICES A. sri will provide complete professional design services for construction administration services outlined below: I. Assist owner in preparing and executing contract with contractor 2. Chair a pre-construction conference with contractor and all sub-<;ontractors 3. Review and process aD shop drawing submittals 4. Review and process all quality control and test reports 5. Prepare and issue aU written documentation a field orders b. change orders c. requests for additional information d. site inspection reports 9. Review and approve contractors request for payments 10. Make periodic construction inspections 11. Provide periodic trouble shooting I problem solving 12. Prepare construction certifications for pennitting agencies 13_ Obtain all contractor required close out documents a. as built ft.'Cord drawings b. testing and balancing reports c. monitor l,ompletioD of all punchtist items d. warranty certificates e_ operation and maintenance manuals StarTrIer Ranaldi Planning and Architecture Inc. AA-002984 890 Nunhero Way Sulle .F.-l Winter Springs. Rorida 32708 Phone 407 917 1080 Pax 407 9711019 Au~ 27 99 02:51p Stsrmer Rsnaldi Inc. 407-977-1019 p.2 27 Aug 99 Winter Springs Park Proposal Page 2 V. SCHEDULE OF FEES A. Basic Services lump sum $ 33,311 C. Reimbursable Expenses 1. Phone calls 2. Mailing 3. Central Florida travel 4. Express mailing S. Reproduction. copies, blueprints no chllfge no chllrge no chnrge cost + 15% cost + 15% VI. CLARlFICA nONS A. Fees quoted herein are based on our current understanding of the scope of work as described herein and significant modification to the scope of work may warrant modification of our fees. B. Owner will be imroiced upon task completion and should any task take longer than 30 days owner will be invoiced monthly proportionate to work complete. We trust this proposal will be well received and we look forward to working with you in making this exciting project a great success.