Loading...
HomeMy WebLinkAboutItem #03 Approval to Award Bid #B08-04 Central Park Phase II AGENDA ITEM COVER SHEET Meeting Date: 11/26/07 Item # _.3 Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By _____________ Department Director: City Manager: (RuYtbCMGVwtj '&e~' ~ ~ Subject: Award of Bid #B08-04 Central Park Phase II Improvements Background Summary: The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to construct improvements at Central Park. These improvements are intended to reconstruct spectator and dugout facilities at Minor Field and spectator areas on the south end of the football field. ^ separate contract. which is expected to begin construction on November 19, has already been issued for similar improvements at the baseball field concession stand and Major Field, and to install a fence along the southern Park boundary. The second project covered by this Invitation to Bid (lTB) will continue the earlier work. The overall intent of the project activities at Minor Field is to demolish the existing multi-level concrete walkways and platforms, retaining walls, stairways, and backstop so that spectator areas may be reconstructed at a single level approximately one foot above the field's playing surface in anticipation of installation of new bleachers, backstop, and dugouts by others. At the south end of the football field, the work consists of replacing a field-access stairway and providing an enlarged customer platform at the concession stand. This ITB also includes removing thc Major Field dugouts; raising the Major Field and Minor Field dugout floors by 4 inchcs; and making other preparations for the full build-out of the facility. The amount budgeted for this project is $300,000.00 from the Parks and Recreation Capital Expenditure account 001-572-10-6204. Issue: Award the bid for Central Park Phase 11 Improvements to Southern Building Services, Inc. Recommendations Staff recommends that the City Commission: 1) Award Bid #B08-04 to Southern Building Services, Inc. in the amount of $269,600.00 to include Alternate No.1. 2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the appropriate bonds and insurance are secured. Attachments: 1. Bid Tabulation 2. Southern Building Services Bid 3. Tony's Construction Bid 4. Gibbs & Register Bid 5. ITB #B08-04 6 Addendum 1 and ~ Financial Impact: $269,60000 Type of Item: (please mark with an "x'J Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Dept Use: Consent Agenda Public Hearing Regular Agenda Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) Ru'V~ 6l~Qj!\dri ~.t1 ~ N/A N/A N/A 2 City :\Tanager l{o bertJ"f'cll1k Commissioners Garv Hood. District I Scott Anderson, District 2 Rusty Johnson. District 3 ,Im:L Ke lkr. Distri<::t4 Mavo)' S. Scott Vandergrift ST AFF REPORT DATE: The 110norable Mavor and City Cqn:1I11issiQl1.crs Joyce Tolbert, Purchasing Ageno/ November 26, 2007 TO: FROM: RE: Award of Bid #B08-04 Central Park Phase II Improvements ISSUE ^ ward the bid for Central Park Phase II Improvements to Southern Building Services, Inc. BACKGROUNDIDISCUSSION The City of Oeoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to construct improvements at Central Park. These improvements are intended to reconstruct spectator and dugout facilities at Minor Field and spectator areas on the south end of the football field. A separate contract, which is expected to begin construction on November 19, has already been issued for similar improvements at the baseball field concession stand and Major Field, and to install a fence along the southern Park boundary. The second project covered by this Invitation to Bid (liB) will continue the earlier work. The overall intent of the project activities at Minor Field is to demolish the existing multi-level concrete walkways and platforms, retaining walls, stairways. and backstop so that spectator areas may be reconstructed at a single level approximately one foot above the field's playing surface in anticipation of installation of new bleachers, backstop, and dugouts by others. At the south end of the football field, the work consists of replacing a field-access stairway and providing an enlarged customer platform at the concession stand. This ITB also includes removing the Major Field dugouts; raising the Major Field and Minor Field dugout noors by 4 inches; and making other preparations for the full build-out of the facility. The bid was publicly advertised on October 14.2007 and opened on November 14.2007. There were a total of three (3) responses to this bid and one (1) response considered non-responsive for fai lure to submit a bid sec uri ty: Bidder 1. Southern Buildin Services, Inc. 2. Tony's Construction, Inc. 3. Gibbs & Re ister, Inc. 4. Nations Fence, Inc. Lum Sum $251,600.00 $177,000.00 $383,750.00 Non-responsive Alternate #1 $ 18,000.00 $ 202,000.00 $ 115,000.00 Total $269,600.00 $379,000.00 $498,750.00 Attached is a copy of the bids from each bidder, along with the bid tabulation. Complete copies of all bids are available in the Finance Department for review. The Parks and Recreation Department and Finance Department have reviewed all bids. Staff recommends awarding the bid to Southern Building Services, Inc. as the most responsive and responsible bidder for the amount or $269.600.00. Starr recommends adding Alternate One to the base bid for the construction of shade structures. The amount budgeted for this project is $300,000.00 from the Parks and Recreation Capital Expenditure account 001-572-10-6204. 2 ill ;:::: (f) z 0 a... (f) ill c::: Z 0 z 0 0 0 0 0 0 0 0 CD 0 ...- CO L() N (J) <IJ > <IJ <IJ <IJ <IJ 1Il <IJ (J) U (J) (J) (J) (J) (J) (J) >- >- >- >- >- >- >- l1J en I- Z fJ7 fJ7 W :E 0 0 w 0 0 > 0 0 L() 0 0:: 0 I"- 0 0 0:: (") L() a. :E co ...- U. (") ...- :E (J) z .q a. <IJ > <IJ <IJ 1Il <IJ <IJ <IJ (J) U (J) (J) (J) (J) (J) (J) 0 0 >- >- >- >- >- >- >- I - 0 l1J i=COw 0 <(Oen N ...J~<( ..... :)C:c 0 - OJ-a. .q fJ7 fJ7 <( OJ ~ ~ I- - 0:: ~ 0 0 C <( ~ 0 0 OJ a. 0 0 0 0 ...J 0 0 <( l"- N I"- 0 a:: (J) ...- N I- 1Il > <IJ 1Il <IJ <IJ <IJ <IJ Z (J) U (J) (J) (J) (J) (J) (J) >- >- >- >- >- >- >- W l1J (,) fJ7 fJ7 o!I ~iii ~ It) t: CJ ~'o, ~ .~ <5 ~ <.J ~ "C 'Q. :Jl CI)(J)ot: t: <.J GI "C CI _ CJ .- .- M .- a:lCl)~...J ..... NEE 'l:t 'l:t 5 ... E E u. 0 ::::l::::lGlEU. "C "C CJ 5 t: ;;;u.~E "C "C .;:: CI l1J 0 "C "C GI t: CI U. <(<(a.<:l<:lf! ~~~:l2B "C "C Ul .... 0 CJ ~~~;~~ 5: 5: t: E l1J t: gg~a.E8 ~~~::::lE.c CJCJGlC"::::l::::l <(<(C:::WCl)CI) o Z GI .... l1J t: ... GI .... <( Cl iii :E ::> CI) a... :E ::> ...J ...J <( I- o I- 1------- BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS BID FORM TOTAL LUMP SUM BID: $ pc! () )/i/N I)~ LID h ~':I Orvl e Dj,YcJ5A,J-!J S', X;.) t/e'\../ (\:d.. L! 0 c5/ bOO I l)ollars and ~ik'~o 00 Cents ALTERNATE NO.1: Provide pricing for construction of shade structures, refer.ence p. 24, Item N. of the bid document, Scope of Work: $ I K 000 J tl~\ r+le 15.0 IJ+UUS A,-..jJ:j l)ollars and Jeffrey L.: Sherron Name/Title (print) CGC060685 Professional License Number B0804 Addendum 1 - Revised Bid Form l.E!Zo 00 Cents ALTERNATE NO.1: Provide pricing for construction of shade structures, reference p. 24, Item N. ofthe bid document, Scope of Work: $ 202 ()()V .OD~ ) .. -e- BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS BID FORM TOTAL LUMP SUM BID: $ \~'1 000 ,ro/^-!. .J o t-t ~\*u H \)~.D (\. tJ. D S t;:u (7"-1 T~ 5 b-U ~N \\+0 v S 4-~.D Dollars and 43- IW 0 \-\-0 IU \) IZF- \J A\...{O I W 0 '-n+o J.s A-l--l t.J Dollars and . '~1JlI'-S CON ~ -rf2,.v L/{(J H If\) L Company Name f1/~4 L 7:;~, <- Authorized Signature rf.H)A-p.,,q '-\4 Lv T CH-wt4f..f - ?A.e5.,v FNj Name/Title (print) &J338lo'l1 Professional License Number B0804 Addendum 1 - Revised Bid Form Cents Cents BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS TOTAL LUMP SUM BID: BID FORM $ 3 g 3 I 7 50 , . Tie "_'Co ".....~'...L E :JIo\-1-i..''C..,I;...,.....lr s...."....~ Dollars and ~.......l......l F: n., Z -e- '-0 .00 Cents ALTERNATE NO.1: Provide pricing for construction of shade structures, reference p. 24, Item N. of the bid document, Scope of Work: 0.., \0\......1 .....~ F' :f\-......... rl..o.....Ct....oI GIBBS & REGISTER, INC. Company Name Auth~- REX D. HUFFMAN, PRESIDENT Name/Title (print) CGCA06294 Professional License Number B0804 Addendum 1 - Revised Bid Form $ II J. 000 , Dollars and 'Z...e '-0 .00 - Cents Citv Manager Robert Frank Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty .Johnson, District 3 Joel Keller, District 4 Mayor S. Scott Vandergrift CITY OF OCOEE INVIT A TION TO BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-3501 . www,ci.ocoee,fl,lls Mayor S. Scott Vandergrift center of Good L' . '\. y:> e ! t7,17.sr Q9Jll.mi!2~Lml~TIl Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank November 6, 2007 ADDENDUM NO: TWO (2) CITY OF OCOEE ITB #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS This addendum shall modify and become a part of the original Bid documents for Central Park Phase II Improvements. BIdders shall acknowledge receipt of this Addendum in the space provided on polO of the bid documents. Failure to do so may subject the Bidder to disqualification. Revisions and/or Clarifications to the Bid documents are as follows: 1. Replace Page 25, Bid Form, with the attached revised Bid Form to include Alternate No. 1, reference p. 24, Item N Bid Alternate. 2. Change Bid Opening Date to November 14,2007 at 2:00 P.M. attachment: Revised Bid Form City of Ocoee . 1 SO N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fl.us BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS BID FORM TOT AL LUMP SUM BID: $ Dollars and Cents AL TERNA TE NO.1: Provide pricing for construction of shade structures, reference p. 24, Item N. of the bid document, Scope of Work: $ Dollars and Cents Company Name Authorized Signature Name/Title (print) Professional License Number B0804 Addendum 1 - Revised Bid Form - I I Mayor S. Scott Vandergrift c.enter of Good [,/ <\.~e ~~<is> Commissioners On ry Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank October 29,2007 ADDENDUM NO: ONE (1) CITY OF OCOEE ITB #B08-Q4 CENTRAL PARK PHASE II IMPUOVEMENTS This addendum shall modify and become a part of the original Bid documents for the Central Park Phase II Improvements. Bidders shall acknowJeqge receipt of this Addendum in the space prQvided on p; 20 of the bid documents, Failure to do so may subject the Bidder to (lisqualification. Chane:es and/or Clarifications .1,) the Bid documents are as fo])~ws: 1. Question: Is there a soil boring report available? Answer: No. 2. Amendment: Delete "designing, permitting, and constructing a lakeshore boardwall<" from the summary description in the Invitation to Bid p.3. 3. Replacement of Field Sod: It is the Contractor's responsibility to match and replace sod with matching material if dam'aged during construction or where dugouts are relocated. 4. Pre-bid conference sign-in sheet: attached. c7~ Purchasing Agent attachment: Pre-bid sign-fnsheet City oT Ococc . J 50 N Lakeshore Driw . Oeoce, Fil,lrida 34761 phone: (407) 905.3109. fax: (407) 656-8504 . www.cLocoee,fl.us City )'v1anagl'Jr Robert Frank Commililsioners Gary Hood, District 1 Scott Ande~son, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 Mayor S. Scott Vandergrift PRE-BID CONFERENCE BID #B08.04 CENTRAL PARK PHASE II IMPROVEMENTS 10/24/07 AT 9:00 A.M. A TTENDEE SIGN~IN SHEET . COMPANY PRINT NAME . SIGNATURE (j, UVL City of Ocoee . 150 N Lakeshore Drive. Oeoec, Florida 34761 phone: (407) 905-3 100 . fax: (407) 656-350 I . www.ci.ocoee.fl.us BID DOCUMENTS 3 thru 4 5 thru 8 9 thru 18 *19 *20 Legal Advertisement Invitation to Bid #B08-04 General Terms & Conditions Subcontractors/Equipment Listing References/Summary of Litigation/Acknowledgement of Addenda SCOPE OF WORKlBID FORM 21 thru 24 *25 *26 Scope of Work Bid Form Company Information/Signature Sheet 27 Exhibit A - Project Location Map *Submit with bid END OF TABLE OF CONTENTS B08-04 Central Park PH II 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B08-04, CENTRAL PARK PHASE II IMPROVEMENTS, no later than 2:00 P.M., local time, on November 6, 2007. Bids reccived after that time will not be accepted or considered, No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids from qualified contractors to construct improvements at Central Park. These improvements are intended to reconstruct spectator and dugout facilities at Minor Field and spectator areas on the south end of the football field. A separate contract, which is expected to begin constr'uction on November 19, has already been issued for similar improvements at the baseball field concession stand and Major Field, and to install a fence along the southern Park boundary. The second project covered by this Invitation to Bid CITB) will continue the earlier work. The overall intent of the project activities at Minor Field is to demolish the existing multi- level concrete walkways and platforms, retaining walls, stairways, and backstop so that spectator areas may be reconstructed at a single level approximately one foot above the field's playing surface in anticipation of installation of new bleachers, backstop, and dugouts by others. At the south end of the football field, the work consists of replacing a field-access stairway and providing an enlarged custoemr platform at the concession stand. This ITB also includes removing the Major Field dugouts; raising the Major Field and Minor Field dugout floors by 4 inches; designing, permitting, and constructing a lakeshore boardwalk; and making other preparations for the full build-out of the facility. A Non-Mandatory Pre-Bid Conference will be held on October 24, 2007 at 9:00 A.M" local time at Ocoee City Hall, 150 N Lakcshore Drive, Ocoee, Florida, The confercnce will include a review of the bid documents, a question and answer period and a familiarization site visit if requested. No further questions or concerns will be accepted following the Pre-Bid Conference. All respondents will be held liable for contents as presented at the Pre-Bid Conference, Bid Security: A certified check or bid bond shall accompany each bid, no cash accepted. The certified check or bid bond shall be for five percent (5%) of the bid price and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price, Each Bidder shall submit one (1) original and three (3) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City of Ocoee, Attn: Joyce Tolbert, Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Interested Suppliers may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. B08-04 Central Park PH II 3 A}vill:.d of CQDlmc;t: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Biddcr, which, in the sole discretion of the City, is the most responsive and responsible Bidder, pricc, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. No fax or electronic submissions will be accepted. City Clerk October 14, 2007 B08-04 Central Park PH II 4 CITY OF OCOEE INVITATION TO BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS INTENT: Sealed bids for Bid #B08-04 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the CENTRAL PARK PHASE II IMPROVEMENTS PROJECT for the City of Ococc as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general pm1ncr. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more ofthe stock of such corporation. B, Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing ^gent, (407) 905-3100, extension 1516 and fax (407)656-3501 or em ail itolbeI1@ci,ocoee.f1.us, and shall bc received not later than October 24, 2007. Any clarifications/changes will be made by way of written' addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as om: (I) original and three (3) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local timc, on Novcmber 6, 2007. Bids received by the Finance Department after the time and date spedfied will not be considered, but will be returned unopened, "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted, Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to; City of Ocoee Finance Department Attention: Joyce Tolbert, Purchasing Agent ISO N Lakeshorc Drive Oeocc, FL 34761-2258 B08-04 Central Park PH II 5 D. Bids will be publicly opened and read aloud in the Ococe City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission mectings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors/Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documcnts/scope of work. G. A Non-Mandatory Prc-Bid Conference will be held on October 24, 2007 at 9:00 A.M. at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, Florida. The conference will include a review of the bid documents, a question and answer period and a familiarization site visit. No further questions or concerns will be accepted following the Pre-Bid Conference. All respondents will be hcld liable for contents as presented at the Pre-Bid Conference. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all pmties to whom thc bid packages have been issued. Responses may be issucd through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda.The City reserves the right to issue Addenda, concerning date and time of bid opening, at any timc up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. B08-04 Central Park PH II 6 I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, finn, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rcjcction of its bid. 1. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00 and greater) for a pcriod of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Fedcral Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law, All bids received in response to this invitation to Bid become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request c1urification of information submitted in any bid, or to readvcrtise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. B08-04 Central Park PH II 7 Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. (remainder of page left blank intentionally) B08-04 Central Park PH II 8 GENERAL TI<:RMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, entcr into a written Contract with the City and as a guarantee that the respondent will not withdraw its hid for a period of ninety (90) days after the scheduled closing timc for the receipt of bids, in aCl:ordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a Iil:cnsed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the rcquircd bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful rcspondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agrcement. B08-04 Central Park PH II 9 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set f01th in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Form. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a responsc to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the a1iicle(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed B08-04 Central Park PH 11 10 by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein arc in addition to and do not limit any rights offercd to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within Icss than 30 days will not be considered in evaluation of bids. Howevcr, offcred discounts will be taken for less than 30 days if payment is made within discount pcriod. b) In conncctions with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the datc of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: II Compliance with scope of work, specifications, terms, and conditions Bid price Warranty offered Experience with similar work Successful reference check . . . . 9. LITERA TURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. B08-04 Central Park PH II I I 10. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to filc Bid Protest SHALL use the following procedures: I. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage until the job is 50% complete, then less 5% retainage to be paid when job is complete, unless otherwise stated in the contract. See Scope of Services/Assignment Procedures Section. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigncd: · Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-O; and · Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. B08-04 Central Park PH II 12 12. CONTRACT: a) The successful bidder, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. The contract shall mean a written agreement similar to the ASCE standard construction contract or City issued purchase order. Const~ction time will be sixty (60) days from the Notice to Proceed. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are requircd to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, car protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elcvations exceeding ten (10) feet. B08-04 Central Park PH II 13 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. IS. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a brcach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondcnt will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certities that no member of the entity's ownership or management is B08-04 Central Park PH II 14 presently applying for an employee position or actively sceking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declarcs that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall bc made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, rcquests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or rcpair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. B08-04 Central Park PH II 15 b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shalJ the Contractor allow any Subcontractor to commence work on a subcontract until alJ similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shalJ be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VIT" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shalJ obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shalJ require the subcontractor similarly to provide Workers' Compensation Insurance for alJ of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protccted under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. · Include Waiver of Subrogation in favor of the City ofOcoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Oeoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be till: minimum limits as follows: I) Automobile Bodily Iniury Liability & ProperjyJ)jl~nage Liability · $1,000,000 Combined single limit per occurrence (each person, each accident) · AIJ covered automobile will be covered via symbol] · Liability coverage will include hired & non-owned automobile liability Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive Gcncral Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. · $2,000,000 GENERAL AGGREGATE · $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE · $1,000,000 PER OCCURRENCE 808-04 Central Park PH II 16 · $1,000,000 PERSONAL & ADVERTISING INJURY · Include Waiver of Subrogation in favor of the City ofOcoee 3) Subcontractor's Comprehensive _General Liabili1Y..- Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of th is subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Li'!hilitY: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSlJRIm. · $1,000,000 PER OCCURRENCE · $2,000,000 AGGREGATE 6) Commercial Umbrella: · $1,000,000 PER OCCURRENCE · $2,000,000 Aggregate · Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (I) Location · $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This celiificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written noticc of cancellation for non-payment of premium. (remainder of page left blank intentionally) B08-04 Central Park PH II 17 .M;J)BO. CERTIFICATE OF LIABILITY INSURANCE P~~!f.1J DAT~~"",:~) '"001''''' THIS CERTIFICATE IS ISSUED NJ A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TillS CERTIFICATE ODES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDeD BY THE POLICIES BELOW. ______.________________________ -'~8URE~S AF"-~RDING CO~~_e. _ _________J_~_Al~ '''''"'0 K~~~~:~tor'. Name =:~: .. "" ..tl.,..!,_~~~=____:___--~~---~- :-__-' INSURER 0: __. r~sUAfA E: COVERAGeS THE PO\lClliS OF INSURANCE LISTED B!LOVI t'ViVE 1lE04\S5UfO TO THE IN6UREiO NAMGD 4ttQVE FOR TIle. POlICV PERIOD INDICATEO. NQlW1THS1.VIOlNQ AJf"f AfQUI~MENT, TERM OR CONOfflON OF ~v CONTRACT on OTHER DOCUMENT WITtI fUiSPEar TO WHlOI H11~ CEA11FICA Hi MAV ~f IMUEO OR !MY F'tiArAIN, THE INSURANCE AFfOMeo 8Y rue POlICIES DESCRIBED H~~EIN 18 SUltJiCT TO All THE TER..Y.5. Ei)(CW~nONS "-NO CONO\rlON8 Of SUCH POlICIES_ AGGREGATE LIMITS SHOWH /,lAy HAVE 66fiN RfOl.CElD &Y P"'!DCLAJM.S. L~ NS~~U~~;--"_. POl.lCYHUMaER GeNERAL UA8I1.ITY X X COMMERCIAL GENERAL llA.8IUN =] C\..AIl.45 MAOE ~ occu~ I ___ I ..______ OESCRIPTION Or OPERATION! I LOCA.TIONS I VEJUCLf,S I O:CLU510N.'3 ADO[O fly !':HOOItSEJ.lfNT I SPfCIAL PROYUIONS The insurance evidenced by this cert.\ficato shall name the cortiftCDta holders as an additional insured on the Goneral Liability & Umbrella Liability. worker.' C~pen..tion, Employer.' Liability' General Liability uhnll contain a Waivor of SubrogAtion in favor oe the certificate holder. The o...t.:Ltiaate holder is added ae a IBIl3d irBnrl frra1lJ.da:s Rlf*. AUlOMOBI\.fl,.lABll.fTY X MY AUTO All. OWNEO AUTOS .'SCHEDULED AUTOS X \.llRFD MJTOS X IION-QWNEO "UTOS x ANY AUTO exCESWWJReI.U I.IABILITY OCCV~ 0 CI"AIMS MAOE OEDUCT10lE RliTEtfTlON WQRKER3 COMf'e'WUTlOHAND EMPLOYIiRI' UMILIT't ANY PROPRIETOf\/PAATNeRlI:.XECVTMl OFFIC2RiJ.lEJ.CD6R EXClUOEO? ~~~~t~6~~&5 bcllWf OTHER BuilderI' Risk. CERTIFICATE HOLDER City 0 f Oeooo 150 N. Lak.ahore Drive 000e6 PL 34761-2259 """" EAG~i~l-Q.Q,Q.~~- PRE"tl!lE9IE~~(.!~~..Q9_ MED ~p (Any Cll'I. p'flef'l) S 5, 000 rPfRSOI'W.~AWINJURV l i.d~OO~-oOO _ Q'HE~:!--!-.!t..Q..Q.9_~ PRODUCTS. COMP,OP 1.GO S 2 I 000, 0 0 0 CQM5lNEO S\HOLE Ll/,ln {toI,Wdef1l1 11,000,000 OODl\.YI~J\JR'( (PISlP.....(Yl) SODl\. '( lNJURY IP"~nJdf(1ll PftOPPRTY DAMAGE (P'w nd~.nn , L ~~~_~.~~: .~_~.~~~o.~~'r_. ...5___ , OTt-iERnll\N ~.~-,-~--~ 1.lJTOONLY. .s ,GO I '__1, a~g! OIJ,Q_ I 2 ,_Qg_QL~a_I!., s s I EACH OCCURRENCt AGGREGATE Any Any Loc OCC 100, (XX) 1,0.0.0,000. CANCELLATION OCOJU!:Ol ~HOULD /Y{vO' THe AlSO"'! Dl!SC~Beo f'OL.tC1n Ul! CA1JCl!:lUO OI!,ORI! Tt4'1! WlRA11O'" DATE THI!RIOF. TM!!: l3SUtNO INSURER WILt. I!NDl'AVOR TO MAIL !:...L DAY5WRJnEN HOnCl! TO lHff C!IfT1F1CATI! HOlOEN NAMRDTO THll! lEFT, !IVT F.llLURS TO 00 $0 ,'4Al1. 1Mf'OIIB N008UOATtON OR UA81U'TY 0' AAY KINO V'CW THe INSURER, ITa AOEHTS OR REf'RESEHTA1NES, AUTIiORlllO RepP.ESEl'lTATJlJE ACORD 2$ (20.0.1108) S~MPI.IF II> ACORD CORPORATION 198' B08-04 Central Park PH II 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL J.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1308-04 Central Park PH II 19 22. REFERENCES/EXPERJENCE OF HESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No business Length of time in Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, elaim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. No. No. No. No. Dated Dated Dated Dated Dated B08-04 Central Park PH 11 20 CITY OF OCOEE #B08-04 SCOPE OF WORK CENTRAL PARK PHASE II IMPROVEMENTS The City ofOcoee seeks to reconstruct spectator and dugout facilities at Central Park's Major Field, Minor Field, and T-Ball Field, and to enhance the safety of customers at the south end of the Football Field.. A separate contract, which is expected to begin construction on November 19, has already been issued for Phase 1, which provides improvements at the baseball field concession stand and Major Field, Another contract has been issued for the installation of aluminum bleachers. The Phase I contract will modify the spectator area at Major Field to provide a single level of access, replacing the two-level access now in place. In addition, Phase I will modify the concrete surfaces around the baseball concession stand and the eastern end of the sidewalk that leads from that concession stand to Minor Field. (Phase I stops at the eastern stairway leading from the parking lot to this sidewalk.) The overall intent of the Phase II project activities at the baseball field complex is to similarly change the (fxisting multi-level concrete walkways and platforms, retaining walls, stairways, and backstop so that spectator areas may be reconstructed at a single level approximately one foot above the field's playing surface in anticipation of the installation by others of new bleachers and scorer's stand, At the south end of the football field, the work consists of replacing a field-access stairway and providing an enlarged customer platform at the concession stand. Phase II also includes replacing the backstops, field fences, and dugouts at all three baseball fields. The full description of the work is provided in this Scope of Work and in the related project plans. Components not included in this bid are shown on the plans to indicate the complete project as an aid to potential bidders, All construction details related to stairways, ADA- compliant ramps, retaining walls, dugouts, concrete slabs in areas whcrc bleachers are to be installed, handrails, floor drainage system, and other appropriate components are to be provided in shop drawings signed and sealed by a Florida-licensed engineer. Demolition Items A. Backstops at Minor and T-Ball fields (backstop demolition at Major Field is part of the Phase I contract) and fencing at Major, Minor, and T -Ball fields. Take care to preserve/repair electrical facilities installed in the vicinity of Minor Field home plate and elsewhere within the project limits, B. Dugouts on Minor and 'I-Ball baseball fields. (Demolition of dugouts at Major Field is part of Phase I.) C. Retaining wall and sidewalk separating Minor Field spectator area from parking lot. (Eastern portion of this wall is being removed as part of Phase I work.) D. Stairway leading from upper parking lot sidewalk near first base at Minor Field and adjacent sidewalks and planters. B08-04 Central Park PH II 21 E. Stairway leading from field house to Minor Field plus sidewalk connecting this stairway to adjacent sidewalk areas. Note match line on Plan Sheet 2 for removal and subsequent replacement of existing sidewalk leading from field house to Minor Field. F. Stairway leading from upper spectator level to field level at southeast corner of Football Field, plus 8 feet of the lower level sidewalk adjacent to the stairway. G. Spectator areas where concrete is not to be raiscd or replaccd; e.g., near home team dugout on Minor Field. Where at least five (5) inches of concrete is to be added, existing concrete surfaces can remain in place for usc as fill, at contractor's option. H. Areas of existing sidewalk near south Football Field concession stand where new customer waiting slab will need to merge into existing grade. Where at least five (5) inches of concrete is to be added, existing concrete surfaces can remain in place for use as fill, at contractor's option. 1. Timber retaining wall now located betwecn 'I-Ball Field and the field house, plus all timber- outlined, raised planting areas. 1. Existing 7' x 10' picnic table slab; retain picnic tablc [or later use by City. K. Three oak trees located at the northwest corner of the south football field concession stand customer waiting area. 1. Other existing facilities determined to be necessary for constructing improvements. Construction Items A. Stacked-block retaining walls to accommodate the elevation difference bctween the field house level and the T-Ball and Minor fields, and between the parking lot and Minor Pield. Sce plans for typical cross-section. (Note: This cross-section, shown on Plan Sheet 2, is intended to express the gencral design conccpt. Signed and scaled shop drawings prepared by a licensed engineer are required prior to construction.) Conform to all manufacturers' instructions for installation. Continuous French drain to be installed at base of wall around Minor Field spectator area and directed to the retention pond located adjacent to the baseball concession stand (to the east). Floor drains are not required beyond the spectator area; i.e., along the sidewalk leading to the baseball concession stand. The style and construction of the retaining walls shall be compatible with the work being done in Phase I (Major Field and baseball concession stand) by the contractor, Gibbs & Register (Orlando, FL). The Phase I portion of retaining wall and lower-level sidewalk along parking lot extends to location of existing stairway. The Phase II contractor is to continue construction of retaining wall and sidewalk to and around the Minor Field spectator area. A separate retaining wall is required to separate the Field House level from the 'I -Ball level. B. New S-inch concrete slab to raise bleacher areas ofT-Ball and Minor fields to a constant elevation on both first-base and third-base sides by approximately 12 inches. This difference is to be accommodated by a turndown slab. (See dugout detail on Plan Sheet 3.) Floor drains should be installed at the base of the retaining wall with outfall directed to the northeast retention pond near the baseball concession stand. (See retaining wall detail on B08-04 Central Park PH II 22 Plan Sheet 2.) The new concrete slab should be shaped so as to facilitate drainage to the floor drains. C. Concrete stairways at Minor Field leading from parking lot near home dugout (8-1'oot width), behind home plate (8-foot width), and from field house (6-foot width), plus an 8-foot stairway leading from the picnic area adjacent to the Field House to the '1' -Ball Field. D. Six-foot sidewalk and ADA-compliant ramp leading from corner stairway near Minor Field home plate, north towards T-Ball Field (behind visitor bleachers) and west toward the field house. Note match linc on plans [or field hOllsc sidewalk ta mcel existing sidewalk. Some minor slope is permitted between the parking lot and the corner stairway to Minor Field and between Minor Field and the Field House; any such slape must comply with ADA requirements. E. Six-foot sidewalk leading from T-Ball Field to Football Field. F. Several short, five-foot wide sidewalks leading from spectator areas to dugouts and field- access points, as noted on the plans. G. Concrete stairway from upper level in southcastern corner of Football Field to lower level sidewalk running along the east side of the field. This stairway is to be constructed at a 6- foot width using two equal-length stair runs separated by a platform so as to match the overall length and general slope of the present stairs. Add 8-foot-long trapezoidal sidewalk section at base of stairs to transition from stairway width (6 feet) to Football Field sidewalk width (4 feet). H. Aluminum handrail matching that installed to the east along the top of the retaining wall in Phase I will need to be added on the top of the retaining wall along the south side bordering the parking area, on the eastern (downhill) side of the new access ramp, and around the retaining wall constructed around the cast and north sides of the Field House and picnic area. Handrails are to be provided at all points where the elevation difference on the two sides of a retaining wall exceeds 12 inches and adjacent to any stairway or ADA-compliant ramp for its full length. 1. Four new picnic areas consisting of a S-inch-thick concrete slab 7' x 10' in size and to include metal-frame picnic tables permanently mounted to the slabs. Slabs to have an 8" W x 8" D continuous turndown cdge. ]. Add approximately 5 inches to the existing concrete sidewalk area adjacent to the football field concession stand customer waiting area so as to increase the size of that waiting area to extend to the north end of the sidewalk. Extend the waiting area slab over the area where trees were previously removed under Item K, above. Transition the new slab to adjacent sidewalks leading from the concession stand using ADA-compliant ramps. K. Construct new dugouts at Major, Minor, and T-Ball fields using walls constructed fi'om 6- gauge black vinyl-coated chainlink fabric and screcn fabric, as shown on the plans. Roof structure is to be supported by 4x4 PT posts and 2x6 PT rafters. Design provided in plans is conceptual. Engineer of record is to confirm and modify supplied design, as required, for compliance with all applicable building codes. 1308-04 Central Park PH II 23 1. Replace all field fencing at Major, Minor, and T-Ball fields using 6-gauge black vinyl-coated chainlink fabric of varying heights (see plans). Backstop on Major and Minor fields to include a 1 O-foot extension with netting (total height will be 28 feet). Design shown for Minor Field on plans is a guide to what is required for Major Field, which is not shown on the plans. M. Other improvements shown on the plans and not provided by others. N. Bid Alternate: Provide pricing for construction of shade structures using shade fabric on a metal frame for each bleacher area at the three baseball fields. These structures are to completely cover the area of the underlying bleacher(s) plus a 2-foot overhang on all sides. The structure should provide at least 8 feet of clearance above the highest bleacher row seating. All construction is to be in conformance with applicable building codes and the requirements of the Americans with Disabilities Act (ADA). Any structure subject to these codes shall be fully described in shop drawings signed and sealed by a Florida-licensed engineer. All supplied materials and their installation shall be subject to inspection and approval by the City of Ocoee. B08-04 Central Park PH II 24 BID #B08-04 CENTRAL PARK PHASE II IMPROVEMENTS BID FORM $ TOTAL LUMP SUM BID: Dollars and Company Name ~ ~ Authorized Signature Name/Title (print) ProCessional License Number B08-04 Central Park PH II Cents 25 Rid #RIl8-()4 COMPANY INFORMATlON/SI(;NATURE SHEin FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL HID INSTRUCTIONS AND THAT THE l'R1CI~S REFLECTED ON THE "SCOPE OF WORK/HID FORM" ARE ACCURA TE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLl:ASE INDICATE 13ELOW: AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # ---".-.--------.- Individual ~Corporation __Pm1nership ________Othel' (Spel:jfy}____~~___ Sworn to and subsl:ribed before me this ___~day of ,200 Personally Known or Produced Identifil:ation - -- ---- ---- -- (Type of Identification) Notary Public - State of County Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B08-04 Central Park PH II 26 B08-04 Central Park PH II EXHmlT "A" PRO.JECT LOCATION MAP (attached) 27