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.