HomeMy WebLinkAboutDocumentation_Regular_Tab 08B_8/8/2002RESOLUTION NO. 70--01/02
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM BEACH COUNTY,
FLORIDA, AWARDING A CONTRACT TO BENSON
CONSTRUCTION COMPANY, INC., OF TIFTON, GA, IN THE
AMOUNT OF $166,023.80 FOR TEQUESTA PARK
IMPROVEMENTS, AND AUTHORIZING THE VILLAGE
MANAGER TO EXECUTE THE CONTRACT ON BEHALF OF
THE VILLAGE.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF
THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS
FOLLOWS:
Section 1: Consideration to award a contract to Benson Construction Company,
Inc., of Tifton, Ga., in the amount of $166,023.80, for Tequesta Park Improvements,
attached hereto as Exhibit "A" and incorporated by reference as part of this
Resolution is hereby approved, and the Village Manager is authorized to execute the
applicable contract on behalf of the Village of Tequesta.
THE FOREGOING RESOLUTION WAS OFFERED by
� Councilmember , who moved its adoption. The motion was seconded
by Councilmember and upon being put to vote, the vote was as
follows:
FOR ADOPTION AGAINST ADOPTION
The Mayor thereupon declared the Resolution duly passed and adopted this 81h day
of August, A.D. 2002.
Mayor Geraldine A. Genco
ATTEST:
Village Clerk
w
Date: 5; 28/2002
To: Michael Couzzo, Village Manager
Cc: Mary Wolcott, Village, Clerk -
From: Greg Corbitt, Director of Parks & Recreation
RE: Village Council Agenda Item for August Meeting; Consideration of
Contract Award for Tequesta Park. Improvements, With Attachment, to
Benson Construction Company, Inc. of Tifton GA, in the amount of
$166,023.80
Please find attached, a proposal from Benson Construction Company, Inc. of Tifton, G
to provide Tequesta Park Improvements_ The purchase price of $166,023.80 is based on
bid from Benson Construction Company, :Inc. specializing in the construction of Sod,
Irrigation and Clay. Benson Construction Company, Inc. is the only contractor to bid on
the project within the necessary time frame. The Village Council allocated funding ill the
amount of $135,000 to purchase this item in the FY 2002 budget.
Please place this item on the August 2002 Village Council agenda for Council Members'
consideration.
RESOLUTION NO.
-01/02
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF TEQUESTA, PALM .BEACH
FLORIDA, AWARDING A COUNTY,
NTRACT TO
CONSTRUCTION COMPANY, INC OF T FTON GABS THE
AMOUNT OF $166,023.80 FOR HE
IMPROVEMENTS, AND AUTHORIZING THiE PARK
MANAGER TO EXECUTE THVILLAGE
E
THE VILLAGE. CONTRACT ON BEHALF OF
NOW, THEREFORE, BE IT RESOLVED BY
THE THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY FLORIDA, OF
FOLLOWS, AS
Section 1= Consideration to award a contract to Benson Construction Company,
Inc., of Tifton, Ga., in the amount of $166,023, 80, for Tequesta Park Improvements,attached hereto as Exhibit "A" and incorporated by reference as part of thi
Resolution is hereby approved, and the Village Manager is authorized to execute s
applicable contract on behalf of the Village of Tequesta. the
THE FOREGOING RESOLUTION
Councilmember WAS OFFERED b
by Councilmember
who moved its adoption. The motion was seconded
follows: , and upon being put to vote, the vote was as
FOR ADOPTION AGAINST ADOPTION
The Mayor thereupon declared the Resolution duly passed and adopted this 8th da
Of August, A.D. 2002. y
ATTEST:
Village Clerk Mary Wolcott
Mayor Geraldine A. Genco
M
[ 0" k "�A,
IL M&I
Reese, Macon and Assaeiates, Inc.
July 29, 2002
Greg Corbitt
Parks & Recreation Director
Village of Tequesta
399 Seabrook Road
Tequesta, FL 33469
RE: Tequesta Park Improvements
Dear Mr. Corbitt,
On July 23, 2002, we opened bids for the Tequesta Park Improvements project. The only bad
received was from Benson Construction Co., Tifton, Georgia. They submitted a base bid price
of $150,84$.80 plus the additional alternate bid item of $15,175.00 for the ballfield clay.
The base bid is consistent with the Engineer's estimate of $150,000. We understand that the
Village originally contemplated awarding the clay construction as a separate contract. Upon
further corsideration, it is our understanding that this may not be in the best interest of the
overall project and the balifield clay was included as an alternate in the proposal.
We have been in contact with Benson Construction and reviewed their qualifications as a
contractor for this project according to the specifications. Their references were investigated and
the responses were generally goad.
As discussed, we would have preferred more: bidders that included a local company. However,
based on this review, we reconunend that the Village award the project (base project with bid
alternate) to Benson Construction Co.
Should you have any questions or wish to discuss this further, please call,
Very tru rs,
Douglas `vV, McCall
cc: M. Cuuzzo, Village of Tequesta
Ttqucsta Park - Awerd.wpd
6413 Lake Worth Roast a Suite 307 . Lake Worth, FL 334'63-290"
Telephone (561) 433-1221, , Farslmile (561) 413-8011
EDId -J,'S= IO ?-0-6Z-Lr'P
PROPOSAL
TO: VILLAGE OF TJ� QUESTA
ATTN . RECREATION DEPARTMENT
399 SEABROOK ROAD
TEQUESTA, FL 33469
FROM:
(Hereinafter referred to as Bidder)
Gentlemen:
The undersigned, as Bidder, proposes to furnish all labor,
materials, equipment, services, and incidentals necessary to
perform all work in accordance with the Contract Documents
entitled: VILLAGE OF TEQUESTA, TEQUESTA PARK IMPROVEMENTS.
Bidder submits the following and hereby agrees:
1. The only per:;on(s) interested in this bid, or Agreement, as
principal ar,� named herein; that the bid is made without
connection with any other person, company, or parties making
a bid; and that it is in all respects fair and in good faith
without collision or fjaud, or other illegal practices.
2. To hold Bid open until an Agreement has been executed between
the Owner and the accepted Bidder, or until ninety (90)
calendar days after the bid opening date, whichever is
shorter.
3. To enter into and execute an Agreement on the basis of this
Proposal, within twenty (20) calendar days after the Notice of
Award (Village Council approval) is made. To furnish the 100%
Performance Brind and 10C% Payment Bond in accordance with the
Contract Documents. Failure to execute the Contract and
furnish said Bonds within twenty (20) days shall cause bid
security to be forfeited, not as penalty, but as fixed and
liquidated damages for costs and expenses incurred, payable
into the funds of the Owner.
4. To start work within five (5) calendar days of the Date of
P-1 02-106TPK
Commencement as established in the Notice to .Proceed. Work
shall be completed within the number of calendar days
specified in Article 3 of the Construction Agreement.
5. In the event of multiplication, addition, or clerical errors
on the Proposal Forms, the Owner may correct these errors to
clarify the Bids. The information which results in the lowest
cost to the Owner will be considered correct, and therefore
utilized.
6, The Bidder acknowledges receipt of the Addendum(s), if any,
by filling in the space above denoting the number of
Addendum received and completing page P-8.
P-2 02-106TPK
BASE
PROPOSAL FORM
VILLAGE OF WELLINGTON
T3QUESTA
PARK
IMPROVEMENTS
A,
Irrigation System
ITEM Estimated
No. DESCRIPTION Quantity
Unit
Price
Estimated
Amount
1.
Hunger I-40
w/ # 4 0 Nozzle
60
EA____��
O'U
ot�
2.
HUUter I-40
w/ 441 Nozzle
5
EA
��(��
4Sbuc)
3.
Hunter I-40
w/ #42 Nozzle
3
EA
$_ �v�b
crb
4.
Hunter PGP w/ PGP
Low Angle Nozzle
18
EA
$ SQ
66
5.
Taro-570-PRX-TT
4
EA
$ 00
6.
Toro-570-PRX--4SST
2
EA����
7.
Rainbird Model #5
Quick Coupler
d0
6
EA
$
s"1f�
8.
Risers
92
EA
I rj 00
$ S-T)
9.
3/4" PVC Pipe
485
FT
10.
1" PVC Pipe
1,295
FT
11.
1-1/4" PVC Pipe
965
FTo
12.
1-1/2" PVC Pipe
565
FT
,$ C}
$ 60
13.
2" PVC Pipe
680
FT
$ C�
$ r��
14.
2-1/2" PVC Pipe
130
FT
15.
31, PVC Pipe
170
FT
16.
System Controller
1
EA_=n16�vs1_
17.
2" Zone Valves
3
EA
IJ1,S
$ 15 Ov
� 1
18.
Control Wiring
1
JOB
LumpSum
$ Q Ot-)
SUBTOTAL, ITEM A (IRRIGATION SYSTEM)
1p(o�SD
P-3
02-106TPK
-", Well_ (IRR-2)
For providing all equipment, material and
labor necessary to drill, construct and
develop one (1) irrigation well and perf-rui
all site cleanup/restoration. Included n
the unit price is: Drilled 12 inch diameter
hole to a depth of 65 ft. below land surface,
50 ft. of 6-inch SDR 17 PVC Certa-Lok casing,
10 ft. of 6 inch Schd. 80 PVC screen,
complete gravel pack front 42 ft. BLS to 6S
ft. BLS, fill sand from 39 ft. to 42 ft. BLS,
grout from surface to 39 FT, BLS, 8 hours of
development time, 2 hours of pump tests, well
head completion, and all other necessary
incidentals.
Unit Price Per Well (Subtotal Item B) c�
Adjustments
1.1 For drilling more or less than 65 ft. of 12
inch diameter bore hole.
Per Foot Price of 3Q-"-"b
1.2 For furnishing and installing more of less
than 50 ft. of 6-inch SDR 17 Certa-Lok PVC.
Per Foot Price of
1.3 For furnishing and installing more or less
than 10 ft, of 6-inch PVC screen.
Per Foot Price of t I6
1.4 For more or less than 8 hours of development
time.
Per Hour Price of
1.5 For more or less than 2 hours of pump testing.
Per Hour Price of c�,}
C. Well Equipment
1. For providing all equipment, material and
labor necessary to equip the well in
accordance with these specifications and
plans. Included in the lump sum price is:
Submersible pump/motor, 3-inch Sched. 80 PvC
column pipe, wellhead fabrication, galvanized
pipe and fittings above grade, tie-in to
P-4 02-106TPK
irriga :ion systeiri, expansion tank, valves,
concrete (2 ft. x 2 ft., min) wellhead slab
at grade, testing and instruction, and all
other incidental items required for a
complete operational system.
nv
Lump Sum Price, Well Equipment (Subtotal Ctem C) ,ZQW, _
D. Electrical (Well IRR-2)
1'. All electrical including upgrades,
components, conduits, pullboxes, cables,
panels, panel supports, breakers, switches,
motor starter, connections, testing and all
other incidental items as required
Lump Sum Price, Electrical (Subtotal Item D) M.
E. Grassing
1. For providing approximately 30,500 square -
yards of grass sprigging for ballfields in
accordance with the plans and specifications.
Included in this lump sum price is: field
preparation, field elevations, removal &
disposing of existing ballfield grassing,
locate & layout of ballfields, rough grading,
soil testing & amendments, fertilizing, soil
Fumigation, final grading, grass sprigging,
maintenance and all other incidental items
required for complete ballfield grassing.
Lump Sum Price, Grassing (Subtotal E) $ ��. IILF' .�
Adjustments
1.1 For providing more or less than 30,500
Square -Yards of grassing.
Per square yard Price of�..__i_
P-5 02-106TPK
SUAAARY of BID ITEMS
Irrigation System
A> Well (IRR-2)
9-- Well Equipment
P_- Electrical
E a Gra� s sin
TOTAL BASE BID (ITEMS A, B, C, D & E)
Alternate Bid Item: Clay
/^+ For providing 607 Cubic -Yards of clay in
accordance with the plans and specifications
at a nominal depth of 5 inches which includes
the infields and warning tracks.
Lump Sum Price, Clay (Subtotal Alternate)
Adjustments
For providing more or less than 607 Cubic -
Yards of Clay.
W
66,
Per cubic yard Price of �1(
r ` s
i
02-106TPK
n
The :following is a. complete list of the subcontractors to be
used if the undersigned is awarded the Contract for this
project. The subcontractors performing more than $5,000
work (equipment and labor) on the project must be named
below. Subcontractors named below may not be changed by the
Contractor. The owner may request a change under the terms
of applicable sections of the General Conditions.
Type of Work Name and Address of Subcontractor
LhakNq, iC at) `�C'S__ Tyr �,CIAu �! .
P-7 02-106TPK
I., (We) , the undersigned, hereby certify that. i. (we) have
carefully examined the foregoing bid proposal and have
verified each item placed thereon; and I (We) agree to
indemnify, and save harmless the OWNER against- any cost,
damage, or expense that may incur or be caused by any error
in. my (our) preparation of same.
Attached is the required 5% Bid Bond for this proposal.
Bidder's Corporate Name x
State of Incorporation 1 (t'i 10'-
Bidder's Authorized Representative: ,c-ic T'(--.V:)5 r
Title:
Attest:
� � /-" 1) j �z 1, � �
Se retary of Corporation
l
itness
Signat
- i WAMM
Address: 390,1 fluiLl Lk)
i t, � -SlIg3
"t�t�•
Bidder acknowledges receipt of the following addendum:
Addendum No. I
Addendum No. 12
Addendum No.
Dated j�,�
Dated . Ai
Dated
Addendum No. _ Dated
L=
02-106TPK
or*iu%- t�r�v> Aiers� �r�uu,+�rrr�c'
Life Home Car Business
Au.itbRa6b.�'Po�•
SURETY BOND (Bid)
KNOW ALL MEN BY THESE PRESENTS
t—IVIV'L11 of r't. U
Bond No. 8101G90
SURETY BOND
Public official, Bid, Contract,
License or Permit Bonds and
Probate Bonds
Thatwe, Benson Construction Company, Inc. , as Principal, and the
Auto -Owners Insurance Company, a corporation organized under the laws of the State of
Michigan, and having its principal office at Lansing, Michigan, as Surety, are held and firmly bound unto
Village of Tequesta in the penal sum of ($w3"/, of Bi(I
Three Percent of Attached Bid Dollars,
lawful money of the United States of America, for which payment, well and truly to be made, we jointly and severally bind
ourselves, our successors, administrators and assigns, firmly by these presents.
SIGNED, SEALED, and DATED this 23rd day of July _2002
WHEREAS the aforesaid Principal has submitted its bid for the Irrigation and grassing of
(if a bid bond Insert "submitted its bid for, etc.")
the Tequesta Park Improvements Job in Tequesta, FL
(If a Contract Bond Insert "entered Into written contract with aforesaid Obligee dated, etc.")
(If a Public Official Bond insert "been elected or appointed (name) for the terms beginning (date) and ending (date)")
(if a License or Permit Bond Insert "been granted a license or permit as (name business) by the said Obligee for the period of one year from (date)")
r 1 (If a Probate Bond Insert "been appointed [Executor, Administrator, Guardian, Conservator] of the estate of (name of deceased, minor or Incompetent]")
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall
be awarded the contract upon said bid and undertake said contract
(If a Bid Bond Insert "be awarded the contract upon said bid and undertake said contract')
(If a Contract Bond Insert "comply with the terms and conditions of the aforesaid contract")
(If a Public Official Bond Insert "faithfully perform the duties of said office")
(If a License or Permit Bond insert "comply with the laws of the aforesaid Obligee governing said License or Permii")
Then this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED: FIRST: - That the liability of the Surety shall in no event exceed the penalty of this Bond.
SECOND: - If this is a Bid Bond, any proceedings at law or in equity brought against said Surety to recover any
claim hereunder, must be instituted within six (6) months from the date of this instrument.
no further conditions.
(If no further conditions insert "no further conditions")
Benson Construction Company, Inc.
Principal
2948 (11-99)
t ,,
`(v o o
W y
q p N
(D {(D
w
3?
% CD
�ccm
�d�
3 00
CD cn D
oID
w
=10
O
f
Zco
o
m
r x
.m•.
� n
X a CA
=�
r0+
Z
o rn
m
s X o
00
G)
y
0
m
3
O
X
QO
7
W
19
'
0
3
ID
00
O
O
O
O
�
C
O.
O A
�j N
d O
lD
O
2 (n
O
of
< cn
CD
p
o
m
<
ww
O
C)o
7 CD�
CD�m
�+
so'd
m�
0 o
C
rm
�O
f
v S
0)
D
N
�ZC�p;o
Cl G
:n S
W
3
K
wcco
O O
DCi
& (C)
DNCD
r
N O.
D
°'
�
WCD
W
W00
V W
00
(�
w
D
wW
?
w
D
N
'0
.W.
N
O
W
<
po
W C,O
^
B CD
O
a
w
O
V ^'
CDO
SS
N
N
V
o
0
a O
n
=
n
n
0 (am-
N
a
O
rn
v
N
c
o
3
0.
`5
CD Oc
(�
0 O
m
n
o
zr
D N
fD
001
YC
C
O1
Z
lb
C NO
O
NN
60_t dot
O
W
Wen
W'p_��
n
WN-'
C N
Z•.c=cn
Of
0 O
C
ON
0) G
Q CD
fD C�J
<
?= C
Cb �j O
D
3
y tD CT
Z
N
� ma
m
c
CD
?oa
D
1JC
C10 a'
7ro�
-'N
-n
m3
,
Do
CD
w d
A M.
ci (n
TQ
r m
15 O O
0
G)
r SCD
rDto
<
D
o
0D 3
'C
m
'."
a
o
r n
A
fn
_w .
O!
o
O
a
M
s
fl
n
O
01
N
f0D
(p
V
O
CA
W
(A
N
CC)
W
N
t0
w
W
N
A
V
4
N
V
N
w
W
O
7
0)N
N
Cn
to
co
W
V
N
V
O
1
w
W
to 03
N
t,w
-i
m
m
O
7
A
�
0
g
S a)
CD
O
Ot
7
co
G7
7
fC
CD
O
3
m
l
0
s 0
c +l90
coi
io
m
m
1 O
N
9