Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Order No. 20-063 – Retaining Complete Property Services, LLC (Storage Area) – December 28, 2020
JOSEPH E.SMITH,CLERK OF THE CIRCUIT COURT SAINT LUCIE COUNTY FILE# 4798001 12/30/2020 09:12:34 AM DR BOOK 4529 PAGE 2967-2975 Doc Type:ORD RECORDING: $78.00 ORDER NO. 20-063 AN ORDER OF THE ST. LUCIE COUNTY ADMINISTRATOR REGARDING RETAINING COMPLETE PROPERTY SERVICES, LLC TO COMPLETE EMERGENCY REPAIRS AT CLOVER PARK (STORAGE AREA) WHEREAS, the St. Lucie County Administrator has made the following determinations: 1. Novel Coronavirus Disease 2019 ("COVID-19") is a severe acute respiratory illness that can spread among humans through respiratory transmission and presents with symptoms similar to those of influenza; and 2. The World Health Organization previously declared COVID-19 a Public Health Emergency of International Concern; and 3. On March 9, 2020, the Governor of the State of Florida issued Executive Order Number 20-52 declaring that a state of emergency exists in the State of Florida as a result of the spread of the COVID-19 virus and imminent threat to the health and welfare of the citizens of Florida; and 4. On March 17, 2020, the St. Lucie County Public Safety Director declared a State of Local Emergency COVID-19 Public Health Emergency which State of Emergency has been extended through December 27, 2020 ("St. Lucie County Declaration of Emergency"); and 5. St. Lucie County owns and operates Clover Park Stadium(herein referred to as"Clover Park") located at 31 Piazza Dr., Port St. Lucie, FL 34986 6. There are remaining water intrusion issues in the seating area at Clover Park above the storage area. At this time, newly occupied spaces below the seating bowl have experienced limited water damage. Those areas must be repaired and mold remediation performed. On June 24, 2020, the County Administrator signed Emergency Order No. 20-039 authorizing the retention of TRC Engineering to design emergency repairs. 7. TRC Worldwide Engineering, Restoration & Inspection, LLC (herein referred to as "TRC") is the author of the most recent plan to address water intrusion at the Clover Park and have extensive experience and knowledge of the stadium infrastructure which makes them uniquely qualified to be the engineer for this next phase. A bid document and contract to complete emergency repairs in the seating area was prepared by TRC Engineering. 8. Time is a factor as the occupied spaces that are experiencing water intrusion cannot be repaired until the leaks above are eliminated. 9. TRC requested quotes from qualified companies to perform the emergency repairs designed by TRC. 10. Only one (1) quote was received from Complete Property Services, LLC. 11. The original quote received from Complete Property Services, LLC substantially exceeded TRC's estimate as well as the County's project budget. 12. The County and TRC requested Complete Property Services, LLC to submit a revised quote based on a phased approach to bring the project within the County's budget. 13. Complete Property Services, LLC submitted a revised quote in the amount of $219,500.00 attached to and incorporated herein as Exhibit "A" to perform the remedial work in Phase 1 as outlined by TRC. 14. It is necessary to immediately perform the remedial work to prevent further damage to the occupied space from water intrusion at Clover Park. 15. The County Administrator is authorized to initiate and take such actions, to respond to such an imminent public health threat. NOW, THEREFORE, BE IT ORDERED AS FOLLOWS: 1. The determinations, orders, and declarations identified above are incorporated herein. 2. The County shall contract with Complete Property Services, LLC as outlined in Exhibit "A" to complete Phase I remedial work for water intrusion issues above the storage area at Clover Park on an emergency basis. The County Administrator or designee is authorized to sign the contract. Severability. Any provision(s) within this Order that conflict(s) with any State or Federal law or constitutional provision, or conflict(s) with or are superseded by a current or subsequently -issued Executive Order of the Governor or the President of the United States, shall be deemed inapplicable and deemed to be severed from this Order, with the remainder of the Order remaining intact and in full force and effect. This Order is effective as of_a.m. on day of J�>CS' . , 2020. This Order will expire upon the expiration of the existing State of Local Emergency, as same may be extended by subsequent order or declaration, unless earlier terminated by subsequent Order. Prior resolutions and emergency orders remain in force and effect unless modified or superseded. This Order shall be filed in the Office of the Clerk of the Circuit Court. Signed this day of C - , 2020 at a.m.) (p.rn /CL�-'—Howard . ipton County dministrator Exhibit A SECTION Ol 05 00 Project No. 20FTL312 Clover Park — Mets Stadium (Storage Areas) Concrete Restoration and Waterproofing REVISED BID FORM TO: St. Lucie County Administrator Administration Annex 2300 Virginia Ave. Fort Pierce, FL 34982 DATE: 12/16/2020 FROM: Complete Property Services LLC (Name of Bidder) 4700 SW 51 st Street, Suite 216 (Address of Bidder) Davie, FL 33314 954-589-2405 rcartagena@completeproperty.com (Phone numbers of Bidder) (Email of Bidder) RE: Clover Park - Storage Areas/ Concrete Restoration and Waterproofing Welcome Everyone: The undersigned, as BIDDER, hereby declares that they have examined the site of the work and informed themselves fully in regard to all conditions pertaining to the place where the work is to be done; and that they have examined the Specifications for the Work and the Documents hereto attached. This BIDDER further declares that the only persons, company or parties interested in this Proposal or the Contract to be entered into as principals are named herein; that this Proposal is made without connection with any other person, company or parties making a Bid or Proposal; and it is in all respect fair and in good faith, without collusion or fraud. This BIDDER further certifies that they have familiarized themselves with the Federal, State and Local laws pertaining to the type of Work proposed. This BIDDER proposes and agrees, if this Proposal is accepted in part or in total, the Contract with the OWNER in the form of CONTRACT specified, to furnish Work in full, in complete accordance with shown, noted, described and reasonably intended requirements of these Specifications, Contract Documents and all Addenda thereto for the following prices: Base Bid: Includes all items described in Construction Documents, as noted below and as shown on the attached Details with no substitutions or limitations. Items included in the Base Bid are based on estimated quantities provided; however, Contractor should verify field measurements before submitting bid. Pay applications will be approved and paid based on the actual field quantities approved and verified by Engineer of Record. Two Hundred Nineteen Thousand and Five Hundred Dollars $219,500 ©2020 TRC Worldwide Engineering, Restoration & Inspection, LLC. SECTION 0105 00 COST BREAKDOWN — ITEMIZED WORK QUANTITIES: REVISED BASE BID No. Description Type - Estimated Cost Per Total Quantity Unit Removal and disposal of existing roofing membranes and 1 waterproofing coatings to bare Lump Sum $25,000,00 !I concrete including all sealants properly. 2 Remove and disposal of over Lump Sum $750.00 poured concrete materials Slope concrete slab to nearest Square Foot 3 edge/drain per TRC marking and Unit Price 500 $22.00 $11,000.00 detail (Add/ Deduct) 4 Repair/Replace TS-100 joints as Linear Foot Unit Price 40 $300.00 $12,000.00 necessary per TRC marking Add/Deduct Rout existing cracks using Linear Foot 5 V-blade and seal per LymTal Unit Price 700 $5.00 $3,500.00 manufacturer instruction. (Add/Deduct) Apply LymTal waterproofing coating including primer (Approx. 6 5,000 SF — Contractor to verify)/ Lump Sum $47,500.00 Including detailing work, sealant application, and 6" returns. Concrete repairs per TRC details Cubic Foot 7 including drilling and epoxy new Unit Price 50 $350.00 $17,500.00 bars (if necessary) (Add/ Deduct) EACH 8 Pop -Out repair 4"x4" Unit Price 30 $50.00 $1,500.00 (Add/ Deduct) 9 Concrete slab cracks — Epoxy Linear Foot Unit Price 20 $35.00 $700.00 application (Gravity feed method) Add/ Deduct Linear Foot 10 Concrete crack repair - Injection Unit Price 30 $75.00 $2,250.00 (Add/ Deduct),_, Expansion Joint caulking not to exceed 2'/2" (Slab to slab and Linear Foot 11 Slab to vertical transition) — Not Unit Price 300 $15.00 $4,500.00 related to waterproofing detailing (Add/ Deduct) work. 02020 TRC Worldwide Engineering, Restoration & Inspection, LLC. SECTION 01 05 00 Remove and replace existing EACH _ 1 12 drain with New PVC drain Unit Price 5 $250.00 $1,250.00 including 6" concrete repair (Add/ Deduct) around it. Install New PVC drain including EACH 13 connecting to nearest existing Unit Price 4 $500.00 $2,000.00 drain pipe and 6" concrete work (Add/ Deduct) around it. 14 Fill CMS cells using grout (min Linear Foot Unit Price 150 $100,00 $15,000.00 2,500 PSI) (Add/ Deduct) 15 Modify existing seat connection EACH Unit Price 15 $200.00 $3,000.00 at EJ location (Add/ Deduct) 16 Repair Splitface block wall per Lump Sum $5,000.00 TRC scope of work 17 Sub -total work components $152,450.00 18 General Conditions Lump Sum $52,050.00 19 Mobilization Lump Sum $8,000.00 20 De -Mobilization Lump Sum $3,000.00 21 Performance and Payment % of Primary Base Bid $4,000.00 Bonds Amount 22 Total estimated probable costs — BASE Bids $219,500.00 Note: ➢ Item Paid on Lump Sum Basis estimated quantity given for informational purposes only, contractor to field verify quantity prior to Bid submission. All blank areas should be filled out with the same format by the Bidder; otherwise, the Bidder will be considered non -responsive and the bid package may be rejected. r I understand that failure to confirm the receipt of addenda may be cause for rejection of this bid. Project Duration: The CONTRACTOR shall give due consideration to the work schedule. ©2020 TRC Worldwide Engineering, Restoration & Inspection, LLC. SECTION 01 05 00 CONTRACTOR shall complete all work in 60 Completion) and shall complete punch list items within (Final Completion). Calendar days (Substantial 75 Calendar days Acknowledgement of Receipt of Addenda: I hereby acknowledge receipt of the following addenda and have made the necessary revisions to my proposal, plans and/or specification, etc. Addendum No. Dated Addendum No. Dated The BIDDER agrees to hold bid prices as stated for a period of time not less than 60 days from Bid Opening Date. REFERENCES: (List a minimum of three (3) projects similar in scope and type of construction). Name Name Name SUBCONTRACTORS TO BE USED: Phone Phone Phone Company Name Phone Company Name Phone The undersigned BIDDER hereby certifies that his firm shall perform with its own forces more than 50% of the bid amount for the proposed work. 9 ©2020 TRC Worldwide Engineering, Restoration & Inspection, LLC. Complete Property Services LLC. Name of Bidder - Company South Florida Area Manager Bidder's Authorizing Agent Title 954-589-2405 Telephone No. SECTION 0105 00 Michael If. Knieger,CEO CGC151"7483 Qualifier Name & License No. Raul Cartaoena �'�'t ��' i',•_ Bidder's Authorizing Agent Print & Sign rcartagena@completeproperty.com Email @2020 TRC Worldwide Engineering, Restoration & Inspection, LLC. ;'()MPi ETE PROPER7.V SERVICE`S 12-04-20 CLARIFICATIONS TO BID FOR: "Clover Park — Mets Stadium" Bid Exclusions or Clarifications: 1. This bid is based on CPS performing all the included tasks in the base bid, as one continuous project without interruptions to the schedule. 2. This bid is based on working normal business hours. 3. The timeframe for this bid does not include weather delays. Weather delays are defined, as any day where the work scheduled for that day could not proceed as planned, due to moisture, wind, etc. 4. Delays caused by weather, RFI or submittal responses; changes in the scope or substitutions in material or equipment will be added to the project's time of completion, 5. This bid does not include removal or disposal of any hazardous or regulated materials. 6. Electrical and water for this project, including connections, are to be supplied free of charge by the owner. 7. Parking for CPS personnel & management, as well as staging area for equipment is to be supplied by the owner, free of charge to the contractor. 8. All demobilization and remobilization costs required due to a named storm or severe inclement weather are excluded from this proposal. Specialized hurricane protection is not included in this bid. 9. All furniture, and any other movable objects in the work areas are to be removed by the owner prior to us starting the work on each area. We will not be responsible for anything left in the work areas. 10. CPS will not be responsible for embedded utilities, unless clearly marked on drawings or details that are provided prior to commencement. 11. Builders Risk insurance is not included in this bid. A price for this can be obtained at the owner's request. 12. No interior repairs, such as drywall, finishes, flooring, etc. are included in this bid. 13, Post tension cable repairs are not included in this bid. 14. Overhead protection is not included in this bid. We include the barricading of areas below where we are working. 15. Any scrap value is included in the base bid. 16, No electrical or plumbing work is included in this proposal. If any is required for this project, we can perform this work via change order, or it can be done and paid for by the property directly. 17. Permit costs are included in our bid. 18. Engineering costs required for permitting or for any other part of this project is not included in our bid. 19. Shoring costs are not expected or included in our bid. 20. All awnings, shutters and window screens that are in the work areas are to be removed by the property prior to work starting. 21. All colors & materials are assumed to be standard (not special order), unless specifically noted in the supplied specifications. 22. This bid does not include wood repairs or replacement of any kind. If discovered, we can submit pricing for those to be done via change order. 23. Areas of severe rust, such as metal pipes, etc. will be prone to future rusting unless replaced. We can produce pricing for this work if necessary. 24. On line item 20, our pricing is based on a maximum 25' distance to the nearest drain. After your review, should you have any questions, please do not hesitate to contact me. Best regards, 1Be�m,-AACA4U Raul Cartagena . 4700 SW 51st St., suite 216 davie, florida 33314 a office: 954.589. 2405 fax: 727.739. 9777a . www. completeproperty. com