CITY of NOVI CITY COUNCIL

Similar documents
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

CITY OF RICHMOND PERFORMANCE BOND

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

00400 BID FORMS AND SUPPLEMENTS

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

Cherokee County Board of Commissioners

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Part VIII Material and Construction Specifications

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

CONTRACT AND BOND FORMS FOR

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

COMMERCIAL SURETY BOND APPLICATION AND INDEMNITY AGREEMENT TYPE OF BOND: BOND AMOUNT: $ COMPLETE BOX IF APPLICANTS IS AN INDIVIDUAL.

Financial Information

Rock Island County Raffle License Application Packet

FINAL RELEASE OF CONSTRUCTION LIEN RIGHTS

EXHIBIT CONSTRUCTION CONTRACT BOND

Table of Contents SE-310, Invitation for Construction Services... 1

ALASKA MORTGAGE LICENSEE SURETY BOND

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of


WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

Michigan Department of Natural Resources and Environment, Environmental Resource Management Division

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

F O R M OF P R O P O S A L

AMENDMENT TO AMENDED AND RESTATED DEVELOPMENT AGREEMENT DATED AS OF JULY 21, 2015 BETWEEN THE CITY OF WICHITA, KANSAS, AND RIVER VISTA, L.L.C.

FORM A: BID (See B9)

Proposal must provide warranty for all material and construction. See the specifications on the building.

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

FILL DIRT PLACEMENT, GRADING AND COMPACTION AGREEMENT

PROCEDURE FOR 2016 CONTRACTOR REGISTRATION. The following requirements must be met in order to register whether a new application or renewal:

LAND IMPROVEMENT AGREEMENT

CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM

INVITATION TO BID for HOTMIX SURFACE TREATMENT

Guidelines for Submittals for Land Disturbance Permits

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

BID: Escanaba WWTP Digester Roof Restoration

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

SAMPLE CIGARETTE TAX CREDIT PURCHASE BOND

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

RECEIVED AT WHICH TIME BIDS

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

BYLAWS OF THE GREENS AT DALTON OWNERS ASSOCIATION ARTICLE I OBJECTIVES AND PURPOSES

E&S PERFORMANCE BOND

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

(A) PROVIDE A SURETY BOND NOT TO EXCEED 15% ABOVE AGGREGATED PRIZE VALUE (B) WRITE A CHECK TO OFFICE OF LOTTERY AND CHARITABLE GAMES

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

Sworn Statement Dated:

BID FORM FOR CONSTRUCTION CONTRACTS

Subcontractor's Application for Payment (K201)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

SOURCE ONE SURETY, LLC.

CITY OF ENID RIGHT-OF-WAY AGREEMENT

*INSTRUCTIONS* TO BONDING COMPANY FOR EXECUTION OF THE 2017 SEWAGE TREATMENT SYSTEM INSTALLER, SERVICE PROVIDER, AND SEPTAGE HAULER REGISTRATION BOND

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

Tulsa Community College

DOCUMENT INSTRUCTIONS TO BIDDERS

PETITION FOR VOLUNTARY ANNEXATION NON-CONTIGUOUS LAND

City of Orem TIMPANOGOS RESEARCH AND TECHNOLOGY PARK Appendix E DECLARATION OF COVENANTS, CONDITIONS AND RESTRICTIONS

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

Sunnyside Valley Irrigation District

DATE: April 9, Board of County Commissioners. Tom Rains, County Engineer

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

Coastal Carolina University Ingle Residence Hall Renovations

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND

OHIO DEPARTMENT OF TRANSPORTATION

SUBDIVISION PUBLIC IMPROVEMENT PERFORMANCE AND MAINTENANCE SECURITY AGREEMENT

Transcription:

CITY of NOVI CITY COUNCIL Agenda Item J June 27, 2016 SUBJECT: Approval to award a contract for construction services to Cross Renovation, Inc. for construction of the new Lakeshore Park shelter in the amount of $7 4,777, subject to final review and approval of form of agreement by City Manager's office and the City Attorney. SUBMITTING DEPARTMENT: Parks, Recreation and Cultural Services CITY MANAGER APPROVAL: ~ EXPENDITURE REQUIRED $74,777 AMOUNT BUDGETED $ 100,000 (FY 2016-17 Budget) APPROPRIATION REQUIRED $-0- LINE ITEM NUMBER 208-691.00-977.008 BACKGROUND INFORMATION: This project is in line with goals set by City Council during a special meeting in January 2016. Lakeshore Park currently has two permanent shelters and a tent available for rentals daily from 8 a.m. until dusk. The project will replace the existing temporary tent with a Gable Rectangle (two-tier) park shelter approximately 20' x 30' and capable of seating 50 people. The project will also include shelter, materials and installation, soil borings, all concrete work including 5' wide concrete sidewalk and electrical connections to the shelter. Lakeshore Park is considered to be one of the premier Novi parks, offering many activities, such as Camp Lakeshore, family picnics, mountain bike races, running races, beach access, sand volleyball, soccer fields, playgrounds and open areas. Replacing the rental tent with a permanent shelter will enhance the aesthetics to meet visitor expectations and provide an amenity that is in high demand for rental availability. The new shelter will enhance the park, provide a more desirable rental facility and serve as a meeting/staging point for PRCS Camp Lakeshore, Family Campouts and other events. A request for proposals was publically advertised and the City received one proposal on June 1, 2016. A summary of the one bid received is as follows: Contractor Bid Cross Renovation, Inc. $74,777 Although only one bid was received, staff is recommending award to Cross Renovation, Inc. Cross Renovation, Inc. met all of the requirements listed in the request for proposals are a full-service construction firm, and are currently constructing the shelter/restroom facility at Pavilion Shore Park. It is anticipated this project will be completed by Fall2016.

RECOMMENDED ACTION: Approval to award a contract for construction services to Cross Renovation, Inc. for construction of the new Lakeshore Park shelter in the amount of $74,777, subject to final review and approval of form of agreement by City Manager's office and the City Attorney. 1 2 Y N 1 2 Y N Mayor Gatt Council Member Markham Mayor Pro Tem Staudt Council Member Mutch Council Member Burke Council Member Wrobel Council Member Casey

REQUIRED BOND LANGUAGE CITY OF NOVI LAKESHORE PARK SHELTER BID FORM We, the undersigned as bidder, propose to furnish to the City of Novi, according to the specifications, terms, conditions and instructions attached hereto and made a part thereof: A. Furnish & install (1) Park Shelter, as specified $ 74,7"77.00 Lump sum Style Model:------------------------ Please provide a cost breakdown for various aspects of the project (i.e. concrete foundation, slab & sidewalk, shelter, electrical, bonds, etc. We have included a letter from our bonding company indicating that we are able to obtain bonds in the language & format as specified in the bid documents. Yes No We acknowledge receipt of the following Addenda: (please indicate numbers) Page 26 of 28

REQUIRED BOND LANGUAGE COMMENTS: REFERENCES: Please provide at least three client (3) references for projects of similar scope done in the last 3 years. Company Van Buren Towship Address Tyler Road, Company_M_e_tr_o~p_ar_k_s Address ~--~----------------------------- Phone (734) Contact name...::::..cc..::_::_::_--=..:c..::..:...:.j. :_:_:_::..:..:.:..:..::. ::_: Company City Novi Address::_::_:_~~::_::_:_~~~~~~~~~--------------------- NON-IRAN LINKED BUSINESS By signing below, I certify and agree on behalf of myself and the company submitting this proposal the following: (1 )that I am duly authorized to legally bind the company submitting this proposal; and (2) that the company submitting this proposal is not an "Iran linked business," as that term is defined in Section 2(e) of the Iran Economic Sanctions Act, being Michigan Public Act No. 517 of 2012; and (3) That I and the company submitting this proposal will immediately comply with any further certifications or information submissions requested by the City in this regard. THIS BID SUBMITTED BY: Company (Legal Registration) ----------------'----------------------- City State Zip Telephone _,_(7_3_4--'--) Fax _, -----l Page 27 of 28

REQUIRED BOND LANGUAGE Representative's Title Principal ~ ----~--,-.7/~~~-/T-------------------------- Authorized Signature------''-'--/.~_~ _:?_ _--.,_~_ ~_~._. _ Page 28 of 28

34133 Schoolcraft Road Livonia, Ml 48150 Phone: (734) 286-2244 Fax: (734) 943-6212 Date: Project Name: Submitted To: June 1st, 2016 Lakeshore Park Shelter City of Novi Cost Breakdown Schedule of Values General Conditions - Concrete- Woods, Plastics & Composites - Thermal & Moisture Protection - Electrical - Earthwork- Exterior Improvements - Overhead & Profit - Overall Bid- $16,425.00 $9,244.00 $28,706.00 $6,750.00 $2,500.00 $2,500.00 $1,000.00 $7,652.00 $74,777.00 Divisional Cost Breakdown 1) General Conditions ($16,425.00) Project Management - $3,500.00 Bonds- $1,125.00 Dumpster - $300.00 Staking & Surveying - $1,500.00 Design Fees- $3,500.00 Soil Borings - $5,000.00 Construction Fencing - $1,500.00 3) Concrete ($9,244.00) Foundations - $3,000.00 Shelter Slab- $3,744.00 Site Concrete- $2,500.00

6) Woods, Plastics and Composites ($28, 706.00) Glulam Timber System- $28,706.00 7) Thermal and Moisture Protection ($6,750.00) Standing Seam Metal Roofing- $6,750.00 26) Electrical ($2,500.00) Underground & (2) Outlets - $2,500.00 31) Earthwork ($2,500.00) Site Prep - $2,500.00 32) Exterior Improvements ($1,000.00) Finish Grade & Hydroseed- $1,000.00

Bid Bond AlA Document A310-2010 CONTRACTOR: "'ame, legal status and address) CROSS RENOVATION, INC. 34133 Schoolcraft Road Livonia, Ml 48150 OWNER: (Name, legal status and address) City of Novi 45175 Ten Mile Rd Novi, Ml 48375 SURETY: (Name, legal status and principal place of business) Granite Re 1 Inc. 14001 Qua1lbrook Dr Oklahoma City, OK 73134 Bid Bond No. GR07840 This document has Important legal consequences. Consultation with an attorney is encouraged with respect to Its completion or modification. Any singular reference to contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: Five Percent of the Bid Amount (5.00% of Bid Amount) PROJECT: (Name, location or address, and Project number, if any) Lakeshore Park Shelter The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 31st day of~. 2016 CROSS RENOVATION. INC. " (Princlp~Jt~/ ~;:</>r (Seal) (Seal)

. GRANITE RE, INC. GENERAL POWER OF ATIORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: MICHAEL j. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH its true and lawful Attorney in-fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: MICHAEL j. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary{freasurer, this J'd day of july, 2013. ~~;zf:? Kenneth o. Whittinoo, President STATE OF OKLAHOMA ) ) SS: COUNTY OF OKLAHOMA ) Kyle McDonald, Treasurer On this J'd day of july, 2013, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary{freasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary{freasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretaryffreasurer, respectively, of the Company. My Commission Expires: August 8, 2017 Commission#: 01013257 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary{freasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the july 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." It(~ yy'itness WH~h_t~e ndersigned t!t\ ~ubscribed this Certificate and affixed the corporate seal of the Corporation this ~dayof ~11._,2o_L\p ~ ~ ~ ~~ri~ ~ Kyle P. McDonald, Secretary{freasurer GR0800 1

CITY OF NOVI LAKESHORE PARK SHELTER June 1, 2016 2:00 P.M. Company Cross Renovation Lump Sum $ 74,777.00 Manufacturer/Style/Model Timber Systems Guaranteed completion date if awarded 6/27/16 9/27/16 Exceptions Bid bond included Did not see a specified placement or amount of concrete walkways. Our bid includes the placement of 100 linear feet of 5'-0" wide concrete walkways (500 square feet). Additional charges will aply if additional concrete walkways are needed. Yes