HomeMy WebLinkAbout2004 03 08 Consent 201
.
.
COMMISSION AGENDA
ITEM 201
CONSENT X
INFORMATIONAL
PUBLIC HEARING
REGULAR
March 8, 2004
Meeting
MGR j#- IDEPT /,#/
Authorization
REQUEST: Utility Department Requesting Authorization to enter into a Contractual
Agreement for construction of the Central Winds Parkway Stormwater Piping.
Bids for this project were opened on January 14,2004 under Bid # ITB-007-04/KL.
The bid summary is attached. The lowest responsive, responsible bidder was Sunshine Building
and Development Company, with a bid of$254,716.35. The engineer's estimate of
construction cost was $250,000.
The project scope of work includes all labor, equipment, and materials for the
installation of a stormwater system within the park expansion area. The final design of Phase I
Central Winds Parkway is pending a request for additional right of way from the Leerdam
property. The SJRWMD permit for the project has been received. The Capital Projects
Coordinator recommendation is attached with the engineer's recommendation and agreement
form.
.
March 8, 2004
Consent Agenda Item 201
Page 2
----- ......
-- "->- ~
~ .......
....... ......
....... ........."-
~
...... ......
.......
~-
......
a... a
.
.......
......
FUNDING:
The proposed contract amount of$254,716.35 is slightly over the $250,000 budgeted in the
Road Improvement Fund (115-65000-30018). Additional funds are available from other projects to
. cover the differential. The funds will be spent over the next 150 days.
.
.
.
March 8, 2004
Consent Agenda Item 201
Page 3
RECOMMENDA TION:
It is recommended that authorization be granted to enter into a contractual Agreement
with Sunshine Building and Development Company for the construction of the Central Winds
Parkway Stormwater Piping system at a cost of$254,716.35 plus a 10% contingency ayable
from the Road Improvement Fund (115-65000-30018).
IMPLEMENTATION SCHEDULE:
The scope of work will be completed within 120 days of issuance of the NTP.
However, the NTP will not be issued until the current clearing and grading contract with CWB
is completed.
ATTACHMENTS:
1. Capital Project Coordinator and Consulting Engineer recommendation
2. Bid Summary - Bid #ITB 007-04fKL
3. Proposal and Agreement
COMMISSION ACTION:
.
Attachment No. 1
TO:
Kip Lockcuff, P.E.
Utilities/Public Works Director
FROM:
George F. Edwards, P.E.
Capital Projects Coordinator
RE:
Bid Analvsis. Bid # ITB-007 -04/KL
Central Winds Parkway Stormwater Pipinq
DATE:
March 2, 2004
On Wednesday, January 14, 2004, the City of Winter Springs received nine bids for the
construction of the Central Winds Parkway Stormwater Piping system. The three lowest
bids received were priced as follows:
.
Company
Southeast Enviroscape, Inc.
Sunshine Building and Development Corp.
Municipal Contracting Co., Inc.
Bid
$239,376.79
$254,716.35
$279,476.00
The Engineer's estimate of probable construction cost of the project was $250,000.00. The
amount budgeted was $250,000.00.
EVALUATION OF RESPONSIVENESS
The lowest bidder, Southeast Enviroscape, failed to sign their Bid and failed to sign the Bid
Bond. The Bid was therefore considered non-responsive and was rejected.
The second lowest bidder, Sunshine Building and Development Corporation, provided all
required documentation to establish bidder responsibility. The bid may be considered
responsive.
EVALUATION OF RESPONSIBILITY
The references supplied by Sunshine Building and Development Corporation were verified
and, as the bidder is presently working on a project with the City of Winter Springs, the
Engineer, CPH Engineers Inc. recommended that the contract be awarded to them.
RECOMMENDATION
In my opinion, an award 'of the Central Winds Parkway Stormwater Piping project to
Sunshine Building and Development Corporation is in the best interest of the City.
. IMPLEMENTATION SCHEDULE
The scope of work will be completed within 120 calendar days of the Notice to Proceed.
. January 30, 2004
Mr. Kipton Lockcuff, P. E.
Utilities Director
City of Winter Springs
1126 East S.R. 434
Winter Springs, Florida 32708
Subject:
Central Winds Park Way Stormwater Piping
City Bid No. ITB-007 -04/KL
CPH Project No. W04115
RE:
Engineers Recommendation of Award
Dear Kip:
On Wednesday, January 14, 2004, the City of Winter Springs Purchasing Department
opened the bid packages for the above referenced project.
.
Listed below are the three (3) apparent low bidders and their associated bid amounts.
Estimated Bid Amount
Southeast Enviroscape, Inc.
Sunshine Building
Municipal Contracting
$ 239,376.79
$ 254,716.35
$ 279,476.00
(Non-Responsive)
CPH Engineers was provided with a copy of the bid packages and has reviewed the bid
packages from these bidders for completeness and accuracy. In addition, we made a trip to '
City Hall to review the original bid packages to verify our findings/completeness. The
results of our examination of the submitted bid packages are indicated in the attached
Information Checklists. We have also enclosed Bid Tabulation of all bids received.
As per our telephone conversation, the apparent low bidder did not submit all of the items
required to be considered responsive. In accordance with the Bid Documents, Bid Section
00200-1.05.B.2, "If upon opening the Bid, any of the items required to be responsive are
found to be missing or incomplete, the bidder will be judged non-responsive". Additionally,
Section 00200 - 1.05.B.3 reads "Bid proposals must be signed by the Bidder with his
signature in full." Southeast Enviroscape, Inc. did not sign their bid form nor the bid bond
form. Also, there were multiple mathematical errors on their bid form.
Sunshine Building and Development Corp. was the second lowest bidder and submitted a
. complete package. Therefore, we were able to perform a complete evaluation of both the
contractor's responsiveness and responsibility. Based on our evaluation, we have
determined that Sunshine Building and Development Corp. is the lowest, responsive and
responsible bidder for this project.
.
.
.
Sunshine Building and Development Corp. has performed previous work/projects for the
City of Winter Springs. No problems or conflicts have been associated with any of their
work for the City.
Based on our analysis and the past experience between the City and Sunshine Building
and Development Corp., we have no objection to the award of the Base Bid to Sunshine
Building and Development Corp. in the amount of $254,716.35.
Please call me if you have any questions regarding our recommendations.
Sincerely,
CPH ENGINEERS, INC.
Terry M. Zaudtke, P.E., D.E.E.
Project Manager
r
.
.
.
Attachment No.2
BID NUMBER: ITB-007/04/KL
CENTRAL WINDS PARK STORMW A TER PIPING
Called By: Nancy V obornik, Purchasing Coordinator
Bid Opened: 3:00 p.m. Bid Closed: 3:10 p.m.
Witnesses:
Chuck Pula, Parks & Recreation Director
Ken Hutchings, Engineering Tech/Construction Inspector
Nine (9) Bids Received:
1.
Cathcart Contracting Company,
1757 W. Broadway, Suite #3
Oviedo, FL 32765
Telephone No. 407-366-1022
Base Bid: $382,024.50
John T. Cathcart
Facsimile No. 407-977-8349
2.
Prime Construction Group, Inc., Reynolds C. Holiman
1000 Jetstream Drive
Orlando, FL 32824
Telephone No. 407-856-8180Facsimile No. 407-856-8182
Base Bid: $314,467.00
3. Perri Builders, Inc., Joseph C. Perri
523 N. Mission Road
Orlando, FL 32808
Telephone No. 407-292-2128 Facsimile No. 407-292-2137
Base Bid: $350,000.00
4. Sunshine Building and Development Corp., John T. Bush
291 Anchor Road
Casselberry, FL 32707
Telephone No. 407-339-6721 Facsimile No. 407-331-7542
Base Bid: $ 254,716.35
5. Schuller Contractors, Inc., Alexander Caputo
8046A Presidents Drive
Orlando, FI 32809
Telephone No. 407-855-5572 Facsimile No. 407-855-4922
Base Bid: $ 327,196.00
6.
Central Florida Underground, Inc., Roy G. Ward
990 Miller Drive
Altamonte Springs, FL 32701
Telephone No. 407-260-9000 Facsimile No. 407-260-1599
Base Bid: $ 451,763.50
.
.
.
Page Two
ITB 007/04/KL
7. Southeast Enviroscape, Inc., Lee Smith
1293 C.R 426, Suite 117
Oviedo, FL 32765
Telephone No. 407-366-6681 Facsimile No. 407-365-7294
Base Bid: $239,376.79
8. Cloud 9 Services, Inc., Rick Fender
1026 W. Michigan Street
Orlando, Fl 32805
Telephone No. 407-481-2750 Facsimile No. 407-481-8850
Base Bid: $ 342,143.13
9. Municipal Contracting Co. Inc., Nicholas Militello
530 Collins Road
Marietta, GA 30066
Telephone No. 770-792-1003 Facsimile No. 770-792-1331
Base Bid: $279,476.00
.
Attachment No.3
AGREEMENT FORM
THIS AGREEMENT MADE THIS DAY OF 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 Sunshine Building and Development Corporation.
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 Central Winds Parkway Storm Water Piping. at City of Winter Springs.
City Hall, 1126 East S.R. 434, Winter Springs, FL. 32708.
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 days after the issuance
of a written Notice to Proceed and shall complete the work within 120 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 $500.00 for each day that expires after the time
specified in Paragraph 4 for final completion until the work is finally complete, and that OWNER
has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this
provision.
5. CONTRACT PRICE. UNIT PRICE 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 Contract Price of Two Hundred Fifty Four Thousand Seven Hundred Sixteen
Dollars and Thirty Five cents ($254.716.35). Payments will be made to the CONTRACTOR for
actual quantities installed on the basis of the Schedule of Unit Prices included as a part of his Bid,
which shall be as fully a part of the Contract as if attached or repeated herein.
6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the
contract price to CONTRACTOR, on the basis of application for payments submitted to the 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)
(B)
(C)
(D)
(E)
(F)
Work is found defective and not remedied;
Contractor does not make prompt and proper payments to subcontractors;
Contractor does not make prompts and proper payments for labor, materials, or equipment
furnished him;
Another Contractor is damaged by an act for which Contractor is responsible;
Claims or liens are filed on the job; or
In the opinion of the City of Winter Springs, Contractor's work is not progressing
satisfactorily.
7. FINAL PAYMENT - OWNER shall withhold 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 liens arising out
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.
.
8.
. b.
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.
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 Kipton Lockcuff or
his authorized representative 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.
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
.
c.
d.
e.
f.
9.
. a.
b.
c.
d.
e.
. 10.
sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to
perform the work in accordance with the Contract Documents.
Access to Worksite for Inspections. The OWN ER shall be given free access to the
worksite 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.
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.
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.
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.
RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection
with the project herein are as follows:
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.
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.
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.
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
therefore. 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.
CONTRACTOR will provide written guarantee for work and materials for one (1) calendar
year after acceptance by OWNER.
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.
MEDIA TIONNENUE - The parties agree that should any dispute arise between them
regarding the terms or performance of this Agreement, both parties will participate in a
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:
John 1. Bush, President
Sunshine Building and Development Co.
291 Anchor Road
Casselberry, FL 32707
(407)339-6721
Date
.
OWNER:
CITY OF WINTER SPRINGS
By: Ronald W. McLemore
City Manager
1126 East State Road 434
Winter Springs, FL 32708
407-327-1800
.
,
" J
,1
AGREEMENT FORM
THIS AGREEMENT MADE THIS 12~' DAYOF D~-E"J..~~~ . ,2003 between the
CITY OF WINTER SPRINGS of 1126 east State Road 434, Winter Springs, Florida 32708,
Seminole County, State of Florida, herein referred to as OWNER and Sunshine Building and
Development Corporation, of Casselberry, Florida, herein referred to as CONTRACTOR, a
person duly licensed as a Contractor In the State of Florida, as follows:
1. gES9~ OF WORlS - CONTRACTOR shall perform the work, In accordance with
the Contract Documents, at Well #4, Winter Springs, Fl. 32708 for the WTP 1 - Well NO.4 and
Raw Water Main Project.
2. CONTRACT DOCVMt;NTS - The Contract Documents consist of this Agreement; all
Technical, General and Supplementary Conditions and Sections contained in the Project
Manual; the Orawingsas 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 Contrad
and are Incorporated into this Contract by this ref$rence.
3. CONTRACT TIIVlE - The CONTRACTOR shall begin work within 10 days after 'the
issuance of a written Notice to Proceed and shall complete the work within 180 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 $500.00 for each day that
expires after the time specified in Paragraph 4 for final completion until the work is finally
complete, and that OWNER has. .paid. to.CONTRACTOR the consideration of Ten ($10.00)
Dollars as consideration for this provision.
5. CONTRACT PRICE. UNIT PRICE 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 Contract Price of Two Hundred Seventy One Thousand
Nine Hundred Fifty Six and 00/100 Dollars ($271,956.00). Payments will be made to the
CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices
Included as a part of his Bid, which shall be as fully a part of the Contract as if attached or
repeated herein.
6. PROGR~S PAY~ - OWNER shall make progress payments on account of the
contract price to CONTRACTOR, on the basis of application 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:
~~
DEe, 3 2003
TV OF WINTER SPRINGS
~apltal Projects coordinator
,.
. .
(A) Work is found defective and not remedied;
(8) 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 withhold 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 Certific:ate. 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 liens arising out 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.
8y 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;
(8) 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.
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, P.E. or his authorized representative 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 Proaress 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 Worksite for Inspections. The OWNER shall be given free access to the
worksite 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 DisDutes. The OWNER will be
the initial interpreter of the contract document requirements, and make decisions on
claims and disputes between Contractor and Owner.
e. Rejection and StoDDaGe 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. ResDonsibility for SUDervision 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. DisciDline and EmDloyment. 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 aU
labor, materials and equipment, including tool$, 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 guarantee for work and materials for one (1)
calendar year after acceptance by OWNER.
-~~~:qs'l-
('
.
. .
.
. .
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. MEDIA TIONNENUE - The parties agree that should any dispute arise between them
regarding the terms or performance of this Agreement, both parties will participate in a
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:
~i-. C. of~
Contractor:
///
/~
N e
.0. Box 180958
Casselberry, Fl 32718-0958
Address and Telephone
407-339-6721
Date
.......
OWNER:
CITY OF WINTER SPRINGS
.tI~U~--=-
By: Ronald W. cLemor&,
City Manager
,I
1126 East State Road 434
Winter Springs, FL. 32708
407-327-1800
., . CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDlYY)
ACDBD.. 12/15/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Fisher-Brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1701 W. Garden Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. Box 711
Pensacola, FL 32591-0711 INSURERS AFFORDING COVERAGE
INSURED INSURER A: CNA Insurance Companies
Sunshine Bldg & Development CO INSURER B:
Attn: Amoret Larosa INSURER c:
P. O. Box 958 INSURER D:
I Casselberry, FL 32718 INSURER E:
Client#. 21552
SUNSHBUIL
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER Pgk!fl,~~~~ P<6~fl,~xr:~~N LIMITS
LTR
GENERAL LIABILITY EACH OCCURRENCE $
-
COM M ERCIAL GENERAL L1AB ILlTY FIRE DAMAGE (Anyone fire) $
I CLAIMS MADE D OCCUR MED EXP (Anyone person) $
- PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
-
n'L AGGREM LIMIT APAS PER: PRODUCTS -COMP/OP AGG $
POLICY ~~9T LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
~ $
ANY AUTO (Ea accident)
f--
- ALL OWNED AUTOS BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY
- $
NON-OWNED AUTOS (Per accident)
-
f-- PROPERTY DAMAGE $
(Per accident)
RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
::locCUR D CLAIMS MADE AGGREGATE $
$
R DEDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND WC224762571 04/09/03 04/09/04 X IWC STATU- 1 IOTH-
rnRY L1Mrt~ ER
EMPLOYERS' LIABILITY $500,000
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $500,000
E.L. DISEASE - POLICY LIMIT $500,000
OTHER
DESCRIPTION OF OPERATlONSlLOCATlONSlVEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
" *10 day notice of cancellation for non-payment of premium" ~
Project: WTP1 - Well 4 and Raw Water Main
Certificate Holder is listed as an Additional Insured as their respects to DEe 2 3 ~nn~
General Liability and Commercial Auto Coverages.
(See Attached Descriptions)
CERTIFICATE HOLDER I I ADDmONALINSURED;INSURERLETTER: CANCELLATION Capital Projects Coordinator
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Winter Springs DATE THER,OF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL~DAYSWRITTEN
1126 East S. R. 434 NO CETOTl~ CERTIFICATE HOLDERNAM E LEFT, BUT FAILURE TO DOSOSHALL
Winter Springs, FL 32708 IMP SEND B IGA'ONORLlAB~ ANY~ \HEINSURER,ITSAGENTSOR
RE RESENT hiES. c::::"
AU~D EPR. ENTATlu{' /)-~
I j W -: -/' ,
ACORD 25-8 (7/97) 1 of 3 #S224990/M196771 , JDH @ ACORD CORPORATION 1988
.. ,
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25-S(7197)2 of 3 #S224990/M196771
'""",'
# " .
DESCRIPTIONS (Continued from Page 1)
Waiver of Subrogation applies in favor of City of Winter Springs as their
respects to General Liability, Commercial Auto and Worker's Compensation
Coverages.
AMS 25.3 (07/97) 3
of3
#S224990/M196771
12/12/03 12:24 FAX 4073317842
D NSBlNE BLDG AN
1lJ11
SECTION 00620
JNSURANCE ENDORSEMENT FORM
Name Of Project WT'P 1 - WELL 4 AND RAW WATER MAIN
Owner:
Engineer:
City of Winter Sorlngs
jj26 East S.R. 434
WInter SprlnQ9. Florida 32708
CPH Enelneers. Inc.
1117 E. RobInson Street
Orlando. Ronda 32801
THIS IS TO CERTIFY that the numbered policies Identified by the attached Certificates of InsUf3nc8 have
been Issued by the below-stated company In conformance With the limits and requirements as set forth in
the General Condl1lons and Supplementary Conditions.
The Insurance company will give at least thirty (30) days' written notice by registered mall to the OWner
and the Engineer prior to any material change or cancellation of said polley or policies.
ATTACH CERnFICA TES OF INSURANCE AND INDICA IE TYPE OF INSURANCE. POLICY NUMBER. EFFECTIVE DA7C.
EXPIRA TlON DA TE. AND UMITS OF INSURANCE. THE CERTlFICA TES OF INSURANCE ARE TO INDICA TE THE NAMED
INSURED. AND ARE TO IDENTIFY THE OWNER. ENGINEER AND OTHER PARTIES IDENTIFIED IN THE
SUPPLEMENTARYCONDmONSASADDInONAL NAMED INSURED. THE OWNER AND ENGINEER ARE TO BE NAMED
AS CERTIFICATE HOLDERS. "
ENDORSEMENT
The Owner. the Owner's Representative. the Engineer, Architect. and their consultants. and each"of
their officers. agents. and employees are included as additionally named insured under said policies
but only while acting In their capacity as such and only as respects operations of the orlalnally named
InSured. its subcontractors. agents. and employees in the performance of the above-referenced
contract. provided, however. that If the loss or damage Is ultimately determined to be the proximate
result of the sole negligence of one or more of the aforesaid additionally named insured, this insurance
shall not apply.
This endorsement shall not operate to increase the Insurance company's total limit of liability hereunder.
The insurance company hereby waives Its rights of subrogation against the addltlonally named Insured.
Sunshine Building & Development Co.
Named Insured
CNA Insurance Co.
Insurance Company
946060 Maitland
CI
By ~ ,
Authorized R presentative (SI nature and Printed Name)
(Attach AcknOWledgment) .
END OF SECTION
FL
State
32794-6060
" Zip
00620-0
-
DEe 2 3 ?nn~
CITY OF WINTER SPRINGS
Capital Projects Coordinator
awl. nw een
RI IIJCHRI III
V 1161141T. L - -
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 12/15/03°"Y'
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Inc
Fisher-Brown ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
.
, HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1701 W. Garden Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. Box 711
Pensacola, FL 32591-0711 INSURERS AFFORDING COVERAGE
INSURED INSURER A: CNA Insurance Companies
Sunshine Bldg & Development Co INSURER e: Ohio Casualty Group
Attn: Amoret Larosa INSURER C:
P. O. Box 958 INSURER D:
Casselberry, FL 32718 INSURER E:
vrnwn~e
vv ~ Lr .r4v..v
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER POLICY EFFECTIVE
DATE MM/DD/YY POLICY EXPIRATION
DATE MM/DD/YY LIMITS
A GENERAL LIABILITY 01044619785 04/09/03 04/09/04 EACH OCCURRENCE $1 000 000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one tire) $50 000
CLAIMS MADE ~ OCCUR MED EXP (Any one person) $5 000
X PD Ded:2
000 PERSONAL 8 ADV INJURY $1 000 000
, GENERAL AGGREGATE $2 000 000
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS -COMP/OPAGG $2 000 000
POLICY PRD LOC
A AUT OMOBILE LIABILITY 01044616496 04/09/03 04/09/04 COMBINED SINGLE LIMIT $1 000 000
X ANY AUTO (Ee accident) r r
ALL OWNED AUTOS BODILY INJURY $
(Per person)
SCHEDULED AUTOS
X HIRED AUTOS BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
B EXCESS LIABILITY 6X00452940348 04/09/03 04/09/04 EACH OCCURRENCE $$ 000 000
X OCCUR ~ CLAIMS MADE AGGREGATE $$ 000,000
DEDUCTIBLE $
RETENTION $ $
WC STATU- OTH-
WORKERS COMPENSATION AND T _
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE -POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Project: WTP1 -Well 4 and Raw Water Main
Certificate Holder is listed as an Additional Insured as their respects to
General Liability and Commercial Auto Coverages. ~~C ~ 3 ~~~~
Waiver of Subrogation applies in favor of City of Winter Springs as their
(See Attached Descriptions) CITY OF WINTER SPRINGS
ator
di
n
a ital Pro)ects Coor
/!PQTIFIR ATF Nr11 nFR ~ ~ enmm~Nei IN CIIRFn•INRIIRER LETTER' CANCELLATION
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Winter Springs DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL~Q_DAYSWRITTEN
1126 East S.R. 434 NOTI TOTH •ERTIFICATE HOLDER NAM ED TO THE LEFT, BUT FAILURE TO DOSOSHALL
Winter Springs, FL 32708 ,~
IM PO ENOO LI~ATIONORLIABILITYOF YKIND THEINSURER,ITSAGENTSOR
REPR SENTA V S.
AUTH RIZED R RES TATI ~
L
ACORD 25-S (7/97)1 of 3 #S224991/M196736 UpH O AGORD GORPORATIVN l9SS
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25-S(7/9~2 of 3 #5224991/M196736
~ DESCRIPTIONS (Continued from Page 1) ~
respects to General Liability, Commercial Auto and Worker's Compensation
Coverages.
AM5 25.3 (07197) 3 Ot 3 #F522499'1IM996736
...
'.
.
-
AGREEMENT FORM
u // 2.~y
THIS AGREEMENT MADE THIS .4.:1!L- DAY OF /If.fU1t 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 Sunshine Buildina and Development COl'Doration, 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 Central Winds Parkway Storm Water Pipina, at City of Winter Springs, City
Hall, 1126 East S.R. 434, Winter Springs, FL. 32708.
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 days after the issuance of a
written Notice to Proceed and shall complete the work within 120 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. UQUIDA TED 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 $500.00
for each day that expires after the time specified in Paragraph 4 for final completion until the work is
finally complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00)
Dollars as consideration for this provision.
5. CONTRACT PRICE. UNIT PRICE 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 Contract Price of Two Hundred Fifty Four Thousand Seven Hundred Sixteen Dollars and
Thirty Five cents ($254.716.35). Payments will be made to the CONTRACTOR for actual quantities
installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully
a part of the Contract as if attached or repeated herein.
6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract
price to CONTRACTOR, on the basis of application for payments submitted to the 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
fumished 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 withhold 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 liens arising out the contract, or receipt
releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the
altemative 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.
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 Kipton Lockcuff or his authorized
representative 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. ODinlons. and Progress ReDorts. 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 Workslte for InsDections. The OWNER shall be given free access to the worksite 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. Rejection and Stoppaae 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. RESPONSIBIUTIES 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. Furnlshina 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. therefore.
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 guarantee 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. MEDIA TIONNENUE - The parties agree that should any dispute arise between them regarding
the terms or performance of this Agreement, both parties will participate in a 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:
LC,fL
/'
.
-
291 Anchor Road
Casselberry, FL 32707
(407)339-6721
Date
OWNER:
CITY OF WINTER SPRINGS
/f~M~
By: Ronald W. McLemore
City Manager
1126 East State Road 434
Winter Springs, FL 32708
407-327-1800
/
/ I
(
I
I 11
I I
/ /
I )
/
!
\
\
\ \
\
\
\
\
\
Wllttls--
Corratnu:ti01l MlUUlgement
III III III . Ii" 11 e tI g i tI e e r s . Ii 0 m
2117EaltIlD"",..." SIrftt, on-ro, FI. a2Bt/1
p1Ioo<:m.425.H52 F_m.648.11136
_~_.- ~r:~~~',~ ..
, .
. .,".~ ~ "
""-~?,l:?p'~~",,:,'!~"";-'i'iY!j)'
lx~ lx's / I /
II, /
I,f)/ /
/ (
"(
\><'"\.-'
JUL 29 2004
~
:Z
:5
Q.
Cl
z
is
~
S!
z
o
F
u
::I
r:
en
z
o
u
1i5
~
~
~
.:.;
ADD 285 LF UNDERDRAIN
PER SJRWMD COMMENTS
Scale:
CITY OF WINTER SPRINGS
CAPITAL PROJECTS COOR
1"=50' UNDERDRAIN
CHANGE ORDER
FIGURE
1
@2003
Date: JULY 2004
Job No.: W04115
CENTRAL WINDS PARK
STORM PIPING
Page 1
Certiflc.k at AlldrorlZlltion
No. 3215