Loading...
2244 Traditions at White Cedar - Landscaping, Irrig & Gates - Performance BondPLANNING & DEVELOPMENT SERVICES TRANSMITTAL EMORANDU 1"04 City Clerk Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ ❑ Final Plat (original mylars) ❑ ❑ Letter of Credit ❑ ❑ Maintenance Bond ❑ Ordinance ❑ ® Performance Bond ❑ Resolution Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Mayor's signature Recording Rendering Safe keeping (Vault) Attached is the Performance Bond for the Landscaping/Irrigation/Gates at Traditions at White Cedar located at 251 S. White Cedar Road. It is for 110% of the cost of improvements. Please advise if you have any questions regarding the above. Thank you! A -01— �U & 75, zo 200 From Date „t ,CE To: Finance Department From: Mike Cash Email: michael.cash@sanfordfl.gov Subject: Bond information for CAE system Date: August 3, 2020 Dept.: Planning & Development Services Phone: 407.688.5148 Project Name: Traditions at White Cedar Project Address: 251 S. White Cedar Road Bond Type: o Maint./Agreement o Letter Of Credit o Cashier Check X Performance o Certified Check o Cash Bond o Cash Deposit o Construction Loan Agreement Bond number: ERL 1900486 Bond Holder Name: M/I Homes of Orlando, LLC Amount: $262,959.82 Bond Holder Address: 400 International Parkway, Suite 470, Heathrow, FL 32756-5061 Bond Holder Phone: 407.531.5168 Email: dbrown(a,MIHomes.com Bond Obligation: Performance Bond for required landscaping, irrigation and gates. Surety Name: Capital Indemnity Corporation Surety Address: 1600 Aspen Commons, Suite 300, Middleton, WI 53562 Surety Phone: 800.475.4450 Effective Date: July 23rd, 2020 (City's acceptance) Alarm date: July 23rd , 2023 (90 days prior to expiration date) Email: Expiration date: upon completion TADevelopment Review\04-Engineering\Bonds\2020\Traditions t White Cedar\Bond information -Traditions Lscape-Irri-Gate Performance. docx Bond # ERL1900486 01 ky, F.Al I MA *s w' !' wS :• r i w i' w' KNOW ALL MEN BY THESE PRESENTS: That we, M/I Homes of Orlando, LLC hereinafter called the "Principal", and Capitol Indemnity Corporation, a surety company authorized to do business in the State of Florida, hereinafter called "Surety" are hold and firmly bound to the City of Sanford, a political subdivision of the State of Florida, in the full and just sum of $262,959.82 lawful money of The United States of America, to be paid to the City of Sanford of Seminole County, to which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has a condition precedent to the approval by the City of Sanford of a plat of a certain subdivision known as Traditions at White Cedar has covenanted and agreed with the City of Sanford to construct the referenced infrastructure and other associated improvements based upon development plans and plans and specifications pertaining to said subdivision, said development plans and plans and specifications being dated 8 day of October 2019, and being on file with the City of Sanford, Seminole County, Florida, and WHEREAS, it is a condition precedent to the recording of said subdivision that this bond be executed: NOW THEREFORE, the conditions of these obligations are such that if the bounden Principal shall construct the aforesaid improvements in accordance with any date prescribed in the approved developments plans and plans and specifications dated the 8 day of October 2019, or within two years of the date of approval, whichever occurs first and shall in every respect fulfill its, his, their obligations under the development plans and plans and specifications, and shall indemnify and save harmless the City of Sanford against or from all claims, costs, expenses, damages, injury, or loss, including engineering, legal and contingent costs which the City of Sanford may sustain on account of the failure of the Principal to perform in accordance with the development plans and plans and specifications with the time therein specified then this obligation be void; otherwise to be and remain in full force and virtue. The Surety unconditionally covenants and agrees that if the Principal fails to perform all or any part of the construction work required by the development plans and plans and specifications above referred to, within the time specified, the Surety upon forty-five (45) days written notice from the City of Sanford, or its authorized agent or officer of the default, will forthwith perform and complete the aforesaid construction work and pay the cost thereof, including, but not limited to engineering, legal and contingent costs. Should the Surety fail or refuse to perform and PERFORMANCE BOND Page 1 of 2 complete the said improvements, the City of Sanford, in view of the public, interest, health, safety and welfare factors involved and the inducement in approving and filing the plat, shall have the right to resort to any and all legal remedies against the Principal and the Surety, or either, both at law and in equity, including specifically specific performance, to which the Principal and Surety unconditionally agree. The Principal and the Surety further jointly and severally agree that the City of Sanford, and its option, shall have the right to construct or, pursuant to public advertisement and receipt of bids, cause to be constructed the aforesaid improvements in case the Principal should fail or refuse to do so. In the event the City of Sanford should exercise and give effect to such right, the Principal and Surety shall be jointly and severally liable hereunder to reimburse the City of Sanford the total cost thereof, including, but not limited to, engineering, legal and contingent costs, together with any damages, either direct or consequential, which may be sustained on account of the failure of the Principal to carry out and execute all the provision of said agreement. IN WITNESS WHEREOF, the Principal and the Surety have executed these presents this the 23rd day of July , 2020. ADDRESS: 440 International Parkway, #470, Lake, Mary, FL 32746 1600 Aspen Commons, Suite 300 Middleton, WI 53562 M/I Homes of Orlando, LLC (SEAL) PRINCIPAL BY: '` ITS: (IF A CORPORATION) d ATTEST:,- ' ITS: Mark Kirkendall VP, Housing & Land Controller Capitol Indemnity Corporation (SEAL) SURETY BY: ;� ITS: Attorney -In -Fact (IF A CORPORATION) ATTE • LIS. Witness (Attached Surety Power of Attorney) PERFORMANCE BOND Page 2 of 2 M I '- 0, ItkvP I � � M '! CAPITOL INDEMNITY CORPORATION ERL190OU6 POWER OF ATTORNEY Bond Number KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint --------------------------------- RYAN BURKE; JULIEANN JOHNSTON, DENISE NELSON; KATHLEEN A. VANSOVICH-------- —------------------------ -- ------------------------------------- -- MICHAEL WARD; DEBORAH L. WILLIAMS; STEPHANIE MCQUILLEN--------- ----- its true true and lawful Attomey(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00 --------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attomey(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power an executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said offices, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of tine Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION corporate seal to be hereto affixed duly attested, this Ist day of January, 2020. Attest: Ryan J. Byrnes Senior Vice President, Chief Financial Officer and Treasurer S6amne M. Broadbent Assistant Secretary I tary STATE OF WISCONSIN COUNTY OF DANE SS. has caused these presents to be signed by its officer undersigned and its CAPITOL INDEMNITY CORPORATION C<j— d " t. John L. Sennott, Jr. Chief Executive Officer and President On the 1st day of January, 2020 before me personally camc John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation, that tine seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. 41 x tit utSinrUtttrn f J. 44t;: •�,��..� � �./cw-ems �, ► <. lSL David J. Regele STATE OF WISCONSINr k.........••.. Notary Public, Dane Co., WI S S : �aatn,�" My Commission Is Permanent COUNTY OF DANE J I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Powe of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Powe of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 23rd day of MY 2020 - �� ��s�G)tu7tttlttlttnttgr�� � ,� 4dw •.........,.:;J ti Andrew B. Diaz-Matos Senior Vice President, General Counsel and Secretary err, THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 300-475-4450. CIC-ePOA-M {Rev. 01-2020} rAOORHEAD & STOKES, LLC 0 -M July 23, 2020 Michael Cash City of Sanford 300 North Park Sanford, Florida 32771-1244 RE: TRADITIONS AT WHITE CEDAR Dear Mike: The items listed below are from the attached contracted amounts for Traditions at White Cedar: Landscaping & Irrigation $177,685.38 Gates $61,369.00 Total $239,064.38 110% $262,959.82 If you have any questions please feel free to contact our office. Sincerely, 6 781 11, IT Cha , k4l. AAd_�P. Ellrp UL 2 3 2020 77� Presidetit P.E. No. ej,7&I, CHM/nwrn h'\data%19003tor%cost-certifiesUon- City 7-23-2020.)ds 431 E. Horatio Avenue a Suite 260 a Maitland, FL 32751 s 407-629-8330 a FAX 407-629-8336 '1801M.SUBCOUTRACT.8 Desc Subcontract Number Landscape & Irri ation Vendor Number 2502950 Date 1/3/20 Retainage Percentage10% Job Number Amount Description 350825950000-4130 $66,022.38 Irrigation 350825950000-4115 $111,663.00 Landscaping $177,685,38 Retainage Held - Contract Input Down To Earth Maitland Branch 2701 Maitland Center Pkwy. TOWN TO Suite 200 Maitland FL 32751 EARTH (321) 263-2700 LANDSCAPE S IRRIGATION M=:x1M311ww9= M/I HOMES 400 INTERNATIONAL PARKWAY SUITE 470 LAKE MARY FL 32746 October 2019 Estimate #17716 TRADITIONS AT WHITE CEDAR 10/29/2019 Inbound Sales ..... ..... - 1127/2020 SITE PREPARATION CONTRACTOR MUST PROVIDE GRADE OF 2'* OF FINISHED 0 $0.00 $0.00 GRADE IRRIGATION IRRIGATION SYSTEM INSTALLATION - SHP PUMP @ 60 GPM 1 $66,022.38 $66,022.38 INCLUDED (SLEEVING/ELECTRIC BY OTHERS) LANDSCAPE AGAPANTHUS I GALLON 151 $5.00 $755.00 ANNUALS 4" 262 $2.00 $524.00 RED MAPLE 'FLORIDA FLAME' 65 GALLON, 12' HT, 4" CAL 12 $550.00 $6'600.00 AZALEA'DUC DE RHON'3 GALLON 26 $14.00 $364.00 BOXWOOD 3 GALLON 15 $12.00 $180.00 BRAZILIAN DWARF MORNING GLORY I GALLON 64 $5.00 $320.00 EVERGREEN GIANT BORDER GRASS I GALLON 325 $5.00 $1,625.00 JAPANESE CRAPE MYRTLE 'TONTO' 45 GALLON, 8' HT, MULTI- 16 $450.00 $7,200.00 TRUNK JAPANESE PRIVET, 8'X 8', MULTI -TRUNK 20 $500.00 $10,000.00 BRACKEN'S SOUTHERN MAGNOLIA 100 GALLON, 16' HT, 4" CAL 3 $800.00 $2,400-00 PODOCARPUS 3 GALLON 52 $10.00 $520.00 SOUTHERN LIVE OAK 100 GALLON, 12' HT, 4" CAL 36 $900.00 $32,400.00 INDIAN HAWTHORN 3 GALLON 104 $10.00 $1,040.00 KNOCK OUT ROSES 7 GALLON, 24" x 24" 23 $50.00 $1,150.00 Down To Earth Maitland Branch October 2019 2701 Maitland Center Pkwy, DOWN TO Estimate #17716 Suite 200 Maitland FL 32751 EARTH (321) 263-2700 LAN139CAPE & IRRIGATION L'111'1�1'1 x?,31110i BALD CYPRESS 65 GALLON, 12' HT, 4" CAL 19 $650.00 $12,350.00 ASIAN JASMINE 1 GALLON 321 $5.00 $1,605.00 SWEET VIBURNUM 3 GALLON 404 $10.00 $4,040.00 MULCH PINE BARK MULCH PER CY 138 $45.00 $6,210.00 SOD BAHIA SOD PER SIF - (SOD QUANTITY PROVIDED ON PLAN - ANY 74,600 $0,30 $22,380.00 ADDITIONAL SOD WILL BE BILLED AT THE CONTRACT PRICE) We hereby purpose to provide all labor, materials and equipment necessary to complete the following work as per plans and specifications, including the installation $177,685.38 of the above. , �' ylliil Signature: Printed Name: Accepted Date: EM-,M SUBCON'i WT,3 Desc Subcontract Number Gates/Remotes/WiPack Vendor Number 2500888 Date 1/8/20 Retainage Percentage1t!% Job Number Amount Description 350825950000-3925 $61,369.00 Gates & Remotes $61,369,00 Retainage Held - Contract Input te r, , �p w A 12/18/2019 -revised 01/06/2020 Ricardo Diaz MI Homes of Orlando, LLC 400 International Parkway, Suite 470, Lake Mary, FL 32746 RE: Traditions at White Cedar Ricky, Following is the bid for the above referenced project. The scope of this bid is for access control system for the gated entry. Please let me know if you have any questions. Thank you. Chris Johnson Access Control and Entry Gates Superior Fence & Rail, Inc. will install the equipment and material listed below. Such equipment will allow access through gates by an operator controlled by either remote or accessed by telephone entry system. During exit, the gates will open automatically after vehicles drive over loop sensors (which are cut into the concrete). There are also sensors for vehicle safety. The price includes mounting, wire connections, complete operational testing and four poured concrete pads and wireless connection for phone system. Price does not include any unforeseen problems with existing control wiring and high voltage electrical wiring. Equipment 4 Lift Master CSW24U commercial swing gate operators 4 DC 2000 Battery Back -Up Units 4 Poured Concrete Pads 4 Ground Rods for Surge Protection 4 Dittech Hi -Voltage Suppressors 1 Gooseneck Pedestal and Mounting Hardware for Telephone Entry 2 Elite Model "EL 2000" telephone entry device 5 Vehicle Loops (for safety and free exit) 5 Loop Detectors 1 Emergency Vehicle SOS Siren and Knox Switch 2 Low -Voltage Suppressor for Phone Entry System 2 Omron photo eye obstruction sensor 1 WIFi unit with setup (will require a monthly subscription that will replace monthly phone service) Price, $28,700.00 Gates and Fence 24 wide double swing gates per plan 5 ft. wide x 6 ft. pedestrian gates with standard latch 22' wide double swing emergency access gate (not automated) Price: $18,500.00 per gate detail Includes 96 PPLV 1 programmable remotes $2,294.00 Permit Cost: $1000 Total Price for Gates and Access Control: $50.494.00 (includes RerMiU Warranty is one-year parts and labor provided by Superior Fence & Rail, Inc. Warranty does not cover damage related to, among other things, vandalism and acts of nature. All work will be completed within six to ten weeks of issuance of permits by governmental agency with jurisdiction of this property, or, if no permit is required, six to ten weeks, of the date of this executed contract. Note: The above price includes mounting of equipment, control wire connections and supervision of complete installation, including walk through and instruction of system operation, tax included. The above price does not include permits, and high voltage or running of conduit other than the local runs to the equipment listed above. Hieh Voltaee Sid Superior Fence & Rail, Inc. proposes to furnish material and labor in accordance with the job description identified in this Proposal/Contract (and in conjunction with the gate and access control proposal already sent to customer)pursuant to the following: Provide and Install 1-100 amp 1 phase 240 volt service, mounted on rack, with 100' maximum underground service lateral; Provide and install 2-4' LED ground mounted bar type up -lights (1 per each sign wall mounted on Arlington posts) with photo cell control; Provide 2-20 amp weatherproof GFI receptacles (installed in Arlington post for up lights -1 receptacle per each side of entrance) for holiday convenience lighting; Provide electrical power to system equipment (115vac, 20 amp, single-phase circuit breaker protected power to each item of equipment Provide conduit, low voltage and line voltage to equipment and control wiring between equipment items; Provide trench and backfill to rough grade; Provide permit for high and low voltage and one address tag for meter,- 0:2 eter; 0:2 Crossings to be installed, located, and marked by others; Priced prior to irrigation and landscape installation; Superior Fence &amp; Rail is not responsible for any damages due to un -marked utilities or any other unforeseen circumstances that may arise onsite: Price is good for 30 days. Warranty Warranty is one-year parts and labor provided by Superior Fence & Rail, Inc. Warranty does not cover damage related to, among other things, vandalism and acts of nature. All work will be completed within six to ten weeks of issuance of permits by governmental agency with jurisdiction of this property, or, if no permit is required, six to ten weeks of the date of this executed contract. Price: $10,875.00 Total Price S6 "Discount of S1.394-00 if we can fabricate Rates to ACT specifications (pickets 7" O C instead of 4" O.C. and r channel frame instead of full tubular frame** Purchase agreement The attached proposal, prices, specifications and conditions are satisfactory and hereby accepted. You are authorized to do the work as specified. Payment method shall be as follows: 50% upon execution of the contract and 50% upon completion of the installation of the work. In the event of default, I (we) agree to pay all reasonable legal fees and costs incurred by Superior Fence & Rail to collect any amounts due. All material is guaranteed to be as specified in proposal. All work to be completed in a workmanlike manner consistent with demonstrated standards. Any alteration or deviation from above specifications involving extra cost will be executed upon written change orders subject to purchaser's written approval and will become an extra charge over and above the estimate. All work may be subject to delays due to governmental or quasi -governmental moratorium, force majeure, or other forces beyond contractor's control which prevent contractor from timely completing construction. In such an event, contractor shall deliver written notice to customer within ten (10) days following the occurrence of the event. Superior Fence & Rail, Inc. retains full ownership of all specified material until paid in full by purchaser. Customer�� Date: Chris Johnson, Pres. of Superior Fence & Rail, Inc. Date: