HomeMy WebLinkAboutItem #08 Award of Bid #B08-06 Pioneer Key II Infrastructure Program
AGENDA ITEM COVER SHEET
Contact Name:
Contact Number:
Joyce Tolbert
1516
Meeting Date: May 6, 2008
Item # ti'
Reviewed By: ~~
Department Director:... ~
City Manager: _ ~ =---
Subject: Award of Bid #B08-06 Pioneer Key II Infrastructure Program
Background Summary:
The Engineering Department and Finance Department have reviewed all bids. Staff recommends awarding the bid
to Central Florida Environmental Corp. as the most responsive and responsible bidder for the amount of
$1,375,542.62. The original estimate for this project was $1,962,500.00.
Issue:
Award the contract for the construction of Pioneer Key II Infrastructure Program to Central Florida Environmental
Corp.
Recommendations
Staff recommends that the City Commission:
1) Award Bid #B08-06 for construction of the Pioneer Key II Infrastructure Program to Central Florida
Environmental Corp. in the amount of $1,375,542.62.
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. Addendum #1
3. Addendum #2
4. Addendum #3
5. ITB #B08-06
Financial Impact:
The 76,133.00 for Utilities will come out of bond funds (414). There was $100,000.00 budgeted in the bond
projects for PKII. Funding for the project is primarily being provided through a $1,500,000 CDBG grant from the
federal Department of Housing and Urban Development (HUD) via the Orange County Commission (Housing &
Community Development Division).
Type of Item: (please mark wifh an "X')
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerk's DeDf 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 ( )
~ f;LC<.l~U
N/A
N/A
N/A
2
Citv Manager
Robert Frank
Commissioners
Garv Hood. District 1
Scott Anderson. District 2
Rustv Johnson. District 3
Joel Keller. District 4
Mavor
S. Scott Vandergrift
STAFF REPORT
TO:
The Honorable Mavor and City Commissioners
Joyce Tolbert, Purchasing Agent~
April 28, 2008
FROM:
DATE:
RE:
Award of Bid #B08-06 Pioneer Key II Infrastructure Program
ISSUE
A ward the contract for the construction of Pioneer Key II Infrastructure Program to Central Florida
Environmental Corp.
BACKGROUND/DISCUSSION
The bid was publicly advertised on February 17,2008 and opened on March 25, 2008. There were a total of
eleven (11) bids received:
Bidder Total Bid Amount
1. Central Florida Environmental $1,375,542.62
2. A&M Si Construction $1,625,294.00
3. Emerald Utilities and Site Develop. $1,743,000.00
4. Prime Construction $1,766,900.00
5. Cathcart Contracting $1,841,631.68
6. Utility Systems Construction $1,843,223.60
7. American Persian Engineers & Const. $1,994,292.00
8. 1. Malever Construction $2,251,710.00
9. Slaughter Construction $2,360,104.00
10. Florida Highway Products $2,585,918.10
11. C.E. James Inc. $2,772,841.70
Attached is the bid tabulation. All bids are available in the Finance Department for review.
The Engineering Department and Finance Department have reviewed all bids. Staff recommends awarding the
bid to Central Florida Environmental Corp. as the most responsive and responsible bidder for the amount of
$1,375,542.62. The original estimate for this project was $1,962,500.00.
Funding for the project is primarily being provided through a $1,500,000 CDBO grant from the federal
Department of Housing and Urban Development (HUD) via the Orange County Commission (Housing &
Community Development Division). Although the amount of the grant exceeds the cost of construction, City
funds will be required to complete the work, as some project components are not eligible for CDBG
reimbursement. The cost of non-reimbursable components is $76,133.00, which is the sum of Bid Items U-10,
Connect Residential Unit to Water Service ($14,523), and U-18, Connect Residential Unit to Sanitary Sewer
Lateral ($61,610). According to the FY 2006-07 City budget, these funds are to be supplied by the
Water/Wastewater Revenue Bonds Fund (see p. 8-15 of the budget book, "Pioneer Key Utility Lines"). This
means that, at the current bid price, CDBG funding would amount to $1,299,409.62; however, this is a unit-price
contract, which means adjustments to reflect installed quantities may raise or lower the final cost of the project.
Any excess CDBG funds will be retained by Orange County and used for other projects.
2
BID 'B08~6 PIONEER KEY II INFRASTRUCTURE REHABILITATION PROGRAM
BID TABULATION
03/26120082:00 P.M.
Paae1of2
BID #B08.o8 PIONEER K'EY II INFRASTRUCTURE REHABILITATION PROGRAM
BID TABULATION
03/28/20082:00 P.M.
T PRICE TOTAl PRICE UNIT PRICE TOTAL PRICE
P8g.2ot2
SECTION 00100
INVITATION TO BID
CITY OF OCOEE, FLORIDA
BID #B08-06
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
Sealed bids, in duplicate, will be accepted by the Finance Department in the City of Ocoee, not later
than 2:00 p.m., local time on March 18, 2008. Sealed bids must be dated and time stamped at the
office of the Purchasing Agent at the Finance Department before 2:00 p.m., local time. Sealed bids shall
be hand delivered to the room in which the bid opening is to occur. At approximately 2:01 p.m., bids will
be publicly opened and read aloud in the City of Ocoee, City Hall Conference Room.
Any bids received after the above noted time will not be accepted under any circumstances. Any
uncertainty regarding the time a bid is received will be resolved against the Bidder. Bids submitted after
this designated time will be returned unopened.
Description of Work:
All work for the Project shall be designed and constructed in accordance with the Drawings and
Specifications prepared by Professional Engineering Consultants, Inc., Orlando, Florida, and the
proposed contract will be awarded and constructed, if award is made, under these Contract Documents.
Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals and
services, including labor, for the Work which generally includes, but is not necessarily limited to, the
following:
Pioneer Key II is an existing 122-lot mobile home park encompassing approximately 16 acres,
located within Section 18 of Township 22 South, Range 28 East within the corporate limits of the
City of Ocoee. More specifically, the Pioneer Key II project is located immediately south of Palm
Drive, north of Taylor Street (State Road 438), west of Ocoee-Apopka Road (County Road 437),
and immediately east of the Western Beltway (State Road 429). There are 122 lots within the
Pioneer Key II Mobile Home Park.
This is a joint project between the City of Ocoee, Orange County and the U.S. Department of
Housing and Urban Development (HUD). This project includes the rehabilitation of the public
facilities within the Pioneer Key II Mobile Home Park. The facilities to be rehabilitated and
expanded include the existing drainage conveyance system, the potable water distribution
system, the wastewater collection system and the interior roadways within an existing 30-foot
wide right-of-way. The existing roadways are to be completely reconstructed, due to their poor
structural condition. The existing drainage, potable water and sewer systems infrastructure are to
remain in service while the new facilities are constructed, as much as possible. Access to the
residential units is also to be maintained during construction. This project will connect the
drainage system for the Pioneer Key II Mobile Home Park to the previously permitted regional
stormwater pond (SJRWMD No. 40-095-27953-3) located on the north side of Palm Drive.
The full depth reconstruction of the Pioneer Key II interior roadways will include constructing an
inverted crown roadway with 10-foot wide lanes in either direction, for a total roadway width of 20-
feet. The roadway will be bound on both sides by a 12-inch by 8-inch concrete ribbon curb and 4-
foot wide concrete sidewalks. The drainage system will consist of a French drain system aligned
along the centerline of the roadway to collect and convey both surface and groundwater flows to
the system. The roadway drainage system will also connect to the existing drainage
infrastructure that is already in place within the mobile home park, which will discharge across
Palm Drive into the Pioneer Key II regional stormwater pond. The French drain system will
OE-404/1.0 (02/11/08)
00100-1
consist of circular slotted concrete pipe encased in rock aggregate within a filter fabric envelope.
Ditch bottom inlets (with will be constructed at selected locations along the roadways to provide
collection points for surface water. Approximately 3,260 linear feet of slotted pipe and 550 linear
feet of non-slotted pipe of varying sizes are proposed to be constructed for the mobile home
drainage infrastructure. In addition, thirty-two (32) inlets and manholes are proposed to be
constructed, as well as the adjustment of seven (7) existing inlets to the proposed finished
grades. One (1) of the manholes will be a utility conflict manhole at the crossing of an existing
storm sewer pipe and a proposed sewer main.
The specific items to be installed for the City of Ocoee Utilities Department include approximately
4,300 linear feet of 4-inch and 6-inch diameter main with all appurtenances including fittings,
restrain devices, valves and fire hydrants. The work also includes the construction of 3,700 linear
feet of sanitary sewer pipe and twenty-five (25) sanitary manholes and the installation of one-
hundred three (103) water services and one-hundred twenty-two (122) sewer services. The
existing water distribution system and the existing wastewater collection system are to be taken
out of service once the new facilities have been constructed and made operational. Once out of
service the existing service lines are to be removed and the pipelines are to be grouted in place.
An important aspect of project is the continued provision of utility services and property access
as construction progresses. It will be necessary for the Contractor to work with the Owner to
acquire access rights to each privately owned property for the installation of new potable water
and sanitary sewer services. In most instances, continuation of utility service can be
accomplished through retention of existing connections or the installation of temporary
connections. Temporary connections need not be buried but must be secure so as to resist
damage. In limited, more difficult situations, the Contractor may find it to be economically
justifiable to provide temporary alternative housing for the private property occupant.
Prospective bidders may secure a copy of the complete bid package (Project Manual and Drawings),
from the Finance/Purchasing Dept. at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258,
(407) 905-3100, ext. 1523, for a non-refundable fee of $300.00. Checks should be made payable to the
City of Ocoee. Partial sets of bid documents will not be issued. Information about this bid is available
from DemandStar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing/Bids.
Bids shall be prepared from complete full size contract documents. Reponses to questions may be
issued 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 will 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.
MANDATORY Pre-Bid Conference: Will be held on March 5, 2008, at 10:00 a.m. (Local time) at the
City of Ocoee City Hall Conference Room. Questions and clarifications shall be submitted in accordance
with the Bidding Documents.
Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall
be for an amount not less than five percent (5 percent) 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.
Bid Submittal: A single bid shall be submitted for the Work. The contract will be awarded pursuant to
the requirements of applicable state and federal laws and regulations and pursuant to any applicable City
of Ocoee purchasing rules and procedures.
Bids shall be on the Bid Form provided in the Project Manual and enclosed with a sealed envelope with
the words "BID #B08-06 FOR PIONEER KEY II - INFRASTRUCTURE REHABILITATION PROGRAM"
and the Bidder's name, address and Florida Contractor's License Number" clearly shown on the outside
thereof. Bidder must acknowledge receipt of all addenda in the prescribed Bid Form. Bids must be
OE-404/1.0 (02/11/08)
00100-2
signed by an authorized representative of the Bidder. Failure to comply with either condition shall be
cause for bid disqualification. Mailed bids shall be sent to the attention of Joyce Tolbert, Purchasing
Agent, City of Dcoee, 150 North Lakeshore Drive, Ocoee, Florida 34761.
Mailed bids shall be sent to the attention of City Clerk, City of Dcoee, 150 North Lakeshore Drive, Dcoee,
Florida 34761 and shall be received before the deadline for the bid opening.
Award of Contract(s): The City of Dcoee reserves the right to waive technicalities or irregularities, reject
any or all bids, and/or accept that bid(s) that is in the best interest of the City, with price, qualifications and
other factors taken into consideration. The City reserves the right to award the Contract to the Bidder(s)
which, in the sole discretion of the City, is the most responsive and responsible Bidder(s), price,
qualifications, and other factors considered.
CITY CLERK
OCOEE, FLORIDA
02/17/2008
END OF SECTION
OE-404/1.0 (02/11/08)
00100-3
Mayor
S. Scott Vandergrift
center of Good L .
<),~e It-~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manag-er
Robert Frank
March 13,2008
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B08-06
PIONEER KEY II INFRASTRUCTURE REHABll..IT ATION PROGRAM
This addendum shall modify and become a part of the original bid documents for the Pioneer Key II Infrastructure
Rehabilitation Program. This addendum consists of nine (9) pages including thc Revised Schedule of Bid Items and
Corporate Authority to Execute Documents Form. Bidders shall acknowledge receipt of Addendum One (1) in the
space provided in Section 00400 of the bid documents. Failure to do so may subject the bidder to disqualification.
QUESTIONS BY CFE CORP. (March 1 L 2008)
Q I: What is the amount days for completion?
(Response by City) 210 days until substantial completion; 240 days to final completion; 270 days to final
payment.
Q2: Will recycled # 4 stone be accepted for the french drain or is virgin stonc required?
(Response by Mike Galura, P.EC) Recycled #4 stone will be acceptable, provided it meets FDOT
specifications cited in Section 443 and Section 901-5 of the STANDARD SPECIFICATIONS FOR ROAD
AND BRIDGE CONSTRUCTION - 2007.
Q3: Are all the driveways to be bid remove and replace? and is the removal to be included in the concrete
sidewalk line item?
(Response by City) Driveway removal is in the sidewalk removal. The new curb and sidewalk have been
designed to serve as a continuous driveway apron.
Q4: Therc seems to be a difference in the Bid Form quantity of structu,res and plan quantity, how should that be
handled?
(Response by City) Bid form quantity will be used for bid evaluation. This is a unit price bid, so we expect
quantities to be different by the time we get to the end of the project. Payment will be made for the actual
number of units installed. The selected contractor should order and install the quantity required by the
work, as depicted on the plans.
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.f1.us
QUESTIONS BY SLAUGHTER CONSTRUCTION (March 11. 2008)
Q 1: Drawing C-l Typical Inlet Pavement - Is the concrete apron around the drainage inlet tops be paid as CI -1
Concrete (Misc) Bid item 400-l-l5?
(Response by Mike Galura, PEe) Yes, the concrete aprons around the drainage inlets are to be paid for
under pay item no. 400-1-15 - CLASS I CONCRETE (MISCELLANEOUS).
Q2: There are discrepancies between the bid items for drainage structures and what is shown on the plans please
clarify quantities and type.
(Response by Mike Galura, PEe) A revised SCHEDULE OF BID ITEMS is being issued as part of this
addendum.
ADDITIONAL QUESTIONS BY SLAUGHTER CONSTRUCTION (March 10.2008)
Q 1: Page 35 of the plans refers to Section 443 of the specifications for optional materials for the French Drain
pipe. Are the alternates called out in FDOT section 443 allowed on this project?
(Response by Mike Galura, PEe) Because the French Drain Pipe is under pavement, it will be limited to
reinforced concrete pipe. '
Q2: It was stated at the Pre Bid that a licensed plumber was required to install the sewer laterals and water
services to the residences.
2007 Florida Statutes Chapter 489, Part 1 Construction Contracting, 489.113 Qualifications for practice:
restrictions. (3)-(e) p 22 of 123 states "A general contractor shan not bc required to subcontract the continuation of
utility lines from the mains in mobile home parks, and such continuations are to be considercd a part of the main
sewer collection and man water distribution systems."
Due to the Florida statute will the licensed plumber requirement be waived?
(Response by City) No. The service connections required are not "part of the main sewer collection and
main water distribution systems." The part that requires a plumber is "behind the meter," which is what
the new service connections would be.
Q3: It was stated at the pre bid that a signed and sealed MOT plan was not required for this project. My
understanding is that any public road closures and detours had to be PE designed and signed and sealed. Is this
requirement being waived on this project?
(Response by City) There is no requirement for signed and sealed MOT plans. We are requiring a certified
MOT person to direct the work.
Q4: Bid item 550-2-6 Fencing Type B. Are any gates included in this item? If so how many?
(Response by Mike Galura, PEe). Yes. It is estimated that 40 gates will be included with this pay item.
Q5: Spec Section 0222lRD Abandonment of existing Pipe Removed From Service refers to Asbestos pipe
removal. Is there asbestos pipe on this project to be removed? If so what is the estimated quantity?
(Response by City). My recollection is that we are unaware of any asbestos pipe. This section is provided in
case some is found.
Q6: Can the lots owned by the City in the trailer park be used for stock piling of the French drain rock?
(Response by City) You won't be able to store much material there with the construction trailer present.
B0806 Pioneer Key II -Addendum One
2
Q7: Is there City owned property close by that can be used for the owner required office trailer. Can penn its
and fees for the Owners office trailer be waived due to the time restrictions of the project?
(Response by City) Based on our discussion with PEC following the pre-bid meeting, there should only be
one trailer for the contractor with space available to the engineer.
Q8: Bid item 7 (Bid Item No. U-9) Install new Water Service (01025-6) Calls out meters (relocation or new),
meter boxes (relocation or new). Does the City provide at the City's expense the new meters if necessary or is the
contractor required to pay for the meter? If the contractor is required to pay for the meter what is the cost? What
constitutes the requirement of a new meter and or box? How many will be required?
(Response by City) The City will supply all water meters.
Q9: Measurement and payment Item 7 Water Service Connections (01 025Utility-4) mentions only connecting
to existing meters or backflow preventers. Please clarify the discrepancy between Bid item 7 description and
measurement and payment item 7.
(Response by Steve Bailey, PEC) The Bid Item No.7 is to include all work relating to the installation of the
water service for each lot. As some of the existing water meters are within the right-of-way and must be
relocated (see the Construction Drawings for the location of the existing meters that are anticipated to be
relocated), the Bid Item Description is meant to include all costs, including the replacement or relocation of
the meter assembly, as may be necessary to complete the work. It was anticipated the Unit Price given in the
Schedule of Bid Items is an average for all 103 services including both services that require the relocation of
the meter assemblies and those services that do not require the relocation the water meter assemblies.
QlO: Section 00620B Insurance Para 7 states Builders Risk ins is reqd. Please clarify this requirement since there
are no buildings being constructed to insure.
(Response by City) This is the City's standard insurance requirement, and would not apply to this project.
Qll: Para 6 states $ 2,000,000.00 umbrella is required, however section 00800A Supplementary Conditions
Article 5 paragraph SC-5.04.C.g states an 18,000,000.00 umbrella is reqd. Which is it to be?
(Response by City) The correct amount is $2,000,000.00.
Q12: Measurement and Payment section 01025-para 1.02.C Is the owner to reimburse the contractor for the
computers and printer as paragraph 1.02B seems to state?
(Response by City) The expectation is that this would be covered under mobilization, but any requirement to
provide such items for the Owner and Engineer is waived.
ADDITIONAL CHANGES AND/OR CLARIFICATIONS:
1. The Geotechnical Engineering Report for this project has been posted on OnvialDemandstar.
2. Delete Paragraph 3.1.1. Section 00520-2 as it does not apply to this project.
3. Add Section 00501 Corporate Authority to Execute Documents. This form must be completed and
submitted with your bid.
attachment: Corporate Authority to Execute Document Form
.Revised Bid Schedule Forms
B0806 Pioneer Key II -Addendum One
3
SECTION 0050 1
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
. a corporation under
(Contractor's Corporate Name)
the laws of the State of , held on the
the following resolution was duly passed and adopted:
day of
, 2008,
"RESOLVED, that
(signature of individual)
(typed name of individual)
as of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
Pioneer Key II Infrastructure Rehabilitation Program
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this day of , 2008.
(CORPORATE SEAL)
(Corporate Secretary)
STATE OF
CITY OF
The foregoing instrument was acknowledged before me this
by
(name of officer or agent, title of officer or agent), of
of corporation acknowledging), a
corporation, on behalf of the corporation.
identification
not take an oath.
day of
, 2008
(name
(state or place of incorporation)
He/She is personally known to me or has produced
(type of identification) as identification and did/did
(Notary Public)
My Commission Expires:
END OF SECTION
00501-1
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #BOS.Q6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGR,AM
1,(,,:.,,\,\.1 :1':':,:'" n.;, ::rll~' ", ,'1:''''::''1_ ;,;j"'. ',' it",:: .I'~; ;:. - :I"""~ :lr'I"":"~"-"f-:q, ~'.~:'.'.;',",'l
1-11' in'" I.."". .\J'1'1'\'~-I-II: I'l' """'. [, , I'i'p' 'ii'J"l'\''''J II 'r' '.,' .,ul,'l,!I,UI.),I, ,'," , IU,'I!.;I/,lJl':' """",HiJ \J~,.i',\.,
. 1- ~J" " /, ' ~ j \! ' f, \ I, . ,,~, . ~ j, "1 " , 1 (" , .' ( .f[; j 1
, J l'l ~' ,I' :' '. ' "1' '. I '. \:"." .11 '". ,1"U'i'" , II' ,. ,""\"11',11<1:1'1"1:" " 'Ii l~IW~I"I"JI.l,Lf;11 ,;il.'I" "I'" "i;~'ll
~" ...\l,~.,~, (~'I',' ~~ l..:.,I.':;~' . :" 1 'n..,' 'MIII;'JJ""l:)I;.'I~"';fl"~li;Lj~~,\ I": : ~~{'I\ \ 'llll '..r,:1 ~'I'I'I'" ['.:.~ ~ '~~j
101-1 Mobilization LS 1
101-2 Survey and Layout LS 1
102-1 MaIntenance of Traffic LS 1
104-14 Prevention, Control and Abatement of Erosion LS 1
and Water Pollution
120-9 Excavation, Embankment and Grading LS 1
DRAINAGE
160-72 Stabilized Subbase (12") SY 12,460
265-704 Optional Base (Optional Base Group 04) SY 9,600
333-1-3 Type III Asphaltic Concrete (1-112.) SY 9,600
400-1-15 Class I Concrete (Miscellaneous) CY 9,06
425-1-521 Inlat (DT Bot Type C) (<10') EA 21
425-1-541 Inlet (DT Bot Type D) (<10') EA 7
425-2-4 Manhole (P-7) (<10') EA 3
425-2-7 Manhole (J-7) (<10') (Conflict) EA 1
425-4 Adjusting Inlets EA 6
ADDENDUM NO.1
OE-404/1.0 (03/13/08)
00400-5
DATE 8UBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08.06
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
':"I:n':jft;"lt' I, ',";'J,:,:-\. r: \"~" ',,,I 1/1 ,,:rO?-,j' '1', ,"I',' ,e ,.; ~ I + Y ~:. ";-. .t '; ~ f \ ~ ~,". 1 n l:r \~ ''111' I J I:"'"' ~ 1-:
! .. r \' "( \ ,\ ,\ <-'. I " ,,, I [. ~"or 111 \ I, ',.., ' IUIM,I:l;lc,r.,' "" 1 .', 'i ,lUJ,'li't;1;ljCl'. '"jt 'J~('~":l"I'l.W'I' J
I, 'l'lI",\"q'MI, J ":," "," ,i'I,j,I:I.'J:~I"'I,!('lt' ' , '1, 'li'IJJ1111'1' ;"! ., II ' , c, ''''ll''f"t ' ,I '..,
ll. . 1~~! 1\- ~; ~ 1 ; " '~." l I- J, I , 1 ~'~ : ....; \ I,,~' ,~ . ,,', L~' t'" i r lO~r' I, I): ~ : ; 'I~l.'r m ');;Jol:'!( .. \ \'," ,\, i, IW:I,~J'Ml'I'{in,,;' (:l"J),'!UMI'j ,'{ !) I
~.. ~I J .. I '". n~. ll... d h h _ _ L ~ I, 1 J ~., I . . , I~' .', ~.., >'J , .. r.. I;, "."~, I~',,. .. 11 I, ltL.l} ~J'I.' I'.... J, 'r ;..
430-11-323 Concrete Pipe Culvert (Class III) (15') (88) LF 32
430-11-325 Concrete Pipe Culvert (Class III) (18') (88) LF 355
430-11-329 Concrete Pipe Culvert (Class III) (24") (88) LF 64
430-11-333 Concrete Pipe Culvert (Class III) (30") (88) LF 16
430-140-101 Elliptical Concrete Pipe Culvert (Class HE III) LF 16
(12' x 18") (88\
430-140-103 Elliptical Concrete Pipe Culvert (ClasB HE III) LF 64
(19" x 30") (88)
430-984-223 Mitered End 8ection (15') EA 1
443-70-2 French Drains (15" Slotted RCP) LF 185
443-70-3 French Drains (18' 810tted RCP) LF 1,963
443-70-4 French Drains (24' 810tted RCP) LF 391
443-70-5 French pralns (30' 810tted RCP) LF 95
443-70-6 French Drains (12"x18' 810tted Elliptical RCP) LF 94
ADDENDUM NO, 1,
OE-404/1,0 (03/13/08)
00400-7
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08..()6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
p ,,:'+:1" :I,j~:"':',",,,!",,[,':d ;:',1',:'1,; ,:',: '~I",): .:,:!"''::j,~I'",,, ,;,!, ",'"". .:: ,",l";:'I~', ~!' ~"V:,J""';I:l..,~.I:
["11 'I' 1,1",.. """""'n~"nl\ 11" t 1'j '1\1 ,,*,,1,,) '[" ", . "IUln",I,1fCJ--i ,',1, 1111,1i'1'I,lkl, ,,(.,011.1'1' ..111'
Ie tJ j\:18 , , . JI "tl "If (~ " .., I'~~ ~ l'l .'!t 'j ,t . ) \ 1.! l. ~. I' ,-<
, : ,~~ {" ~j; , ;, \'(' i,: I" !~ ,,~ \) "~'t J.1,! :~ ,I ' ~; .' I \' '~I ,I I f I III IJ\\ tJ\'I) 11' I . ,\' :" 01 I'r (O~l \',\llrIJ~Hl}.~1}"1 '1 I ; ~\U~; J~lJUI':':J~j~'.4:i :1 \UJ~I.OI:~l\jh\H,I:t~~~..~
'... j~:l' . f.,'"] .1. ~ ~ -j 'l.\\~f'\'~.'" ,r}, ,l:~(" 'I~'~ . Jt: 'If' l~l ~ ll~-r'\ .' ,.l~II\'1. 1 '1, t~' )1_ ~H..~~.,' ',1.,.,1 ','
443-70-7 French Drains (19' x 30' Slotted Elliptical RCP) LF 527
520-2-9 Concrete Curb (Special) (12" x 8") LF 7,839
522-2 Concrete Sidewalk (6" Thick) SY 3,552
550-2-6 Fencing (Type B) LF 1,000
575-1 Sodding SY 6,541
700-4<1-1 Single Sign Post AS 12
700-46-21 Relocate Existing Sign (Single Post) AS 15
UTILITIES
1)-1 6' pve Water Main C-900 DR18 LF 3,600
U-2 4' PVC Water Main C-900 DR18 LF 700
U-3 6' Gate Valve and 01 Valve Box EA 12
U-4 4' Gate Valve and 01 Valve Box EA 4
ADDENDUM NO, 1
OE-404/1,0 (03/13/08)
00400-9
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #BOS-06
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
~. ."~;?~~-1.""~\[ t'~l' ;l,~'~l ,,~t~~,,~I':,. it,:,: .) " 1~""W'~ JlP:l~j:'\~j\;q;:Y'!\, ~",fl ;~,'~I'~rt::'),,',[t:l~~l': I, I[ .. ! . . ^ ~l .hll : . l r Ii t i ~ '. ~ 1". ':i
1\:11011111'1,'1'" i"^' , ":i.~'Y:("-~riJli"j'l"'(' ,,- 'I.. ,'lll"II~I';"J' ,n 'I" "," .1.",)111,1,\,."1-",, I".;: I) "I,H~i\I:I;V,!lrl:' ",,,' ~:.1,'1...\,,::1.11 t .1
:'~',j;1I~l)~ ~,'~ij'~l"I"~" ,.,~:~~~~. ,~): \;:'.,~': il;;~1 /11<;\\lr{'I~!:f.~. ,1~~,,'tl"'~IV~IJ,!~l!.l\..:~l,,),'l\f~ , 111~h""'lrrl",J:' h'l, 1.tj[.'i!,'ILUJ(;f.l. :i; I
_' _ _ , ~.. it . . . . , J'.....I,~.. r ~ ~ I< J"" ,".r< "" 11. J I r or '1 j "". ~,~ . ~~. , " I( L' ~.... ;.L;I... j':: !,' '.. .' ': t t j
U-5 Fire Hydrant Assembly EA 2
U-6 Blow-off Valve Assembly EA 3
U-7 Air Release Valve Assembly EA 4
U-B 6" Wet Tap Assembly with Valve EA 3
U-9 Water Service EA 103
U-10 Connect Residential Unit to Service EA 103
U-11 Remove from Service Existing Water Facllilles LS 1
U-12 8' Sanitary Sewer PVC (Cut O'~') LF 3,276
U-13 8' Sanitary Sewer PVC (Cut 6'-8') LF 424
U-14 Sanitary Sewer Manholes (Cut 0'-6') EA 19
U-15 Sanitary Sewer Manholes (Cut 6'-B') EA 5
U-16 Sanitary Sewer Conflict Manhole EA 1
ADDENDUM NO.1
OE-404/1.0 (03/13/08)
00400-11
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08.Q6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
" ::I..t/t:=~:';;4\~i ':;;.~ 1'~ c'~1 (\I~ ~~:,- ;~:~-r.:\":'"r~,lr:!
~ LlIL,~irr~v,r '!'l' 'j;, (, (t'(/:ltJi'fl,'t1rl["-1/, .':.~ 1';:, " Jr ~uJ
I ~. ',j}(('J,. I:L: ,I: >,' ~1" :,l:j : ~ ,\ ~ ~.,. :~.. .,\ f~"J j
, , I: ;:', ;,'1;,,';,1,. .', .... '.I t' .11I1~1I"I!.m(' r~';': ":; i . ' ; II': :~,i)\ii:ll~I;;r'.i"," !'r 111~\,~i::ll\\a~dS~I~
~It) t. ~,' " , it J . I t it I ,". f ~ ~ :j r ~',.f '~l l, ,1.. _ ,
" ';:',1\. ',' ,I \:' ,I ;,1,_, 1\,1~41~li!JJij~Y:;~ .' " II \t1,~~'thll/ll.:~~~~;~t.l1ilt'r.~t('ttl,"I:lt/~~~.l]
; _ L . '" 'lo' ;<.. L _..~. .,.~ -'- _ _ l _ , ~ J ... ~ J.) H ." I
U-17
Service Lateral
EA
122
U-1B
Connect Residential Unit to Lateral
EA
122
U-19
Connect to Existing Sanitary Sewer System
LS
U-20
Remove from Service Existing Sewer System
LS
Total Base BId (Total of BId Items 101-1 through U-20)
ADDENDUM NO, 1
OE-404/1.0 (03/13/08)
00400-13
Mayor
S. Scott Vandergrift
center of Good Li
'\,'o.e tr/~
Commissioners
Gary Hood. District 1
Scott Anderson. District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
March 14, f008
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #B08-06
PIONEER KEY II INFRASTRUCTURE REHABILITATION PROGRAM
This addendum shall modify and become a part of the original bid documents for the Pioneer Key II Infrastructure
Rehabilitation Program. This addendum consists of six (6) pages including the Revised Schedule of Bid Items.
Bidders shall acknowledge receipt of Addendum Two (2) in the space provided in Section 00400 of the bid
documents. Failure to do so may subject the bidder to disqualification.
CHANGES TO THE BID DOCUMENTS ARE AS FOLLOWS:
1. CHANGE BID DATE TO TUESDAY. MARCH 25. 2008 AT 2:00 P.M., LOCAL TIME.
2. USE THE REVISED SCHEDULE OF BID ITEMS FORMS ATTACHED TO THIS ADDENDUM.
attachment: Revised Bid Schedule Forms
City of Ocoee . 150 N Lakeshore Drivc . Ococc, Florida 34761
phone: (407) 905-3100' fax: (407) 656-8504 . www.cLocoee.tl.us
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08..o6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
~.""F;,\j""ll'l"\'~i":'" '."f ^,- t" ,..' :"'1" I'",r:. ""I' \.'11.... ),:,",' .H' 'j ~i " l' ,.i, ..,~ ''',It:':~'~'';l' i"""'T,H'Vl' "'~l'l
,I ~^ ( j'l .,1 ~'1'1Ir r'~\ " ",: " e,' 'i .; i f,,1' "f ~;l;:;ld"'; r ,i . ,f d.., , IlIld~[ I~ :n'le ' \" ,'!, r'" I 'oil > ~ II! 't~!!:h"I"}' g rJi1v' :,"1'
, \ $~~ - ,1 ~" ~~,.", " " ,,'. ,,~, l \ :':" ,. I" , \ ,'. '.' \ ," ; , ' · . ~ ~. .' " 'If ~,,,,,. - J
i1if.~ tLHJij~~~1~;i~i~l;;:::;;~ ,~,((V!.:~I~',j 1.:'~~~:t;~tl'i~~/ii';'j~bl;\i!,iti.Jl~I~%~t~[j[il~L~! ~k! ~~~~~~i;L~
101-1 Mobilization LS 1
101-2 Survey and Layout LS 1
102-1 Maintenance of Traffic LS 1
104-14 Prevention, Control and Abatement of Erosion LS 1
and Water Pollutfon
120-9 Excavation, Embankment and Grading LS 1
DRAINAGE
180-72 Stabilized Subbase (12') SY 12,480
285-704 Optional Base (Optfonal Base Group 04) SY 9,800
333-1-3 Type III Asphaltic Concrate (1-1/2') SY 9,600
400-1-15 Class I Concrete (Mlscellanaous) CY 9,06
425-1-521 Inlet (DT Bot Type C) (<10') EA 21
425-1-541 Inlet (DT Bot Type D) (<10') EA 7
425-2-4 Manhole (P-7) (<10') EA 3
425-2-7 Manhole (J-7) (<10') (Conflict) EA 1
425-4 Adjusting Inlets EA 8
ADDENDUM NO.2
OE-404/1.0 (03/14/08)
00400-5
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08.o6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
430-11-323 Concrete Pipe Culvel1 (Class III) (15") (SS) LF 32
430-11-325 Concrete Pipe Culvert (Class III) (18") (SS) LF 355
430-11-329 Concrete Pipe Culvert (Class III) (24') (SS) LF 64
430-11-333 Concrete Pipe Culvert (Class III) (30') (5S) LF 16
430-140-101 Elliptical Concrete Pipe Culvert (Class HE III) LF 16
(12"x18') SS)
430-140-103 Elliptical Concrete Pipe Culvert (Class HE III) LF 64
(19" x 30") (SS)
430-984-223 Mitered End Section (15") EA
443-70-2 French Drains (15' Slotted RCP) LF 185
443-70-3 French Drains (18" Slotted RCP) LF 1,963
443-70-4 French Drains (24' Slotted Rep) LF 391
443-70-5 French Drains (30" Slotted RCP) LF 95
443-70-6 French Drains (12"x18" Slotted Elliptical RCP) LF 94
ADDENDUM NO.2 OE-40411.0 (03/14/08)
00400-7
DATE SUBMIITED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #B08.o8
PIONEER KEY II
INFRASTRUCTURE REHABiliTATION PROGRAM
443-70-7 French Drains (19" x 30" Slotted Elliptical RCP) IF 527
520-2-9 Concrete Curb (Special) (12. x 8') IF 7,839
522-2 Concrete Sidewalk (6' Thick) SY 3,552
550-2-6 Fencing (Type B) IF 1,000
575-1 Sodding SY 6,541
700-40-1 Single Sign Post AS 12
700-46-21 Relocate Existing Sign (Single Post) AS 15
UTiliTIES
U-l 6" DIP Water Main, C-151, Class 50 LF 3,600
U-2 4" DIP Water Main, C-151, Class 50 LF 700
U-3 6" Gale Valve and 01 Velve Box EA 12
U-4 4" Gate Valve and 01 Valve Box EA 4
ADDENDUM NO.2 OE-404/1.0 (03/14/08)
00400-9
~...-.---._---.......-.-..- .._--_..,,--_..---._--.---_....._-_..._~._...... ".----._._._...~._....-._..__..- ..--. .-.- _....-........_...........~ -_.__.....__....~-...---_.__...-.-_.._------- -----.....---....
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #BOS..Q6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
U-5 Fire Hydrant Assembly EA 2
U-6 Blow-off Valve Assembly EA 3
U-7 Air Release Valve Assembly EA 4
U-8 6" Wet Tap Assembly with Valve EA 3
U-g Water Service EA 103
U-10 Connect ResidentiellJnit to Service EA 103
U-11 Remove from Service Existing Water Facilities LS
U-12 8" Sanitary Sewer PVC (Cut 0'-6') LF 3,276
U-13 B" Sanitary Sewer PVC (Cut 6'-8') LF 424
U-14 Sanitary Sewer Manholes (Cut 0'-6') EA 19
U-15 Sanitary Sewer Manholes (Cut 6'-8') EA 5
U-16 Sanitary Sewer Conflict Manhole EA
ADDENDUM NO.2 OE-404/1.0 (03/14/08)
00400-11
_. .__._._._ _.'_"~"_' ..' ....._ ........_~._,__..._ _..... ...._...... ..........._.._.___...__.~ ...._ ..__.._._._..~ _.......__.. _'. ~._. _ _.. ._.._ ..___ _ _.... "....... ~__.._."..,._.....~...___....._... ........ __~ ......"'~... "'...._.. ...--.. ...._._.w_...--....._~_.,_w_.......
DATE SUBMITTED:
NAME OF BIDDER:
SCHEDULE OF BID ITEMS
BID #BOS-06
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
U-17
Service Lateral
EA
122
U-18
Connect Residential Unit to Lateral
EA
122
U-19
Connect to Existing Sanitary Sewer System
LS
U-20
Remove from Service Existing Sewer System
LS
Total Basu Bid (Total of Bid Itum8101-1 through U-20)
ADDENDUM NO.2
OE-404/1.0 (03/14/08)
00400-13
Mayor
S, Scott Vandergrift
center of Good ["
<\,~e t>,~
Commissioners
Gary Hood, District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Joel Keller. District 4
City Manager
Robert Frank
March 20, 2008
ADDENDUM NO: THREE (3)
CITY OF OCOEE
BID #B08-06
PIONEER KEY II INFRASTRUCTURE REHABILITATION PROGRAM
This addendum shaH modify and become a part of the original bid documents for the Pioneer Key II Infrastructure
Rehabilitation Program, This addendum consists of (;me (I) page. Bidders shall acknowledge receipt of Addendum Three (3) in
the space prQvided in Section 00400 of the bid documents, Failure to do so,,\may subject the bidder to disqualification.
QUESTIONS BY SLAUGHTER CONSTRUCTION (March) 7. 2008)
Ouestion; Bid Item U-IO "Connect residential unit to service" 103 each.
Please clarify that this item is for the connection of the house service at the new meter location or is it for the installation of a
new service line from the meter to and connecting to the residence,
Response: The intent of the bid item is to pay for the connection of the residential unit to the water service. The water
service Is considered the pipe from the water main up to and including the meter assembly. It is not anticipated that a
new pipe will be required for those meter nQt being relocated. For the meter being relocated it may be necessary to
replace a PQrtion, if not the entire pipe from the meter to the residential unit. The exact amount of pipe replacement
must be determined during construction on a case-by-case basis.
Ouestion: Bid Item U-l)- "Remove from service existing water facilities"- LS
a) Does this pay item require grouting the existing water mains shown on drawing U-3'?
b) Ifbid item 0-10 involves replacing the existing service line between the meter and the house, is removal of the existing
service line also required under this pay item?
Response: This Bid Item does include grouting of the existing water mains as necessary to take the existing water
system out of service. The existing pipe from the meter to the residential does not have to be removed if a new pipe is
installed.
Ouestion: Bid item U-20- "Remove from service existing sewer system". Measurement & payment section refers to the pay
item as removing only pipe designated "to be removed" on the drawings", (These are no such note on the drawings that we
find). No mention is made of grout filling these lines,
However note 21 on drawing U-) does state existing sewer lines are to be grout filled.
Is the intent of this pay item to grout fill the existing sewer lines shown on drawing U-3, If so are the service laterals to the
residences to be grout filled also?
Response: Bid Item U-20 includes both grouting and removal of the existing sanitary sewer systcm. Sce thc note
requiring the removal ofthe sewer pipe at Sta. 3Ql+44, Drawing U-09 for a location where the sewer pipe is called out
to be removed. The sewer pipe ml,lst be removed ir, order to eliminate conflict between existing and proposed facilities,
in this case the proposed wastewater collection system. Other conflicts may occur between the existing sewer system
and stormwater pipes. The sewer laterals are also tl1 be grouted filled.
~.~
~rt~ CPPB
Purchasing Agent
City ofOcoee . 1 SO N Lakeshore Drive' Ocoee. Florida 34761
phone: (407) 905-3100' fax: (407) 656-8504 · www.cLocoee.fl.lIs
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the day of in the year 2008 by and
between the City of Ocoee, Florida, a municipal corporation, hereinafter called the OWNER, Central
Florida Environmental Corp., hereinafter called the CONTRACTOR.
OWNER and CONTRACTOR, in consideration or the mutual covenants hereinafter set forth, agree as
follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
PIONEER KEY II-INFRASTRUCTURE REHABILITATION PROGRAM
Pioneer Key II is an existing 122-lot mobile home park encompassing
approximately 16 acres, located within Section 18 of Township 22 South, Range 28
East within the corporate limits of the City of Ocoee. More specifically, the Pioneer
Key II project is located immediately south of Palm Drive, north of Taylor Street
(State Road 438), west of Ocoee-Apopka Road (County Road 437), and immediately
east of the Western Beltway (State Road 429). There are 122 lots within the Pioneer
Key II Mobile Home Park.
This is a joint project between the City of Ocoee, Orange County and the U.S.
Department of Housing and Urban Development (HUD). This project includes the
rehabilitation of the public facilities within the Pioneer Key II Mobile Home Park.
The facilities to be rehabilitated and expanded include the existing drainage
conveyance system, the potable water distribution system, the wastewater
collection system and the interior roadways within an existing 30-foot wide right-
of-way. The existing roadways are to be completely reconstructed, due to their
poor structural condition. The existing drainage, potable water and sewer systems
infrastructure are to remain in service while the new facilities are constructed, as
much as possible. Access to the residential units is also to be maintained during
construction. This project will connect the drainage system for the Pioneer Key II
Mobile Home Park to the previously permitted regional stormwater pond (SJRWMD
No. 40-095-27953-3) located on the north side of Palm Drive.
The full depth reconstruction of the Pioneer Key II interior roadways will include
constructing an inverted crown roadway with 10-foot wide lanes in either direction,
for a total roadway width of 20-feet. The roadway will be bound on both sides by a
12-inch by 8-inch concrete ribbon curb and 4-foot wide concrete sidewalks. The
drainage system will consist of a French drain system aligned along the centerline
of the roadway to collect and convey both surface and groundwater flows to the
system. The roadway drainage system will also connect to the existing drainage
infrastructure that is already in place within the mobile home park, which will
discharge across Palm Drive into the Pioneer Key II regional stormwater pond.
The French drain system will consint of circular slotted concrete pipe encased in
rock aggregate within a filter fabric: envelope. Ditch bottom inlets (with will be
constructed at selected locations ah>ng the roadways to provide collection points
for surface water. Approximately 3,260 linear feet of slotted pipe and 550 linear
feet of non-slotted pipe of varying sizes are proposed to be constructed for the
mobile home drainagl~ infrastructure. In addition, thirty-two (32) inlets and
OE-404/1.0 (01/31/08)
00520-1
manholes are proposed to be constructed, as well as the adjustment of seven (7)
existing inlets to the proposed finished grades. One (1) of the manholes will be a
utility conflict manhole at the crossing of an existing storm sewer pipe and a
proposed sewer main.
The specific items to be installed for the City of Ocoee Utilities Department include
approximately 4,300 linear feet of 4-inch and 6-inch diameter main with all
appurtenances including fittings, restrain devices, valves and fire hydrants. The
work also includes the construction of 3,700 linear feet of sanitary sewer pipe and
twenty-five (25) sanitary manholes and the installation of one-hundred three (103)
water services and one-hundred twenty-two (122) sewer services. The existing
water distribution system and the existing wastewater collection system are to be
taken out of service once the new facilities have been constructed and made
operational. Once out of service the existing service lines are to be removed and
the pipelines are to be grouted in place.
ARTICLE 2. ENGINEER
The Project has been designed by Professional Engineering Consultants, Inc. (PEC), who is hereinafter
called ENGINEER and who is to act as Owner's representative, assume all duties and responsibilities and
have the rights and authority assigned to ENGINEER in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIME
3.1 The Work shall be Substantially Complete as follows:
3.2
3.3
3.1.1. Deleted.
3.1.2. The Work shall be Substantially Complete (All Work complete except for items
referenced in paragraphs 3.1.1 above and the placement of permanent pavement
markings on all final asphaltic concrete surfaces; The entire Work shall be complete and
ready for its intended use; Work to be completed shall include final dressing and
cleanup) in two hundred ten (210) consecutive calendar days from the effective date of
Notice to Proceed as provided in paragraph 2.3 of the General Conditions
(Commencement of Contract Time; Notice to Proceed).
The Work shall be Finally Completed and ready for final payment in accordance with the General
Conditions (Final Payment and Acceptance) within two hundred forty (240) consecutive calendar
days from the effective date of the original Notice to Proceed as provided in paragraph 2.03 of the
General Conditions (Commencement of Contract Time; Notice to Proceed). Placing of
permanent pavement markings on all final asphaltic concrete surfaces shall not be accomplished
prior to thirty (30) calendar days after placement of the final surfaces. The Changing of Contract
Time will be suspended during the thirty (30) calendar day period provided the Work is
considered as Substantially Complete as provided in paragraph 3.1 above. The Changing of
Contract Time will resume on the 31st day.
As provided in paragraph 3.1.1, ,1.2 res ectively and 3.2 above, the Work will be substantially
completed on or before ,20M, and completed and ready for final
payment on or before , 20--g:[.
3.4
CONTRACTOR recognizes that time is of the essence of this Agreement and that OWNER will
suffer financial loss if the Work is not completed within the times specified in above, plus any
extensions thereof allowed in accordance with the General and Supplementary Conditions.
Contractor acknowledges that proving the actual loss and damages suffered by OWNER if the
Work is not completed on time is impracticable and not susceptible to exact calculation.
OE-404/1.0 (01/31/08)
00520-2
Accordingly, instead of requiring any such proof, CONTRACTOR agrees that as liquidated
damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER One Thousand
Dollars ($1,000.00) for each day that expires beyond the time specified in paragraph 3.3 above
for substantial completion and Four Thousand Dollars ($4,000.00) for each day that expires
beyond the time specified in paragraph 3.3 above for final completion (readiness for final
payment).
3.5 In addition to the liquidated damages, there shall be additional incidental damages paid by the
Contractor to the Owner for failure to timely complete the work. These may include, but not be
limited to, delay damage settlements or awards owed by Owner to others, inspection and
engineering services, interest and bond expense, delay penalties, fines or penalties imposed by
regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred
by Owner in connection with Contractor's failure to timely complete the work.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the
Contract Documents in current funds at the lump sum Contract Price of One Million Three
Hundred Seventy-Five Thousand Five Hundred Forty Two and 62/100 $1,375,542.62
(words) (numbers)
or unit prices presented on the Bid Form, Schedule of Bid Items attached to this Agreement.
4.2 The CONTRACTOR agrees that the Contract Price is a stipulated sum except with regard to
those items in the Bid which are subject to unit prices and agrees to perform all of the WORK as
described in the CONTRACT DOCUMENTS, subject to additions and deductions by Change
Order, and comply with the terms therein for the Total Base Bid stated in the attached Bid
Schedule of the Bid Form.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit applications for Payment in accordance with Article 14 of the General
Conditions. Applications for Payment will be processed by ENGINEER as provided in the General
Conditions.
5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on
the basis of CONTRACTOR'S properly submitted and approved Applications for Payment as
recommended by ENGINEER not later than the tenth day after the end of each month for which
payment is requested as provided in paragraphs 5.1.1 and 5.1.2 below. All such progress
payments will be on the basis of the progress of the Work measured by the Schedule of Values
established in paragraph 2.9 of the General Conditions (Finalizing Schedules) (and in the case of
Unit Price, Work based on the number of units completed) or, in the event there is no schedule of
values, as provided in the General Requirements.
5.1.1 Progress payments will be made in an amount equal to the percentage indicated below,
but, in each case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.7 of the General Conditions (Review of Application for Progress
Payments).
Ninety percent (90%) of the value of Work completed, and ninety percent (90%) of the
value of materials and equipment not incorporated into the Work but delivered and
suitably stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions; with the balance of the value of the Work
being retainage. At the sole discretion of the Owner, after fifty percent (50%) of the Work
is completed, further monthly progress payments may be made in full, with no additional
OE-404/1.0 (01/31/08)
00520-3
retainage, provided that: (a) Contractor is making satisfactory progress, and (b)
Contractor is in full compliance with the currently accepted progress schedule, and (c)
there is no specific cause for greater withholding. However, the Owner may
subsequently resume retaining ten percent (10%) of the value of Work completed and
materials delivered if, in the sole determination of the Owner, the Contractor is not
performing according to the Contract Documents or not complying with the current
progress schedule.
5.2 Final Payment - Upon final completion and acceptance of the Work in accordance with
Paragraph 14.13 of the General Conditions (Final Payment and Acceptance), as
supplemented, OWNER shall pay Contractor an amount sufficient to increase total
payments to 100 percent of the Contract Price. However, not less than two percent (
2% ) of the contract price shall be retained until Record Drawings, specifications,
addenda, modifications and shop drawings, including all manufacturers instructional and
parts manuals, are delivered to and accepted by the ENGINEER.
ARTICLE 6. INTEREST
All monies not paid when due as provided in Article 14 of the General conditions shall bear interest at the
rate of 6% simple interest per annum.
ARTICLE 7. CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the
Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents
including "technical data."
7.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general,
local and site conditions that may affect cost, progress, performance and furnishings of the Work.
7.3 CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress, performance and furnishing of the Work.
7.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground
Facilities) which have been identified in Section 00300 "Information Available to Bidders".
7.5 CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so)
all such additional supplementary examinations, investigations, explorations, tests, studies and
data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to
the site or otherwise which may affect costs, progress, performance or furnishing of the Work or
which relate to any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by CONTRACTOR and safety precautions and programs incident
thereto. CONTRACTOR does not consider that any additional examinations, investigations,
explorations, tests, studies or data are necessary for the performance and furnishing of the Work
at the Contract Price, within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents.
7.6 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at
the site that relates to the Work as indicated in the Contract Documents.
7.7 CONTRACTOR has correlated the information known to CONTRACTOR. information and
OE-404/1.0 (01/31/08)
00520-4
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents and all additional examinations, investigations, explorations, tests, studies and data
with the Contract Documents.
7.8 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or
discrepancies that CONTRACTOR has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR, and the Contract Documents
are generally sufficient to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
7.9 CONTRACTOR shall perform work with a value of not less than fifty percent (50%) of the
Contract Price with his own forces.
ARTICLE 8. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work are attached to this Agreement, made a part hereof and consist of the following:
8.1 This Agreement (Section 00520) (pages 1 to 7, inclusive).
8.2 Exhibits to this Agreement (sheets to ,inclusive).
8.3 Performance Bond, Payment Bonds and Certificates of Insurance (Sections 00610, 00611 and
00620, respectively).
8.4 Notice of (Intent to) Award and Notice to Proceed (Sections 00510 and 00550, respectively).
8.5 General Conditions (Section 00700 - NSPE - ACEC Document 1910-8 (1996 Edition), as
modified and supplemented.
8.6 Supplementary Conditions (Section 00800A).
8.7 Project Manual bearing the general title "CITY OF OCOEE, BID #B08-06, PIONEER KEY II -
INFRASTRUCTURE REHABILITATION PROGRAM, FEBRUARY 2008" and consisting of
Divisions 0 through 16, as listed in the Table of Contents thereof, including Invitation to Bid
(Section 00100) and Instructions To Bidders (Section 00200)
8.8 Drawings consisting of a cover sheet and the sheets bearing the following general title:
Pioneer Key II - Infrastructure Rehabilitation Program
8.9 Addenda numbers 1 to 3, inclusive.
8.10 CONTRACTOR'S Bid (Section 00400) (pages...L to 13 ,inclusive).
8.11 Documentation submitted by CONTRACTOR prior to Notice of Award (pages _ to _ ,inclusive).
There are no Contract Documents other than those listed above in this Article 8. The Contract
Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
ARTICLE 9. MISCELLANEOUS
9.1 Terms used in this Agreement which are defined in Article 1 (Definitions) of the General
Conditions shall have the meanings indicated in the General Conditions, as modified in the
Supplementary Conditions.
OE-404/1.0 (01/31/08)
00520-5
9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will
be binding on another party hereto without the written consent of the party sought to be bound;
and specifically, but without limitation, moneys that may become due, and moneys that are due,
may not be assigned without such consent (except to the extent that the effect of this restriction
may be limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this
contract to the State of Florida or any political subdivision, municipality, special district or authority
thereof without Contractor's consent and without recourse.
9.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal
representatives to the other party hereto, his partners, successors, assigns, and legal
representatives in respect to all covenants, agreements, and obligations contained in the Contract
Documents.
9.4 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner
that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may
be brought by either of the parties hereto against the other on any matters concerning or arising
out of this Agreement.
9.5 Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid
and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and enforceable provision
that comes as close as possible to expressing the intention of the stricken provision.
OE-404/1.0 (01/31/08)
00520-6
IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract
Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on his
behalf. '
This Agreement will be effective on
,2008.
CONTRACTOR:
ATTEST:
r~~
k/At;:6
BY:
WITN~ ~
/
NAME~V:j c;: ~-I-c&V
TITLE: P I <.Slj~4- '
I
OWNER:
APPROVED:
ATTEST:
CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk
S. Scott Vandergrift, Mayor
(SEAL)
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND LEGALITY
APPROVED BY CITY OF OCOEE
COMMISSION AT A MEETING
HELD ON , 2008
day of
,2008
this
FOLEY & LARDNER, LLP
BY:
END OF SECTION
OE-404/1.0 (01/31/08)
00520-7
SECTION 00540
INDEMNIFICATION AGREEMENT
City:
CITY OF OCOEE
Engineer:
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
ORLANDO, FLORIDA
Contract
Description:
PIONEER KEY II-INFRASTRUCTURE REHABILITATION PROGRAM
Hold Harmless/Indemnification: To the fullest extent permitted by laws and regulations, and in
consideration of the amount stated on the Bid proposal for indemnification, the Contractor shall defend,
indemnify, and hold harmless Engineer, its officers, directors, agents, guests, invitees, and employees
from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including
but not limited to fees and charges of engineers, architects, attorneys, and other professionals and court
and arbitration costs) arising out of or resulting from any acts of commission, omission or negligence in
the performance of the Work by the Contractor, any subcontractor, or any person or organization directly
or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any
of them may be liable.
In any and all claims against Engineer, or any of their officers, directors, agents, or employees by any
employee of the Contractor, any subcontractor, any person or organization directly or indirectly employed
by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,
this indemnification obligation shall not be limited in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for the Contractor or any such subcontractor or other
person or organization under workers' or workmen's compensation acts, disability benefit acts, or other
employee benefit acts, nor shall this indemnification obligation be limited in any way by any limitation on
the amount or type of insurance coverage provided by Engineer, the Contractor, or any of its
subcontractors.
Subrogation: The Contractor and his subcontractors shall reql,lire their insurance carriers, with respect to
all insurance polices, to waive all rights of subrogation against the City and the Engineer.
Nothing in this Indemnification Agreement shall be deemed to affect the rights, privileges and immunities
of the City as set forth in Florida Statutes 768.28.
The Indemnifications contained herein shall survive the expiration or earlier termination of the Contract
Agreement.
C~/l-r,J (1~rlL.. &V/"I);#Mc~--;-~A- 4'1'.
,
Name of Organization
pntra~
~.' ~~~
Owner or Officer
~/
By:
END OF SECTION
OE-404/1.0 (01/23/08)
00540-1
FloRidA
SURETY
ONds, I NC.
:l
620 N. WYMORE ROAd, SUiTE 200
MAiTlANd, FL } 2 7 5 I
407-786-7770
FAX 407-786-7766
4}5 S. RidGEwood AvE., SUiTE 20}
DAYTONA BEACH, FL }2114
}86-898-0507
FAX }86-898-051O
888-786-BOND (266})
FAX 888-71 8-BOND (266})
Aoril16, 2008
WWW.FlORidASURETYBONds.COM
City of Ocoee, Florida
150 N, Lakeshore Drive
Ocoee, FL 34761
Re: Authority to Date Bonds and Powers of Attorney
Principal: Central Florida Environmental Corporation
Bond No.: 54-170143
Project: Pioneer Key II - Infrastructure Rehabilitation Program, Pioneer Key II
Mobile Home Park, Ocoee FL
Dear Sir or Madam:
Please be a.dvised that as Surety on the above referenced bond, executed on your behalf
for this project, we hereby authorize you to date the bonds and the powers of attorney
conClllTent with the date of the contract agreement.
~
Once dated, pleasefax a copy of the bonds to our office.
Sincerely,
United Fire & Casualty Comoany
d~~-~
Patric:a L. Slauqhter
Atte,mey-in-Fact and
Florida Licenseo Resident Agent
Public Work
F.S. Chapter 255.05 (l)(a)
Cover Page
THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE
WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23
FLORIDA STATUTES.
Executed in 5 Counterparts
BOND NO:
54-170143
CONTRACTOR NAME:
Central Florida Environmental Corporation
910 Belle Avenue, Suite 1040
Winter Sprinqs, FL 32708
CONTRACTOR ADDRESS:
CONTRACTOR PHONE NO:
(407) 834-6115
SURETY COMPANY:
United Fire & Casualty Company
118 Second Avenue SE
Cedar Rapids, IA 52401
(319) 399-5700
OWNER NAME:
City of Ocoee, Florida
150 N. Lakeshore Drive
OWNER ADDRESS:
OWNER PHONE NO.:
Ocoee, FL 34761
(407) 905-3100
OBLIGEE NAME: (If contracting
entity is different from the owner,
the contracting public entity)
OBLIGEE ADDRESS:
OBLIGEE PHONE NO.:
BOND AMOUNT:
$1,375,542.62
CONTRACT NO.: (If applicable)
DESCRIPTION OF WORK:
Pioneer Key II - Infrastructure Rehabilitation Program
PROJECT LOCATION:
Pioneer Key II Mobile Home Park, Ocoee FL
LEGAL DESCRIPTION:
(If applicable)
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon.
- ---
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND.
BOND NO. 54-170143. EXECUTED IN 5 ORIGINAL COUNTERPARTS
SECTION 00610
CONSTRUCTION PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS Ihat Central Florida Environmental Corporation
, (hereinafter referred to "s "Principal"),
end United Fire & Casualty Company --'- a corporation organized under the taws of the
State of Iowa and licensed to do business in the State of Florida
. (hereinafter referred to as "Surety"), and held and firmly bound unto the City of Ocoee.
Florida, as Obligee, (hereinafter referred to as "Obligee"), in the Penal Sum of ., for the payment of which
sum well and truly made, Principal. i1nd Surety bind themselves. their heirs, personal representatives,
successors and assigns, jOintly and severally. nrmly by these presents. *$1.375,542.62
WHEREAS, Principal has by written agreement dated , entered
Into a", contract, (hereinafter referred to as the" "Contract") with Obligee, for' the construction of
improvements for the following Project: CITY OF OCOEE, BID #B08~6 . PIONEI;R KEY II .
INFRASTRUCTURE REHABILITATION PROGRAM (hereinafter referred to as the "Project") in
accordance with the pl~ns and specifications prepared by Professional Engineering Consultants, Inc.
(PEC), dated February 2008, and;
NOW, THEREFORE. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal
shall well and truly" perform all tl1e undertakings. covenants. terms, conditions, and agreements of said
Contract including. but not limited to, the making of payments to persons or entities providing labor,
materials or services to Principal under the Contract, within the time provided therein, and any extensions
ther~Of that may be granted by the Obligee. and also during the life of any warranty or guaranty required
under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions.
and agreements of any and all duly authorized and modifications of said Contract that may hereafter be
mElde, .and shall pay, compensate. indemnify and save harmless the said obligee of and from any and all
loss, damage and expense, or from any breach or default by Principal under the Contract, including, 'but
not limited to, liquidated damages, damages caused by delays in performaJ"lce of the Principal, expenses.
cost and attorneys' fees, Inclu~lng' appellate proceedings, that Obligee sustains resulting directly or
indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations
shall be null aJ"ld void; otherwise, it shall remain in full force and effect and Surety shall be liable to
Obligee under this Performance 60n9.
The Surety's qblig2ltions hereunder shall be direct and immediate and not conditional or
contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and
effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee
and Principal without the Surety's Knowledge or consent; (ii) waivers of compliance with or any default
under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's
:knowledge or consent; (Iii) the discharge of Principal from its obligations under the Contract as a result of
any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any
similar $tate or federal law, or any limitation of the liability of Principal or its estate as a result of any such
proceedings; or (iv) any other a1ction taken by Obligee or Principal that would, in the absence of this
clause, result in the relealse or discharge by operation of law of the Surety from its obligations hereunder.
In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the
Surety shall also indemnify and save the Obligee harmless from any.and all loss, damage. cost and
expense, Including reasonable 2lttornflYs' fees and other legal costs for all trial and a1ppellate proceedings.
resu~ing dIrectly or Indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph
shall 5Ul"JIVe the lermination or cancellation of this Performance Bond. The obligations set forth in this
paragraph shaH not be limited by the Penal Sum of this BoM.
OC.404/1.0 (01/31/08)
00610-1
Any changes in or under the Contract or the Contract and compliance or noncompliance with any
formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's
obligations under this bond, and Surety hereby waives notice of any such changes. Further. Principal
and Surety Olcknowledge that the Penal Sum of this bond shall increase or decrease in accordance with
approved changes or modifications to the Contract
The said Principal and the said surety agree that this bond shall inure to the benefit of all persons
supplying labor and material in the prosecution of the work prOVided for in the said subcontract. as well as
to the Obligee. and thilt such persons may maintain independent actions upon this bond in their own
names. :
IN WITNESS WHEREOF. the Principal and Surety have executed this instrument under their
se\'eral seals on' the day of , 2006, the name ~nd
corporate seal of each corporate party bei~g hereto affixed and these presents fully signed by its
undersigned representative. pursuant to the authority of its governing body.
Signed, sealed and delivered
in the presence of:
~~Jk
O\O~~
~().-~
United Fire & Casualty Company
Surety
8y:~~~~\ ~. ~ (SEAL)
(Official Titl~
Patricia L. Slaughter - Attorney in Fact
1~~~i~.r~i~ed ~y ~;d~red Agent)
PatriCia L. Slaughter (407) 786-7770
NOTE:
If Principal and. Surety are corporations, the respective corporate seal should be affixed
and attached.
Surety shall execute and attach a certified copy of Power of Attorney Appointing
Individual Attorney-In.Fact for executIon of Performance Bond on behalf of Surety.
END OF SECTION
OE-404/1.0 (01/31/08)
00610.2
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND.
BOND NO. 54-170143, EXECUTED IN 5 ORIGINAL COUNTERPARTS
seCTION 00611
STATE OF FLORIDA
CITY OF OCOEE
SECT.ION 255.05 FLORIDA STATUTES
PUBLIC PROJECT PAYMENT BONO
Central
KNOW ALL ME~ BY T.HESE PRESENTS that Florida Environmental Corporatipn hereinafter
called Principal, and United Fire & Casualty Corporation . a corpora1lon
organIzed under the laws of the State of Iowa , having its home office in the City of _
Cedar Rapids , and licensed to do busin.ess in the State of Florida, hereinafter called Surety,
are held and firmly bound unto the City of Oeoee, hereinafter called Owner. for the use and benefit of
claimants as ~rein below defined, in the Penal Sum of
une Million, Three Hundred Seventy Five Thousand, Five Hundred Forty Two & 62/100 Dollarsd
(WOrds) (numbers) **($1,375,542.62)
for the payment of which sum well and truly to be made, Principal and Surety bind ourselves, our heirs,
personal representatives, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has by written agreement dated ~ 2008,
entered into a contract with Owner for PIONEER KEY II -. INFRASTRUCTURE REHABILITATION
PROGRAM in accordance with the Contract Documents which are incorporated herein by reference and
made a ~art hereof, elrld are herein referenced to as the Contract.
WHEREAS, Surety i~ ('Juthori~ed to do business in the State of Florida.
NOW, THEREFORE, the condition of this obligation is such that if Principal Shall promptly make
payments to all claimants as defined in Sectlon 255.05 ET SEa, Florida Statutes. supplying Principal with
labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the Work
provided for in the Contract, then this obligation shall be void; othervvise, it shall remain in full force and
. effect subject, however, to the following conditions:
1, This bOnd is furnished for the sole purpose of complying with the requirements of Section
255.05, Florida Statutes. The condillons, provisions, and exemptions of Section 255.05, Florida Statutes
are hereby incorporated herein by reference.
2. It is a specific condition of this bond that a claimant's right of action on the bond is limited
to the provisions of Section 255.05, Florida Statutes, including, but not limited to,' the one-year tima
limItation within which suits may be brought. The proviSions of Section 255.05, Florida Statutes are
Incorporated herein by reference.
Therefore, a claimant. except a laborer, who Is not in privity with the Contractor and who has not
received payment for his labor, materials or supplies shall, within forty-five (45) days after beginning to
furnish I~bor. materials or supplies for the prosecution of the Work, furnish the Contractor with a notice
that he intends to look to the bond for protection. A claimant who is not in privity with the Contractor and
who has not received payment for his labor. materials or supplies shall within ninety (90) days after
performance of the labor or completion of delivery of the materials or supplies, deliver to the Contractor
and to the Surety M1ritten notice of the performance of the labor or delivery of the materials or supplies
and of the nonpayment. No action for the lebor, materials or supplies may be instituted against the
Ctlntractor or the Surety unless both notices have been given. No action shall be instituted againsl the
Contractor or the Surety on the bond after one (1) year from the performance of the labor or completion of
the delivery of the m.-terials or supplIes,
OE-404/1.0 (01/23/06)
00611-1
3. The Surety's obligations hereunder shall remain in full force and effect notwithstanding (i)
amendments or modifications to the Contract entered into by Owner and. Principal without the Surety's
knowledge' or consent, (ii) waivers of compliance with or any default under the Contract granted by Owner
to Principal without the Surety's knowledge or consent, (iii) the dIscharge of Principal from its obligatiOns
under the Contract as a result of any proceeding initiated under the Bankruptcy Code of 1978, as the
same may be amended, Or any similar state or federal law. or any limitation of the liability of Principal or
its estate as a re~ult of any such proceeding, or (iv) any other action taken by Owner or Principal that
would, in the absence of this clause, result in the release or discharge by operation of law of the Surety
from Its obligations herelmder.
4. Any changes in or under the Contract Documents (which include me urawings and
SpecIfications) and compliance or noncompliance with any formalities connected with the Contract or the
changes therein shell not affect Surety's obligations under this Sond and Surety hereby waives notice of
any such changes. Further, Principal and Surety acknowledge thet the !=lenal Sum of this Bond shall
jncre~e or decrease in accordance with thet approved changes or other modifications to the Contract
Documents.
5. The Surety hereby waives notice of any change, including chenges of time, to the
Construction Contract or to related subcontracts, purchase orders and other obiigations.
6. When' thi$ Sond has been furnished to comply with e statutory or other legal requirement
in the location where the Construction ContrClct was to be performed, any provision in the Sond confllctlng'
with s21d statutory or legal requirement shall be deemed deleted here from and provisions conforming to
such statutory or other legal require;"en.t shall 'be deemed incorporated herein, The intent is, that this
Bond shall be construed as a statlJtory Bond and not S9 a common law bond,
7. Upon request by eny person or entity appearing to be a potential beneficiary of this Bond,
the.Contractor shall promptly furnish.a' c~py of this Bond or sh.all permit a copy to be made.
8. DEFINITIONS
8.1 Claimant M individual or entity having a direct contract with the Contractor or with a
subcontractor of the Contractor to furnish labor, materials or equipment for use in the pertonnance of the
Contract The intent of this Bond shall be to include without limitation in the terms "labor, materials or
equipment" that p:art of water, gas, power, light, heal, oil, gasoline, telephone service or rental equipment
used In the Construction Contraet, architectural and engineering services required for performance of the
work of the Contractor and the Contractor's Subcontractors, and all other items for which a mechanic's
lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished.
8.2 Construction Contract: The agreement between the Owner and the Contractor identified
on the signature page. including all Conltact Documents and changes thereto.
8.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to
pay the Contractor as required by the Construction Contract or to perform and complete or comply with
the other terms thereof,
OE-404/1.0 (01/23/08)
00611-2
. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their
several seals on this day of . 2008, the name and corporate
$8al of each corporate: party being hereto affixed and these presents fully signed by its undsrsi9ned
representative, pursuant to authority of its governing body. ",
Signed. sealed and delivered
;~~~}K
rJlQ~
cJ4~f?-,d~ r
By:
SeAL) -
United Fire & Casualty Company
Surety
By: dAf-\, :J~ ~ ~'.---:J~ . (SEAL)
(Official Titlf!1
Patricia L. Slaughter - Attorney in Fact
d,J~:~~ ~. ~
(Countersigned by Florid Registered Agent)
Patricia L. Slaughter (407) 786-7770
NOTE:
If Principal and Sllrety are corporations, the respective corpor.ilte seal should be affixed
8nd attached,
Surety shall execute and attach a certified copy of Power of Attorney Appointing
Individual Attorney-ln-FClct for execution C)f Performance Bond on behalf'or Surety.
BIDDER:
OE-404/1.0 (01/23/08)
00611-3
CONSiRUCTJON PERFORMANCE AND PAYMENi BONDS
CITY OF OCOEE
PIONEER KEY II-INFRASTRUCTURE REHABILITATION PROGRAM
I, ~vld E. .s+~1 , certify that I i1m the Secretary of the
. f
corpOration named as Principal in the foregoin Construction Performance Bond, Perfpnnance and
......
Payment Bonds: that "I (: - who signed the said Bonds on
behalf of the Principal was th~~ f!'d. ('J.e~ of said corporation; that I know
@er) signature, an~er) signature thereto is genuine. and that said Bonds were duly signeq,
sealed and attested for and in behalf of said corporation by aut rity of its governing body.
~.-k
Secretary
(Corporate Seal)
Attach a Certificate of Insurance and/or Policy Binder indicating that Contractor has obtained
Comprehensive General liability, Automobile Liability, Worker's Compensatlon Insurance and all other
required Insurance.
01;-404/1.0 (01/23/08)
00611.4
.- -.','..
. ,-- ....
KNOW ALL MEN ~Y !HESEPRESENTS, "thatthe YNIT~O.FIRE& CASYAl,TYCOMPANY, a corp<>ration{juIY organized and
existing under the lawsoftheState oflbwa, !:tndhaving its principal office in Cedar Rapids, State of lowa,does make, constitute and
appoint LESLIE M DONAHUE. ORUM ENIV.ORJEFFREY W REICH, OR SUSANL REICH, OR TERESA L DURHAM. OR
PATRICIA L SLAUGHTER. OR,)GR~GORVMACKENZIE.()R GLORIAA.RICHARDS.OROON BRAMLAGE OF DAYTONA BEACH
FL. ALL INDIVIDUALLY of MAITLAND FL
'.""". ....-.. ',',', ',. '.-,-. '-.'.,. '....
',' ..,'. -,., ,.' .... -,.- .
VNITED FIRE & CASUA~TYCOMf)ANY
/~O~EOFfH~E~C~[)AR~PIDS...O~~
CERTIFIED COpy OF POWER OF ATTORNEY
(Original on file at H.orne Office of Company- See Certifi~ation)
its true and lawftJl Attorfley(sHn-Fact with p.ower and autnority hereby conferrecJ to sign, seal. and execute in .its behalf all lawful
bonds,undertakingsandotherobligatory instruments of similar nalure asfQUows: Any and A 11 BOnds
and to bind UNITED FIR5.& C~SUAL TY COMPANY therepy ~sfullyalld to the sarne>extent as if such instruments were signed by
the duly authorized officers of UNITED FIRE&CASUALTYCOMPANYand aflthe~cts of said Attorney, pursuant to the authority
hereby given are hereby ratified and confirmed.
The Authorityher~bY9rantedjlScontinuoU$and shall remain in full force andeffectuntil revokeQ by UNITED FIRE &
CASUALTY COMPANY. .
This power of Attomey ;s made andexecut~pursuant to and by authority .0# the following By-Law duly adopted by Board of
Directors oftheCompc:lnyonApriI18,1Q7'3. ... ..... ......... .......i
. "Artlc;leN ~t)uretyBonds andUl'ldertakings"
Section 2,Appointmentof Attbrney~i"..Fact."ThePresident or any Vice President,. (}r any other officer (}fthe Company may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies
of insurance, bonds. undertakings and other obligatory instruments of like nature. The signature of any officer authorized
hereby,and thE!li Corporate seal, may be affixed by facsimile to any power of attomeyor special power .of attorney or
certification of either authorized hereby; such signature and seal, when so used, being adopted by the. Company as the
original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same fOfceand effect as though manually affixed. Such attorneys-in fact, subject to the Jimitations set forth in their
respective certificates Of authority shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or
any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact.
,\\'11I11". IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused the.se presents to be signed by
",t~..cAS~j'". its vice preside....nt and its corporate seal to be hereto affixed this 16th day of. October, 2007....
~~"r; J..~"" . . ....
s~ - . <O~
=~<:ORPORATE ~;
::i . _e_ ~'i
~? ... -i::
~(! SEAL .'t;f
~,~... ,~,$
I,,: I(API\)'!t ~,\'
II,.,..,,,,"
UNITED FIRE& CASUALTY COMPANY
State of Iowa, County ofUnn, ss:
On 16th day of Octoper, 2007. before me personally came Dennis J. Richmann
tome known, who being by me duly sworn, did depose and say; that he resides in Cedar RapiQs, State of Iowa; that he is a Vice
President of thePNITEDFIRE & CASUAL TY COMPANY, the corporation described in and which e~ecuted the above instrument; that
he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the.Board oLpirectorsqf said corporation aDd that he signed his name thereto pursuant to like
authority, and acknowledges sarnetClbe theacfanqde~dOfsaid corporation;.
i:i'.l.
. .
--
By9-~r~
Vice President
Mary A.Jansen
Iowa Notarial Seal
Commlasion-:nt..untMtr
713273
My Commi..iOn Explr..
l1i/26110
~....~~
Notary. Public
I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy
of the Power of Attorney and affidavit, aoothe copypf t~eS~cti(.ln of the by-laws Of said Company as set forth in said Power .of
AttorneY,\'Vith the ORIGINALS ON FILE IN THEHOME ()FFfc:€OF SAID COMPANY, and that the same are correct transcripts
thereof, and of the whOle of the said originals, and thaUhesaid PowerofAttorney has not been revoked and is now in full force and
effect . .
"t"'~\~~",JntestimOl"\Ywhereof I havetlef!,!unto sl1bscrib~ my name andaffi~ed the corporate seal of the said Company
~~ J.n'~~ this day of 20_.
~o 0,
ff:CORPORATI \i
~l:-.-~;
.....SEAl . '>:~
\~. _: ~I
~e..~ ,~"",
~/.,", It.\pn)~ """,
~"'llm"""
j)~~'k~
JY<-~ <..re~~
BPOAOO190706
.~ CERTIFICATE OF LIABILITY INSURANCE I DATE (MMJDD/YYYY)
04/18/2008
PROOUCER (407)886-3301 FAX (407)886-9530 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
GENTRY INSURANCE AGENCY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
175 East Main Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PO Box 2046
APOPKA, Fl 32704-2046 INSURERS AFFORDING COVERAGE NAIC#
INSURED Central Florida Envlronmental Corp INSURER A: landmark American Insurance ColE ker
910 Belle Ave INSURER B: Auto-Owners Ins Co 18988
Suite 1040 INSURER C: Bridgefield Employers Ins. Co./S ","it
Winter Springs, Fl 32708 INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT\NITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IMTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHO\I\IN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~~ ~~~ TYPE OF INSURANCE POUCY NUMBER POUCY EFFECTIVE POUCY EXPlRA TlON LIMITS
GENERAL UABlUlY lHAI05474 09/24/2007 09/24/2008 EACH OCCURRENCE $ 1,000.000
-
X COMMERCIAL GENERAL L1ABILllY DAMAGE TO RENTED $ 50,000
- =:J ClAIMS MADE 00 OCCUR
MED EXP (Anyone person) $ n/a
- 1,000,000
A PERSONAL & ADV INJURY $
- 2,000.000
GENERAL AGGREGATE $
f-- 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COM PlOP AGG $
h POLICY m ~rg: n LOC
AUTOMOBILE UABlUlY 4304707800 09/24/2007 09/24/2008 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea accident) $ 1,000,00(
I--
ALL O'llotlED AUTOS BODILY INJURY
c--- (Per person) $
SCHEDULED AUTOS
B I--
f HIRED AUTOS BODILY INJURY
(Per accident) $
NON-O'IIotlED AUTOS
I--
I-- PROPERlY DAMAGE $
(Per accident)
GARAGE L1ABlUlY AUTO ONLY - EA ACCIDENT $
==1 ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSlUMBRELLA UABILllY LHA0413 7 4 09/24/2007 09/24/2008 EACH OCCURRENCE $ 1,000,000
:K] OCCUR o CLAIMS MADE AGGREGATE $ 1,000,000
A ollows Form $
==1 DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND 0830-28209 12/31/2007 12/31/2008 X I VVC STATU- I 10J~
EMPLOYERS' UABlUTY E.L. EACH ACCIDENT $ 500, OO(
C ANY PROPRIETORIPARTNERlEXECUTIVE
OFFICERlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 500,00(
If yes, describe under E.L. DISEASE - POLICY LIMIT $ 500 OO(
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
~E: IB08-06 Pioneer Key II Certificate Holder is included as Additional Insured as respects
~eneral Liability. General liability is Primary. Waiver of Subrogation in favor of Certificate Holder
~s respects General liability, Auto liability and Workers Compensation.
~10 days notice of cancellation for non-pay; 30 days notice for all other reasons.
~30 days notice of cancellation applies to workers compensation.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30* DAYS WRfTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO DBUGAnON OR UABIU1Y
City of Ocoee
150 N. lakeshore Drive
Ocoee, Fl 34761-2258
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Q)Jn.. cJ;.Pkrt--.l:k-
Debra liebknecht DAWN
ACORD 25 (2001/08) FAX: (407)656-8504
@ACORD CORPORATION 1988
-".
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
~
.~
.
;;lII
;4'
;;;If ,
~
ill
';jj
~
~.
~
;;.I
~
~
.~
1
~
I~
..
~-
~
1:::1
I
I :it
1:::1
:::I
::;I
:::I
:I
:i
:i
d
:::t
::i
~
::j
d
~
d
~
:t
:$
~
~
sa
DATE SUBMITTED: 3-~~-Dl?J
NAME OF BIDDER: Ct>J"YU)AL ~l[)n.l ~ er\)U\Omtnen1AL/'I-r,...
1~'fJ
O'''Ji(,~
-
SECTION 00400
BID FORM
SUBMITTED:
3-as-[)!)
(Date)
THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned BI DDER proposes and agrees, if this Bid is accepted, to enter into an Amendment
to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish
all Work as specified or indicated in the Contract Documents for the Contract Price and within the
Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance
with the other terms and conditions of the Contract Documents
2 BIDDER accepts all ofthe terms and conditions of the Bidding Documents including without limitation
those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days
after the day of Bid opening. BIDDER will sign and deliver the required number of counterparts of the
Amendment to the Agreement with the Bonds and other documents required by the Bidding
Requirements within ten (10) days after the date of OWNER'S Notice of (Intent to) Award.
3. In submitting this Bid, BIDDER makes all representations required by the Instructions to BIDDERs
and the Agreement and further warrants and represents that:
a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda:
No.
Dated 3-l~-lY?J
Dated ~- \4--()~
3
Dated: ~.Cb-c:B
No.
No.
a
Dated:
No.
(Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and
the Instructions to BIDDERs.
b. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work,
site, locality, and all local conditions and Laws and Regulations that in any manner may affect
cost, progress, performance or furnishing the Work.
c. BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at
or contiguous to the site and all drawings of physical conditions in or relating to existing
surface of subsurface structures at or contiguous to the site (except Underground Facilities)
which have been identified in the Supplementary Conditions as provided in paragraph 42.1
of the General Conditions. BIDDER accepts the determination set forth in paragraph SC-4.2
OE-404/1.0 (01/30/08)
00400-1
OE-404/1.0 (01/30/08)
00400-2
~
eJ
c:;J
t:J
f;:3
t3
t3
t;:i
t;i
t:i
~
~
b
bt
~
P
t3I
t;i
~
e:-
~
e:.
t;i
t;i
.t9
t:;l
CP=i
t:A
t,:i
t=-
~
C;;i
~
~
F
P
tz;i
fZi
F
P
F
f:A
~
II
DATE SUBMITTED: 3-dS-Dcr:,
NAME OF BIDDER: Cen-mlAl ,(::lLi11l)\A ~~OLOJ")nmef11aJ 0:Ar
of the Supplementary Conditions of the extent of the "technical data" contained in such
reports and drawings upon which BIDDER is entitled to rely as provided in paragraph 4.2 of
the General Conditions. BIDDER acknowledges that such reports and drawings are not
Contract Documents and may not be complete for BIDDER's purposes. BIDDER
acknowledges that OWNER and Engineer do not assume responsibility for the accuracy or
completeness of information and data shown or indicated in the Bidding Documents with
respect to Underground Facilities at or contiguous to the site.
d. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all
such additional or supplementary examinations, investigations, explorations, tests, studies
and data concerning conditions (surface, subsurface and Underground .Facilities) at or
contiguous to the site or otherwise which may affect cost progress, performance or furnishing
of the Work or which relate to any aspect of the means, methods, techniques, sequences
and procedures of construction to be employed by BIDDER and safety precautions and
programs incident thereto. BIDDER does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the determination of this
Bid for performance and furnishing of the Work in accordance with the times, price and other
terms and conditions of the Contract Documents.
e. BIDDER is aware of the general nature of Work to be performed by OWNER and others at
the site that relates to Work for which this Bid is submitted as indicated in the Contract
Documents.
f. BIDDER has correlated the information known to BIDDER, information and observations
obtained from visits to the site, reports and drawings identified in the Contract Documents
and all additional examinations, investigations, explorations, tests, studies and date with the
Contract Documents.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or
discrepancies that BIDDER has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are
generally sufficient to indicate and convey understanding of all terms and conditions for
performing and furnishing the Work for which this Bid is submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person,
firm or corporation and is not submitted in conformity with any agreement or rules of any
group, association, organization or corporation; BIDDER has not directly or indirectly induced
or solicited any other BIDDER to submit a farce or sham Bid; BIDDER has not solicited or
induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought
by collusion to obtain for itself any advantage over any other BIDDER or over OWNER.
I. BIDDER hereby agrees to commence WORK under this contract on or before a date to be
specified in the NOTICE TO PROCEED and to fully complete all work of the PROJECT within
the Contract Time specified in the Agreement (Section 00520). BIDDER further accepts the
provisions of the Agreement as to liquidated damages and agrees to pay as liquidated
damages the amount stated in the Agreement (Section 00520), for each consecutive
calendar day completion of the Work is delayed.
Completion Schedule
1) The Work shall be Substantially Complete within the Contract Time specified in
Article 3.1 of the Agreement (Section 00520).
2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of
the Agreement (Section 00520).
~
~
~
~
~
t;
It;
~
t;;
t;;
!c
~
!d
t!;j
~
I!O
~
.a
~.
~
~
d
d
!::J
~
d
!:::t
!::t
~
~
~
!:'J
~
~
~
~
~
~
=-
~
==-
~
=tI
DI:TE SUBMITTED 3-dS-C:B
NAME OF BIDDER: OPiYTnAL ~I.cr>.l~ rN1lr7WltY1PJlT~1 Cm.p
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous
costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in
the manner contemplated by the Contract Documents. BIDDER submits the following TOTAL BID OR
TOTAL BASE BID to perform all the Work as required by the Drawings and Specifications.
5. In accordance with Article 17 of the Instructions to BIDDERs, if the Contract is to be awarded, it will be
awarded on the basis of the lowest "Total Base Bid" after adjustments for additive or deductive
alternates. Additive or deductive Alternates (if any) will be considered in determining the lowest
responsive, responsible BIDDER. The Owner reserves the right to accept any or all additive or
deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also
reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and
adjust each BIDDER's "Total Bid" accordingly.
6. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following
1. Bid Forms (entire Section 00400, 00401, 00401A and 00401 B)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00430)
3. Non-collusion Affidavit (Section 00450)
4. Certification of Non-segregated Facilities (Section 00451)
5. Sworn Statement on Public Entity Crimes (Section 00452)
6. Certification of Nondiscriminatory Labor Practices (Section 00453)
7. Corporate Authority to Execute Bid (any corporate employee other than president or
vice-president) (Section 00501)
(Remainder of Page Left Blank Intentionally.)
OE-404/10 (01/30/08)
00400-3
DATE SUBMITTED: 3-dS-~
NAME OF BIDDER: Cen1\lA\" Hrfl.tt::i'\ ~\)mlrlrner1T,qL(>~p
(THIS PAGE LEFT BLANK INTENTIONALLY.)
OE-404/1.0 (01/30/08)
00400-4
Fi
F
F
-=
F
~
F
.
.
.
.
.
.-
.
pi
.
..
..
..
.
@II
..
.
..
,.
..
..
,.
II
II
1M
.
t
~'
- "-. .-..~.. ... '~-'.~--.-_. --,.,.__..~_...~_~v,~._.~__._.........._~~__ '__ "._______..__~....__
DATE SUBMITIED: 3-dS,CfD
NAME OF BIDDER:Cen-mA\ f', ~Nl r;;nVI(1[)f)rrefl7f:1l) ('cn.r
SCHEDULE OF BID ITEMS
BID #BOS..Q6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
Survey and Layout
Maintenance of Traffic
104-14 Prevention, Control and Abatement of Erosion LS
and Water Poilution
120-9 Excavation, Embankment and Grading LS
DRAINAGE
180-72 Stabilized Subbase (12") SY
285-704 Optional Base (Optional Base Group 04) SY
333-1-3 Type III Asphaltic Concrete (1-112") SY
400-1-15 Class I Concrete (Mlsceilaneous) CY
425-1-521 Inlet (DT Bot Type C) (<10') EA 21
425-1-541 Inlet (DT Bot Type D) (<10') EA 7
425-2-4 Manhole (P-7) (<10') EA 3
425-2-7 Manhole (J-7) (<10') (Conflict) EA 1
425-4 Adjustlng Inlets EA B
ADDENDUM NO.2
OE-404/1.0 (03/14/08)
00400-5
DATE SUBMITTED: 3~dS-DCO
NAME OF BIDDER: CeniOAL ~I(f2.IM kf\JUmnlY'€f)IJ:lL/'lOp
SCHEDULE OF BID ITEMS
BID #B08..Q&
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
430-11-325 Concrete Pipe Culvert (Class III) (18") (SS) LF
430-11-329 Concrete Pipe Culvert (Class III) (24") (SS) LF 64
430-11-333 Concrete Pipe Culvert (Class III) (30") (SS) LF 16
430-140-101 Elliptical Concrete Pipe Culvert (Class HE III) LF 16
(12" x 18") (SS)
430-140-103 Elliptical Concrete Pipe Culvert (Class HE III) LF 64
(19" x 30") (55)
430-984-223 Mitered End Section (1S") EA
443-70-2 French Drains (1S" Slotted RCP) LF
443-70-3 French Drains (18" Slotted RCP) LF
443-70-4 French Drains (24" Slotted RCP) LF
4.43-70-S French Drains (30" Slotted RCP) LF 95
443-70-6 French Drains (12"x18" Slotted Elliptical RCP) LF 94
ADDENDUM NO.2 OE-404./1.0 (03/14/08)
00400-7
,. ---.---:... ---_._~...~_. -----... ...-----...-. .....,-.. '-'~'''''_.'-, -,---,....._."'..-'"'..-,,.... ...-,-..-..,.--- ---,. ..,..~-_.-~----. ..-.._.....~..---_......""'...,...._......'--,....__.....
DATE SUBMITTED: 3-dS-c:P-,
NAME OF BIDDER:Cen1n.A1. ~ltOlN\ P;JlJ~;Mhmf'J1ffu_.~
SCHEDULE OF BID ITEMS
BID #B08..Q&
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
520-2 -9 . Concrete Curb (Special) (12' x 8') LF
522-2 Concrete Sidewalk (6" Thick) Sy
550-2-6 Fencing (Type B) LF
575-1 Sodding SY
700-40-1 Single Sign Post AS 12
70046-21 Relocate Existing Sign (Single Post) AS 15
UTILITIES
U-1 6' DIP Water Main, C-151, Class 50 LF
U-2 4" DIP Water Main, C-151, Cla55 50 LF
U-3 6" Gate Valve and DI Valve Box EA 12
U4 4" Gate Vaive and DI Valve Box EA 4
ADDENDUM NO.2 OE404/1.0 (03/14/08)
00400-9
___,_._._.~__......._____._..__~.,,,___.___..,_...__,____,,..___'''__W"'.''4_'._~___..,.._ '~~_h__,__._......,..__.,__._.....~~_....,__",~. _....,_..__'...__.....~..__.__,~.._..._..___..-.-.____..._ .-..--..-.-.,..........~_.....___.
DATE SUBMITTED: ."S-aS-C:S
NAME OF BIDDER: Cefml'P.l ~I rjhl'A ~'1.Ji ~LlM1-4>
SCHEDULE OF BID ITEMS
BID #B08~6
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
U-6 Blow-offValve Assembly EA 3
U-7 Air Release Valve Assembly EA 4
U-S 6" Wet Tap Assembly with Valve EA 3
U-9 Water Service EA
U-10 Connect Residential Unit to Service EA
U-11 Remove from Service Existing Water Facilities LS
U-12 8" Sanitary Sewer PVC (Cut 0'-6') LF
U-13 B' Sanitary Sewer PVC (Cut6'-S') LF
U-14 Sanitary Sewer Manholes (Cut 0'-6') EA 19
U-15 Sanitary Sewer Manholes (Cut 6'-S') EA 5
U-16 Sanitary Sewer Conflict Manhole EA
ADDENDUM NO.2 OE-404J1.0 (03/14/08)
00400-11
DATE SUBMITTED: . :s~ 'LS- c::B
NAME OF BIDDER: Ce(rm~L 9\oru~ 8r"JJrlJ)f"lcre.f)lp~ ~p
SCHEDULE OF BID ITEMS
BID #BoB-OS
PIONEER KEY II
INFRASTRUCTURE REHABILITATION PROGRAM
U-18
Connect Residential Unit to Lateral
EA
U-19
Connect to Existing Sanitary Sewer System
LS
U-20
Remove from Service Existing Sewer System
LS
Total Basu Bid (Total of Bid Item8101-1 through U-20)
I} 5iS,Sl.fl.lo';),
ADDENDUM NO.2
OE-404/1.0 (03/14/08)
00400-13
O"U
III ~ W '" '" '" '" "', "', '" "', ~j '" ~, ~ ~ ~ ~ ~ ~ ~ ~
(j).2. <0' CO ..... Ol c.n ~ w '"
.. <1> 0 <0 CO ..... Ol c.n ~, w' '" 0 <0 CO ..... (l) c.n ~ w ~ 0 0
-i~
~"U WWW [.J[.JL.J~W l..JWW ~[.J [.J ~
~ c)' <J;
i')::I
t:m
O~
co^
<1> c: m il: (Jl C) -i
'<
-i )( r c: m III
r 0 lIJ Z C/l
"0 0 (J) () III r- ".
0 0 =i () () "U < (J) () "U ~ (J) (J) (J) (J) en (J) il: (J) s:: m s:: TI (J) Z m
.2. ~ <1> <1> in c 0 0 0 <1> III III 0 <1> m c c c c c c ~ C III 0 0 S' c ~ ~ Z
<1> :IE :IE ::I 0 .0 Ol ::I. .. ::I j;!. ::I. >< :J 0' 0- 0' 0' 0' 0' ~ S' (JI g !!!.. 0' III
III III III (Jl e. ". c :IE 0 e. :IE lii 3 ~ ~ ~ ~ ~ C/l ~. 3
n. ~ iD S' r- iD !!l CD c)' iU r-
~ ~ ~ S' ~ 0 :5' ;:;: '< N' () <1>
(JI (JI III ^ ". <II ,.. -i ;:0 r- :J :J !!!. 0 :J 0 (')
~ Q. Z a () ~ (J) (J) s:: ..,
0 ^ ^ <1> iD ~ iD (Jl ciS' III () 3 0 0
:T s:: s:: <1> <1> ^ '< m ~ <1> III 0 III 0 0 :J c)' ~
<1> I I x '< <1> CD ~ ^ 3 ^ C) < e. ::I ~ 2. a: fJ 0 ::I "0 "U Z
e. ~ (Jl '< '< '< ~. 3 -i ;a. ~ 0
w ~ <1> 0' ^ <1> ;:0 :IE @ or 0 0 0
S '" '" 5' -i W a; co '< '< III "0 So Q. 0 0 =i
~ III CD 0 -< - o' <1>
m w w 0 (J) '< CD s:: ~ D> 3
(C ~ c.n 0 g (j; ~ '< c )0 sa :IE ::I <1> a
co c.n .jlo. ,.. () 3 III (J) III ::I III -i "0 e.
'" s:: g g <0 ::I 0 0 3 5' 5' Ol
III '" g 0 i e. 0 ~ 3 III <1> '< ~ Z
::I I -i ~ ![ x' 3 :IE :ll (Jl
"U (J) -i e. III '" m g ::I CD ~ 3 0 o'
0 ~ III :J .. Ul ::I. e. III III ::I
C/l s:: e. 0 ;:0 ~ ^ -< c !!!.. <1> CD ~
(C ". 0- C/l s::
iil I s:: CD 0' ::I.
s:: C '< '< 3 ciS' !!!.. III ~
C/l co I I .. ~ ::I CD
C/l , .. () <II ::I.
~ '" '" 0 !!!.. !!!..
.jlo. 0
c.n 0 III .0
'" C c
0' S'
w CD III
ill ^
Co <1>
~ '<
Oil
ll> ~
;-J2.
.. CD
-1~
~il
.,.,0"
i\)::l
:tm
o~
(Xl;>;
CD
'<
il
a
<0
ro
'"
'"
il
ll>
<0
CD
N
"J{
.Q.
CD
$l
en
c:
3
3
ll>
-<
o
CD
ll>
eo
:i'
CD
0> 01 01 01 01 01
o co (Xl -.,J 0> 01
01. 01 01
.". w' N
~ ~' ~
III
=
'0
a
Iii'
$l
'"
()
::l'
CD
0.
!:.
en
~
-1
ll>
'"
,..
.". .".
(Xli -.,J
ti ~
.".
N
~ ~ ~ ~
W W W
-.,J, 0> 01
1,-.
l.Ja.2
~~~WlJ~W~W~
(;:)
.".
N
....;;
~
w
w
o
....;;
en
c:
3
3
ll>
-<
~
N ~ .".
0. 0. 0.
~ ~ ~
'" '" '"
N . 0 W W W 0 ~
~ ~ ~ ~ ~ ~ ~ ~
m ~ w ~ w m m m m .
~ m ~ m ~ ~ ~ ~ ~ ~
cn,< CIJ,< en cn cn (IJ UJ eft
~
N N ~ ~ ~
~ w. . ~ ~ w ~ w ~ ~ ~
~ ~ a ~ ~ ~ ~ a ~ ~ a ~
m m m ~ m m m m m w ~ m m
'< '< '< m '< '< '< '< '< '< '< '< ~
cn en ~ '< en en en en en en en en ~
~ ~
o III
~ en en en en en en ~ en en en il ~ ~ 0 ~ en ~ r ~ ~ il ~ ~ il ~
~ ~ ~ ~ ~ ~ N ~ ~ ~ ~ ~ ~ g 0 i ~ I I ~ I I i ~
~ ~ ~ ~ ~ ~ ~ ~ ~ g g ~ 0 0 ::l ~ ~ ~ '0 0> .". ~ 0> W ~ ~
o 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ ~ 0 ~ ~ ~ 0 0 mOO ro ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ; ~ ~ f i ~ ~ ~ ~ ~ ~ ~ ; ~
01"" -.,J (Xl 01 .". woo en m S 0 () ~ ~ ~ ex> ~ -.,J ~ ~ ~
<<i01...Jt.-A.m"No> -\.-t.W 0 l"D 0 t3<>>IS'
3~3~~~3 338 ~o ~ 3 ~3~ ~
....;; 0 g: m ~ 0 0 0
en ~ I il ~ ~
~ @ a I ~
o :rCIJ ~ w
':i>: CD
-.,J '"
3
~
ro
'"
o
::l
CD
~ ~ ~ ~ en < ~ en ~ en -1 ~ ~
C j a 0 c ~ 2 a ~ ~ ~ 0 0
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ; ;
~ a ~ ~ g ~ ~ ~ ~ g a ~ ~
ex> (Xl ex> (Xl ex> (Xl (Xl ex> ex> (Xl (Xl (Xl m
.
~ ~ en -1 en ,^ -1 ~ ~ ~ en ~ ~
~. ~ ace VI C 0 ~. ~ a a ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
m ~ w W ~ m ~ - ~ ~ m ~ ~
o 0 000 coo a 0 000
ex> ex> ex> (Xl (Xl (Xl ex> ex> ex> (Xl ex> ex> m
rn
~
~
::l
!!!.
~
en
'"
o
::l
CD
rn
~
~
::l
!!!.
-1
ll>
'"
,..
'"
~
~ ~
~ ~:=~~
it~~~~~o~)1 ~ ~l
!t ~ ~ 0 !g b 10
~ ~ g g goo
~ 0
o
.".. .".
O)i CJ1
~
g ~ -1 ~ -1 ~ ~ en -1 ~ ~ ~
....It. m c 0 c c ro a ~ c ro ~ ~
~ ~ ro ~ ro ~ ~ ~ CD ro ~ ~ ~
-" N ~ ~ ~ ~ N N ~ N - ~
~ w ~ ~ N 00 m w ~ ~ ~ ~ .
o 0 0 0 0 0 0 0 0 0 000
CD ex> ex> CD CD ex> (Xl CD ex> (Xl CD CD m
~ ~ ~ ~ ~ ~ ~
-t. ....It. ~ 0 ~_. 0 a ~ ~ ~
~ 0 co::l ::l ex> CD CD c:
....It. ~ N ~ ~ ~ ~ ~ N 00
~ 01 N ~ ~ - -.,J 01 N ~
o 0 0025 0 0 0 0 0
~ ~ ~ ~ ~ ~ ~ ~ ~ ~
~
-1 0
(JJ ? :.
a ~ t!
en N ~
N ..,.,.. en
00(5
(Xl CD 00
~
GO
..
en
o
o
o
o
....
N
o
~
Co>
o
o
~~
~ GO
N~
o 0
b 0
o 0
~
~ ~
!:~N
: ~ ~ 0
CD ~ 0 0
N 0 0 0
... b 0
o 0
b
o
~~~~ 0
LJ. LJ. LJ. LJ. (;,)
o 0
~ ~
ll> ll>
~ ~
o
CD
=:
'"
~
~ ~ ~ ~
I I I I
en ..,... v.> CD
,
...... 0'> .$30. .-.1.
ll> ll> I\.l
::l ::l ll>
0. 0. ::l
s: s: ~
I I I\.l
Ol .". ,
, , ~
~ ~ w
-.,J CD
~
o
CD
3
f\,) CD CD CD
a. a. c.. c.
D.1 D.1 Q) QJ
'< '< '< '<
(J) en UJ rn
~ ~ ~ ~
~ ~ ~ ~
<0 0 -'" -
25 25 25 25
(Xl (Xl CD CD
en ~ ~ -I
~ a. ::) ::r
~ ~ ~ ~
o -.,J 00 ~
o 0 C5 0
CD co CXJ co
o
CD
=:
ll>
~
-I
ll>
'"
,..
Z
ll>
3
CD
o
Si
!!!.
o'
::l
G)
rn
z
rn
~
r
o
o
z
o
:::j
o
z
en
en
6i
;l.
"
S'
iii'
::l'
~,
'-
'-
)>
en
o
z
o
N
,-0
o
co
",
5:'
-u
a
co
Cil
'"
'"
-u
III
co
C1l
w
-u
.2.
(1)
~
en
c
3
3
III
-<
o
(1)
III
9:
5'
(1)
O-U
III '
_0
(1)~'
.. (1)
--l~
E-U
~ ci"
-::>
1\)(1)
....(1)
0'
CD;>;
(1)
'<
=
'0
a
0;'
~
'"
"
:T
(1)
0-
S.
en
~
--l
III
'"
,.-
en
c
3
3
III
-<
~
CD
'"
0'
::>
(1)
.
m
~
C1l
3
!!!.
~
CD
'"
0'
::>
(1)
m
~
(1)
3
!!!.
-l
III
'"
,.-
'"
8 ~ ~ ~ ~, ~i ~ ~ ~ ~
www
ww
;l:l 0
o 0
III Z
~ en ~ en 0 en ~ en ~ 0
&<is'.g 8.'9. S' ~ 0: I\);l:l
g,::>:T o'g'<~~!!l
- ;! i i ;;l:l m
-0' ~ g ~ ~ g
~'~' ~ 6- g g
~ @ ~ g
~ DieT
~~
g ....
g
3'
(1)
a
"
,.-
N
I\)
o
o
2
o N ~ ~ ~ ~ ~ ~ ~ ~
0- 0- 0- 0- 0- 0- ~ a. a. 0-
w W w w w w m m m m
'< '< '< '< '< '< '< '< '< '<
~ ~ 00 ~ ~ 00 m 00 (I) .
s: s: s:
000
::> ::> ::>
s: 3:
o 0
::> ::>
s: 3:
--l 0 0
:T ::> ::>
c
~ ~
~ ~
~ ~
~ co
o 0
CD CD
~ ~ -tr. -tr. ~ .........
~ ~ ~ ~ :i ~ ~ S
~ ~ ~ g ~ ~ a a
CD CD CD CD co CD CD co
g> en ;! ;! g>
:J ace :J
en 3:
-tr. -tr. -tr. -tr. 5 g ~ ~ ~
~ ~ ~ ~ N ~ ~ ~ ~l;~
o ()) -tr. ~ :::J !e a; Oi
o 25 25 0 0 0 2) 25
00 ()) ()) ()) ()) ~ ~ ()) m
~
I\)
N
.~
, 0
'"
...
....
.....
"'00
:g ~
... co
8:8]
o
o
~ ...
~ ... Coo>
~ ~ .!"
... .,.. ... !
..... 8 0
!:1:!" g8
b io ~ 0
g 8 0
000
000
CD ..... ..... ..... .....: ..... ..... .....
Ot (() CD; ....... O)i U'I .Jl. W
jj, j ~i ffi! ~i ~
I.JW
;l:l -u -u
CD () ()
~ ~ ~
Ii
III
::>
a.
G)
a
So
i ~ ~
(I) ;::+
~ ~. 0'
ia' 1t Cl
8 ~ rg
::> ::> -.
ffi @ Q
~ ()
o' CD
::> III
ill
::>
@
~
3
CD
~
0-
o
X
~ ~ ~
o 0 0 CD ....
a. a. a. 0- 0-
III III III III III a.
,<,<,<,<'<1>>
en en (II en en '<
WLJ
~ -u
--l ()
~ ~
w ~
(1) '"
.e ~
Cil
(i)
~
,
~
'<
0;
w
.3
OJ
--l
C1l C1l
C1l U1
~ ~. ~ ~.
C
-l
r=
=i 'f
m 0
Ul I\)
'E ~ ~
000
I\) I\) I\) ()
o 0 0 0 en
~ ~ 'E ~ ~
o 0 0 0 N
o .I>- I\) W en
~~~~m~
;'~~.:jsw
3 0'
III en
:i" ~
:'IE I\)
;:;:
::r
r-
III
S'
iiI
iii
-U
-6'
(1)
"
Cil
~
~ ll"
-u ~
~
:E'
5'
,.-
CD
;>;
(1)
'<
0>
W
....
...;
~
~
I\) co
w 0 ()) ~ ~ ID W N ~ ~ ()) ~ ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ a ~ a
w w w w ~ w a w m w w w 00 w
'< '< '< '< '< '< W '< ~ '< '< '< '< '<
en (I) en en (IJ (I) '< en ~ (I) en en 00 en
...
... in .,..
......lil~~
~ w ~ :... fD ~
......:oog:g:o
00 g: ~ 0 0 0
~. 000
o g 0
o
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ l ~ ~ ~ ;!
~ ~ ~ ~ ~ 3 0 0 e ~ ~ ~ ~ ~ ~ ~
N N N ~ ~ ~ m m m - ~ ()) ....... ~ o~ ~
o 0 0 0 0 000 25 25 0025 25 0
CD CD CD CD CD CD CD CD CD CD '" '" CD '" co CD
~ ~ ~ ~
~ ~ ~ ~
o I\) CD .1>-.
25 <:3 25 0,
CD CD co ())
::ECD ~ ~ ~ ~ ~ ~ g> ~ ~ ~ ~ ~ en <CD ;! g>
~ ~ ~ ~ ~ ~ ~ ~ m ~. a ro $ C < ~ c ~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
~ 0 ~ ~ ~ ~ ~ ~ a ~ ~ ~ ~ a ~ ~ ~ ~ a a
~ ~ ~ 00 00 00 00 00 00 00 ~ 00 00 00 m 00 00 00 rn 00
...
... Coo>
... ~ N
~.!D~
b lS ?
~ Coo> 0
CI'I 0 0
o 0
o
o
I
fl
--l --l
c c
CD CD
...
~
w
:...
~
Coo>
o
o
...
~
.,..
U.
N
Coo>
o
o
..
~ ....
~ ~
0)
-0.
-6'
eD I
--l
III
'"
,.-
Z
III
3
CD
~
CD
U1
...;
o
c
!il
o'
::>
G)
m
z
m
~
r
()
o
z
o
=i
6
z
en
en
S'
;:l.
~
s'
en'
:T
s:
L
~ ~
en !'"
N m '-
3 CI'I
o 0
o 0
)>
en
o
z
o
N
LO
o
co
~
s:
0"U
Ill....
ar~. 0
.. CI>
-lR-
?"U
"'" 0' ,~
;;;;::>
"",CI>
_CI>
0....
0:>;>;
CI>
'< -l
= III
'"
'0 ;><'
.2. z
CI> III
n. ;U 3
'" CI> CI>
C'l '"
::r Q"!
CI>
a. ~.
~ 0.'
::>
III
::>
"U en -l a.
0 ~ III it
'"
<0 ;><' ::>
(il C'l
'" :;'
'" <0
0
w !;;
0 ~
~ en ~ a. o' Gl
III ::>
.Q. c ~ '< m
CI> 3 '" '" z
n. 3 0' m
III ~
en -< ::> en
"U CI>
c c r-
III 3 ::> en ()
<0
CI> 3 ~ Iii 0
"'" III N :+ z
-< ~ 0
25 ::j
. 0:> 6
z
en
s:
0 "
::> :;'
~ (ii'
~ ::r
<D
25
<D
s:
0 m m
CI> ~ ?:S-
III CI>
e: 3
:;' ::>
CI> !!!. !!!.
~ -l
III
CD '"
'" ;><'
0' '"
::>
CI>
....
....
"'"
u.
o
o
o
0'0
N
,-0
o
<D
"
s:
CHARLIE CRIST
GOVERNOR
605 Suwannee Street
Tallahassee, FL 32399-0450
STEPHANIE C. KOPELOUSOS
SECRETARY
June 15, 2007
Central Florida Environmental Corp.
910 Belle avenue Suite 1040
Winter Springs, FL 32708
RE: CERTIFICATE OF QUALIFICATION
Gentlemen:
The Department of Transportation has qualified your company for the amount
and the type of work indicat.ed below. Dnless your company is notified
otherwise, this rating will expire June 30, 2008. However, the new
application is due April 30, 2008.
In accordance with 8.337.14 (1) F.8. your next application must be filed
within (4) months of the ending date of the applicant's audited annual
financial statements and, if applicable, the audited interim financial
statements. Section 337.14(4) F.S. provides that your certificate will be
valid for 18 months after your financial statement date. This gives a two-
month period to allow you to bid on jobs as we process your new application
for qualification. To remain qualified with the Department, a new application
must be submitted subsequent to any significant change in the financial
position or the structure of your firm as described in Section 14-22.005(3),
Florida Administrative Code.
MAXIMUM CAPACITY RATING: $3,750,000.00
WORK CLASS RATINGS:
1. Major Bridges:
which include Bascule Spans...............................
which include Curved Steel Girders........................
with Multi-Level Roadways..........................,......
of Concrete Segmental Construction.,...... . . . . . . . . . . . . . . . .
which include Steel Truss Construction.......... . . . . . . . . . .
which include Cable Stayed Construction... . . . . . . . . . . . . . . . .
a. Bridges
b. Bridges
c. Bridges
d. Bridges
e. Bridges
f. Bridges
g. 2riorJi:;S
of converltional ~:a~3t~~ctj0n ~~hicr! 3~'0 over ~ w~tRr
opening of 1000 feet or more. , . . . . . . , . . . , . . . . . . . . . . . . . . . . . . . . . . . . .
2. Intermediate Bridges (Bridges that contain none of the type of
construction listed under Major Bridges and span lengths exceeding
50 feet (center to center of cap) . . . . . . . . . . , . . . . . . , . . . . . . , . . . . . . . . . . . . '___
3. Minor Bridges (Bridges with span lengths not exceeding 50 feet
(center to center or cap) and total length not exceeding 300 feet.
A Minor Bridge shall not contain any types of construction listed
under Major Bridges or Intermediate Bridges) ...... ...............,. . ...~
4. Bascule Bridge Rehabilitation..............,...........................___
5. Grading (Includes clearing and grubbing, excavation, and embankment) ,..~
6. Drainage (Includes all storm drains, pipe culverts, culverts, etc.)....~
7. Flexible Paving (Includes limerock and shell base and other optional
base courses, soil-cemented based, mixed-in-place bituminous paving,
bituminous surface treatments, and stabilizing) . . . . . . . . . . . . . . . . . . . . . . . .~
8. Portland Cement Concrete Paving....................................".. ~
9. Hot Plant-Mixed Bituminous Structural and Surface Courses..............
\/WVW. dot. state. fl. us
~ RECYCLED PAPER
Central Florida Environmental Corp.
June 15, 2007
Page Two
SPECIALTY CLASSES OR WORK:
Sidewalk, Driveways & Curbs and Gutters. . . . . . . . , . . _ . . . . . . . . . . . . . . . . . . . . . .. X
Please be advised the Department of Transportation has considered your
company's qualification in all work classes requested. We have evaluated
your company's organization, management, work experience, work performance
and adequacy of equipment as directed by section 14-22.003, Florida
Administrative Code. Based on this evaluation, the Department is not able,
at this time, to prequalify your company for the work class: Hot Plant-Mixed
Bituminous Structural and Surface Courses, Grassing, Seeding, Sodding,
Landscaping, Jack Bore, Asphalt Milling, Ditch Paving, Water & Sewer and
Pressure Pipe. To become pre-qualified in the class of Landscaping the
contractor shall provide supportive documentation needed to obtain this class
of work. Please visit w,",w.dot.state.fl.us/cc-admin/prequalified for c.lass
requirements
You may apply, in writing, for a Revised Certificate of Qualification at any
time prior to the expiration date of this certificate according to Section
14-22.0041(3), Florida Administrative Code. Please be advised if
certification in additional classes of work is desired, documentation is
needed to show that your company has done such work with your own forces and
equipment or that experience was gained with another contractor and that you
have the necessary equipment for each additional class of work requested.
Also, refer to the note at the bottom of Page 16 of the Application for
Qualification when supplying additional information.
Sincerely yours,
c=q~
~
Juanita Moore, Manager
Contracts Administration Office
JM:cs
12/89
(SEE NOTES ON REVERSE SIDE)
......-
,; ',.
(t .- .
,~
'-' .,'
'._-,\ J'
-'
,--:",
~.
;-' ----'
}
:=:-..:.::.
~ ~~"
~ -----...
- ~ ~:~~
;' "\~>~
- "~~\.",.,
-, ~:. "
~~ ~\
-.--; ',.
\.,:>\
~ ~~~~:
~>, ! l~.
~:,>j \~, \ "'.,
'.. :.i:<~~~
~. \,"-.'.'....>, '-- ~
- ~ - ~-.,...~~
\... ..
G
i....>::-~\.
--
--:
-.,
"'-
,4.)
~ .:::
':-::-: c::: ,.-.
~< c:..:
;~?;~
,"'"- --..; "':-- "'"-
"'JV ,-.::: "',
~~~~
g~~~
........;~-.......::
:;::' ::?::::::
::: ..:) :::: <: ~
-- --...." ,.-..,.-....
........,-.,._....J>-
::r -.... --- :-.....
-~-:::~'
~...J ::::- .....; -.; :::-
"'-J-r -..~
-.;,~~'~0
[.:9g~2
~ ,"--' ,:::::: n ~ :r
t'~~~::'~
" '-' ...... ,-- <: -...
t~g;g~
~~<,:::::-.;'~
n '-.. ::.: ~ G:
::: '<: ,::::: -..,..v":
, ,....., '-
-..::2?-:<:~
'O;-~--:::<:
;0:::32':::::0
,-..j -..; :-- ...::::;
. :::'~t~
;~~ .-..,.../'
~,~~~
~ ',-' \--.;::::;
;...., ~.>
<:-"- .:;:
~ '"'::-<..~-:
-: -.; ~ --..
> "-"~-
.~~0':~
'...j -: .......,
,~~ ~
.~ '-~
:: ~
-...
~
v
4;;:~f<,~
~~k'. ~y
~~
~~? .
/~/, ,
~i~, .
'~~ o..~.
7~%)W9" @ .;.'~/
,~i~~~
';~~'"'~/;~$~-;'~'
':.::;-"':' ''/J.,/~;c,-;-
.,::;::~~;;:;;.!0:~
.,t.ii~~f'
f;&/~'~$}.'l,'-...
''''Y. /...:- .4
~~fi~P),~i;<;;~~"'W'
"~;~~.,
~~~"<Z"-',~;'~
-:1;:' '/?%'9
'-.:
--.;
-..;
-.,
-
'-/"
" 1-...
.-.:
-...: \..".J
r" '"
--.; "-
...J --: ':"--.
C\: :: ~.~
~~ (.... ':'"'~
~. ,. r--..
(\; . . ~-
-. :-:-=
) ...... h,
\", '-...i ,,~
~, -.,
~..... . . ~......
(.... 7....,
-' Cr-.
("\ .-....; '-'
::,. r'.
. j "'" ...;
C--'" -~ ~
.... ~.
-. -..! ~:
~~ --:
~'" ,.
,~ ::i CI')
, ("-
\"-. ~
':""-< ":"-~
(; ,-..
~ ' ,
:...: ~,
~, ~....
~ ~ --
"';
....., ,,-..... ..-
l .-.:
-: "--:::
~.
--.; '-
-:
-.
~
i::
"":--~
~c::
-. -:
~-
~,~
-..."-
'-' -
" -.
-
-:
:--,
-.: '
". -.
- '-
::~
::r::
~;:
....->:...:::....
--
~~
.~~
.-" .-..,
~2;
'.. \.....
~ '"--'
"
,:-.::~
--.....; '-,'"
<:::
-... r.
..: ~ 0.....:
V" .
;=: c::~
:2~
::::
-:: .-..
'- ~.
-~
-.
-;
-.,
-.
"
:f!~\
;!'?; .~Wd-<<..;':-\
.;~~~~.
~
'~,.~\
.Y".. . @'lli\..
"':-;-'-j. ,y...'W':-,......<.:-;. \ '~h; ,
~#Y//; ....N~.~~k~.r
,X"~ {?k~:
-::
~~': /.'; '%\.
'Pi, .' ~:X
!&; %1. - , "~J}. ~~
//.&:...:_ "h."''''..............''''.. "'\ .;',;;~
~*;&".. . n". ~.,'~;
>-:~(..%%";:<:'.{:2;' .-:'-::0~'l'."
/.7/.~;"::..';~: ~ ~ '''';0fi If
,/...@U;Wl'@i~ ~~,
"'~,
-~~.:.-~
~~y:i:~y~i.~~ '>>
'"~
-"/~~-}?~/~~
~ ~;"~~~;,;-
'-;1;:;~?-'fi~
,~.iit..
..;;.;/. ~ ~;-;..,..../....:;.~:__-F'P:'%';
''''{i;~I~~;O'
'J~...5~~~!;;~2: ~-;'
::~1~~
J_;
'.-,
j ',.
......l....
-:
~;
d" -.."---'
_/ --- ~-.i '-:
,,":,",:-, ~~...,
--:-' '--:.-- -~
.;'- '-~ ....~' "-
:::: ,::- .:.-., :::~
:::.; ':- ~--1:<
-:> c';-;
...... '"
.':::" ,-'"/
..... ~ -.: --.
;;;> Z :?_
~:-':j i~
.,'.1:.....'...;
~.i' r"~ ',-"
:-i :z Z
'''';:;3:
"-'--'--;"
......---'--
.......;1......-,-
,]i'::):'::-'
-'
:>
:.:..-'....~".~:l.',~::
,'::":;....i
I I I . "-', I " ~ r ',r' ,~. \
'I ~, .' 1 ' '
. '
~-';-"~~::L~;.:.L.~.-~;~...~'...f ~ '.'"_11 ....,,_.
d
~ .,",1
1 J
I 1j
, ,':
Ij :",1
'.J
1,:1
\:1
I "::.~
J
I
I
i
I '
I
I
I
1
I
I
I
I
j
I
I
\
;
~
l
1
1
\
I
I
j
!
I
l
!
I
... - -. . ~--,
" .:- ;:- ::~. ~f~
~ -: ~ -: 'c:::' ~I"'~J
:. ::'l ~ -'~.~ J
-- ~.J ::d
.", ~ '-' :If:!<<
::-"0:-" '~ I
~
<.:';~' ~
__~C ~
............; E3
:;:t~
.~ t::.'":,~ ~
.-~~ :'-. '~ ~-=1
...-"' '... '- r.,J :E
~ -:>,.G-. m:-cl
~1 ~ ~ LEl
;-:
mlT
~
...:s ---'
',' .~ -, ~ ~ I.,"" j
'.i.I '..--"
'--: .~ :
:- ~...
:~ :," -~ ~
:,:: (.:;.~ I' ~
" ~-_...::::. --;
.-" .-- --' ,-
> - ~ ~ = ~
.. -, :~ ':: '--~
A~ <2
;-: I:=::
:~. -....: c:: .;:,'-:.
'.) ,..~, :..:.:. :-..:
-.,< ,- . .., :.~~.
"- -" ..:--
~._~ '-, ..:.:... . .
:-....., ,-1_::::
. - "..~ -
,,""~'-;,--
"'-
,--' ....~
'-',""
c..-::
:::;);::j ~,
;-j <~ :-.
'-: c~ ~;::
f
i.
~
';':'ZC
>
>z c_
.:..
-A /.. Y
'-'..::' -
: . ~
ii::;
- .....
'. ~ '.';'"
,~'; i.-~ ~)~' ......
'....J :-< j'. J
'....' --
-""". -
,,- '--:
(>
~ I::=;
'-"'''"'
.,;..;
>J ~:.:; C.
!L~
;..,'-
C'~ _-
CC:.;
'-.-.. ~-
" "-
:::;3~
':::;. t~:
--- :'-'1
G)~
z.;
>_ '-J
;''--.''
-.1--'
-' ....'
._ '---0
...:-.....
".;
"/
,~
,--' .j
ZZ
~
>
~.
,~
~>
'-.,
...,
;::,
;;>
.7:--.,
, ;i
.""',
~
c>
~ <"" :"'""':"
.....:~.
:: z
l!
~
,~'
~..... . ;.;.:
/""'\
'-'
-, '......
,h
'--j,,.....
'-
~-:i ;..::
''''-
:>
-.
---
...::.,'';.
'>
~
'J.-, ;--
r.. --,
'._ 1-"
,:;J ;.~'
......,-:--
,--.,....
:>::::
-...-,--"
- ~~~
~.:::
~... ...j-...
C~ -=
~.
'"
:>
::nz
;.-'.: '.:.~
:"::1-.,..
.~::~
~-..;. ;'"
-:.:;::~
::
:,1
:1
"
,
!
...:
::
,f"~ r-"\ r--'~';
@ ~--~ r--~'
'~...~...J' .l. 1L~d
"
CO R~::O ~:_4 T! C~ r~~
'i"-'".
'~ . ~~'''' --
~'""""~~----
~ .:i-:;~~~t,~;:~~~Rt~1Isr~~~=:~:'::~!i'=~J:~!~
'.;;:.~.,..'.'_.,,,,l.~,.'~.';::L.,..-;;-~.~.".."".'.'~.'..'..._.).. j)~:"S_i_~O__~=-"._E.i;=s:~_'_'<,~~,:]:ID.;._~_-_::,. '~___-=cJ.-.:GS_'~U'-N-:-'i-.~._E_- S__. ~,...:~;m ,.~""_ :i~ - - .:. - --
~~: ~. ~ - -,::", ~,~_ c - - _~-.' _;, i~.:.._.'.:.;.-:_..~,.~..-;..;-..::.J;~'3:s:;_'~;~:~~~;!D~IE' 3DS:::2ESS .~-2i=
?~~C?ESS.;'OK~~ ~~GU~AT=O~
Q3D8D2193
OS/29(07 050780720
CGC' C:: ;):;: 3 G
S",f'(j6 068';J::'""749.:.~
~~~~~.I_~ E~L~; ~ i ~~~E ~~/i~giii~~~iIi O~OR
~
~
I
::'F_::
LIC~NSE TO P~RFO~M WORK~_
("'I'CM-':'~!-~"Y" TO DO 3'USIl;ESS ~='
A LICENS~D QuAL=?I~~, ~
C~E::~:::.TI:~IZ;) G3:NER':.~.~' C01-T'r'E_::.CTCr;,
:3<I'_:i::._LO~J1Y f 'D~~:J.ID~':'ETJGE1\rs
;--='l,',~T~~ ?LA~i;-vI?Dl\I'1~2'TT_~_=-, 2C~=(;
(1~OT :-_
;'_L~O~\S
~ ~ ,m' "CO"'~":::=:':::=~~ ~":'"~~'~:~,~_~c~~~',~ ';;""
:: '.:::"-_ ~ e.::
r
I
I
CO?,[
I
I
:!
\"ID~'it~ii;~iZi~~~~~t~ii ott"D
" ..:-..,::::.-'....,.: ;,'
? ceo 5 5 5 63 . . ..t()9)oi~I;9._6' .... 0 5 0 i5 ~55 3 .
~C#
r',~, '---:'~'.:-:-::.~
. . ~ - - i
I
I
I
.~.. " . .. ..:..-,...',.
C~~T ?C)L~UT.]...1~T. "ST:OB.A-'G3,' SY2 CO'N'??..:"'~
STa~LOWf f D.i;,\TI-D. EU~,~N.:S.._~__ - -. -r-"l.... c
C~l:E?,_~.=.: ?LORID;'... ~N...1IROl-il,!.::.~ ".....c..;
:5 .:E:?.'II?IS!) 'c.l::ce::: :.;~S :;:=::...~:'.2:'C;:S
:1: ~~.':;89 ?S.:.
:::x::.:.:.,:o. ::i:::::. ::.:'..::e.
.;'~G ~~, 2::-::8
::,C: ,:';; ':.::. C<:, c ~ c
Central Florida Environmental, Corp.
910 Belle r'~venue · Suite 1040 u Winter Springs, Florida 32708
F'hone (407) 834-6115 · Fax (407) 834~6391
i~"
......--... FE'"'''' ..
j;,'!' Y '.'
~~... "~ . .oJ
~1 ."
'I1"ft, " j
~ .~..,;t!'rl
Attachment # J
Central Florida Environmental, Corp.
910 Belle Avenue. Suite 1040
\;\/inter Springs, Florida 32708
David E. StalDwy, preside;ot
"'107 834 6115 offi,ce
4078346391 fax
CGC 055230
COQPOf:iATlON
--'
~
PRO.JTCT EXPERJENCE DURING THE PAST 5 YEARS
2002
CFE toted estimate revenue for 2002 is $4,700,00.00 with 30 projects completed
OwnerfPlant/Engineer: CITY OF SAt"TFORD
Project Name PINE STREET STORM LINE REPLACEMENT
Date Completed 2002
Reference (name/te1ephone/fax/company) Jerry Herman, City of Sanford
4073305681 voice 407 330 5601 fax
Description ohvork Remove 84" ACCMP storm pipe near La..\:e MOnIoe and install 84"
RCP in its place.
Total contract amount $ 515.146.00
CFE Ke:r personILel involved (description of role) Jamie Ritz, utility superintendent
Run and operate the crew for the removal of CMP and installation
ofRCP including, dewate:ring, trench safety, by pass pumping, traffic
control and survey layout.
Owner/Plant/EngiIieer: SEMINOLE COUNTY STORl'YI WATER
Project Name HOWELL CREEK EROSION CONYTROL AT EAGLE CIRCLE
Date Completed JANUARY 2002
Reference (name/telephone/fax/company) Eduardo Torres, PE Seminole County
407665 5767 voice 407665 5742 L1X
Description ofvvork The installation of gabion baskets, reno mattress, and geo textile
fabric with mbble rip rap for the banks protection of Howell Creek.
Total contract amount $270,000.00
C;entral Florida Env:i:roDrnental, Corp"
91.0 Belle ,Avenue · Suite 1040 <) Winter Springs, Florida 32708
Phone (407, 834-6115 t> Fax (407) 834-6391
CFE Key personnel involved (description of role) Billy Joe Dees, road. brid9:e. utility
Supervised and performed the gabion basket and reno m~attress'
installation. Performed the SUf'lev layout. de"vvateriw'" and
... ~, c'
backfill/grading to complete the viork. ),,150. landscape mitigation
completed by CFE crews.
Own er/P1an t/Engineer: FLORIDA DEPARTMENT OF ENVIRONMENTAL
Project ~\Tame LAKE LOUISA STATE PAR.K PHASE III
Date Completed FEBRUARY 2002
Reference (name/telephone/fax/company) Stephen Y Chlli'1, PE
SYC Civil Engineering
407 246 0044 voice 407 246 0040 fax
Descripti on of vvork 1.5 mile new roadway "vith storm drainage, curbing, paving and
bridge construction.
Total contract amount $1,661,370.00
CFE Ke:'i persoilljel involved (description ofrole) Harold C. Turk, Jamie Ritz &
Billy Joe Dees
Harold C. Turle worked on the roadway, curbing, land mitigation,
bossd'N2.1k and overall project schedule. Billy Joe Dees was responsible for the bridge
construction and grading work. Jamie Ritz installed the storm drain pipe.
2003
Owner/PlarrtfEngineer: City o:fLongwood~ Florida
Proj ect Name Pine Street
Date Completed: February 200:3
Reference (narne!telephone/faxJcompany
Jeff Earnan PE
TEK Science & Engineer!ci'1g, Jnc(current)
407-667-.1012/ 407-667-J 012
Description of -work Constnlct draii1age improvements, install water main and pave
roadvvays, sanitary sewer, sidewalk, curbing, driveway
Total contract S.II:tOunt $538,550
CFE Key persom:el involved (description of role) Harold C. Turk, Jamie Ritz "I',:;
Billy Joe Dees
Owner/'Pl:mtfEngineer: Cit}T ofLongwood~ FL
Project ~~ame \Harren Avenue
Date Completed April 2003
Reference (name/telephone/fa.0company) Jeff Earhart PE
TEK Science & Engineering, Inc(current)
407 -667-1012 /407-667-1012
Description of work Construct drainage improvements, install water wain and pave
roadways, sanitary sewer main, sidewalk, driveway
Total contract amount $ 828,352.00
CFE Key personnel involved (description of role) Harold C. Turk, Jamie Ritz &
Billy Joe Dees
o-wner/PbntlEnginee:r: Orange County Board of Commissioners
Project Name Powers Drive
Date Completed .May 2003
Reference (name/telephone/fa.0company) Orange County Engineering
DescripTion ofw'ork Roadway, underground force main, curb, sidewalk
Total contract amount $ 511,384
CFE Key personnel involved (description of role) Harold C. Turk, Jamie Ritz &
Billy Joe Dees
2004
CFE toml estimate revenue for 2004 is $4,761.,520.00 \vith 21 projects completed
Owner/Plant/Engineer: City of Long wood
Project Narne l'vTagnolia Ave.
Date Completed December 2004
Ref~rence (n2me/telephone/fax/company) Jeff Earhart PE
~p-- S . o. E. .
J cl<" Clence c':: -<ngmeenn.g. Inc( current)
Ll07-667-10l2 /407-667-1012
DescripTion of'vvork Construct drainage improvements, install water main and pave
roadwavs
Tobl contract amount $ 634,180
CFE Key personnel involved (description of role) Harold C. Turk. Jamie Ritz &
Billy Joe Dees
O,,yn,eT/PlaI1lt!Engin~er: City ofLongwood
Proj ect Name Jessup Avenue
Date Completec December 2004
Reference (name/telephonelfmdcompany) Jeff Earhart PE
TEK Science & Engineerb'"1g, Ine( currmt)
407-667-1012/407-667-1012
Description of work Constnlct drainage improvements, install ,;vater main 3...T1d pave
roadways
Total contract am01.mt: $ 839,263
CFE Key personr,el involved (description of role) Harold C. Turk, Ja.rr.ie Ritz &
Billy Joe Dees
Owner/Plant/Engineer: GOAl,.
Project 2'~ame Blue Parking Lot
Date Completed: January 2005
Reference (name/telephone/faxicompany) Greater Orlando A,'iation Aathority
Description of -0/ork Construction of Term Parking areas
Total contract amount: 5) 166,374
CFE Key personnel involved (description of role) Harold C. Turk, Jamie Ritz &
Billy Joe Dees
2005
CFE total estimate revenue for 2005 is $5,583,716.00 \vith 11 projects completed
OvmerfPJant/En~)'ineer: Seminole County
~ .
Project Name Cross Seminole Trail
Date Completed December 2005
Reference (name/telephone/fax/company) Skip Groeneveld
Semino Ie County Engineering Diy.
407-665-5759
Description ofwerl<: Construction of Multi Use Trail, includes traffic loops along
intersections, concrete work and paving.
1'01al contract amount: $ 1,341,703
CFE Ke;r personnel involved (description ofIole) Harold C. Turk, Jamie Ritz &.
Billy Joe Dees
Oymer!.PlantfEngineer: City o:fJAmgwood
Project >Tame Pine Street
Date Completed February 2005
Reference (nlliue/telephone/fa.--dcompfu'1.Y) JefJEarhart PE
TEK Science &. Engineering, Inc( current)
4.07-667-1012/407-667-1012
DescripTIon of work Construct drainage improvements, install water wain and pave
roadwa:;,'s, sanitary sewer main, sidewalk, curb
Total contract amount: $ 813,293
eFE Key personnel involved (description of role) Harold C. Turk, Jamie Ritz &
Billy Joe Dees
Owner/PlantfEngineu: Seminole County
Project Name Orange Blvd. Bridge
Date Completed May 2005
Reference (nameltelephone/faxlcompany) Al Co11ocl<:.
Seminole County Engineering Di'v.
407-665-5655 / 407-665-5789
-';;,-:t,."
Description ohvork: Bridge restoration niliru2:s and abutment.
> ~
Total contract amolmt $ 450,555
CFE Key pe;sonIlel involved (description of role) Harold C. Turk, Jamie Fitz.
Billy Joe Dees, Christina Tabor
2006
CFE totHl estimate revenue for 2006 is $7,452,393.00 "rith 23 projects completed
OwnerfPlantfEngjneer: City of Longwood
Project Name East Bav Street
Date Completed December 2006
Reference (naDe/telephone/faxJcompany) Jeff Earhart PE
TEK Science & Engineering, Inc(currenti
407-667-1012! 407-667-1012
DescripLion Of-Nork Construct drainage improvements, install water Gain and pave
roadways
Total contract arrount: $ 778,050
CFE Key persoilllel involved (description of role) Harold C. Turk, J fuJJ.ie Ritz,
Billy Joe Dees & Ctillstina Tabor
OwneTlPlant/Engineer: SeminDle County Board of Commissioners
Project Name lVIarkham Woods Road
Date Completed March 2007
Reference (name/telephone/fax/company) Steve KIng, PE f.L07 665 1234
Seminole County Engineering Div.
Descripion of"vork Construct drainage improvements, road widening and n~surfacing
Installation of traffic loops
Total centrect amount $ 1,946,869
CFE Ke'. personnel involved: Billy Joe Dees" Jonathan Dees, Christina Tabor. Dor;
Carter
Owner/rlantfEni~jneer: City of Longwood
Project Name Oak Street
Date Completed September 2006
Reference (name/telephone/fax/ company) Jeff Earhart PE
. TEK Science & Engineering, Inc( current)
407-667-1012/407-667-1012
Description ofvvod;: Construct drainage improvements, install water main and pave
roadways
Total contract amount: $ 989,662
CFE Key personnel involved (description of role) Harold C. Turl\:, Jamie Ritz,
Billy Joe Dees
O"Nner/Phnt/Engine:eT: Semino1e County Board ,(}of Commissioners
Project Name Kewanee Trail
Date Completed May 2006
Reference (name/telephonelfax/company) SldiD Groeneveld
Seminole County Engineering Div.
407-665-5759
Description of work: Construction of Multi Use Trail '~'vith signal crossings along
intersections.
Total contract arnount: $ 769,742
CFE Key personnel involved (description oIrole) Harold C. Turk, Cbistina Tabor
2007
Own,erIPlantlEngineer: Seminole County Board of Comrrlissionen
Project Name :Red Bug Lake Road Intersection Improvements
Date Completed: April 2008
Reference (namef::elephone/fax/company) Pete Petyk
Keith & Schnars. P.A.
407695 0911
321 288 0318 cell
Description of work: \Viden major intersection with traffic control devices and mast
.A...llll. curb, sidewalk, milling & paving
Total contract amount: $ 2, 334,404.00
CFE Ke:,' persoiliJel involved (description of role) Jonathon Dees, Billy Joe Dees
Ch.ristina Tabor