Loading...
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