Loading...
HomeMy WebLinkAboutItem #12 Discussion Regarding Piggybacking on the City of Orlando Contract for DemolitionServices for the Colony Plaza AGENDA ITEM COVER SHEET Meeting Date: February 17, 2009 Item # J () Reviewed By: Contact Name: Contact Number: Joyce Tolbert, Purchasing Agent 1516 Department Director: City Manager: ~-- Subject: Approval. to Piggybackon\the City of Orlando Contract #8106-2248-03 for demolition services for the Colony Plaza . Background Summary: The City Building Official issued an emergency demolition order to demolish the Colony Plaza. Staff was directed to procure demolition services for same. The City of Orlando has a current term contract in place with Central Environmental Services, Inc. for demolition services, and Staff recommends piggybacking on this contract to expedite the bid process. The City received three (3) proposals: Central Environmental Services, Inc. in the amount of $684,100.00, HB Walker, Inc. in the amount of $687,850.00, and D.H. Griffin Companies in the amount of $951,341.00. Issue: Approval to Piggyback on the City of Orlando Contract #BI06-2248-03 for demolition services for the Colony Plaza. Recommendations Staff recommends that the City Commission: 1) Approve piggybacking on the City of Orlando Contract #BI06-2248-03 with Central Environmental Services, Inc. for the amount of $684,100.00. 2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents with Central Environmental Services, Inc. once the appropriate insurance is secured. Attachments: City of Orlando Contract CES Proposal CES Work Authorization HB Walker Proposal DH Griffin Proposal Financial Impact: $684,100 to be reimbursed by the CRA. Type of Item: (please mark with an "x'J Public Hearing Ordinance First Reading Ordinance Second Reading Resolution For Clerk's Deat Use: Consent Agenda - Public Hearing == Regular Agenda _ Commission Approval X Discussion & Direction _ Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by 0 ~/f#- N/A N/A N/A 2 18 WALKER, INC. " ,- PROPOSAL October 10, 2008 Via: Hand delivery Company: City of Ocoee Attn: Jamie Croteau Ph: 407-905-3117 Fax: N/A Re: Demolition of: 111 00 West Colonial Dr - former Colony Plaza Scope: 1. Demolition and removal of seven story structures to grade. 2. Demolition and removal of pool pump house. 3. Demolition and removal of shed structure. 4. Backfill and compact pool after floor is broken to allow proper and continuous draining. 5~ Rough grading of demolition area. 6. Provide asbestos abatement of friable materials as outlined in RL Reed's asbestos survey dated August 13,2007. Exclusions: 1. Asbestos or Hazardous Materials Removal/ Testing other than outlined above. 2. Undocumented underground objects. 3. Utility disconnects other than provided by utility company having jurisdiction. 4. Import of fill or dirt. 5. Septic tanklwell abandonment, removal, or pumping. 6. Removal/disposal of trees ot shrubs outside/inside building footprint. 7. Silt fence installation or mainl~nance. ll~ 2895 Mercy Drive, Orlando, FL 32808. (407) 299-4126. FAX (407) 297-9709 . ,/ " Qualifications: 1. All work to be completed in one phase/mobilization. 2. Workday is Monday - Saturday 7am - 6pm. . . 3. Unrestricted access to .property for the purposes of our work. 4. Proposal is valid for 60 calendar days. 5. Landscaping to remain other than removal needed to facilitate demolition. 6. Bid prices are contingent of performing all work quoted. 7. Any additional asbestos uncovered during demolition will be handled ,at no additional cost. 8. The projected recycling rate of this project is 85%, recycling certificates will be provided at the conclusion of the project. 9. Demolition schedule is .60 work days. Bid Price Demolition & Grading outlined above -------------------------- $ 324,450.00 Asbestos abatement & disposal----------------------------------- $ 363,000.00 Demolition]>eIEDit -------------------------------------------------------- $ 400.00 Payment Terms: 10% mobilization, progress payments monthly, balance due upon completion. Thank you for this opportunity to quote your project, Please call if you have any questions. Best Regards, Accepted By John Valois' General Manager H. B. Walker, Inc iohn@hbwalkerinc.com Date ~ D.H. GRIFFIN Companies ~ PROPOSAL DEMOLITION AND ASBESTOS INC. 14135 W.COLONIAL DR, WINTER GARDEN, FI 34787 PHONE:407 -656-5967 FAX:407156-6291 PROPOSAL SUBMITTED TO: City of Ocoee, FI DA TE: 1 0-2-08 150 North Lakeshore Dr. Ocoee, Fl 34761 PROJECT NAME/LOCATION: Colony Plaza! City of Ocoee PHONE:407-905-3117 FAX:407-656-6885 EMAIL: Based on site inspection and verbal descriptions, Demolition and Asbestos Removal Inc. (DARI) proposes the following scope of services: Proposal is estimated hauling concrete materials off site and the cost of crushing concrete materials on site to be stock piled for the City of Ocoee. 1. DEMOLITION OF EXISTING TWO 7 STORY CONCRETE BillLDING. 2. DEMOLITION OF LOBBY AREA. 3. DEMOLITION OF EXISTING POOL AND J>UMP HOUSE AREA. 4. DISJ>OSE OF MATERIALS OFF SITE IN ACCORDANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS OR CRUSHED CONCRETE ON SITE AS J>ER THE DIRECTION OF THE CITY OF OCOEE. 5. DHG RETAINS SALVAGE RIGHTS TO MATERIALS UNDER CONTRACT. 6. EXISTING MAIN FLOOR SLAB TO REMAIN DARI WILL PREFORM THE DEMOLITION WORK AS LISTED ABOVE FOR THE SUM OF 5426,341.00. HAULED CONCRETE OFF SITE AT A RECYCLED FACILITY. DARI WILL PREFORM THE WORK AS LISTED ABOVE FOR THE SUM OF $386,796.00. CRUSHED ON SITE AND STOCK PILE FOR THE CITY OF OCOEE. (THE CITY OF OCOEE CAN EITHER USE THE CRUSHED CONCRETE OR SELL IT FOR APPROXIMATLY 58.00 A TON, DARI ANTICIPATES 15,000 TONS.) DARI WILL REMOVE AND DISPOSE OF ALL INTERIOR FURNITURE AND CARPET BEFORE ASBESTOS IS REMOVED FOR THE SUM OF $200,000.00 DARI WILL REMOVE AND DISPOSE OF ASBESTOS CONTAINING MATERIALS AS IDENFIED DURING THE SITE WALl( THROUGH FOR THE SUM OF $325,000.00 SJ>ECIAL NOTES: BY OTHERS 1. REMOVAL OF EXISTING TREES, SHRUBS AND ORGANICS. 2. ALL CONCRETE J>ATCH WORK. DARI WILL NOT BE RESJ>ONSIBLE FOR ANY DAMAGE TO EXISTING MAIN CONCRETE FLOOR. 3. REMOVE EXISTING CHIAN LINK FENCE. 4. REMOVE EXISTING STROM STRUCTURES AND RCJ>. 5. TEMPORARL Y PLUG EXISTING STORM STRUCURES. 6. CAJ> EXISTING SEWER LATERIAL AND WATER MAIN. 7. ROUGH GRADE AREAS TO EXISTING CONTOURS. 8. J>RICE EXCLUDES, HAZARDOUS MATERIALS, RIW J>ERMITS, SERVEY LAYOUT. 9. J>RICE IS BASED ON THE REMOVAL OF POJ>CORN CEILING TREATMENT, TRANSITE J>ANALS & VINYL FLOOR COVERINGS. DARI WILL NOT BE RESPONSffiLE FOR ADDITIONAL MATERIALS DISCOVERED DURING DEMOLITION ACTNIES. IF ADDITIONAL ACM MATERIALS ARE DISCOVERED DARI WILL RETAIN A FLORIDA-LICENSED ASBESTOS CONSULTANT TO CONDUCT BULK SAMPLING OF THE OBSERVED ADDITIONAL SUSJ>ECT J> ACM MATERIALS. 10. WATER AND ELECTRIC Pa ment to be made as follows: U n Com letion We hereby exclude the following: Relocation and disconnection of utilities, responsibility for locating and marking utilities within the demolition limits; protection of utilities which are not marked within the limits of demolition; shoring and bracing of structures to remain; cost of perfonnance and payment bonds; removal and disposition of any hazardous or asbestos materials except those items, if any, which are described and itemized above, whether concealed or not. All payments are due and payable as noted. Whenever retainage is reouired to be withheld, upon completion of Demolition and Asbestos Removal, Inc.'s (OARI) scope of work (contract or sub-<:ontract) OARI will issue an invoice for work performed and a separate final invoice for retainage. All retainage is to be paid in full no later than ninety (90) days from date of final invoice. The undersigned further agrees to pay to Demolition and Asbestos Removal, Inc., a reasonable attorney's fee if the obligation evicenced hereby be collected by an attorney- at-law after maturity. Any a1teratiqq or deviation from abov~pecifications involving extra costs will be exearted only upon written orders, and will become an extra charge pve, and above the esti1la~ NOTE: This proposal may be withdrawn by Dan if not acce tad within 30 da s. r- FLORIDA REGION Authorized Signature: You are authorized Si nature Name and Title Date of Acce tance ,;1 WORK AUTHORIZATION DEMOLITION OF COLONY J>LAZA HOTEL CITY OF OCOEE This Work Authorization, dated , 200_, is issued by the City of Ocoee, Florida ("City) pursuant to that certain Annual Agreement for Demolition of Residential and Commercial Structures, dated November 13, 2006, as amended and extended, (the "Agreement"), between the City of Orlando, Florida and Central Environmental Services, Inc. ("Contractor"). The Contractor has submitted its proposal for the Work to the City and has received a notice of award from the City. This Work Authorization is issued pursuant to Article 29 of the Special Conditions of the Agreement. All terms used herein shall have the same meaning as defined in the Agreement unless otherwise noted herein. All terms of the Agreement shall apply to this Work Authorization and are incorporated herein by reference, unless specifically modified by the terms of this Work Authorization. 1. Work: The Contractor shall provide all labor, materials, equipment, machinery, tools and gear required to demolish and remove all vertical structures of what is known as the Colony Plaza Hotel, located at 111 00 West Colonial Drive, State Road 50, Ocoee, Florida, including two (2) hotel room wings, entry canopy, lobby, restaurant, pool, equipment building, storage building, and remote restrooms; all in accordance with standards and specifications in the Agreement. All vertical structures shall be demolished and removed down to the slab. The Contractor is responsible for all safety issues. The Work includes, but is not necessarily limited to: (a) mobilization of staff and equipment in and out of the jobsite; (b) pumping the commercial swimming pool dry and demolishing it in its entirety, including all piping and electrical appurtenances associated with the pool; (c) backfilling the pool cavity with clean fill dirt (City to provide the clean fill), or water flooding compaction, to minimize future shrinkage of the cavity within industry standards; (d) providing all applicable permits for the Work; (e) removing and disposing of all interior furnishings in the lobby, rooms, restaurant and common areas prior to abatement of asbestos; (f) removing and disposing of all asbestos and asbestos containing materials; (g) removing and disposing of all debris, including foliage, chemicals, paints and solvents, which shall be disposed of in an approved landfill or recycling facility in accordance with applicable laws, codes and regulations of authorities having jurisdiction; (h) demolishing and removing the tennis court fencing and upright structures, and signage at the roadway; (i) demolishing and removing the pool supply building, including the slab; G) demolishing and removing all fencing and maintenance shed, including the slab; (k) the removal of all accumulated trash and debris; and (I) clearing, grading, and leveling of the jobsite and contiguous areas and removal of all debris after all demolition in completed. The Work specifically does not include: (a) special shoring or bracing (except as may be necessary to safely execute the Work; (b) sidewalk closures, traffic control or the permitting of same; (c) cost of clean fill dirt required to bring the finish the site up to existing grade; (d) demolition of existing concrete or asphalt slabs, sidewalks, driveways, or other hardscape items (except as specifically included above); (e) waste water facility structures, underground improvements or footings (except as specifically included above); and (f) the placement of hydroseed or sod at the site. ORLA_1163997.1 The Contractor acknowledges that the City has been authorized to demolish this property by special order of a Building and Zoning Official issued Pursuant to Section 108-42 of the Code of the City of Ocoee. Attached as Exhibit "A" is a copy of the tax parcel site plan which identifies by outline in the color red, the lands within which the Contractor shall confine its activities. Accordingly, the Contractor acknowledges and confirms that it can and shall confine its activities solely to the subject property outlined in red on the attached Exhibit "A" and will not perform activities on privately owned properties that are proximate or contiguous. . 2. Total Fixed Price: $684,100 3. Schedule: The Contractor shall commence performance of the Work upon receipt of a written notice to proceed issued by the City. The Contractor shall complete the Work not later than 40 calendar days of issuance of the Notice to Proceed. The City may suspend the performance by the Contractor under this Work Authorization for the City's convenience, without terminating for convenience under Article VI. C. of the Agreement, by issuing a Notice of Suspension,. Such suspension shall be for a period not exceeding 120 days. In the event of such suspension, the Contractor shall be entitled to an extension of time to complete the Work, but shall not be entitled to receive additional compensation for extra costs it may incur that are associated with the suspension. If the City suspends performance by the Contractor more than once, then the City shall pay the Contractor the additional sum of $800.00 for each additional re-mobilization, which additional sum shall be in satisfaction of all damages or costs incurred by the Contractor that are caused by, associated with, or may arise out of the suspension, including, but not limited to, all costs incurred by demobilizing and remobilizing personnel and equipment. 4. Documents included in this Work Authorization: A copy of the Agreement is incorporated herein by reference and attached hereto as Exhibit "B". 5. Insurance Contractor must name the City ofOcoee and Cypress Colony, Inc. as an additional insured on the General Liability and Umbrella Liability. (Signatures of the parties are on the next page) 2 CONTRACTOR: By: Print Name: Title: FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA; AJ>PROVED AS TO FORM AND LEGALITY this day of ,20_ FOLEY & LARDNER LLP By: City Attorney CITY: CITY OF OCOEE, FLORIDA By: S. Scott Vandergrift, Mayor ATTEST: Beth Eikenberry, City Clerk (SEAL) APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON ,20_ UNDER AGENDA ITEM NO. 3 OCM Wcb Map Pugc 1 of 1 II .. ~ K 'r-, U f I A .~ ..- eil . ! L---- .i Z , I rc'c"~"'''''i I I ---- -- --- __ -,1 I v ~ < · · ~ --ell OCPA Web MAP ~ CJ l'l'mn t~N\"l(t T .c' '.u l~ s:.;; '" "" ll, F. Si.. (; F c. ~ rl ':' E ~ L _____ ~-~--,----.-.., I .1 j Il' J~ I 1"' ~. 'Z' I fMt:i.'>G-7j"i.O 1I, ~ e ~. J t .~ ~ Ei , ! & ~ t-l ~~ r--j ; M :J' '2 : -t. ! j I I to It !t \. !i I '.-.- <~ --- - - -_..--.----~ W COLONIAL DR SR SO , t_ 'IIJ I ...) - A, ,.. L. .:)1." lI.q'.~,.t:.".I: to'''': 1 r..... ,.,_1:01; '/t.- ~i; J- T. "I ft! ::::i'. '; " i ': ~ ~ ~ \ J L___-'~~..~J .... , . .. ." . . .. I ". ott ~.' _. ,t' . ~~ t'; ;; "" i.", = . "~';o~l , , ------- I !":!,"';"~l:;"e' "rF..5.t I , ,. e . J~ t- .'.#! J.. :.:~- ~'~~G':[ i"pl:'~il r<';;'':'.2ill .-;';;rct:, 11.: ~;t2:j~lt)Ch'j.~~!tl':I)r:; I 1 ~ I!' ..' f ~ ". - I l I 1 k.~....-.__",~_.....,.,-____ .J~, ~ ~. _I.-----'~"- 1'" : l",.., , ",~. ... ~ _. . f-.~r L,o<" "'i ,--.. ~.~ 1 t I . ~ ---.- --._.~ ..-'-- -.,,' - _.. ':.r M t. ~ il! .. lr o . . 101 Creeted on 12/1712008. Copyright 2007. Orenae COUnty Property AppraIs nUb ,TIll" I~ Iflr t.llmlnCl1 tmjy .no .s nOl a lIurvuy http://paarcgis.ocpafl.orWWebman3/Print M8D Onlv.asnx?&>>in=28223 0000000020 12/17/200& Demolition Proposal COLONY PLAZA HOTEL-VERTICAL STRUCTURES REMOVAL ONLY 11100 W. COLONIAL DR.-OCOEE, FLA. Sheet 1 of 3 J>repared by: Central Environmental Services, Inc. Project Manager/Estimator: Tom Barnhill Date: 12/08/08 Proposal # 08-887-REVISED Prepared For: CITY OF OCOEE Client: Ms. Jamie Croteau Address: 150 N. LAKESHORE DRIVE-OCOEE, FLA-34761 J>hone 407-905-3110 Fax: 407-905-3176 ~Bc _,.......II'..il<1~" _C"'_"'1._.k. 4NATlONAL 3210 Friendly Avenue - Orlando, Florida 32808 - USA (~ Telephone: 407-295-7005 Mobile: 407- 948-6984 Fax: 407-295-7004 E-mail: twbarnhill@bellsouth.net Website: www.centralenvironmental.com CENTRAL . ;lit.:..."", tl.J':'..k'.~IIIIr..1'~' ~t~..~ r. .......,.1 ~f_ Project WORK SCOPE QUANTITIES COLONY PLAZA HOT.... WRTICAL STRUCTUUS SHEET 2 OF 3 Client CITY 0' OCO.. 180 N. LAKUHORI! DRlVI!-OCOI!I!,'LA- 34781 ... ".ml. Croteau 407-8011-3110 407-8011-3178 IcrotuluQcl.oco_.tI.us Central Environmental Services, Inc. (eES., Inc.) Hereby proposes and agrees to furnish all necessary labor, materials, equipment. machinery, tools and safety gear required to perform the following scope of work in accordance with specifications supplied and reviewed. Excluding any grinding or removal of mastic, adhesive, paints, chemicals, oils, tanks, and solvents. We further exclude layout of any saw cut lines, shoring and/or bracing of any type. Work quoted herein was based on numerous site visits and bid requests by the City of Ocoee. Once It has been established this project Is ready to commence work C.E.S., Inc. proposes to do the following: Location 11100 W. COLONIAL DR.-OCOI!I!, ,LA. Address Estimator Tom ..mhlll Contact Contact # 407.......14 Phone Date 12/110. Fax Proposal # OW.7-RI!VISI!D E.mail WORK DESCRIPTION COMMENTS * MO..LlZAnON 0' STAPP AND I!QUIPMI!NT IN AND OUT 0' .IOAIn. COMPLI!'nL Y DIIMOUSH AND RIIMOW ALL WRTICAL STltUCTUIIlI!S ON TH" SITII TO INCWDI! TWO (2) HOTIIL ROOM WI..... I!NTRY CANOPY, LOan, ItDTAUIIANT, POOL I!QUIPMI!NT SUILDING, STOUGI! SUILDING AND UIIOn 1U!STItOO... DOWN TO SUUl. PUMP DRY AND COMPU'nLY DIlMOUSH ,.. COMMI!IlCIAL SWIMMING POOL IN ITS I!NTIUTY TO INCwn ALL PIPING AND IlUCTltICAL MSOCIATI!D WITH IT. Z SACK PILL THI! POOL CAVITY WITH CUAN PILL DIRT AND COMPACT AT 12" INTllIIVAU WITH OUR I!QUIPMI!NT TO MINIMIZI! ANY 'UTUU SIIRINM.. THAT MIGHT OCCUR. 3 PULL ALL APPLlCASLB DIlMOUTION "'_ITII PRICE BASED ON ONE (1) MOBILIZATION. EACH ADDITIONAL MOBILIZATION AT $BOO.OO PER UMOW AND DISPUI! 0' ALL INTDIOR 'URNISHIN.. 'OUND IN THI! LOSSY, 4 HOTB. .00.... ItDTAUIlANTAND OTHD COMMON...... PIUO. TO AMTIIMI!NT O' MSDTOS" COWUD IN ALTllIUlATII UNI! ITIIM '" UIIOVI! AND DI8POSI! 0' ALL DIlMOUTION ANDIO. 'OLIAGII Dl!SIUS IN AN 5 APPItOVI!D LANDPILL OR UCYCUNG 'ACIUTY 'D CODl!S AND u&ULAno.... EXCLUSIONS TO CONTRACT: 1 NO SHORING OR BRACING; SIDI!WALK CLOSUIU!S, TRAPJlIC CONTROLS; OR PI!RMrmNG POR SAMI! (IF APPLICABU!) 2 COST O. CLUN PILL DIRT IU!QUIIU!D TO BRING SOIL Ll!Vl!L UP TO MATCH DISnNG GRADI! DCI!PT POR POOL AIU!A. 3 IU!MOVAL OP ANY CHI!MICALS PAINTS OR SOLVI!NTS . ANY CONCRI!TI! SI.ABS, SIDI!WALKS, DRIVBWAYS, ASPHALT, TIlNNIS COURTS OR OTHI!Il HARDSCAPI! ITIlIIS (P~R CITrS IU!QUI!ST). 8 WASTI! WATIlR PACILITY, UNDI!RGROUND IMPROVl!MI!NTS; SIGNAGI! AT ROADWAY OR POOTI!RS. . HYDROSI!I!D OR SOD $413,500.00 $413,500.00 ALTERNATE LINE ITEMS: (PLEASE CHECK THE BOX IF YOU AYEPT1 I 1 ADDITIONAL COST REQUIRED TO ABATE ALL ASBESTOS RELATED MATERIALS IN THEIR ENTIRETY $270,600.00 Authorized Signature: Date: ~~ 3210 Friendly Avenue - Orlando. Florida 32606 - USA Telephone: 407-295-7005 Mobile: 407-946-6964 Fax: 407-295-7004 E-mail: twbarnhill@bellsouth.net Website: www.centralenvironmental.com 4i~~OJl{;~ION ~~. CENTR.AL . :;M~,,"'i, If'z.i~.........~.. "'.1" ....,. !'JIrt.~4 a:"--'__I~i__ TERMS & CONDITIONS Project COLONY PLAZA HOTEL-VERTICAL STRUCTURE~Client SHEET CITY OF OCOEE 3 OF 3 Location 11100 W. COLONIAL DR.-OCOEE, FLA. Address 150 N. LAKESHORE DRIVE-OCOEE, FLA-34761 Estimator Tom Barnhill Contact Ms. Jamie Croteau Contact # 407.948-6984 Phone 407-905.3110 Date 12/08/08 Fax 407-905-3176 Proposal # 08-887.REVISED E-mail icroteau(Ll)ci.ocoee.fl.us 1. Customer shall pay Central Environmental Services, Inc. the full sum of the accepted proposal amount for the faithful performance of this contract and all provisions covered herein. Payments will be made regardless of any damage claims. A 50% down payment is required on all jobs upon receipt of this proposal as a binding contract The only way this down payment can be waived is by: o Prior written, signed and approved consent by the owner of our firm. o A copy of that agreement is placed in our files . A quick pay plan based on our submission to your office of a pre-submitted schedule of values o NO retainage held upon completion of the demolition portion of the project Interest on overdue accounts will be accessed at a rate of one and one half percent (11/2%) per month or eighteen per cent (18%) per annum. 2. Any alteration and/or deviation from the above agreed scope of work will constitute the issuance of" Change to Contract" and extra work and/or labor shall not be performed until C.E.S., Inc. has a signed and accepted copy of that change to contract in their office which covers the additional costs required to complete the extra work(s). 3. Once Central Environmental Services, Inc. has received your signed proposal and it becomes a binding contract to proceed with the works covered therein, cancellation or forfiture of this contract for any reason will necessitate the need to charge an administrative charge based on how much inner office work has been completed up to the point of cancellation. 4. Central Environmental Services, Inc. retains 100% salval!e ril!hts upon your acceptance of this proposal as a binding contract By allowing C.E.S., Inc. to secure the property immediatley after signing of this contract, this helps render it secure and helping to minimize the possiblility of any salvage theft Doing this also assists you in minimizing liability on your behalf to anyone who might be on your property unauthorized. 5. Customer agrees to supply Central Environmental Services, Inc. with a recorded and valid "Notice of Commencement" upon request (when applicable) and is aware that all projects are subject to a lien under the provisions outlined in Chapter 713 of the Florida Statutes. 6. This proposal may be withdrawn at the option of Central Environmental Services, Inc. if not accepted within sixty (60) days of the date of issuance. Respectfully, 7DIH 'ii~ ACCEPTANCE OF PROPOSAL Upon acceptance ofthis document by both the customer and Central Environmental Services, Inc. (C.E.S., Inc.) this proposal becomes a legal and binding contract. In as much as our business (C.E.S., Inc.) is governed and established within guidelines of corporate structure, any time our contract is accepted, yet is superseded by the contract of another firm, our contract shall still be accepted as an article as a part of the overall contract and all conditions of our contract shall still be met. Signatures on each sheet; initials within the "Accepted" or "Declined" spaces shall be executed and a copy ofthe "signed" original will be maintained in our files until the project has been completed and closed out. I hereby authorize Central Environmental Services, Inc. to furnish all materials, equipment and labor required to complete the scope of work covered in this contract, which I, the undersigned agrees to pay the full amount stated in said proposal and agrees to the terms and conditions thereof. OWNERS SIGNIATURE* CENTRAL ENVIRONMENTAL SERIVCES, INC. PRINTED NAME/TITLE PRINTED NAME/TITLE DATE DATE ~8c *Only the business owner, corporate officer or property owner may sign and execute this contract. ~. 3210 Friendly Avenue - Orlando, Florida 32808 - USA Telephone: 407-295-7005 Mobile: 407- 832-0204 Fax: 407-295-7004 E-mail: info@centralenvironmental.com Website: www.centralenvironmental.com From: Judy 'Natkins At: Sihle Insurance Group FaxlD: Sihle Insurance Grou To: Joyce Colbert Date: 21912009 02: 15 PM Page: 2 of 3 ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID JW I DATE (MMlDDIYYYY) CENTR92 02/09/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER SIKLE INSURANCE GROUP, INC. P. O. BOX 160398 ALTAMONTE SPRINGS FL 32716 Phone:407-869-0962 Fax:407-774-0936 INSURERS AFFORDING COVERAGE NAIC# INSURED Nautilus Insurance Company Central Environmental Services 3210 Friendly Ave. Orlando FL 32808 INSURER A INSURER B INSURER C INSURER D INSURER E 8ridq.field ~loy.r$ IN. Co. North River Insurance Co Travelers Insurance Co. 10701 -- -- COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH 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 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSRD TYPE OF INSURANCE POLICY NUMBER DATE '(MMJDOf.(Y)c DATE (MMlDDNY) LIMITS GENERAL LIABILITY EACH OC CURRENCE $1,000,000 - A X COMMERCIAL GENERAL LIABILITY BKOO113592 06/01/08 06/01/09 u-",v"",,,,c 'v _KCOV' Cl) $ 100,000 PREMISES (Ea occurenee) - o CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5,000 - PERSONAL & ADV INJURY $ 1,000,000 - GENERAL AGGREGATE $2,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG $2,000,000 I n PRO- nLOC Emp Ben. 1,000,000 POLICY JECT Al/TOMOBILE LIABILITY COMBINED SINGLE LIMIT - $ 1000000 D X ANY AUTO BA 8097M666 08 CNS 10/27/08 10/27/09 (Ea accident) - ALL OWNED AUTOS BODIL Y INJURY ~ (Per person) $ SCHEDULED AUTOS f--- -- HIRED AUTOS BODIL Y INJURY ~ (Per accident) $ NON-OWNED AUTOS ~ f--- PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONL Y - EA ACCIDENT $ =l ANY AUTO OTHER THAN EA ACC $ AUTO ONL Y AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $2000000 ~ OCCUR D CLAIMS MADE 06/01/08 06/01/09 - ---- C 5520133548 AGGRE GATE $2000000 $ ~ DEDUCTIBLE $ -- X RETENTION $ $ WORKERS COMPENSATION AND X IT3'R\t:~ifs I IUE~ B EMPLOYERS' LIABILITY 83037972 06/01/08 06/01/09 E L EACH ACCIDENT $ 1000000 ANY PROPRIETORIPARTNERlEXECUTIVE OFFICERlMEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $ 1000000 If yes. descnbe under E.L DISEASE - POLICY LIMIT $ 1000000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES J EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Colony Plaza Kotel Demo, 11100 W Colonial Dr, Ocoee, FL 34761; The City of Ocoee and Cypress Colony Inc. are additional insured with respect to general liability and umbrella when required by written contract. *10 days notice of cancellation would be given inthe event of cancellation for non-payment of premium. CERTIFICATE HOLDER CANCELLATION OCOECIl SHOULD IWY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL 30* DAYS WRITTEN - NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Bl/T FAILURE TO DO SO SHALL city Of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF IWY KIND UPON THE INSURER, ITS AGENTS OR 150 North Lakeshore Drive Ocoee FL 34761 REPRESENTATIVES. A~,Vv\.l "' ACORD 25 (2001/08) @ ACORD CORPORATION 1988 From: Judy Watkins At: Sihle Insurance Group FaxlD: Sihle Insurance Grou To: Joyce Colbert Date: 21912009 02: 15 PM Page: 3 of 3 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) City of Orlando, Purchasing Page I of 1 ~L,(Ch(lst!'9 {~" · Enter all or part of the Name or Number. it Search by: t~greement Number .1 Total Records Returned: 3 Where Service is demolition Agreement Suppl Vendor Vendor Name Contract Effective Expired Phone FAX PDF Purchasing # # # Name Date Date Agent Global Demolition 11/30/2006 11/29/2009 407 Milton E 2248 1 261992 Demolition & Res & 422- ~ Leblanc Recvcling Inc Commercial 4768 407 246-2897 Demolition 11/30/2006 11/29/2009 407 407 297- Milton E 2248 2 104065 H B Walker Inc Res & 299- 9709 ~ Leblanc Commercial 4126 407 246-2897 Central Demolition 11/30/2006 11/29/2009 407 407 295- Milton E 2248 3 102694 Envi ron menta I Res & 295- 7004 ~ Leblanc Services Inc Commercial 7005 407 246-2897 Home I Legal I Site Map I Tool Box I Feedback @ 2000-2008 (I'll or OIU.ANDO http://www.cityoforlando.net!adminlpurchasing/W ebContracts/tm _ test! search_new .asp ?Searchby= W CD LO... 2/5/2009 J I :J "I I i r i I I ----- :- 1. \ BI06-2248-03 ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES TIDS AGREEMENT, made this / ~ ~y of -AJ I) II'~ A~ ,2006, by. and between ~ City of Orlando, a municipal corporation existing under the laws of the State of Florida, hereinafter iferred to as the "City" and Central Environmental Services. Inc., hereinafter referred to as the Contractor", for the term specified herein. with the City having the option of extending this Agreement for another period of time, upon a mutual agreement of the parties, agree as follows: WITNESSETH: I. SCOJ>E The Contractor is to perfonn the Work as defined in the Invitation to Bid and amendments, if any, the Invitation to Bid and any amendments thereto being attached hereto as Exhibit "A", incorporated by reference herein and made a part hereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. n. TERM OF AGREEMENT The period of this Agreement shall be for twelve (12) months, beginning on November 30. 2006 and ending on November 29. 2007. This Agreement may, by mutual written assent of the parties, be extended for two (2) additional twelve (12) month periods or portions thereof, up to a cumulative total of thirty-six (36) months. m. COMPENSA nON The Contractor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and amendments, if any, the bid and any amendments thereto being attached hereto as Exhibit liB", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit liB", may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto, will remain firm for the term of this Agreement or Addendum. Office of Purchasing and Materials Management (SAACS) Page: 1 .~) . ) '---' B106-2248-03 IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City rescrves thc right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Accounts Payable Section, City of Orlando, P.O. Box 4990, Orlando, Florida, 32802-4990. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. V. FISCAL YEAR FUNDING APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. B. Cancellation Due to Unavailability of Funds in Succcedine Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequcnt fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. VI. GENERAL CONDITIONS A. Patents and Copvri2hts The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materinls, equipment, product or device in perfonnance of the Work, which is the subject of patent rights or copyrights. Office of Pure basing and Materials Management (SAACS) Page: 2 "-) " ----.) B106-2248-03 Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise. that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default I. The perfoIlT\ance of Work under this Agreement may be tenninated by the Director of Purchasing, in whole or in part, in writing, whenever the Director of Purchasing shall determine that the Contractor has failed to meet the performance requirements of tllis Agreement. 2. The Director of Purchasing has a right to tenninate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions ofthe Agreement. 3. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Director of Purchasing or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Director of Purchasing, shall constitute authority for the Director of Purchasing to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Director of Purchasing, for any expense incurred in excess of the Agreement prices. 4. Such purchases shall be deducted from Agreement quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Director of Purchasing. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Director of Purchasing that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Office of Purchasing and Materials Management (SAACS) Page: 3 , .~) ---J B106-2248-03 C. Termination for Convenience The City may terminate this Agreement at its convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. D. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions ofthe Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. E. Time of Completion The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, Jack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Office of Purchasing and Materials Management (SAACS) Page: 4 '-) --J BI06-2248-03 Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of nonnal Work schedules. However, under such circumstances as described herein, the City Director of Purchasing may at his discretion, cancel this Agreement for the convenience of the City. F. Indemnification and Insurance: 1 . Indemnity The Contractor hereby agrces to indemnify and hold hannless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Agreement: (a.) Commercial General Liability Insurance: Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City, protecting and insuring against all the foregoing with coverage limits of not less than Five-Hundred Thousand Dollars ($500,000) per occurrence for Bodily Injury and Property Damage. (b.) Automobile Liability Insurance: Automobile Liability coverage shall be in the minimum amount of Three-Hundred Thousand Dollars ($300,000) per occurrence combined single limits for Bodily Injury and Property Damage. (c.) Workers' Compensation Coveraee: Full and complete Workers' Compensation Coverage, as required by State of Florida law, shall be provided. Office of Purchasing and Materials Management (SAACS) Page: 5 .~) ~ 8106-2248-03 (d.) Insurance Certificates: The Contractor shall provide the City with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a fonn(s) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by responsible companies who are acceptable to the City and licensed and authorized to do business under the laws of the State of Florida. G. AcccDtance The City will be deemed to have accepted the Work after the Director of Purchasing is notified by the using Department ofits satisfaction that the Work is completed. The Work under this Agreement shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor. H. Correction of Work The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. and whether or not fabricated, installed or complcted. The Contractor shall bear all costs of correcting such rejected Work. I. Ri2ht to Audit Records The City shall bc entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relatc to the performance of this Agreement or any sub-contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date offinal payment under this Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. Office of Purchasing and Materials Management (SAACS) Page: 6 '-.-JI ~ BI06~2248-03 J. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thercofwithin the time specified. K. Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. L. Safety Measures The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. M. Extra Work The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. If the Contractor plans to make a claim for an increase in the Agreement price or an extension in the Agreement Schedulcffenn, he shall first give the City written notice within ten (10) calendar days after the occurrence of the event l,>1ving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the Director of Purchasing, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. Orfice of Purchasing and Materials Management (SAACS) Page: 7 ~ . . \ ---.J BI06-2248-03 N. Familiarity With The Work The Contractor by executing this Agreement. acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the perfonnance thereof. It is understood that the execution of this Agreement by the Contractor serves as his stated commitment to fulfilJ all the conditions referred to in this Agreement. O. Title and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. VII. MISCELLANEOUS PROVISIONS A. The Contractor shall not employ subcontractors without the advance written permission of the Director of Purchasing. B. Assignment of this Agreement shall not be made without the advance written consent of the Director of Purchasing. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and rcgulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the Director of Purchasing or his designee. . E. The Contractor is to procure all pennits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local Jaws, ordinances, rules, and regulations, for the proper execution and completion ofthe Work under this Agreement. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. G. All disputes between the parties shall be resolved in accordance with the City Purchasing Code, (Chapter 7 of the City Code). H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. I. This Agreement is considered a non-exclusive Agreement between the parties. J. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. Office of Purchasing and Materials Management (SAACS) Page: 8 .' , \ ---.J .'-,-.J BI06-2248-03 K. Any litigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. L. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. M. This Agreement, including any Exhibits hereto, contains all the tenns and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. ************************************************************************************ Office of Purchasing and Materials Management (SAACS) Page: 9 , - '1 "-----.J 8 BI06-2248-03 IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. OFFICE OF PURCHASING AND MATERIALS MANAGEMENT CITY OF ORLANDO, FLORIDA By: JON MEAD Name, Typed or Printed Date: ~ (~ .2006 APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Orlando, Florida, only. ~. Date: Aiwlftnh6r gn ~ {'. tf-t~ CITY ATTORNEY ORLANDO, FLORIDA . 2006 Br CO~ ~rur -- Richard Lorenz. President Name & Title, Typed or Printed Central Environmental Services. Inc. Name of Company, Corp., etc. 3210-Ffiendlv Avenue Mailing Address Orlando. FL 32808 City. State and Zip 407 295 7005 Telefax: 407 295 7004 Area CodelTelephone Number ATTEST: (Signature of second corporate official if applicable) Signature Name & Title. Typed or Printed Office of Pure basing and Materials Management (SAACS) Page: 10 I =. ':....~ " . STATE OF Florida COUNTY OF Orange The foregoing instrument was acknowledged before me this ~ay of ~r , 2006, by Richard Lorenz and n 1 P\. as the President and C' _ . F .. ~D ~ respectively, and on behalf of Central Environmental He/she/they (is) (are) personally known to me or (has) (have) produced - Services. Inc. (Type ofIdentification*) as identification and (di&) (did not) take an oath. WITNESS my hand and official seal this , 2006. (SEAL) My Commission Expires: CX1-, L\~\-;2ill~ ~1 ~S\EJ=f\~ Typed, Printed or St ped Name of Person Taking Acknowledgment A~\S\N0\ TitlelR.8nk of Person Taking Acknowledgment '" Acceptable Fonn ofID pursuant to Florida Statute 117.05 (provided it is current or has been issued within the past 5 years and bears a serial or other identifying number): · a driver's license or non-driver's ID card issued by Florida or any other U.S. state or U.S. territory · a U.S. passport or a foreign passport stamped by the U.S. Immigration and Naturalization Service; . a U.S. military ID card; . a for an inmate in custody, an ID card issued by the Florida Department of Corrections; . Canadian or Mexican driver's license issued by an official agency; . an ID card issued by the U.S. Immigration and Naturalization Service. -- -., L) EXHIBIT "A" INVITATION TO BID ./. , - I ----t BID6-2248-03 Office ofPurcbasing and Materials Management (SAACS) Page: 12 j "~) MAIL DATE: Julv 26. 2006 INVITATION TO BID City of Orlando, Florida Office of Purchasing & Materials Management City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246-2291 Fax (407) 246-2869 Website: http://www.cityororlando.net BID NO: BI06-2248 OPENING DATE: August 16. 2006 BUSINESS NAME & ADDRESS THIS IS NOT AN ORDER ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES Bids will be opened and publicly read aloud at the Office of Purchasing, City of Orlando, CilY Hall at One City Commons, 400 S. Orange Avenue, Fourth Floor, Orlando, Florida al 3:00 p.m. on the 16111 day or August, 2006. Bids must be SUBMITfED ON THE FORM FURNISHED BY THE CITY and in accordance with specifications and list of quantities desired. SEE ATTACHED SPECIFICATIONS & ETC. This completed form must appear as the top sheet for all bids submitted. Bid Bonds if required may be in the fonn of a Bond, Cashier's Check or Certified Check. Amount of Bid Bond $ N/A Amount of Cashier's Check $ N/A Amount of Certified Check $ N/A Total Amount of Bid or Base Bid $ AJlltems Bid? Yes No It is the intent and purpose of the City of Orlando that this Invilalion to Bid promotes competitive bidding. It shall be the bidder's responsibility to advise the Office of Purchasing at the address noted in the Special Conditions, if any language, requirements, etc. or any combination thereof, inadvenenlly restlicts or limits the requirements stated in this Invitation to Bid to a single source. Such notification must be submitted in writing and must be received by the Office of Purchasing not later lhan ten (10) days prior to the bid closing date. Annual Agreement for Demolition of Residentialnnd Commercial Structures .----"' \~j INVITATlON TO BID # BI06-2248 TABLE OF CONTENTS PAGE INSTRUCTIONS FOR SUBMIITING BID......................................................... 3 BID AWARD INFORMATION .......... ........ ..... ................ .......... ...... ........................................ 4 PRE-BID CONFERENCE..... ............................... ...... ... ... ................... ... .....n.. 5 STANDARD FORMS BIDDER'S CERTIFICATION ................................ .................................... 7 ADDENDUM PAGE .. . ... ... ... . ... . ... . .. ... .... ... ... ............. ......... ..... ... . . . .. . .. . . .. 8 REFERENCES ... ... ... ... . .. . .... .... ... ... ... ... . ... ... .... ... ................ ... ... ... ... . .. . . .. 9 MINORIlY !WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION . .................... ........................ ........ ............ 10 RECYCLED CONTENT INFORMA nON .................................................. on.. 11 INVITATION TO BID PRICING PAGES ......... ...... ................................. ........ 12 SPECIFICATION . ... .. . .. .. . . .. . . . . . . ... ... .. . ... ... .... ... . .. ..... .. .... ......... ......... . .. . ........ 14 NO-BID RESPONSE ......... ...... .. .... .. ....... ... .... .. . ... . .. . .. ... . .. . .. . . . .. ... ... '" .......... 17 GENERAL CONDITIONS 18 SPECIAL CONDITIONS ....................................... .................................... ... 19 AGREEMENT ... ... ..... .... ... ..... ...................... ...... ......... .... ..... ... ... ... ... ... ...... 31 Office of Purchasing and MateriaJsl\fanagemcnt Page; 2 " .I Annual Agreement for Demolition of Residential and Commercial Structures ,,-_J INVIT A nON TO BID # BI06-2Z48 INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATION TO BID FOR THE ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES A. Prcoaration of Bids: t. Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions, Failure to do so will be at the Bidder's risk. 2. All prices and notations must be in ink or typewritten. No erasure penniUed. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing bid. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signa lure must be fulfilled. J. Each bidder shall furnish the information required on the bid form and each accompanying sheet thereof on which he/she makes an entry. 4. Unit price for each unit bid shall be shown. A lotal shall be entered in the amount column for-each item bid. In case of discrepancy between a unit price and eXlended price, the unit prices will be presumed to be correct. 5. Although the City generally awards bids based on a "lump sum" basis to the bidder submitting the lowest responsive and responsible total bid as shown on the Invitation to Bid cover page, the City may choose to award on a "per group" or "per item" basis. Therefore, bidders musl submit with their bids, all pricing pages on the forms provided clearly indicating which items are bid and which are not. Fai Jure to submit lhese pages will render such bid non-responsive. B. Bid Check List: Bidden; are cautioned to please check their bid very carefully, using the following Check List: Bidder's Certification Page Signed and Notarized. Invitation To Bid Price Schedule Including Unit Price and Total Price Columns completed. Total Amount of Bid Entered on Invitation To Bid Cover Sheet. Bid Envelope Prepared ^s Specified. MBFJWBE infonnation provided as required on the form attnched hereto. It is the bidder's respoosibUity to cootact tbe Office of Purchasing and Materials Management prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. C. Special Items (Applicable to this Bid Only); l. 2. 3. Office or Pur~hasing and Materials Management Page: 3 ~, j Annual Agreement for Demolition of Residential and Commercial Structures ,~ , ,'"'-) INVITA'fION TO BID # BlO6-2248 BID A WARD INFORMATION The Office of Purchasing and Materials Management is your official source to obtain information about City of Orlando bid awards. You may reccive bid award information in a variety of different ways: I. It is incumbent on the bidder to contact the Office of Purchasing at (407) 246-2291 to determine the successful bidder(s). This is in accordance with and shall be governed by the provisions of Chapter 7 ofthe City of Orlando's Code. 2. You may receive award infonnation by visiting DemandStar by Onvia's website at hUo://www.demandstar.comlorlandolBidInfo/BidlnfoODening.htm. Select from the pull-down menu, click on awarded, then click on search. The bids are listed in order by broadcast date. Choose the Bid you are interested in and click on details on the far right hand side of the screen. The award information including date of award, award amount and winning vendor will be located under the section titled "Bid Status Text". 3. You may also get the same infonnation by visiting the Office of Purchasing's website at htto://www.citvoforlando.net/admin/purchasinwindex.htm. Look on the right hand side of the page and in large bold blue letters, click on the Icon: VENDORS! Click Here to View Bids and Bid Awards. Follow the directions from number two (2) above. 4. Again, from the Office of Purchasing's website, httv:/Iwww.citvoforlando.neVadmin/ourchasinJ!/index.htm. you may also receive award information by clicking in the blue link box titled, "Bid Award Info". This report lists all awards from the current and previous month and is updated on a weekly basis. From this same site, httQ:/Iwww.citvoforJando.net/adminlourchasing/index.htm. you may also click on the beige and red link box titled "Links" and click on the link "Doin2 Business with the City of Orlando". Once there, click on the link Obtainine Bid Award "Results. This page will again give you detailed instructions on the various ways to obtain bid award information. 5. You may also visit the Office of Purchasing and obtain award infonnation and/or bid packages, addendums, etc. that arc located on the Bid Information Board. Our office is located at City Hall One City Commons Fourth Floor 400 South Orange Avenue Orlando, Florida 32801 6. And as always, you may always call the Office of Purchasing at (407) 246-229J and we would bc more than happy to give you the award information you are seeking. We appreciate your interest in doing business with our great City and wish you much success with your business ventures. Office of Purchasing and Materials MaRltcement Page: 4 Annual Agreement ror Demolilion of Residential and Commcrc:ial Structures :.-) INVITATION TO BID #I Bl06~2248 PRE-BID CONFERENCE All prospective bidders are invited to attend a non-mandatory J>re-Bid Conference at: The Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue 41b Floor Orlando, Florida On: Wednesday, August 2, 2006 at 10:00 a,m.. The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope, purpose, nature and extent of the work, and any local conditions, which may affect the work and its performance. Submission of a bid shall constitute an acknowledgment by the bidder that he has thoroughly examined and is familiar with the INVITATION TO BID. The failure or neglect of a bidder to examine the INVITATION TO BID. shall in no way relieve him of any obligations with respect to either his bid or the INVITATION TO BID. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the INVITATION TO BID. PRE-DID NON.MANDATORY 01/90 omce or Purchasing and Materials Management Page: 5 Annual Agreement for Demolition of Rcsidential Bnd Commercial SCructures ~ ") INVITATION TO BID # 8106-2248 STANDARD FORMS IN ADDITION TO THE INVITATION TO BID COVER PAGE, THE FORMS LISTED BELOW WHICH ARE ON PAGES 7 THROUGH 13, ARE TO BE COMPLETED AND SUBMIITED WITH YOUR BID. 1. BIDDER'S CERTIFICATION 2. ADDENDUM RECEIPT VERIFICATION 3. REFERENCES 4. MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION 5. RECYCLED CONTENT INFORMATION REPORT (IF APPLICABLE) 6. INVITATION TO BID PRICfNG PAGES (2) NOTE: PLEASE ENSURE THAT ALL OF THESE DOCUMENTS ARE COMPLETED AND SUBMITIED WITH YOUR BID IN ACCORDANCE WITH THE INSTRUCTION SHEET ON THE PRECEDING PAGE. FAILURE TO DO SO MAY RESULT IN YOUR BID NOT BEING CONSIDERED FOR AWARD. IT IS THE BIDDER'S RESPONSmILITY TO CONTACT THE OFFICE OF PURCHASING AND MATERIALS MANAGEMENT PRIOR TO SUBMITIING A BID TO ASCERTAIN IF ANY ADDENDA HAVE BEEN ISSUED, TO OBTAIN ALL SUCH ADDENDA, AND RETURN EXECUTED ADDENDA WITH THE BID. IF YOU HAVE DOWNLOADED THIS BID FROM THE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD ALL SUCH ADDENDA. Office of PUl'"chasing and Moterials Management Page: 6 ~. ) - " \..) INVIT A nON TO BID # BI06-2248 Annual Agreement for Demolition or Residential and Commercial Structures BIDDER'S CERTIFICATION I have carefully examined the Invitation to Bid, Instructions to Bidders, General and/or Special Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of this Invitation. I hereby propose to furnish the goods or services specified in the Invitation at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90) days in order to allow the City adequate time to evaluate the bids. I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by the Orlando Police Department prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. 1 further certify that I am duly authorized to submit this bid on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able (0 perform if awarded the bid. I further certify,under oath, that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a bid for the same product or service; no officer, employee or agent of the City of Orlando or of any other bidder interested in said bid; and that the undersigned executed this Bidder's Certification with full knowledge and underslanding of the mailers therein contained and was duly authorized to do so. NAME OF BUSINESS Sworn Lo and subscribed before me BY: this day of SIGNATURE .2006 NAME & TITLE, TYPED OR PRINTED Signature of Notary Notary Public, Stale of MAILING ADDRESS CIlY, STATE, ZIP CODE Personally Known -OR- Produced Identification ( ) TELEPHONE NUMBER Type: L-) FAX NUMBER Company Tax 10 # E-MAIL ADDRESS Office ofPurchDslng and Materials Management Page: 7 ~. ') ~'" "-) JNVIT A nON TO BID # BJ06-2248 Annual Agr-eement for Demolition of Residential and Commercial Structures ADDENDUM PAGE The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date of each): Addendum No. Dated Addendum No. Dated Addendum No. Datcd Addendum No. Dated FAILURE TO SUBMIT ACKNOWLEDGMENT OF ANY ADDENDUM THAT AFFECTS THE BID PRICES IS CONSIDERED A MAJOR IRREGULARITY AND WILL BE CAUSE FOR REJECTION OF THE BID. Company Signature Tille Office of Purchasing and Materials Management Page: 8 . , \ ) : ) INVITATION TO BID # BI06-Z248 Annual Agreement for Demolition of Residential and Commercial Structures REFERENCES Bidder shall submit as a part of the bid package, four (4) business references with name of the business, address, contact person, and telephone number. Name: Name: Address: Address: Telephone No.; ( ) Telephone No.: ( ) Fax No.: ( ) Fax No_: ( ) Contact: Contact: E-mail : E-mail: Name: Name: Address: Address: Telephone No.: ( ) Telephone No.: ( ) Fax No.: ( ) Fax No.: ( ) Contact: Contact: EMmail : E-mail: Office of Purchasing and Materials Management Page: 9 _" . 1 ~. ) Annual Agreement for Demolition of Residential and Commercial Structures ;:) INVIT A nON TO BID # BI06-2Z48 MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION Chapter 57, Articles II and III, of the Orlando City Code establishes goals of 18% and 6%, respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and construction to be awarded to Minority and Women-Owned Business Enterprises. All bids will be evaluated in accordance with Chapter 57, Articles II and III. For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact: Minority Business Enterprise City Hall at One City Commons 400 South Orange A venue - Fifth Floor P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246-2623 If your company is currently certified, please entcr the certification number and the expiration date in spaces provided below or submit with your bid a copy of the notification received from the City stating that your company is recognized by the City as a Minority/Women-owned Business Enterprise: Business Name: Certification Number; Expiration Date: There shall be no third party beneficiaries of the Minority Business Enterprise or Women-Owned Business Enterprise provisions of this Contract. The City of Orlando shall have the exclusive means of enforcement of the MBE/WBE Ordinance and contract terms. No right of action for non-signatories of the Agreement is intended or implied. The City of Orlando is the sole judge of compliance and whether a good faith effort has been made under the Ordinance and the Contract. In order for a bidder to receive credit for MBE/WBE certification, the firm must be certified with the City of Orlando MBEIWBE Office on or before the date set for submittal of bids. Orlice of Purchasing and Materials Management Page: 10 ~ - ') \ "- ) INVITATION TO BID # BJ06-2248 Annual Agreement for Demolition of Residential and Commercial Structures RECYCLED CONTENT INFORMATION REPORT In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, ctc.); the percentage of recycled material contained in the product and the cost and product performance impacr of increasing the percentllge of recycled content. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Product bid contains recycled content? Yes No. Is your product packaged and/or shipped in material containing recycled conlent? Yes No. Is your product recyclable after it has reached its intended cnd use? Yes No. Office of PurcbasIog and Materials Management Page: 1J .- \ \. i /,-.., \'-) INVITATION TO BID # BI06-2248 Annual Agreement for Demolition of Residential and Commercial Structures INVITATION TO BID You are invited to Bid on the following: Item No. Quantity Unit /Annual Agreement for Demolition of Residential and Commercial Slructures Unit Description Price Total The bid amounts specified herein are for fixed price work, which includes all pnccs for equipment, labor, and material required to perform the work specified in this Invitation To Bid. The Bidder, having familiarized himself with and having examined carefully the Specification consisting of two (2) pages, terms and conditions herein, proposes to furnish all labor, materials, equipment and other items, facilities and services, without exception for the proper execution and completion of the contract, and jf awarded the contract, to complete the said work within time limits as specified for the following bid prices: 1. 1 00,000 Square Demolish predominantly woodframe structures according $ $ Feet to enclosed specification. 2. 100,000 Square Demolish predominantly masonry structures according to $ $ Feet enclosed specification. 3. 100,000 Cubic Fill dirt. $ $ Yard Labor Rate Schedule Bidder shall provide a labor rate schedule that will be used in determining reimbursable costs for any unforeseen work or additional work not covered in Bid Item Number One or Two during the duration of the Contract. Asbestos abatement work will be bid on n case by case basis. The Labor Rate Schedule shall contain hourly rates for each craft involved for both regular and overtime work. The hours of the day which overtime will prevail shall be included in the schedule. Total Bid (this page) $ Office of PurchasinG and Materials Management Page: 12 ,,' ) \ , \~) INVITATION TO BID # BI06-2248 Annual Agreement for Demolition of Residential and Commercial S tructure5 INVITATION TO BID Item No. Quantity Unit jAnnual Agreement for Demolition of Residential and Commercial Structures Unit Description Price Total You are invited to Bid on the following: NOTE 1: ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THE SPECIFICATIONS. IF YOU ARE TAKING EXCEPTION, INDICATE THOSE EXCEPTIONS ON COMPANY LEITERHEAD AND ATTACH TO THIS INVITATION TO BID. NOTE 2: QUANTITIES: THE ITEM QUANTITIES LISTED ON THESE INVITATION TO BID PRICING SHEETS ARE GIVEN ONLY AS A GUIDELINE FOR PREPARING YOUR BID AND SHOULD NOT BE CONSTRUED AS REPRESENTING ACTUAL QUANTITIES TO BE PURCHASED. Total Bid $ J. FOB Point Delivered Only 2. Terms of Payment (e.g. Net 30) 3. The City shall receive shipment or project completion notice within _ days from the date Vendor receives Official Purchase Order or Notice to Proceed. Recheck your quotations prior to submission. Bids may not be changed after being opened. Offiee or Purchasing and Materials Management Page:J3 - '. ;. j \ j INVITATION TO BID # BI06-2248 A1Inual Agreement for Demolition ofRcsidcnlial and Commercial Structures SPECIFICATION FOR THE DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES 1.0 SCOPE OF WORK The Contractor shall furnish all labor, equipment, materials, and supervision necessary for the demolition (including removal and disposal of debris and grading) of residential and commercial structures as specified herein. 2.0 DESCRIPTION A. The Contractor shall demolish the structure(s), remove all rubble, wood and brick, and fill the lot level to existing ground. This includes foundations, septic tanks, drain fields, etc. The work shall be performed at various locations as required. No particular projects are defined in the Contract B. The Agreement includes the demolition of single level and multi-level residential and commercial structures. 3.0 REGULATORY REQUIREMENTS A. The contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the perfonnance of the work specified herein. B. The Contractor shaH obtain all penn its, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the work specified herein. C. The Contractor's employees shall wear appropriate safety gear, uniforms, and footwear that comply with all legal requirements including, but not limited to, OSHA (Occupational Safety and Health Administration) requiremcnts. 4.0 ITEMS FURNISHED BY THE CITY The City will be responsible for coordinating the disconnection of utilities servJcmg the structure(s) designated for demolition. 5.0 DEMOLITION OF STRUCTURES A. Demolish the entire structure(s) including, but not limited to, footings, concrete floors, driveways, and walkways, foundations, septic tanks, drain fields, etc. B. If it is determined by the City's consultant that a structure contains asbestos material. then a licensed asbestos removal Contractor wHl provide a removal plan. Office ofPurcbaslng and Materials Management Page: 14 .0 - \ ., ) Annual Agreement for Demolition of Residential and Commercial Structures --J Ii'! VITA TION TO BID # 8106-2248 C. The Contractor shall remove and dispose of all demolished malenals (including asbestos materials) off-site. If asbestos was involved, then the licensed asbestos removal comractor will direct the demolition contractor how to dispose of such material and where. D. All trash and debris including, but not limited to, cUllings, decayed/decaying building malerials, household furniture/furnishings, appliances, mechanical or lransportation parts, fallen trees, limbs, garbage, paper products, discarded metal, glass and wood products shall be collected and removed from the site(s). E. The entire site shall be graded and len in such a condition as to be free of voids and holes and shall not hold water. . F. The Contractor will have full sal vage rights of all demolished materi a!. G. Removal of items requiring special handling and disposal methods (asbestos, septic tanks, buried fuel tanks, batteries, tires, ete). will be handled on a case by case basis as additional work. The Labor Rate Schedule provided by Contractor will be used in determining reimbursable costs for any additional work not covered in Bid Items 1-3. 6.0 WORK SCHEDULE After receipt of Work Authorization Order, the Contractor shall mobilize within five (5) working days for normal service requests and within twenty-four (24) hours for emergency service requests unless otherwise approved by the Bureau Chief of Code Enforcement or his designee. 7.0 FIELD QUALITY CONTROL Work shall be coordinated with Code Enforcement Division Manager or his designee. 8.0 USE OF PREMISES During the progress of the work specified herein, the Contractor shall keep the premises free from accumulations of waste materials, and other debris resulting from the work. At the completion of the work, the Contractor shall remove all waste materials, and debris from, and about the premises as well as all tools, equipment, and surplus materials, and leave the site clean and ready for occupancy by the City of Orlando. The Contractor shall restore to their original condition, those portions of the site not designated for repair by the contract documents. 9.0 SAFETY AND PROTECTION The Contractor shall be solely and complctely responsible for initiating, maintammg and supervising all safety precautions and programs in connections with the work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the work site and other persons including, but not limited to, the general public who may be affected thereby. END OF SECTION Office of Purchasing and Materials Management Page: 15 '\ ) ~ INVITATJON TO BID # 8106-2248 Annual Agreement for Demolition of Residential and Commercial Structures PROJECT LISTING This Conn shall be utilized to provide a listing of current and past projects undertaken by the bidder wilhin the lasl three (3) years with comparable (like) scope of work: 1. Name/Company; Address: Contact Person: Nature of Work: Contract Period: Stan Date: Completion Dale: Annual Dollar Value: Telephone No.:( ) E-Mail Address: Fax No: ( ) 2. Name/Company: Address: Contact Person: Nature of Work: Contract Period: Start Date: Completion Date: Annual Dollar Value: Telephone No.: ( ) E.Mail Address: Fax No: ( ) 3. Name/Company: Address: Contact Person: Nature of Work: Contract Period: Start Date: Completion Date: Annual Dollar Value: Telephone No.:( ) E-Mail Address; Fax No; LJ 4. Name/Company: Address: Contact Person: Nature of Work: Contract Period: Start Date: Completion Dale: Annual Dollar Value: Telephone No.:( ) E-Mail Address: Fax No; LJ 5. Name/Company: Address; Contact Person: Nature of Work: Contract Period: Start Date: Completion Date; Annual Dollar Value: Telephone No.:( ) E-Mail Address: Fax No: LJ Office of Pun:hasing and MaterIals Management Page: 16 , ) :-,J INVITATION TO BID # BJ06-2248 Annual Agreement for Demolition or Residential and CommerciDI Structures "NO BID" RESPONSE TO INVITATION TO BID CITY OF ORLANDO, FLORIDA OFFICE OF PURCHASING AND MATERIALS MANAGEMENT City Hall at One City Commons 400 South Orange A venue P.O. Box 4990 Orlando, Florida 32802-4990 If your finn is unable to submit a bid at this time, would you please provide the information requested in the space provided below and return to: City of Orlando, Florida Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802-4990 We have received Invitation To Bid No. BI06-2248, opening at 3:00 p.m. on Wednesday, August 16, 2006. Reason for not bidding: BY: Signature Name & Title, Typed or Printed Company Name Office of Purchasing and Materials Management Page: 17 '. ) " .----J INVITATION TO BID # BI06-2248 Annual Agreement for Demolition of Residential and Commercial Structures GENERAL CONDITIONS BIDDER: To Insure Dttrplaoce Orlhe bid, (oDow these inslrudions. I. EXECUTION OF BID: Bid must eonlain a m~nunl signatun: of an aUlhorized n:pn:senlative in the SpiKC provided. 2. SEALED BIDS: All bids muSI be submilled in [I SCllk:d envelope. The face oflhe e:nvelope shllll comain Ihe date: nnd lime oflhe bid ope:ning and the bid number. Bids nOl sub milled on lhe: CilY'S bid foms may be n:jcelcd. All bids are subjcello Ihe condilions spccilied hcn:in and on nny allached sheelS. SpeCifie:alions, specinl condllions or ve:n()or nOle:!. 3. NO BID FORM: In the: evenl you ekel nOl to bid this n::quirc:menl, rc:spand by n:lurning Ihis form, marking il "NO BID" nnd !he rcnson Ihc:rcforc:, NOTE: To qualify a.~ a rc:spondcnl, bidder mu.~l submit a "BIO" or "NO BID" nnd ilmusl be nxcivc:d no later than the staled bid opening d:llc and lime, 4. BID OPENING: Shall be public. on Ihe date and ill the lime spccifi~'Ii on Ihe bid fo,,", II is the bidd~'TS n:sponsibilily 10 assun: lhal his bid is L1elivc:red al !he proper time and pl;lCe oflhe bid opc:ning. Bids which for OIny n:ason OICC DOl so delivcn:d, willlJO( be returned bUl will be relOlined in lhc "BID FILE" unopened, OlTers by Ielephooe for a scaled bid ei1J\/lOt be accl:]lted. A TcJc:g.r.am Bid OIay be OICCepted only 011 the discrc:lion of and wilh prior approval of the DircclorofPuR:ha~ing. S. PRICES, TERMS, llnd PAYMENT: All prica must be finn for Ihe dcIivCl)' schedule quoled hen:in. Bids stipulDling ~PriCl: in effC:C1 at time of shipmenl" or olher similnr eondilions will be eonside:red nol n:sponsivc: 10 lhe bid invilalion and will nor be oc cepted , All prices shall be quoted F,O.B, deli...~ 10 any City of Orlando Departmenl unless otherwise slipulated in lhe bill invitluion. Bidder is "..quested lo olfer cash L1iscount for prompl invoice payment II is lhe polley of Ihe Cily ofOrlandolo make payrmmls of invoicCli in lime lo earn any olfered cash discounls, DiscoUnl time: will be compuled from Ihe dale of s:uisfaclory delivery a I pbee of aecepl;ux:e or from ra:cipt of eomxt invoicc Oil lbe: Finance Departmcnl office, whichever is lnler. a) TAXES: The Cily of Orlando does IJO( pay Federal c:xcise and Slate sales lalles. Our lall c:xC'mplion number is 58-l2-94438-S4C and is OIlso slipulaled on all our Purchase Onlcrs. b) POLITICAL SUBDIVISIONS: Under RoTida Law. prie:es cOlllnined in Slale COnlrolCI$ shall be avnilable to the Cily ofOliilndo. who mighl wish 10 pUR:hllSC Ullder a Stale: Pun:hase ConlrncL The City of Orlando IhcreroT1: m;CTVCS the righllo purchase any commodilies from a State Purchase Conlr.lcl if in the besl inte=! of the Cil}'. e) MISTAKES: Biddas nrc: Cllpccted 10 examinc lhe 5pCl;ilicalion.~, delivery schedules, bid prices, and all ilL~trnclions pertaining to supplies and services. Failun: 10 do so will be II billder's risk. d) CONDITION and PACKAGING: II is under.;lood and agreed lhat any iu:m offered or shipped as 01 rc:sult of Ihis bid shall be new (CUm:n1 produclion model at Ihe lime of this bid). All eontainers shall be suitable for slornge or shipmenl, nnd all prices shall include SUlnd3l-d eommcn:ial pa,kagina. l:) SAFETY STANDARDS: Unless olherwisc stipuL1led in lhl: bid, all manufaetuml ill:ms and fabricaled lI5St:mblics sh~1I comply with applicable rcquin:mel1ls of Oc:eupalioJt:lI SafCl}' OInd lIc:alllt ACI;md any slandanls Ihcn:under. n MARKING: Ench individunl e:ontainer sholl he marked Wilh Ille brond name of tile prodUCI, quanlily and the name and address oflhe Jl1lInufaClun:r. Elleh shipping conlainer shall include l'he name orlhe yc:ndorand must also cleurly indicate Ihe Cily of Orlando Pun:hase Order Number. g) INVOICING DDd PAYMENT: The supplier shall be p;lid upon submission ofinvDiccs 10: The AecounlS POIy;1ble SC:Clion, Cil}' of Orlando, 400 Soulh Or.angc: AvCllUc, Orlando, Floridn 32801. Invoices an: 10 be: billa! nllbc prices slipulaled on Ihc purc:ho1.sC order nnd as oullined in Ibis bid. All invoices lDuslshow lhe Cily of Orlando Purc:hnsc Ordcr Number. 6. CONFLlCf OF INTEREST: The nward hemlnder is subja;llo Chapler 112. Florida Slalulcs. All bidders must disclose wilh Ibeir bid the name of OlDY officer. direclor. or agenl who is also an employee of the City of Orlando, Further. 0111 bidders must disclose Ihe name of any City of Orlando cmployee who owns, directly or indin:clly, on intcrcsl oflen perccnt (10-") or more of the bidders linn or any orits brnnches. 7. AWARDS: A..~ the bl::il interest oflhc City ofOrll1ndo muy rc:quin:, the yighl is reservctllo ITlllke nward(s) by individual il~'T\1S, group ofilems.llll or none, ora eombin~tion Ihereof. wilh one or mOil: supplirn;; 10 n:jcclllny all bids or waive nny informality or techniClllily in bids received. 8. INSPECflON, ACCEP'rANCE, and TITLE: Inspa:lion and acceptnnee will be al deslilUllion unless othcrwisc slipubled, Tille nnd risk of Joss or damage 10 all ilcm.~ shall be lhe n.~c;jbilily oflOO shipper (vcnUor) until accepted by Ihe U5ing dc:pnnrnenl oflhe City of Orlando, unle:;:; loss of damage n:sul\$ flOm negligence by the Cily orOrl~ndo or its Depilltmenls. 9. DISPUTES: In case of ;my doubl or differences of opinion os 10 Ihc ilcn15 10 be furnished hcreunder, lhe decision of lhe City of Orlando Din:clor of Purc:hasing shall be linal and binding on hClIh pnrtiC$. 10. LEGAL REQUIREMENTS: FtdC:l1Il, Slale. County anclloc:allaws. onlilllloca;. JUles ..nil n:gululions lhat in llny rPlInner alTCC:l Ihe ih:m(s) ,0vemJ hcn:in apply. LoIck of knowledge by Ihe bidder will in no way be cause for relief from rCSJlOllsibilily. 11. LIABILITY: The: vendor shall hold Dnd save the Cily of Orlando, its offieers, ascms nnd employees hannless flOm liabilily of any kind in Ihl: pcrl'onnanc:e or or fullilling lhe n:quimnt'llts or the Pun:hase Onl~T which J1lllY T1:SIIIL from Ihis bid, NOTE: ANY AND ALL SPECIAL CONDITIONS ATIACIIED HERETO WlIICU VARY FROM THESE GENERAL CONDITIONS SIIALL HAVE PRECEDENCE. Dim:tor of Purchilsing. City of Orlando Office of Purchasing and Materials Management (SAACS) Page: 18 . , ;' j .:J INVITATION TO BID # BI06-2248 Annual Agreement for Demolition of Residential and Commercial Structures SPECIAL CONDITIONS 1. RECEIPT OF BIDS - DUE DATE: a. Sealed bids in an original and one (I) copy shall be submitted to the Office of the Director of Purchasing no later than 3:00 pm., Wednesday, August 16, 2006. Bids will not be accepted after this time and date. b. Each bid shaH be submitted in a sealed envelope prior to the time established for opening of bids, and the envelope shaJl be marked with the bid number, title of the bid, and bid opening date. c. If submitted by mail, the envelope shall be enclosed in another envelope addressed to the Director of Purchasing. If submitted otherwise than by mail, it shall be delivered to the Office of the Director of Purchasing. d. Sealed bids are to be addressed as follows for either mail or hand delivery: Mr. Jon Mead, C.P.M. Director of Purchasing City of Orlando Office of Purchasing and Materials Management City Hall at One City Commons 400 S. Orange Avenue - Fourth Floor P.O. Box 4990 Orlando, Florida 32802-4990 e. Bids submitted by mail musl be received in the Office of the Director of Purchasing by the time specified herein for the opening thereof. 2. WITHDRA W AL OF BIDS: Bidders may withdraw a bid after it has been deposited with the Purchasing Office any time prior to the stipulated time for opening the bids. 3. EVALUATION OF BID AWARD: The City reserves the right to award the bid to the lowest responsive and responsible bidder who submits the bid meeting specifications most advantageous to the City. The City further reserves the right to consider matters such as, but not limited to, quality offered, delivery terms, and service reputation ofthe bidder, in determining the most advantageous bid. Office of Purchasing and Materials Management (SAACS) Page: 19 , j '. ." ,~ INVITATION TO BID # BI06-2248 Annual Agreement for Demolition of Residential and Commercial Structures 4. BIDDER'S CERTIFICATION FORM: EACH BIDDER SHALL COMPLETE THE "BIDDER'S CERTIFICATION" FORM INCLUDED WITH THIS INVITATION TO BID, AND SUBMIT THE FORM WITH THE BID. THE FAILURE OF A BIDDER TO SUBMIT THIS DOCUMENT WILL BE CAUSE FOR REJECTION OF THE BID. THE FORM MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC WITH NOTARY SEAL AFFIXED ON THE DOCUMENT. S. AMENDMENT OF THE INVITATION TO BID: IT IS THE BIDDER'S RESPONSIBILITY TO. CONTACT THE OFFICE OF PURCHASING AND MATERIALS MANAGEMENT PRIOR TO SUBMITTING A BID TO ASCERTAIN IF ANY ADDENDA HAVE BEEN ISSUED, TO ORT AIN ALL SUCH ADDENDA, AND RETURN EXECUTED ADDENDA WITH THE BID. IF YOU HAVE DOWNLOADED THIS BID FROM THE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD ALL SUCH ADDENDA. THE FAILURE OF A BIDDER TO SUBMIT ACKNOWLEDGMENT OF ANY ADDENDA THAT AFFECTS THE BID PRICE(S), IS CONSIDERED A MAJOR IRREGULARITY AND WILL BE CAUSE FOR REJECTION OF THE BID. 6. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement, please fill out and return the attached "NO BID" fonn. 7. ALTERNATIVES/SUBSTITUTIONS TO SPECIFICATIONS: Any alternatives or substitutions to the attached specifications must be clearly delineated, set out and submitted with the bid (use separate sheets of paper and make them part of the bid). 8. MEETING SPECIFICATIONS: All items quoted must be in compliance with the specifications. If you are taking exception) indicate those exceptions on company letterhead and attach to this invitation to bid. 9. PERIOD OF OFFER VALIDITY: Prices quoted in the bid must remain open for a period of ninety (90) days from the date of bid opening. Office of Purchasing and Materials Management (SAACS) Page: 20 -' \ - J I. ~) INVITATION TO BID #I B106-2248 Annual Agreement for Demolition of Residential and Commercial Structures 10. FAMll..IARITY WITH SITE CONDITIONS: The responsibility for the detel1Jlination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that he is familiar with all such conditions. The failure or neglect of a bidder to familiarize himself with the site of the proposed work, shall in no way relieve him from any obligations with respect to his bid. 11. RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of the Agreemenl or any sub-contract to the Agreement. Such books .and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under the Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. 12. FISCAL YEAR FUNDING APPROPRIATION: a. Soecified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the tenn of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. b. Cancellation Due to UnavailabiIitv of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. 13. AWARD OR REJECTION OF BIDS: The contract will be awarded the lowest responsive and responsible bidder complying with all the provisions of the Invitation to Bid, provided the bid price is reasonable and il is in the interest of the City to accept it. The Director of Purchasing reserves the right to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the interest of the City. The Director of Purchasing also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of n bidder who investigation shows is not in a position to perform the contract. Office of Purchasing and Materials Management (SAACS) Page: 21 4 U Annual Agreement for Demolition of Residential and Commercial Structures ~ INVITATION TO BID # 8106-2248 In determining responsibility, the following other qualifications, in addition to price, will be considered by the Director of Purchasing: a. The ability, capacity and skill of the bidder to perform the service required. b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts or services. e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract I. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the bidder's taxes or assessments are delinquent. J. Such other information as may be required or secured. 14. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: 8. To ensure fair consideration for all bidders, thc City prohibits communication to or with any department, bureau, or employee during the submission process, except as provided below. Additionally, the city prohibits communications initiated by a bidder to any City Official or employee evaluating or considering the bidder (up to and including the Mayor and City Council), prior to the time an award decision has been made. Any communication between bidder and the City will be initiated by the appropriate City Official or employee in order to obtain information or clarification needed to develop a proper, accurate evaluation of the bid. Such communications initiated by a bidder shall be grounds for disqualifying the offending bidder from consideration for award of the bid and/or any future proposal. b. Any questions relative to interpretation of specifications or the bid process, shall be addressed in writing as indicated below, in ample time before the period set for the receipt and opening of bids. No inquiries, if received within ten (10) days of the date set for the receipt of bids, will be given any consideration. Any interpretation made to prospective bidden; will be expressed in the form of an addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. Page: 22 Office of Purchasing and Materials Management (SAACS) W Annual Agreement for Demolition of Residential and Commercial Structures ~ INVITATION TO BID # 8106-2248 c. It will be the responsibility of the bidder to contact the Office of Purchasing and Materials Management prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. Direct inquiries to: Althea Pemsel, C.P.M., Purchasing Agent III City of Orlando Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange A venue P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246-2897 Fax (407) 246-2869 Website: http://www.citvoforlando.net althea.pemsel@cityoforlando.net 15. BIDDER'S SIGNATURE: Florida law requires that when a municipality enters into a contractual agreement with a corporation licensed to do business in the State of Florida, sueh agreement shall be signed by two (2) Corporate Officials (i.e., President, Vice President, Secretary, Treasurer) with the corporate seal affixed. It is also required that such execution be acknowledged before a Notary Public with Notary Seal affixed. If neither the aforementioned corporate officers nor the corporate seal are readily available. a letter of authorization can be submitted in lieu of these requirements. Such letter of authorization must be on the corporate stationery, must clearly state that the person who signed the referenced agreement is duly authorized to enter into such agreement on behalf of the corporation and must be signed by the corporate officials designated above. Failure to submit letter of authorization within rwo (2) weeks after notification of award may result in award to the next apparent low bidder. In the case of a Partnership, the agreement must be signed by II general or managing partner and notarized as outlined above. In the case of a sole proprietorship, the owner must sign the agreement and have such execution notarized. If you have any questions regarding the execution of the signature page, please feel free to contact the Purchasing Department at (407) 246~2291 for further clarification. Strict adherence to criteria outlined above is of the utmost importance in finalization of agreements awarded to successful bidders. 16. SELECTIONIREJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options bid, based on price deemed to be in the best interests of the City. Offite of Purchasing and Materials Management (SAACS) Page: 23 /. ., ~ Annual Agreement for Demolition or Residential and Commercial Structures ~ INVITATION TO BID # BI06-2248 17. SUBMITTAL OF BIDS: Bids shall be submitted utilizing the bid formes) provided herein. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount named by a bidder for any item are not in agreement the unit price alone shall be considered as representing the bidder's' intention, and the totals shall be corrected to conform thereto. 18. BID TABULATION: Bidder~ may request copies of the Bid Tabulation documents in person or by sending a stamped, self-addressed envelope with the bid. 19. BID AWARD: Award will be made approximately September 16,2006. It is incumbent on bidders to contact the Office of Purchasing at (407) 246-2291 to determine the successful bidder(s). Any appeal from this decision to award must be filed 1n writing seven (7) days from the award date to the Office of Purchasing pursuant to the Purchasing Code of the City of Orlando, (Chapter 7, Orlando City Code). This Invitation to Bid is issued in accorda~cc with and shall be governed by the provisions of Chapter 7 oflhe City of Orlando's Code. 20. BIDDER QUALIFICATION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perfonn prompt service, and who maintain the regular business hours of 8 a.m. to 5 p.m., Monday through Friday, except for City holidays. The City reserves the right to conduct an 1nspcction of the bidder's facility and equipment prior to the award of the Agreement. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded an Agreement under the teoos and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fuIly equipped and well established company in line with the best business practice in the industry and as determined by the City. Office of Pure basing and Materials Management (SAACS) Page: 24 ~ Annual Agreement for Demolition of Residential and Commercial Structures .----J INVIT^TJON TO BID # BI06-2248 21. PRE-BID CONFERENCE: A non-mandatory pre-bid conference will be held at: The Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue 41h Floor Orlando, Florida On: Wednesday, August 2,2006 at 10:00 a.m. for review of job site and to discuss pertinent questions-answers> etc. Any additions to specifications derived from the pre-bid conference will be addressed in the fonn of a bid amendment to all bidders. 22. FAILURE TO EXECUTE AGREEMENT: Failure of the successful bidder to accept the Agreement as specified may be cause for cancellation of the award. In the event that the award is cancelled, the award may then be made to the second lowest responsive and responsible bidder, and such bidder shall fulfill every stipulation embraced herein as "if he were the original party to whom the award was made; or the Director of Purchasing may reject all of the bids. Contractors who default are subject to suspension and/or removal from the Bidder's List. 23. TRADE NAMES: In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by the bidder. The reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered provided each bidder clearly states in his bid or proposal exactly what he proposes to furnish and forwards with his bid a cut illustration or other descriptive matter which will clearly indicate the character of the article covered by his bid. The City hereby reserves the right to approve as an equal, or to reject as not being equal, any article the bidder proposes to furnish which contains major or minor variations from the specification requirements but may comply substantially therewith. Office of Purchasing and Materials Management (SAACS) Page: 25 ,;-- . ~ Annual Agreement for Demolition of Residential and Commercial Structures ~ INVITATION TO BID # 8106-2148 If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful contractor after award and before manufacturer or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge lf such requirement of the specification is being complied with. 24. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Discount will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. Bidders are encouraged to reflect cash discounts in the unit prices bid. 25. EXECUTION OF AGREEMENT: The successful bidder shall, within fifteen (15) calendar days after Notice of Award is issued by the City of Orlando, Office of Purchasing and Materials Management, enter into a contract with the City on forms as included within the bidding documents for the performance of work awarded him and shall simultaneously provide any required bonds, indemnities and insurance certificates. Failure to comply with the established deadline for submittal of required documents may be grounds for cancelJation ofthe award. 26. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in ~287.l33 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity. may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in g287.ot of thc Florida Statues for CATEGORY TWO, for a period of 36 months from the date of being placed on the convicted vendor list. 27. FLORIDA PROMPT PAYMENT ACT: 1. Proocr Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a contractor, vendor or other invoicing party shall consist of at least all of the following: a. a description (including quantity) of the goods andlor services provided to the City (or a party on behalfofthe City) reasonably sufficient to identify it (or them); b. the amount due, applicable discount{s), and the tcnns thereof; c. the full name of the vendor, contractor or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number; Page: 26 Office of Purchasing and Materials Management (SAACS) /" -..~ '. ) Annual Agreement for DemoUtion of Residential and Commucial Structures :~ ") INVlT AnON TO BID # BI06-2248 d. the Purchase Order or Contract number as supplied by the City; and e. an identification by Bureau, Office Or Department of the party(ies) to whom the goods were delivered or services provided. All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Finance Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida, 32802-4990. Finally, in addition to all of the above, in order to be considered a proper invoice, it must be based on a proper del1very, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the vendOr, contractor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's tenns and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements that those requirements have been complied with. 2. Dispute Resolution In the event a dispute occurs between a contractor, vendor Or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Bureau which has the dispute along with a representative of the City's Office of Purchasing and Materials Management and the invoicing party shall meet to consider the disputed issues. The invoicing party shall provide to the City such material and infonnation as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the Director of Purchasing shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within' three business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued. 28. BIDDERS WARRANTY: The Bidder warrants that no one was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein. 29. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor, the submission of any bid in response to thi!1 Invitation to Bid constitutes a bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties and cities. Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other govemmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue of this bid. Office of Purchasing and Materials Management (SAACS) Page: 27 ,.' , ~ Annual Agreement for Demolition of Residential and Commercial Structures ~ INVITATION TO BID # BI06-2Z48 30. INSURANCEIPERFORMANCE BONDS: Insurance and/or Performance Bond coverage required by the Contract Specifications must be in force throughout the Contract term. Should a Contractor fail to provide acceptable evidence of current insurance and/or a Performance Bond within seven (7) days prior to the expiration date of an insurance policy or bond at any time during the Contract term, the City shall have the absolute right to tenninate the Contract without any further obligation to the Contractor. The Contractor shall be liable for the entire additional cost of procuring performance and the cost of performing the incomplete portion of the Contract at the time oftennination. 31. DRUG-FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation to Bid, you are certifying that your company is a drug-free workplace in accordance with Florida Statute ~287 .087. 32. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Office of Purchasing & Materials Management, City Hall at One City Commons, 400 South Orange Avenue, J>.O. Box 4990, Orlando, Florida 32802-4990, telephone (407) 246-2291, not later than SEVEN (7) days prior to the date on which the accommodation is requested. 33. PURCHASING CARDS: City of Orlando has implemented a Purchasing Card Program to streamline our procurement process. In order to expedite payments to our suppliers, we are using The First Chicago MasterCard Purchasing Card rather than the traditional Field Purchase Order. By making purchases with the Purchasing Card, we can more effectively control our procurement activities and achieve a significant cost savings over our current paper purchasing/payment system. As one of the City of Orlando's valued supplicrs, your business can also achieve cost savings results by accepting our Purchasing Card. Some of the identified supplier benefits of this Program are: · Payment within 48-72 hours . Direct electronic deposit to your primary banking account . Increase in working capital . Elimination of invoicing · Reduced collection efforts . Enhanced corporate relationships . Reduced billing costs . Enhanced reporting . Increase sales as a "Preferred Supplier" Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards. Office of Pure basing and Materials Management (SAACS) Page: 28 -------1 Annual Agreement for Demolition of Residential and Commercial Structures ,__J INVITATION TO BID # BI06-2248 Payments made to the successful bidder or proposer of this solicitation process will quite possibly be by use of a MasterCard Purchasing Card. Therefore, it is imperative that vendors doing business with the City accept MasterCard. The City's Purchasing Card system is controlled by the magnetic strip on the back of the card. This magnetic strip will provide needed accounting information to the City and will also restrict the use of the card to certain suppliers and limits set by the City. A magnetic strip card reading terminal is necessary to perform this function. If you already accept MasterCard. you probably have such a terminal. If you do not accept MasterCard, please contact any bank: that offers the MasterCard program. 34. LIVING WAGE POLICY: All covered service contractors, as well as their subcontractors, shall pay to all of their employees providing services pursuant to a contract with the City, a living wage for the time spent providing covered services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project.) "Living wage" means compensation for employment of not less than $8.50 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documentation shall be provided to confirm compliance with this provision or the service contractor shall allow the City to audit (at service contractor's place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract andlor preclusion from future City contracts. This provision shall apply to all bid and proposal awards for services, which involve City expenditures that exceed $100,000.00 per year. More particularly, this provision shall apply to single and multiple award contracts for services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one-contract year. As for multiple award contracts (contract award which will be divided among several contractors), at 'the point when the City has expended $100.000.00 on that contract in llny one contract year, regardless of whether such expenditure was to one contractor or several contractors, then the living wage provision shall apply to all contractors who are a party to that award. For those contracts whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the contract term, this provision will be applicable to that contract in the next quarter. To further clarify, the Living Wage policy docs not apply to part time employees, nor the part time employees of all subcontractors. Furthermore. the workers of temporary employment agencies are not covered by the City's Living Wage Policy. 35. RECIPROCAL LOCAL PREFERENCE: In the event the most responsive and responsible response to any Invitation to Bid or Request for Proposal is by a vendor whose principal place of business is in a county which grants a preference for the procurement of such goods or services to a vendor whose principal place of business is in such county, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange. Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the county in which the most responsive and responsible vendor has its principal place of business. Office of PUT chasing and Materials Management (SAACS) Page: 29 ----J Annual Agreement for Demolition of Residential and Commercial Structures .._J INVITATION TO BID II 8106.2248 36. EMERGENCY SUPPORT: It is hereby made a part of this Invitation for Bid that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God. that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the City. Vendor I Contractor agrees to provide / rent / sell / lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services in the event of a disaster, emergency or hurricane. Vendor / Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. 37. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, proposals or qualification statements to award the work described herein to more than one responsive bidder, proposer or respond ant. In such case, by the terms of the final Agreement entered into with the City for the work or by a separate written notice from the City, the City shall designate one or more of the bidders, proposers or respondents selected for award as the primary provider(s) and the remaining providers selected for award as secondary or alternate providers. In such cases where an award is made to more than one responsive bidder, proposer or responder, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of sueh provider's designation as primary, secondary or alternate. Office or Purchasing and Materials Management (SAACS) Page: 30 , ' .,---,' INVITATION TO 8JD # 8106-2248 ~ Annual Agreement for Demolition or Residential and Commercial Structures ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES THIS AGREEMENT, made this _ day of . 2006, by and between the City of Orlando. a municipal corporation existing under the laws of the State of Florida, hereinafter referred to as the "City" and . hereinafter referred to as the "Contractor", for the term specified herein, with the City having the option of extending this Agreement for another period of time, upon a mutual agreement of the parties, agree as follows: WITNESSETH: I. SCOPE The Contractor is to perform the Work as defined in the Invitation to Bid and amendments, if any, the Invitation to Bid and any amendments thereto being attached hereto as Exhibit "Air, incorporated by reference herein and made a part hereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. II. TERM OF AGREEMENT The period of this Agreement shall be for twelve (12) months, beginning on and ending on This Agreement may, by mutual written assent of the parties, be extended for two (2) additional twelve (12) month periods or portions thereof, up to a cumulative total of thirty-six (36) months. III. COMPENSATION The Contractor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and amendments. if any. the bid and any amendments thereto being attached hereto as Exhibit liB", incorporated by refercnce herein and made a part hereof as fully as ifhcrcin set forth. The amount as specified in Exhibit "B", may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance ofan Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto. will remain firm for the term of this Agreement or Addendum. Office of Purchasing and Materials Management (SAACS) Page: 31 . I --:---' Annual Agreement for Demolition of Residential and Commercial Structures :.-.J INVIT A nON TO BID # BI06-2248 IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Accounts Payable Section, City of Orlando, P.O. Box 4990, Orlando, Florida, 32802-4990. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. V. FISCAL YEAR FUNDING APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. B. Cancellation Due to Unavailability of Funds in Succeedine: Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. VI. GENERAL CONDITIONS A. Patents and Copvriehts The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipmenr, product or device in performance of the Work, which is the subject of patent rights or copyrights. Office of Purchasing and Materials Management (SAACS) Page: 32 ......J Annual Agreement for Demolition or Rcsidential and Commercial SCructures INVITATION TO BID 1# BI06-2248 c. Termination for Convenience The City may tenninate this Agreement at its convenience with advance written notice to the Contractor. In the event of such a tennination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials. supplies, services. and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other rcasonablc costs associated with the termination. D. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed. be of the highest quality, and be rree from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (I) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. E. Time of Completion The parties understand and agree that time is of the essence in the performance of this Agreement The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perfonn its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation dclays, damage ro or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Office of Purchasing and Materials Management (SAACS) Page: 34 ,_J Annual Agreement for Demolition or Resldenlial and Commercial Structures '. ) INVITATION TO BID # BI06-2248 Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's pcrfonnance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City Director of Purchasing may at his discretion, cancel this Agreement for the convenience ofthe City. F. Indemnification and Insurance: 1. Indemnity The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Agreement: (a.) Commercial General Liability Insurance: Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City, protecting and insuring against all the foregoing with coverage limits of not less than Five-Hundred Thousand Dollars ($500,000) per occurrence for Bodily Injury and Property Damage. (b.) Automobile Liability Insurance: Automobile Liability coverage shall be in the minimum amount of Three-Hundred Thousand Dollars ($300,000) per occurrence combined single limits for Bodily Injury and Property Damage. (c.) Workers' Compensation Covcrae:e: Full and complete Workers' Compensation Coverage, as required by State of Florida law, shall be provided. Office of Purchasing and Materials Management (SAACS) Page: 35 .r. --~ Annual Agreement ror Demolition of Residential and Commercial Stru<:turcs INVITATION TO BID 1# BI06-2248 (d.) Insurance Certificates: The Contractor shall provide the City with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a formes) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. Al! insurance policies shall be issued by responsible companies who are acceptable to the City and licensed and authorized to do business under the laws of the State of Florida. G. Acceptance The City will be deemed to have accepted the Work after the Director of Purchasing is notified by the using Department of its satisfaction that the Work is completed. The Work under this Agreement shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor. H. Correction of Work The Contractor shall promptly correct aU Work rejected by the City as faulty, defective,.or failing to conform to this Agreement whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work. I. Rieht to Audit Records The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent thal such books and records relate to the performance of this Agreement or any sub~contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of thrce (3) years from the date of final payment under this Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. Office of Purchasing and Materials Management (SAACS) Page: 36 , - , B106. 2248-03 EXHIBIT" B" SUCCESSFUL CONTRACTOR'S BID AND ANY AMENDMENTS THERETO Office of Purchasing and Materials Management (SAACS) Page: 13 :-----J Annual Agrcement (or Demolition or Residential and Commcrcial Struclures ----.- INVITATION TO BID if. m06-2248 TABLE OF CONTENTS PAGE INSTRUCTIONS FOR SUBMITrING BID................... ...................................... 3 BID AWARD INFORMATION ................. .......... ........ ......... .... ........................ ........ ............... 4 PRE-BID CONFERENCE.... .......~................. .......... ............... .................. ....... 5 STANDARD FORMS BIDDER'S CERTIFICATION .............................. .......... ............................ 7 ADDENDUM PAGE ... ............ .......... ........... ............ ........... ......... ..... ..... 8 REFERENCES . .. . . .. .. ..... ....... ....... . ... .... .. . . . . . . . . ... . .. ... ... ....... . . .. .. . .. .... .... . .. 9 MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE PARTICIPATION ......... ........................................................ 10 RECYCLED CONTENT INFORMATION ......... ............ ........................... ....... ] 1 INVITATION TO BID PRICING PAGES .. .......... ....... ... .................... ...... ........ ] 2 SPECIFICATION ............................................................................. .......... ] 4 NO-BID RESPONSE ............ ..................... ............... ........ ...... .................... 17 GENERAL CONDITIONS 18 SPECIAL CONDITIONS ... ............................... ...... .................. ..... ............... 19 AGREEMENT ............... .................. ............. ...................................... ...... 31 Office or PU1'c)la5illg and MOlcrillls M:III11cemenl Pftgl':2 I Allllual Agr('emcnt for Dcmolilio'~......r Residential nnd Commercial Structures . J INVITATION TO nJO # 8106-2248 INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATION TO BID FOR THE ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES A. PrCDllratioll of Bids: I. Bidders llre expected to examine this bid fonn, aUaehed drawings, specifications, if any, and all instnlctions. Failure to do so will be al the Bidder's risk. 2. All prices and nOlations must be in ink or typewritten. No erasure permittcd. Mistakes may be crossed olll and corrections typed adjacent and must be initialed and dated' in ink by person signing bid. All bids must be signed with lhe finn name and by.a responsible oflicer or employee. Obi igations assumed by such signature must be fulfilled. J. Each bidder shall furnish the information required on the bid fonn ilnd each accompanying sheet thereof on which he/she makes an entry. 4. lJnil price for each unit bid shall be shown. A totlll shall be entcicd in the amount column for each item bid. In Cilse of discrepancy between a unil price and extended price, the unit prices will be presumecllo be corrccl. 5. Although the City generally ilwards bids based on a "lump sum" basis to the bidder submilling the lowest responsive and responsible total bid <IS shown on the Invitation to Bid cover page, the City may choose to award 011 a "per group" or "per ilcm~' basis. Therefore, bidders must submit with their bids, all pricing pages on the forms provided clearly indicating which items are bid and which are nol. Failure to submit these pages will render such bid non-responsive. 13. Rid Check Lisl: Bidders are cilutioned to please check their bid very carefully, using the following Check List; Bidder's Certification Page Signed and Notl.1rized. Invitl.1tion To Bid Price Schedule Including Unil Price and Total Price Columns completed. Total Amounl of Bid Entered on Invitation To Bid Cover Sheel. Bid Envelope Prepared As Specified. MBE/WaE infonnalion provided as required all the furm allached hereto. It is the bidder's responsibilil)' to contact the Office of Purchasing and Materials Management prinr to submitting II bid to Hscertnin if any addenda have been issued, to obtain all such addendA, and return executed nddenda with the bid. c. Special lIems (Applicable to this Bid Only): 1. 2. 3. Office of Purchasing ;lIld MAterials Manl1gement PllgC: 3 . J ~ Annuld Agreement for Demolition or Rcsidcnliallllld Commercial Strllclures .........J INVITATION TO 8JD # BJ06-2Z411 BID A WARD INFORMATION The Office of Purchasing and Materials Management is your official source to obtain infonnation about City of Orlando bid awards. You may receive bid award information in a variety of di frerellt ways: 1. It is incumbent on the bidder to contact the Office of Purchasing at (407) 246-2291 to determine the successful bidder(s). This is in accordance with and shall be governed by the provisions of Chapter 7 of the City of Orlando's Code. 2. You may receive award information by visiting DemandStar by Gnvin's website at hllp://www.dcmandstar.com/orlando/Bid Info/Bidlnfo Opening.htm. Select Ji'Oln the pul1~down menu, click on awarded, Ihen click on search. The bids are listed in order by broadensl d<1te. Choose the Bid you are interested in and click on details on the far right hand side of the screen. The award infonnation including date of award, award amount and winning vendor will be located under the section titled "Bid Status Text". J. You may also get the same information by visiting the Office of Purchasing's website ilt hUp://www.citvoforlando.nctlndmin/purchasingfindex.hlm. Look on the right hand side or the page and in large bold blue letters, click on the Icon: VENDORS! Click Here to View Bids and Bid Awards. Follow the directions from number two (2) above. 4. Again, from the Office of Purchasing's website, hUo://www.citvoforlando.netladminlourchasing/index.htm. you may also receive award information by clicking in the blue link box titled, "Bid Award Info". This report lists all aWllrds from lhe current and previous month and is updated on a weekly basis. From this same site, htto://www.citvoforlando.net/adminlpurchasingfindex.htm. you may also click on the beige and red. link box titled "Links" and click on the link "Doine Business with the Citv of Orlando". Once there, click on the link Obtaining Bid Award Results. This page will again give you detailed instructions on the various ways to obtain bid award information. 5. You may also visit the Office of Purchasing and obtain award information and/or bid pnckages, addendums, etc. that are localed on the Bid Information Board. Our office is located at: City Hall One City Commons Fourth Floor 400 South Orange Avenue Orlandot Florida 32801 6. And as always, you may always call the Office of Purchasing at (407) 246-2291 and we would be more than happy to give you the award information you are seeking. We appreciate your interest in doing business with our great City and wish you much success with your business ventures. Office or Purchasing and MaterinJs Management Page: 4 AnnulIl Agreemcnt for Dcmolitid....Jr Residcntial :md Commercial Slrl1cturcs , .~INVITA TION TO BID # BI06-Z248 PRE-BID CONFERENCE All prospective bidders ure invited to attend a non-mandatory Pre-Bid Conference at: The Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue 4111 Floor Orlando, Florida On: Wednesday, August 2, 2006 at 10:00 a.m.. The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope, purpose, Ililture ilnd extent of the work, and any local conditions) which may affect the work and its performance. Submission of a bid shall constitute an acknowledgment by the bidder that he has thoroughly examined and is familiar with the INVITATION TO BID. The failure or neglect of a bidder to examine the I NVIT AT.ON TO BID. shall in no way relieve him of any obligations with respect to either his bid or the INVITATION TO BID. No claim for additional compensation will be allowed which is based upon n lack of knowledge of the INVITATION TO BID. PRE-lJlD NON-M^NDATORY UI/90 Orrice or Purcllllsing and Mllleriats Mllllllgcmcnt Page: 5 I \--,' Annual Agreemenl for Dcmolilion of Hcsidcnlilll and Commercia) Structures .--J INVITATION TO UIO /I H106-2248 STANDARD FORMS IN ADDITION TO THE INVITATION TO BID COVER PAGE, THE FORMS LISTED BELOW WHICH ARE ON PAGES 7 THROUGH 13, ARE TO BE COMPLETED AND SUBMITrED WITH YOUR BID. 1. BIDDER'S CERTIFICATION 2. ADDENDUM RECEIPT VERIFICATION 3. REFERENCES 4. MINORITYIWOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION 5. RECYCLED CONTENT INFORMATION REPORT (IF APPLICABLE) 6. INVITATION TO BID PRICING PAGES (2) NOTE: PLEASE ENSURE THAT ALL OF THESE DOCUMENTS ARE COMPLETED AND SUBMITTED WITH YOUR BID IN ACCORDANCE WITH THE INSTRUCTION SHEET ON THE PRECEDING PAGE. FAILURE TO DO SO MAY RESULT IN YOUR BID NOT BEING CONSIDERED FOR AWARD. IT IS THE BIDDER'S RESPONSIBILITY TO CONTACT TUE OFFICE 01' PURCHASING AND MATERIALS MANAGEMENT PRIOR TO SUBMITTING A BID TO ASCERTAIN IF ANY ADDENDA HAVE BEEN ISSUED, TO OBTAIN ALL SUCH ADDENDA, AND RETURN EXECUTED ADDENDA WITH THE BID. IF YOU HAVE DOWNLOADED THIS B1D FROM THE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD ALL SUCH ADDENDA. omcc or Pun:hl1liing and Materials Management Pagt':6 I Anllual Agreement for Demoliriol..,jf RcsidenlinJ and Commercial Strnctllrc5 - } ~INVJTATION TO nm # BJ06-2248 BIDDER'S CERTIFICATION 1 have carefi.llly examined the Invitation to Bid, Inslruetions to Bidders, General and/or Special Condilions, Vendor's Noles, Specific.1tiol1s. propo!;ed agreement and any other documents accompanying or made a pl1rt of this Invitl1lioll. r hereby propose to furnish the goods or services speci fied in the Invitation at the prices or rates quoted in my bid. I agree that my bid will remain firm for a period of up to ninety (90) days in order to allow the City adequalc time 10 evaluate the bids. 1 agree 10 abide by all conditions of this bid and understand that a background invcsligation may be conducted by the Orlando Police Department prior to award. I certify that all infonnation contained in this bid is truthful to the best of my knowledge and belief. J further certiIy that I am duly authorized to submit this bid on behalf of the vendor/contractor as its act and deed and th;!t the vendor/contrnctor is ready, willing and able to perfonn jf awarded the bid. I fllrther certify, under oath, thal this bid is made without prior understanding, agreement, connection, discussion. or collusion with any olher person, linn or corporation submitting a bid for the same produCl or service; no officer, employee or agent of the City of Orlando or of any other bidder interested in said bid; and that the undersigned executed lhis Bidder's Certification with full knowledge and understanding of lhe mClllers therein contClined and W<lS duly authorized to do so. ~/ &tlit!a~J4dA-~/(es;2N(, NAME OF BUSIN ..ss Sworn to and suoseribed before me this day of ~:z NAME & TITLE, TYPED OR PRINTED CENTRAL r;;\lV!RONMENTAl SERVICES, INC. MAILm=~f.?~SPECIAlISTS 321 -RJ~ LV AVENUE ORLANDO, FL32808 ~ST^TE, ZIP CODE 1- 295 -'/()t/~ ?)to:r;,9~:'" OtJl FAX NUMBER r~ ~1k.-e@ug".I{~ E-MAIL ADDRESS 2006 Notary Public, StOlte of ~~~;Kno~ Produced Identification Type: Company Tax ID # S~ -3&;\ b ~ ~ ",~'''''''''' "m'~io!!V ~!!t}"" ~~. . ~':. i-. :.E s~ ~I ""#~rYf.r.,r:.''''''' JUUA CRAWFOlU) Notary PlIllllc. SIIle tII FlorIA My CoItIm. EJjliIwI J8119. 2010 GornriHion. DO 487358 Bonded By NaIional Notary ,,"", - -- - - ~- Orficc or Plln-hllliing llnd M nteril11s Management Page: 7 . J ~ Annmll Agreement for DcmolitioJl of Residential lllld Commercial Struc(ures . l "----' INVITATION TO BID /I 8106-2248 ADDENDUM PAGE The undersigned acknowledges receipt of the following addenda to the Documents (Give number and dale of each): Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated FAILURE TO SUBMIT ACKNOWLEDGMENT OF ANY ADDENDUM THAT AFFECTS TUE BID PRICES IS CONSIDERED A MAJOR IRREGULARITY AND WILL BE CAUSE FOR REJECTION OF THE BID. CEj'rn'lAL t.::'" J" ',c<>: ,_. '-'!'~'O"p "q::~Y~I'! (~~RVICc:S ,N". . ...;; ;'H.~ 1\:~V!Lt\J ",~~_ .....1_ :. , ...ie DEl\~~i.. jT!OI~ SPECIAU~TS 321 (~ ~rdE:;\jDL Y AVENUE n'y - . I',,) ...1 "';.J"uS Company v,,\~"';"'L.o''''''' I '- '"'- Signature -ac'::I/~ I ~ Title '~~.~1)~.MtL?t....~~.e"w.~.~(.~ ~..,~\t .~1~:--:' ....~..If of. '" .'. . . ~ 1'. I;' '. ':.:.''';, '... ~ .,,, " . \ . '. ':. ;::' '. . t ~ ' , ..\':' ',' 1p. .J.....~I...~.....-,;J. ..~~~..,:-.-4}, .....-=r~... \" ,.,,.-4. , . omcc of Ptlrchoslllg llnd MntcriRls Management Pilge: 8 Bidder shall submit as a part of the bid package, four (4) business references wilh name of the business, address, COIl~p::rer::~ - Name: ~<,Eaq~ · Name: Address: ~~. a.e~ ,&vl.l. (7#~ ~/. ' Telephone N~.1f{j1- 2.~~....~ &~ Fax No.: ( ~e ~f!'a.,~hfJiiI/ Contact: ~ hJtJe,j(: E-mail: ---da:-. ~ ~_7 ,r-rlP"'If'( . Knt:-1' N.mc~~~ Address: ~/ ~ ~~ ~, Annll:!1 Agreement for DemolitiOl._) Residcnti:J1 and Commercilll Structures REFERENCES iSr Fax~~ ~ Contne . rf" Telephone No.: ( E-mail: .~iNVIT A TION TO BIl> # 8106-2248 Address: CJiPAAtblf /!I, Telephone No.: (~-~2--'1~O Fax No.: ( ) ----tt. ~ Conlact: 'S""..lOr~ ~ E-mail: /!NlfltJM (j,~r Name: c%~~ Address: . _~_~~ ~A(,/r<f) ~)( Telephone No.: ~ - ~g -fB80 Fax No.: ( h Contact: (~~~ C ttf,;k ~ E-mail: Orfice of Purchasing and Mntcrillls MaolJgemcnt Page: 9 ~) Annual Agrcement for Demolilion of Residcntial :llld Commercial Structures .-.-J INVITATION TO BID II m06-2248 MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION Chapter 57, Articles II and 1lI, of the Orlando City Code establishes goals of 18% and 6%, respectively, of the City's annual monetary value of contracts and subcontrllcts for supplies, services and construction to be awarded to Minority and Women-Owned Business Ent.erprises. o. . All bids will be evaluated in accordance with Chapter 57, Articles II and Ill. For further information regarding this program, please refer to Chapter 57 of the Code of the City of Orlando or contact: Minority Business Enterprise City Hall at One City Commons 400 South Orange A venue - Fifth Floor P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246.2623 . If your company is currently certified, please enter the certification number. and the expirution date in spaces provided below or submit with your bid a copy ofthe notification received from the Cily stating that your company is recognized by the City as a MinoritylWomen-owned Business . Enterprise: o .. " Business Name: Certifiaatjon Number: E,xpiration Date: o ,'" There shall be no third party beneficiaries of the Minority Bu iness Enterprise or Women-Owned Business Enterprise provisions of this Contract. The City of Orlando shall have the exclusive means of enforcement of the MBE/WBE Ordinance and contract terms. No right of action for non-signatories of the Agreement is intended or implied. The City of Orlando is the sole judge of compliance and whether a good faith effort has been made under the Ordinance and the Contract. In order for a bidder to receive credit for MBE/WBE certification, the firm must be ccrlificd with the City of Orlando MBE/WBE omcc on or before the date set for submittal of bids. Office or Purchasing and Malerials Mlmagcmcllt Pagl'; 10 J Annual Agreement ror Dcmolitioh "j Rcsidenlilll and Commcrcinl Structures ) '-JNVIT A TION TO nm # BJ06-Z248 RECYCLED CONTENT INFORMATION REPORT 111 support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content The City also requests infonnation regarding any known or potential material content in the product that may be. extracted and recycled after the product has served its intended purpose. Product bid contains recycled content? I Yes -X-- No. Is your product packaged and/or shipped in material containing recycled content? . Yes NO.7 Is your product recyclable after it has reached its intemkd end use? Yes ;f- No. Orrice of Purchasing lmd Materials Management Page: J J t\unulll Agreement fot Demolition ';;r~(.'.';jdcntilll Rnd Commercial Structures , ) INVITATION TO BID # 8106-2248 INVITATION TO BID Item No. Ouantity Unit I Annual Agreement for Demolition of Residential and Commercial Struclures Unit Description Price Totlll You arc invited to Bid on the following: The bid amounts specified herein are for fixed price work, which includes all prices for equipment, labor, and material required to perfonn the work specified in this Invitation To Bid. I. 100,000 Square Demolish predominantly woodfrume structures according $ V'I~.~ Feet to enclosed specification. 2. 100,000 Square Demolish predominantly masonry structures according to ~ $/"-41JO.'-O Feet enclosed specification. '} "l 1 00,000 Cubic Fill dirt. $1.20 ~}fXX).~C -'. Yard The Bidder, having familiarized himself with and having examined carefully the Specification consisting of two (2) pages, telms and conditions herein, proposes to furnish all labor, materials, equipment and other items, facilities and services, without exception for the proper execution and completion of the contract, and if awarded the contract, to complete the said work within lime limits as specified for the following bid prices: Labor Rate Schedule Bidder shall provide a labor rate schedule that will be used in determining reimbursable costs for any unforeseen work or additional work not covered in Bid Item Number One or Two during the dumtion of the Contract. Asbestos abatement work will be bid on n case by case basis. The Labor Rate Schedule shall contain hourly rates for each crail involved tor both regular and overtime work. The hours of the day which overtime will prevail shall be included in the schedule. Tolal Bid (Ihis page) rjJ1fJtm,CV Office of l'urchasing Rnd Mlllerinls Managernent Pn~(': 12 Annual Agreement fur DemolitiolI'6r Rc~idential and Commercial Structures . j ........... INYIT A TION TO 8lD # BI06-2248 INVITATION TO BID Yon arc invitcd to Bid on the following: Annual Agreement for Demolition of Residential and Commercial Structures Item No. Quantity Unit Dcscri tion Unit Price Total NOTE 1: ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THE SPECIFIC~TIONS. IF YOU ARE TAKING EXCEPTION, INDICATE THOSE EXCEPTIONS ON COMPANY LETTERHEAD AND ATTACH TO THIS INVITATION TO BID. NOTE 2: QUANTITIES: THE ITEM QUANTITIES LISTED ON THESE INVITATION TO BiD PRICING SHEETS ARE GIVEN ONLY AS A GUIDELINE FOR PREPARING YOUR BID AND SHOlJLD NOT BE CONSTRUED AS REPRESENTING ACTUAL QUANTITIES TO BE PURCHASED. ~~~~: ~ ~~~~~. CJ~~@/~ ~~ ~V* ()H~,e~ / ~ I. FOI3 Point Dclivered Only Total Bid ~~.jtO 2. Terms of Payment (e.g. Net 30) ~U() 3. The City shall receive shipment or project completion notice within L days from the date Vendor receives Official Purchase Order or No lice to Proceed. Recheck your quotations prior to submission. Bids may not be changed after being opened. Office ur Purchasing :md Ma terials Manngemcnt Page: 13 ~ -----.j INVlTATION TO 8IJ> # B106-2248 AnnU:JI ^grccmellt for Demolition of Residential :md ComJllen:i:l! Strllctures SPECIFICATION FOR THE DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES 1.0 SCOPE OF WORK The Contractor shall furnish all labor, equipment, materials, and supervision necessary for lhe demolition (including removal and disposal of debris and grading) of residential and commercial structures as specified herein. 2.0 DESCRIPTION A. The Contractor shall demolish the strucrure(s), remove all rubble, wood and brick, and fill (he 101 level to existing ground. This includes foundations, septic tanks, drain fields, elc. The work shall be performed at various locations as required. No particular projects are defined in the Contract. B. The Agreement includes the dem6lition of single level and multi-level residential and commercial structures. 3.0 REGULATORY REQUIREMENTS A. The contractor shall comply with. all applicable federal, stat,e and local laws, ordinances, rules and regulations pertaining to the perfonnance of the work specified herein. B. The Contractor shall obtain all permits, licenses, and certificates, or any such approvals of , plans or specifications as may be required- by federal, state and local laws, ordimmccs, rules, and regulations, for the proper execution and completion of the work specified herein. C. The Contractor's employees shall wear appropriate safety gear, uniforms, and tootwcar lhal comply with all legal requiremenls including, but not limited to, OSHA (Occupational Safety and Health Administration) requirements. 4.0 ITEMS FURNISHED BY THE CITY The Cily will be responsible for coordinating the discOJmection of utilities servIcing the sttucture(s) designated for demolition. 5.0 DEMOLITION OF STRUCTURES A. Demolish the enlire structurc(s) including, but not limited to, footings, concrete floors, driveways, and"walkways, foundations, septic tanks, drain fields, etc. B. 1 r it is determined by the City's consullanl that a structure contains asbestos mah.:nal, then a licensed asbestos removal Contractor will provide a removal plan. om\':c of Purchasing :lIId Ml1lerials Mllllagclllenl Page: 14 I Annual Agl'e~mclll for Dcmolitio'j,-...,f Residential and Commel'ci:ll Structures I . I ~INVITATION TO BID # B106-2248 C. The Conlractor shall remove and dispose of all demolished materials (including asbestos materials) off~sHe, If asbestos was involved, then the licensed asbestos removal contractor will direct the demolition contractor how to dispose of such material and where. D. All trash nnd debris including, but not limited to, cU,tlings, decayed/decaying building materials, household furniture/furnishings, appliances, 'mechanical or transportation parts, fallen trees, limbs, garbage, paper products, discarded metal, glass and wood producls shall be coIlecled and removed from thc site(~): E. The entire site shall be graded and leffin.su~h a condition as to be free of voids and holes and shall not hold water. F. The Conlractor will have full salvage rights of all demolished material. G. Removal of items requiring special handling and disposal methods (asbestos, septic lanks, buried fuel tanks, batteries, tires, etc), will b~ handled on a case by case basis as additional . work. The Labo~ Rate Schcdu'le provided by Contractor will be used in determining reimbursable costs for any additional work not covered in Bid Items 1-3. 6.0 WORK SCHEDULE ., After receipt of Work Authorization Order, the Contractor shall mobilize within five (5) working days for nonnal service requests and within twenty-four (24) hours for emergency service requests unless otherwise approved by the B~~eau Chief,ofCode Enforcemcnt or his designee. 7.0 FIELD QUALITY CONTROL' Work shall be coordinated with Code Entorcement Division Manager or his designee. 8.0 USE OF PREMISES During'lhe progress of the work specified herein, lhe Contractor shan keep the premises free from accumul'!tions ofwas.te materials: and other debris resulting from the work. Al the completion of the work, the Contractor shall remove all waste materials, and debris from, and about the premises (IS wcll as all tools, equipment, and surplus materials, and leave the site clean and ready for occupancy by the City of Orlando. The Contractor shall restore to their original condition, those portions of the site not designated for repair by the contract documents. 9.0 SAFETY AND PROTECTION Thc Contractor shall be solely "and completely responsible for initiating, maintaining and supervising all safety precautions Dud programs in connections with the work. The Contraclor shal1l11ke all necessary precautions for the safety at: and shall provide the necessary proteclion to prevcnt damage, injury or loss to all employees on the work site and other persons including, but nOllimitcd to, the general public who may be affected thereby. END OF SECTION Office of Purchnsing Imd Mn(eriaJs M:ulIIgement Page: 15 '--....) Annual Agreement for Demolition of Residential and Cummercial Structures \,..,-,) INVITATION TO BID tI B14)6-2248 PROJECT LISTING This fom] shall be utilized to provide n listing of current and past projects undertaken by the bidder within the last Ilm::c (3) years with comparable (like) scope of work: /I/)""t~ - ~r~/() 2. Name/Company: Address: Conlael PCl1ion: _ ~ ~ Naturt:ofWork; ---:7~~e~HJ"'~ ~ ~er:J9"pr Contract Period: ".I.Starl Dale: Completion Date: Annu.1 Doll.r V.lu," ~~~~ Telephone No.;( ) z; E-Mml Address: --- -- 1- Fax No: _ Rl~~d)f)(S~ 3. Name/Company; Address: ~~~::'o~~~;~: ~ ~~ Contract Period: .l Stan Date: Completion Date: Annual Dollar Value: -t.3lZ)H6. TckphoneNo.:() E-Mail Address: fax No: LJ ~~ Address: Contact Person: -e ~ Nature of Work: c..'P7~c.,. ~M~:-;' Contract Period: ~rt ~: Completion Dale: Annual Dollar Value: ~ ~,~O Telephone No.: E-Mail Address: Fax No: LJ ~ 5. Name/Compllny: Address: Conlncl Person: Nature of Work: Conlrncl Period: ~Ji!'1patc: Annual Dollar Value: I~ l)f)tJ f'O E-Mail Address: Fax No: c.-> J . Name/Compnny: Address: Contacl Person: Nature of Work: Contracl Period: Annual Dollar Value: E-Mail Address: Fax No: 4. Name/Company: r7;UAL&r/~ wl()-;-P bft-(O Start Dale: ~II#/ hI? Completion Date: M4H,.. ~~~,"D Telephone No.:( ) ( ) aJ;I~dWJ ~ iO~ ~f ~ Orlil:e of Pllrchusing Ilnd MnlC!rinls Mllllagemcnl J'nge: 16 , ! Annu111 Agreemenf for Demolitioll'"f Residcntilll and Commercial Structures , ) --iNVlT ^ TION TO BID # BI06-2248 "NO BID" RESPONSE TO INVITATION TO BID CITY OF ORLANDO, FLORIDA OFFICE OF PURCHASING AND MATERIALS MANAGEMENT City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802-4990 If your (ion is unable to submit a bid at this time, would you please provide the infonnation requested in the space provided below and return to: City of Orlando, Florida Office of Purchasing and Materinls Management City Hall at One Cily Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802-4990 We have received Invitation To Bid No. BI06-2248, opening at 3:00 p.m. on Wednesday, August 16, 2006. Reason for not bidding: BY: Signature Name & Title, Typed or Printed Company Name Office of Purchasing and Materials Management Page: ] 7 I ---- ,,=-""J lNVITATION TO BID fJ 8106-2248 "nuual Agreenl~n( ror Demolition orRcsidenti~11 and Commercial Struclures GENERAL CONDITIONS III DOER: To in~lIre aeeeplanee of llle bid, follow Iluose inslruelioll~. I. EXECUTION OF 810: Billll"'~1 cUJllllin 1I1llillllllll signillun: uf:," aulhori7.L'II rqlll:senlaLivc Inl1u: spacc provided, 2. SEAL EI> PII>S: All bids musL be submillw in n scakd envelope. The face or Ihe envelope shan conlainlhe daLe and ti Ille of Ihc bid uJ>enin!: <II"J Ihc lJill lIInubcr. Bids not submilled on the Cily's bid Jimns m;ay \xl rcjt'Cled. All bids arc subjL'CIIO Ihe eondilions spL'Cilied Ilcn:in 1I1ll1 un !Iny 1I1l1lch,..1 SIICL1S. ~pecifiealions. special eondilions or vcndor nOles, 3. NO OlD FOI(M: In Ihe evelll you elccl nOL 10 bid Ihis mtuirumenl, NSJll'nd by n:luming Ihis fOITl1. m;-Ilfl:ing il "NO BID" nud Ihe n.':lsun Ihc~rll"'. NOTE: To qUllli(y :IS a n:spondelll. bidder lJIlIsI submil a "BID" or "NO BID" and il muSI be ~civL-d no laLer lhan Ihe slDle.J bid op....ling dalc 1I1lt1li1llC. 4. RID OI'ENING: Shall be public, clllhc "ale:rod lltlhc lime :ipL"Cified on Ihe bid foml. II is lhe biddclS I'C$polI$ibilit)' Iu i1:;,o;un: th.1I his bid is delivcred al Ihe proper lime and place of the bid upcning. Bids which for :my rcoJson ,m: nOI so dclivcf\.'d, will nOI be r~luml:(1 bul will be relain.-d il1lhe "[311) FILE" unopened, Ollclli by h:lephnrn: for n sL...led bid Cilllnol be accepted. A Tclcgrnm Bid ma)' be accCJlIL'Il only "llhe discretion of and Wilh prior :lPI)l\l\'al of Ihe Di,.."Clur uf PIlf1;llilSing. ), J'IUCES, TERMS, ;11111 PAYMENT: All Plica musl be linn for Ihe delivCl)' schedulc quoled hcrein. Bids sliplll:rliul: "I'ric.: in ClTL"C1 al limc of shipment" or uLhcr shnil:rr condilions will bl: cOllslden:d 1\01 responsive to Ihe bid invilal;on and will not be acceplcd. All prices sllall be 'lulIlnl F.D,B. ..oIiycn.... 10 ,my CiLy of OrlalKlo DepanlllCflI lJ.nlcs.~ oIherwisc slipulall:d in Ihe bid invilalion. Bidd,:r is requested 10 oller tush diSCtl11111 for pmrnpl invoice paymcnt II is lhe policy oflhc Cily of Orlando 10 rooke payments or ;nvoit:~ in lime 10 ""dm any olTered eosh diseuuu\$. OiSCllunllimc will "" comptllcd rwmlhc duLe ur salisfl1c;lory delivery al plnct of aceeplance or fmlll receipl of com:cl invoice ill Ihe finance [).:p.,nmclIl olliee. wbichcVL"r;,. 1000er. a) TAXF~<;: The Cily of Orlando docs nOI pay FL-dcml cltcisc Dnd Slnle sul~ IllXCS. Our IDll C.~C:l11pljon number is 58.12.94-fJ8.54C and is also slipulaled on all our Purchase Ordc~. b) POLITICAL SUBDIVISIONS: Undcr Florida L:lw. pri~cs conlaim:d in Slale Conlr.1CIS skill be available 10 Ihe Cily "rOrl:l1l1lo. who l11i~hl wi<h III pUl\:hase \lIIder a SlaLc Purchase Conll"dcl. The Cily of Orlando therefore reserves Ihe righl 10 purchasc Dlly enmmntlllil:l' from a SL:lle l'lIrch;rsc COl1uDel ifinlhe hl':'l il\leresl of Ihe Cily. c) MISTAKES: Bidder.;:lre cxpecled In cltnminc the S)>L'CiliClllions, ddivery schedules, bid prices. and 011 il1shll\.'litln~ I'crlilining 10 snpplks and sClViccs. FlIilurc to do so will be n bidder's risk. d) CONDITION and P^CI<AGING: II is und~rsLood Dnd agret.-d .hat any ill:," ofTcn.'lI or shipped as D n:sull of Ihis bid shull be new (eum::nl producliolll11ndcl allhlllime: or Ihis bid). All conlalnClS shall be suimble for slorngc or ship111t.'nI, onll ul1 prices .1011.,11 int:lude sl.mdnlli coml1l~rcial p:lckilCinl;. e) SAF....'" STANDARDS: Unlcss oLhclWisc slipulnlcd in Ihe bid. all manulilclun.... itcms lInd rabriellted i1ssemblic:s shall comply \Villi :Ipplicablc llXIuin:menls ofOccupalional Safely a:nd H~'lIlIh ACI and Dny smndards LhL-r,"Undcr. I) MARKING: l:.1eh individual conla;ner shall be moikcd Wilb Ihe b/'3l1d name oflhe prodUCI, quanl;ly ..nil Ihe name: and address of Lhe Illunufllelurcr. 81ch shippinl: eOnlnincr shall include: Lhe l1i1me orlhe vendor Dnd mllSl also ek-urly indieulc Ihe C,ly of o r1:1I1 do Purchase On!.:r Number. ~) INVOICING ond PAYMENT; 111e: supplier sholl be p;lid upon submission of invoices 10: l1le Accoums I':1Yilble Seclion, Cily of Orl:ll1(h). ~oo Smllh Orungc Avenue. Orlando. [,Iorida 32801. blVoiecs are La be bilk.'II allhc pric~ stlpuJuLL-d on Ih... pLln:lmse order ami uS lIul1incd in Ihis bid, All invoices lIlusl ~how IhI: Cily cfOrl:rndo Purcbasc Order NUlnhc:r. 6. CONFLl CT OF INTER':ST: '111e awan! hen:undL'T i~ subjt"Cllo Chapler I 12. Florida SI.:I\UICS, All bidden; muSI discluse witlllhcir bid Ihe nJllle of allY ulliccr. din:clor. or agenl who is alSlllln l'Inpluyl/1O of the CilY ofOrlnndo. Funher. all bidders IIIUSI d;sclose Ih... ":11m: of any City of Orlanuo cnlploye.: who 0\V115, direcll)' or indil\:clly. un .nteresl oflcn pen:enl (JO~.) or man: ofLhe bidd"n; linn ur nny of ils bmnchcs, 7, i\ W i\RI>S: As Ihe b~1 ;nlt:n:sl of the Cily of Orlando llIay n.'qllire.lh~ righl is r"ll':rv~'" In m'lke :1ward(s) by individual iL...,".. &",up OfilC:lns. all or none. or:r cOlnbinalion Lhcn:of, wilh one or morc suppl;er.;; 10 n:jL'CL any all bids or waive: any infonnillily or IL-elmicalily in bids rL'(:civL-d. 8. INSPECTION, "CCEI"TANCE, 011101 TITLE: InspcclKJn ill1d i1ceeplnncc w[IJ be al desLillaliol1 unl~ olhel'\'i>c sLipulaLL-d. Title aud risk Ilr I~ss Ill' d:'mngc: 10 all iLCIlIS ~holl be Ille n:sponsibilily of Ihe shipper (v"'1Idor) unlill1cl:L')>lt'CI by IhI: using depanm...m of Ihc eily or Orl:mdo. unIL-s5 loss of damage ll:Sult.~ frum nc~ligc:nce by Ihe Cily of Orlundo tlr ils DCpllr1mc:nls, 9. I>ISPlfTES: In cose of an)' doubl or diITcn:ncl:S of opinion a.~ (0 Ihe Ilcms 10 be fumishctl hcrt.-under. Lhe decision of lh... City of Orl.mdo Dir<'Clor of Purchasing shl1l1 ~ 1in;11 i1nd binding on IXllll pUr'lk~. 10. LEGAL HI::QUIREMENTS: Fcdcr.lI, Slate. Cnullly l111d lOt:ollaws, ordinances. ,tJles al1d reculatiuns Ih,l1 in any monncr nlll'Cl Ihe ilenl{~) cllvered hen:in apply. ulck of knowledge by Ihe bidder will in no way be cause for n:lid lium mponsibililY. II. U,\BII.ITY: The ycrxlnr shull hllkl lllld Sowe Ihc eily of Orlando. lIS officer.;. "gellls and emplnyees h~nnk'l:S lrom liabililY of an}' kincl in Ihe perfomlanee of or ruJlilling Ihe r.:quin:mclll5 oflhc Pun:husc Order which may rcsuh from Ihis bid. NOTE: ANY AND AU. SPECIAL CONDITIONS AlT^CHED HERETO WIUCII VARY FROM THJ;:SE GF.NEI(AL CONDITIONS SHALL 111\ VE PREClmI::NCE. Direclor of Purchusinc, Cily cfOrlando Office of Purchasing llod MateriRJs Managem~nt (SAACS) PRgC: 18 J Annual Agrccm~nl for Demolitioriui Residenli:!1 and Commercial Struclures . J INVITATION TO BID # 8106-2248 SPECIAL CONDITIONS 1. RECEIPT OF BIDS - DUE DATE: n. Scalcd bids in an original and one (1) copy shall be submitted to the Office of the Direclor of Purchasing no later than 3:00 pm., Wednesday, August 16, 2006. Bids will not be accepted after this time and dale. b. Each bid shall be submitted in a sealed envelope prior to the time established for opening of bids, and the envelope shall be marked with the bid number, title of the bid, and bid opening dnte. c. If submitted by mail, the envelope shall be enclosed in another envelope addressed to the Director of Purchasing. If submitted otherwise than by mail, it shall be delivered to the Office of the Director of Purchasing. d. Sealed bids are to be addressed as follows for either mail or hand delivery: Me. Jon Mead, C.P.M. Director of Purchasing City of Orlando Offiee of Purchasing and Materials Management City Hall at One City Commons 400 S. Orange Avenue - Fourth Floor P.O. Box 4990 Orlando, Florida 32802-4990 c. Bids submitted by mail must be received in the Office of the Director of Purchasing by the time specified herein for the opening thereof. 2. WITIIDRA W AL OF BIDS: l3idders may withdraw a bid after it has been deposited with the Purchasing Office ~ny time prior to Ihe stipulated time for opening the bids. 3. EVALUATION OF BID AWARD: TIle City reserves the right to award the bid to Ule lowest responsive and responsible bidder who submits the bid meeting specifications most advantageous to the City. The City further reserves the right to consider matters such as, but not limited to, quality offered, delivery terms, and service reputation of the bidder, in determining the most advantageous bid. Office of Purchasing and Materials Management (SAACS) Pa~e; ] 9 L-J Allllual Agreement for Demolition uf Residential and Commcl'cinl StructureS \ '\..-../ iNVITATION TO 3m II 8106-2248 4. BIDDER'S CERTIFICATION FORM: EACH BIDDER SHALL COMPLETE THE "BIDDER'S CERTIFICATION" FORM INCLUDED WITH THIS INVITATION TO BID, AND SUBMIT THE FORM WITH THE BID. THE FAILURE OF A BIDDER TO SUBMIT THIS DOCUMENT WILL BE CAUSE FOR REJECTION OFTHE BID. THE FORM MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC WITH NOT ARY SEAL AFFIXED ON THE DOCUMENT. 5. AMENDMENT OFTHE INVITATION TO BID: IT IS THE BIDDER'S RESPONSIBILITY TO CONTACT THE OFFICE OF PURCHASING AND MATERIALS MANAGEMENT PRIOR TO SUBMITTING A BID TO ASCERTAIN IF ANY ADDENDA HAVE BEEN ISSUED, TO OBTAIN ALL SUCH ADDENDA, AND RETURN EXECUTED ADDENDA WITH THE BID. IF YOU HAVE DOWNLOADED THIS BID FROM TIlE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD ALL SUCH ADDENDA. THE FAILURE OF A BIDDER TO SUBMIT ACKNOWLEDGMENT OF ANY ADDENDA THAT AFFECTS THE BID PRlCE(S), IS CONSIDERED A MAJOR IRREGULARITY AND WILL BE CAUSE FOR REJECTION OFTHE BID. 6. "NO BID" RESPONSE FORM: In the event you elect not to bid on this requirement, plc~se fill out and return the ~ttached "NO BID" fonn. 8. ALTERNATIVES/SUBSTITUTIONS TO SPECIFICATIONS: Any altemat~ves or substitutions to the aUached specifications must be clearly delineated, set out and submitl~ with the bid (use separdte sheets of paper and make them part of the bid). MEETING ~PECIFICA TIONS: I All items quoted must be in compliance with the specifications. If you are taking exception, indicate those exceptions on company letterhead and altaeh to this invitation lo bid. 7. 9. PERIOD OF OFFER VALIDITY: Prices quoted in the bid must remain open for a period of ninety (90) days from the d~tc of bid opening. Office ofPlIrehnsing aod Mltterinls Management (SAACS) PllgC: 20 Annual Agreement for Demolitloii-u/Rcsidenlial and Commcreilll Struclures , } -.iNVITATION TO BID II BI06-2248 10. FAMILIARITY WITH SITE CONDITIONS: The responsibility for the detennination of .accura~c measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the bidder's. Submission of a bid shall constitute acknowledgment by the bidder that he is familiar with all such conditions. Tbe failure or neglect of a bidder to familiarize himself with the site of the proposed work, shall in no way relieve him from any obligations with respect to his bid. 11. RIGHT TO AUDIT RECORDS: The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of the Agreemcnt or any sub-conlrucllo the Agreement. Such books and records shall be maintained by the Contl1lctor for a periou of three (3) years from the date of final payment under the Agreemcnt and by the sub-contractor for a period of three (3) years from the date affinal payment under the sub-contract unless a shorter period is otherwise authorized in writing. 12. FISCAL YEAR FUNDING APPROPRIATION: a. Specified Period Unless otherwise provided by law. a contract for supplies or services may be entered into for any pcriod of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available [or the first fiscal period at the time of contract. Payment amI perfonnancc obligations for succeeding fiscal periods shall be subject [0 appropriation by City Council of funds therefor. b. Cancellntion Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise' made available to support continuation of performance in a subsequent fiscal period, the contract sha11 be cancelled and the contractor shall be entitled to reimbursement for the reasonable valuc of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or othclwise recoverable. 13. AWARD OR REJECTION OF BIDS: The contract will be awarded the lowest responsive and responsible bidder complying with all the provisions of the Invitation to Bid, provided the bid priee is reasonable and it is in the interest of the City to accept it The Director of Purchasing reserves the right to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the interest of the City_ The Director 0 f Purchasing also reserves the right 10 reject the bid of u bidder who has previously failcd to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who invesligation shows is not in a position to perform the contract. Office of Purchasin2 and Materials Management (SAACS) Pnge: 2J \.-i Annual Agreement for Demolition of Rcsidentilll and Commcrcilll Structures ---J iNVITATION TO HID #Bl06-2248 In detenl1ining responsibility, the following other qualifications, m addition to price, will be considered by the Director of Purchasing: a. The ability, capacity and skill of the bidder to perfonn the service required. b. Whether the bidder can perform the contract or provide the service promptly, or wilhin the time specified, without delay or interference. . c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of perfonnance of previous contracts or scrvices. e. The previous and existing compliance by lhe bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perfonn the contract or provide the service. g. The qualily, availability and adaptability of the supplies, or services, to the particular lIse required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. 1. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surely to the City, or whether the bidder's taxes or assessments are delinquent. J. -Such other information as may be required or secured. 14. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To ensure fair consideration for all bidders, the City prohibits communication to or Winl any department, bureau, or employee during the submission process, except as provided below. Additionally, the city prohibits communications initiated by a bidder to any City OtTtcial or employee evaluating or considering the bidder (up to and including the Mayor and City Council), prior to the time an award decision has been made. Any communication between bidder and the City will be initiated by the appropriate City Official or employe!:: in order to obtain information or clarification needed to develop a proper, accurate evaluation of Ihe bid. Such communications initiated by a bidder shall be grounds for disqualifying the oftemling bidder from consideration for award of the bid and/or any future proposal. b. Any questions relative to interpretation of specifications or the bid process, shall be addressed in writing as indicated below, in ample time before the period set for the receipt and opening of bids. No inquiries, if received within ten (10) days of the date set for the receipt of bids, wilt be given any consideration. Any interpretalion made to prospective bidders will be expressed in the fonn of an addendum to the specifications which, if issued, will be conveyed to all prospective bidders no later than fivc (5) days before the dale set for recei pt of bids. Oral answers will not be aUlhoritative. Office of PurchRsing and Materials Management (SAACS) Page: 22 } AnnulIl Agrecment for DcmoliUOI.-vf Residential and Commcrci;11 Structures . ) INVITATION TO BID II m06-2248 c. It wiII be the responsibility of the bidder to contact the Office of Purchasing and Materials Management prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. Direct inquiries to: Althea Pemsel, C.P.M., Purchasing Agent III City of Orlando Office of Purchasing and Materials Management City Hall alOne City Commons 400 South Orange A venue P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246-2897 Fax (407) 246-2869 Website: htto:/Iwww.citvoforlando.net al thea.pem sel@cityoforlando.nct 15. BIDDER'S SIGNATURE: Florida law requires that when a municipality enters into a cont.actual agreement with a corporation licensed to do business in the State of Florida, such agreement shall be signed by two (2) Corporate Officials (i.e., President, Vice President, Secretary, Treasurer) with the corporate seal affixed. It is also required that such execution be acknowledged before a Notary Public with Notary Seal affixed. If neither the aforementioned corporate officers nor the corporate seal arc readily available, a letter of authorization can be submilled in lieu ofthese requirements. Such letter of authorizalion must be on the corporate stationery, must clearly state that the person who signed tile rcfcn:nccd agreement is duly authorized to enter into such agreement on behalf of the corporaLion and must be signed by the corporate officials designated hbove. Failure to submit leller of authorization within two (2) weeks aller notification of awarel may result in award to the next apparent low bidder. In the case of a Partnership, the agreement must be signed by a general or managing partner and notarized as outlined above. In the case of a sole proprietorship, the owner musL sign the agreement and have such execulion notarized. If you have any questions regarding the execution of the signature page, please fecI free to contact lhe Purchasing Department at (407) 246-2291 for further clarification. Strict adherence to criteria outlined above is of the utmost importance in finalization of agreements awarded to successful bidders. 16. SELECTIONIREJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options bid, based on price deemed to be in the best interests of the Cily. Orfice of Purchasing and Mftterials Management (SAACS) Page: 23 \---) Anllual Agreemeut for Demolition of J~esidcntialllnd Commercial Structures W INVITATION TO BID # 8106-2248 17. SUBMITTAL OF BIDS: Bids shall be submitted utilizing the bid form(s) provided herein. All bids shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlincations, or other correclions shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the bid. If the unit price and the total amount named by a bidder for any item are not in agreement the unit price alone shall be considered as representing the bidder's intention, and the totals shall be corrected to contl.lI'lll lhereto. 18. BID TABULATION: Bidders may request copies of the Bid Tabulation documents in person or by sending a stamped. self-addressed envelope with the bid. 19. BID AWARD: Award will be made approximately September 16, 2006. It is incumbent 011 bidders to contact the Office of Purchasing at (407) 246-2291 to determine the successful bidder(s). Any appeal from this decision to award must be filcd in writing seven (7) days from the award date to the Office of Purchasing pursuant to the Purchasing Code of the City of Orlando, (Chapter 7, Orlando City Code). This Invitation to Bid is issued in accordance with and shall be govemed by the provisions of Chapter 7 ofthe City ofOrIando's Code. 20. BJDDER OUALlFICA TION: Bids will be considered from firms who have adequate personnel and equipment and who are so situated as to perfonn prompt service, and who maintain the regular business hours of 8 a.m. to 5 p.m., Monday through Friday, except for City holidays. The City reserves the right to conduct an inspection of the bidder's facility and equipment prior to the award of the Agreement. Bids will be considered only from firms which are regularly engaged in the business as described in this bid package; with a record of performance for a reasonable period of lime, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute tl1C service if awarded an Agreement under the tenns and conditions herein st(lted. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practice in the industry and as detennined by the City. Officc of PlIrChll:'iing and Materials Managcment (SAACS) Page: 24 AnllulIl Agrecmcnt for" OcmoJitiOil.)Residential and Commercial Slrllctures , I ~iNVITATION TO.BID # m06-2248 21. PRE-BID CONFERENCE: A non-mandatory pre-bid conference will be held at: The Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue 4111 Floor Orlando, Florida On: Wednesday, August 2, 2006 at 10:00 a.m. for review of job site and to discuss pertinent questions-answers, etc. Any additions to specifications derived from the pre-bid conference will be addressed in the form of a bid amendment to all bidders. 22. FAILURE TO EXECUTE AGREEMENT: Failure of the successful bidder to accept the Agreemcnt as specified may be cause for cancellation of the award. In the event that the award is cancelled, the award may then be made to the second lowest responsive and responsible bidder) and such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom the award was made; or the Director of Purchasing may reject all of the bids. Contractors who default are subject to suspension and/or rcmoval from the Bidder's List 23. TRADE NAMES: In cases where an item is identified by a manufacturer's namc, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identi1ied and does nol propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by the bidder. The refercnce to a name brand is intended to be descriptive but not restriclive and only to indicate to the prospective bidder arlicles that will be satisfactory. Bids on other makes and catalogs will be considered provided each bidder clearly states in his bid or proposal exactly what hc proposes to furnish and forwards with his bid a cut illustration or other descriptive mattcr which will clearly indicate the ch<lracter onhe article covered by his bid. The City hereby rcserves the right to approve as an equal, or to reject as not being equal, any <lrticle the bidder proposes to furnish which contains major or minor variations from the specification requiremcnls but may comply substantially therewith. Office of Purchn:o;ing amI Materials Mana~cment (SAACS) Page: 25 ,,\.-.J Annual Agreement for Demolition of Residenlialllnd Commercl<ll Structures . J ~ lNVIT ATION TO BII> # BI06-2248 If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful contractor after award and before manufacturer or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with. 24. DISCOUNTS: Bidders may offer a cash discount for prompt payment; however, such discounts shall nol be considered in detcnnining the lowest net cost for bid evaluation purposes. Discount will be computed fi'om the date or satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later. Bidders are encouraged to renect cash discounts in the unit prices bid. 25. EXECUTION OF AGREEMENT: The successful bidder shall, within fifteen (15) calendar days after Notice of A ward is issued by the City of Orlando, Office of Purchasing and Materials Management, enter into a contract with the City on fomls as included within the bidding documents for the performance of work awarded him and shall simultaneously provide any required bonds, indemnities and insunlllcc certificates. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation ofthe award. 26. PUBLIC ENTITY CRIMES: A person or affiliate, as defined in S287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perronn work as a contractor, supplier, subcontractor, or consultant under a contract with any public enlity, and may noltransact business with any public entity in exeess of the threshold amounl provided in ~2S7.01 of the Florida Statues for CATEGORY TWO, for a period of 36 months ITom the date of being placed on the convicted vendor list. 27. FLORIDA PROMJ>T PAYMENT ACT: I. Proper Invoice For purposes of billing submission and payment procedures, a "proper invoice" by a contractor, vendor or other invoicing party shall consist of at least all of the following: a. a description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them); b. tile amount due, applicable discount(s), and the lerms thereof; c. the full name of the vendor, conlractor or other party who is supplying the goods alllVor services including a mailing address in cose of a dispute and a mailing addres~ for paymcnt purposes (if they are different) and a telephone number; Office of Purchasing nnd Materials Management (SAACS) Pllge: 26 Annual AgrCCQlcnC for Demolitioi"v/Rcsidential and Commercial Structures J '~iNVITATION TO BID # m06-22"S d. the Purchase Order or Contract number as supplied by the City; and e. an identitication by Bureau, Office or Department of the party(ies) to whom the goods were delivered or services provided. All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts Payable, Finance Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990, Orlando. Florida, 32802-4990. Finally, in addition to all of the above, in order to be considered a proper invoice, it must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the vendor. contractor or other party who is supplying the goods and/or services has otherwise complied with all of the contract's tenns and conditions and is not in default of any of them; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements that those requirements have been complied with. 2. Dis\mte Resolution . In the event a dispute occurs between a contractor, vendor or other invoicing party ("invoicing party") and the City concerning payment of an invoice, the City Department, Of1ice or Bureau which has the dispute along with a representative of the City's Office of Purchasing and Materials Management and the invoicing party shall meet ro consider the disputed issues. 111C invoicing party shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This pJ'Ocedure shall commence not later than forty-five (45) days, and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the Director of Purchasing shall constitute the final decision of the City regarding these malters and shall be communicated in writing to the invoicing party within three business days after such decision. If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be dcemed to have been issued. 28. BIDDERS WARRANTY: The Bidder warrants that no one was paid a fcc, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies spccified herein. 29. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the awarded vendor. the submission of any bid in response to this Invitation to Bid constitutes a bid made under the same (elms and conditions, for the same contract price, to other governmental agencies including (he State of Florida and its agencies, political subdivisions, counties and cities. Each governmentcll agency desiring to accept Lhese bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchnses and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue ofthis bid. Office of Purchnsing and Materials Mnnagement (SAACS) Page: 27 I ~ Anllual Agreement for Demolition or Rcsillenlial nnll Commercial Struclures '----") JNY1'fATION TO nm # llJ06-22~8 30. INSURANCE/PERFORMANCE BONDS: Insurance and/or Performance Bond coverage required by the Contract Specifications must be in force throllghout the Contract tean. Should a Contractor fail to provide acceptable evidence of cun-ent insurance and/or a Perfomlance Bond within seven (7) days prior to the cxpinttion date of an insurance policy or bond at any time during the Contract tenn. the City shall have the absolute right to tcmlinate the Contract without any further obligation to the Contractor. The Contnlctor shall be liable for the entire additional cost of procuring perfonnance and the cost of pcrfonning the incomplete portion of the Contrdct at the time of tcmlination. 31. DRUG-FREE WORKPLACE CERTIFICATION: By submitting a bid in response to this Invitation to Bid, you are certifying that your company is a drug-free workplace in accordance with Florida Statute 9287.087. 32. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing a special accommodation to participate in this proceeding should contact the Office of Purchasing & Materials Management) City Hall at Onc City Commons, 400 South Orange Avenue, P.O. Box 4990, Orlando, Florida 32802-4990, telephone (407) 246-2291, not later than SEVEN (7) days prior to the date on which the accommodation is requested. 33. PURCHASING CARDS: City of Orlando has implemented a Purchasing Card Program to streamline our procurement process. In order to expedite payments to our suppliers, we are using The First ChicDgO MasterCard Purchasing Card rather than the traditional Field Purchase Order. By making purchases with the Purchasing Card, we can more effectively control our procurement activities and achieve a significant cost savings over our current paper purchasing/payment syslem. As one of the City of Orlando's valued suppliers, your business can also achieve cost savings results by accepting our Purchasing Card. Some of the identified supplier benefits of this Program are: · Payment within 48-72 hours · Direct electronic deposit to your primary banking account · Increase in working capital · Elimination of invoicing · Reduced collection efforts · Enhanced corporate relationships · Reduced billing costs · Enhanced reporting · Increase sales as a "Preferred Supplier" Additionally, you will be able to grow your customer base by accepting purchasing cards from other corporate customers as well as all major credit cards. Office ofPnrchllsing and MllteriR}s Manngement (SAACS) Page: 28 I Anlllllll ^grcemcn I for Dcmolitiol.-~i Residential and Commercial Structures ) '.~fNVIT A TlON TO BID # BI06-2248 Payments made to the successful bidder or proposer of this solicitation process will quite possibly be by use of a MasterCard Purchasing Card_ Therefore, it is imperative that vendors doing business wilh the City accept MasterCard. The City's Purchnsing Card system is controlled by the magnetic strip on the back ofthe card. This magnetic strip will provide needed accounting information to the City and will also restriCl the use of the card to certain suppliers and limits set by the City. A magnetic strip card reading lcnninal is necessary to perfonn this function. If you already accept MasterCard, you probably have such a terminal. If you do not accept MasterCard, please contact any bank that offers the MasterCard program. 34. LIVING WAGE POLICY: All covered service contractors, as well as their subcontractors, shall pay to all of their employecs providing services pursuant to a contract with the Cily, a living wage for the time spent providing covered services to the City. (This provision does not include general administrative personnel unless lhey arc assigned 10 a City project.) "Living wage" melillS compensation for employmCJlt of nol less than $8.50 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Necessary payroll documcntalion shall be provided to confinn compliance with this provision or the service contractor shall allow the City to audit (at service contractor's place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract andlor preclusion from future City contracts. This provision shall apply to all bid and proposal awards for serviccs, which involve City expenditures that exceed $100,000.00 per year. More particularly, this provision shall apply to single and multiple award contracts for services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one-contract year. As for multiple award contracts (contract award which will be divided among seveml contractors), at the point when the City has expended $100,000.00 on that contract in any one contract year, regardless of whether such expendHure was 10 one conlractor or several contractors, then the living wage provision shall apply to all contractors who are a party to thaI award. For thosc contracts whose initial value was less than $100,000.00 bul exceeded $100,000.00 prior to the cnd of the contract tenn, this provision will be applicable to that contract in the next quarter. To further clarify, the Living Wage policy docs not apply to part time employees, nor the part time employees of all subcontractors. Furthermore, the workers of temporary employment agencies are not covered by the City's Living Wage Policy. 35. RECIPROCAL LOCAL PREFERENCE: In the event the most responsive and responsible response to any Invitation to Bid or Request for l)roposal is by a vendor whose principal place of business is in a county which grants a preference tor the procurement of sueh goods or services to a vendor whose principal place of business is in slIch county, then the City may award a preference to the (next) most responsive and responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the county ill which the most responsive and responsible vendor has its principal place of business. Office of Purchasing and Materinls Management (SAACS) Page: 29 I \..-..0' Annual Agreement for Demolition orR~sidentinlllJld Commcrcilll Structures ,--,,) IN VITA TION TO BJD # BI06-2248 36. EMERGENCY SUPPORT: It is hereby made a pm1 of this Invitation for Bid that before, during and after a public emergency, disaster, hurricane, flood, or othcr ncts of God. that the City of Orlando shall bc provided goods lInd services on a first priority basis. It is vital and imperative that the majority of citizens arc protected from any emergency situation which threatens public health and safety, as dctcnnincd by the City. Vendor I Contractor agrees to provide / rent / sell / lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for nil goods and services in the event of a disaster, emergency or hurricane. Vendor / Contractor sholl fumish a twenty. four (24) hour phone number in the event of such an emergency. 37. MULTIPLE AWARDS: The City reserves the right in its sole discretion after evaluation of all responsive bids, proposals or qualification statements to award the work dcscribed herein to more thal1 one responsive bidder, proposer or respondant. In such case, by the terms of the final Agreement entered into with the City for the work or by a separate written notice from the City, the City shall designate one or more of the bidders, proposers or respondents selectcd for award as the primary providcr(s) and the remaining providers selected for award as secondary or alternate providers. ]n such cases where an award is made to morc than one responsive bidder, proposer or responder, the City shall apportion the work among the various primary, secondary and allernate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of such provider's designation as primary, secondary or alternate. Office ofPurchasillg and Matc.-ials Mnnngement (SAACS) I'age: 30 i AlIlIl1al Agreement for Demolitioi.~jRcsiden(jalllnd ComlJlt'rcial Structures '~iNVIT^'fION TO BlO # BI06-22411 ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL AND COMMERCIAL STRUCTURES THIS AGREEMENT, made this _ day of ,2006, by and between the City of Orlando, a municipal corporation existing under the laws of the State of Florida, hereinafter referTcd to as the "City" and , hereinafter referred 10 as 1he "Contraclor", for the term specified herein, with the City having the option of extending this Agreement for another period of time, upon a mutual agreement of the parties, agree as follows; WITNESSETH: I. SCOPE The Contractor is to pcrfonn the Work as defined in the Invitation to Bid and amendments, if tiny, 1he Invitation to Bid and any amendments thereto being attached hereto as Exhibit "A", incorporated by reference herein and made a part hereof as fully as ifherei n set for1h. Unless otherwise specified herein, the Conlractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. II. TERM OF AGREEMENT The period of this Agreement shall be for twelve (12) months, beginning on and ending on This Agreement may, by mutual written assent of the parlies, be extended for two (2) addiLional twelve (12) month periods or portions thereof, up to a cumulative total of thirty-six (36) months. Ill. COMPENSATION The Contractor agrees to provide the services, equipment and materials as specified in its bid 10 the City nt the cost specified in said bid and amendments. if any. the bid and allY amendments therelo being attached hereto as Exhibit "8", incorpora1ed by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B", may be increased or decreast.-d by the City under the Extra Work provision ofthis Agreement, through the issuance of 8n Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto, will remain linn for the lenn of this Agreement or Addendum. Office of Purchasing ;Iud Materials Management (SAACS) Page: 31 .~ AnnullI Agreement for Demolition of Il.csidl'ntilll and Commercial Struclures \.-....,) INVITATION TO nm t# B106-2248 IV. PAYMENT All invoices received by the City ore payable wilhin thirty (30) days from receipt, provided they have tirst been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be direcled to the Accounts Payable Section, City of Orlando, P.O. Box 4990, Orlando, Florida, 32802-4990. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. V. FISCAL YEAR FUNDINC APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered inlO for any period of time deemed to be in the best interest of the City, provided the teml of the contract and conditions of renewal or extension, if any, are included in llle solicilCltion and funds are available for the first fiscal period at the time of conlracl. Paymenl ami performance obligations for succeeding fiscal periods shall be subjecl to appropriiltion by City Council of funds therefor. B. Cancellation Due to Unavailabilitv of Funds in Succeedine: Fiscal Periods When funds arc not approprialed or otherwise made available to support conlinuation of perfonnance in a subsequent fiscal period, the contract shall be cuneelcd and the conlractor shall be entitled 10 reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. VI. GENERAL CONDITIONS A. Patents and Copvrie.hts The Contractor shall pay all royalties and assume all costs arising from the use of .my invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Orficc or Purchasing and Materials Manngcmcnt (SAACS) Page: 32 1 AIllI1l111 Agreement ror Demolitioi._-l Rcsidentinlnnd Commercilll Struchucs i '----iNVITATION TO nm # Bl06.2248 Contractor shall, at its own expense, hold hannless and defend the City agninst any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default 1. The performance of Work under this Agreement may be terminated by the Director of Purchasing, in whole or in part, in writing, whenever the Director of Purchasing shall determine that the Contractor has failed to meet lhe performance requirements of Ihis Agreement. 2. The Director of Purchasing has a right to tenninate for default if the Contractor fails to make delivery of the supplics or perfonn the Work, or if the Contractor fails to perfonn the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreement. 3. Failure of a Contractor to deliver or pcrfonn the required Work within the time specified, or within a reasonable time as determined by the Director of Purchasing or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Director of Purchasing, shall constitute authority lor the Director of Purchasing to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Director of Purchasing, for any expense incurred in excess oflhe Agreement prices. 4. Such purchases shall be deducted from Agreement quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be dc(emlined by the Director of Purchasing. The Contractor shall not be liable fOT ilny excess costs if acceptable evidence has been submitted to the Director of Purchasing that failure to perfonn the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Office of Purchnsing and Materials Management (SAACS) Pnge: 33 . j -.--" Annual Agreement for Demolition of Residentiallllld Commercial Structures "-) INVITA'l'lON TO DID # 8106-2248 C. Termination for Convenience The City may terminate this Agreement at its convenience with advance written Ilotice 10 the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of nil Work properly perfonned prior to the effective date of tennination and for all p0l1ions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. D. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be frce from all faults, defects or errors. Whenever required by the specifications of the Invitalion to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified ill writing or a faull, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperfonn such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the Cily, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including thc costs for reperformance of the work provided by other Contmctors. E. Time of Completion The parties understand and agree that time is of the essence in the perfonnance of lhis Agreement. The Contractor or City, respectively, shall not be lillble for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, uue to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, tire, embargoes, or other transportation delays, damagc to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or Cily's contractual obligations, respectively. Office orpurchnsing alod Mntcrials Management (SAACS) l'ngc: 34 AlIlIllnl Agrccmt'nt fOT DcmoliliOil~IJRcSidentilll :md Cnl11mcrc:inl Structures ) ''--j'NVITATION TO BID # 8106-2248 Any such causes of delay, even though existing on the dale of the Agreement or on the date of the start of Work, shall extend the time of tile Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City Director of Purchasing may at his discr~tion, cancel this Agreement for the convenience of the City. F. Indemnification and Insurance: 1 . Indemnity The Contractor hereby agrees to indemnify and hold hmmless the City, its officers, agents, and employees, from and against any r..nd all liabilily, claims, damages, demands, expenses, fees, fines, penalties, suilS, proceedings, actions, and cost of actions, including attomeys' fees for triul and on appeal, and for the preparation of surne arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement 2. Insurance TIle Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Agreement: (a.) Commercial General Liability Insurance: Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City. proteeling and insuring against all the foregoing with coverage limits of not less lhan Fivc~Hundred Thousand Dollars ($500,000) per occurrence for Bodily Injury and Property Damugc. (b.) Automobile Liability Insurance: Automobile Liability coverage shall be ill the minimum amount of Three-Hundred Thousand Dollars ($300,000) per occurrence ,combined single limils for Bodily Injury and Property Damage. (c.) Workers' Compensation Covcrae:e: Full and complete Workers' Compensation Coverage. as required by State of Florida law, shall be provided. Office of Purchasing and Materials Management (SAACS) Page: 35 \-.1 Annual AJ;rccmcnt for Demolition of Rl'sidenlinl and Commercial Structures ----) INVITATION TO BID # 8106-2248 (d.) Insurance Certificates: The Contraetor shall provide the City with Certificate(s) of Insurance on all the policies of in sum nee and renewals thereof in a formes) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by rcsponsible companies who arc acceptClble to the City and licensed and authorized to do business under (he law~ ofthc State of Florida. G. Acceptance The City will be deemed to have acceptcd the Work after the Director of Purchasing is notified by the using Department of its satisfaction that the Work is completed. The Work under this' Agreement shall remain the property of the COl1traclor until the City accepts 1l. In the event the Work furnished under this Agreement is found to be dcfeetive or does not conform' to the specifications, the City reserves the right to canccl the Agreement upon written notice to the Contraclor. H. Correction of Work The Contractor shall promptly corrcct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion ofthe Work, and whether or not fabricated, installed or completed. The Contractor shall b~ar all costs of correcting such rejectcd Work. I. Ri~ht to Audit Records Thc City shall be cntitled to audit the books and records of the Contractor or any sub-contractor to the exlent that such books and records relate to the perfOlmance of this Agreement or any sub-contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment undcr this Agrcement and by the sub-contractor for a period of thrcc (3) years from the dute of final payment under the sub-contract unless a shortcr period is otherwise authorized in writing. Office of Purchasing and Materials Management (SAACS) Pllgc:36 I Allluml Agrt't'nlt'nt for Demolitioli'__"Rt'sidcntiaJ and Commercial Structures ......I~VlTA TlON TO BID # R106-2248 J. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for undcr this Agreement. The Contractor agrees that all Work shall be executed regularly, diligcnlly, and unintclTIlptcd at such (] rate of progress as will ensure full complction thcrcofwithin the time specified. K. Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall bt: thc sole property of lhe City and all rights therein are reserved by the City, except th<lt the Contractor InUY disclose uny such information to its corporate affiliates and their agents. L. Safetv Measures The Contractor shall take all necessary precautions for the sufcty of the City's and Contractor's employees and the general public and sha1l ereet and properly maintain <II all times all nccessary vehicular and facility safeguards for The prolection of the Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. M. Extra WOI'k The Cily. without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjustcd accordingly. All sueh changes in the Work shall be authorized by a writtcn Addendum to this Agreement, and shall be executed under the applicable eonditions of the Agreement If the Contra;;tor plans to make a claim for an increase in the Agreement price or an extcnsion in thc Agrecmenl Sehcdulerrenn, he shall first give the City wri.tten notice within Len (10) calendar days aller the occurrence of the event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and it written approval secured fi'om the using Department and the Director of Purchasing, before proceeding to execute the Work, exccpt in an emergency endangering life or property, in which case the Contractor shall immcdilltely proceed. No claim for extm work will be considcred valid by the City unless first submiUed in writing. Office of Purchasing and M;Jtcrials Management (SAACS) .: I)age: 37 \..---J Annual Agrcemcnt for Dcmolition ofRcsidenlialllud Cummcrchll Structures ---.) INVITATION TO BID II m06-2248 N. Familiarity With The Work The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as his stated commitment to fulfill all the conditions referred to in this Agreement O. Title and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. VII. MISCELLANEOUS PROVISIONS A. The Contractor shall not employ subcontmctors without the advance written pcnnission of the Director of Purchasing. B. Assignment of this Agreement shall not be made without the advance written consent of lhe Director of Purchasing. C. The Contractor shall comply with all applicable federal, state und local laws, ordinunces, rules and rC!,JUllltions pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of Ihis Agreement shall be binding unless in writing and signed by the Director of Purchasing or his designee. E. The Contractor is to procure all pennits, licenses, and certificates, or any such approvals of plans or spccifications as may be required by federal, state and local laws, ordimmces, IlJles, and regulations, for the proper execution and completion of tIle Work undcr this Agreement. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to un approved disposal location. G. All disputes between the parties shall be resolved in accordance with the City Purchasing Code, (Chapter 7 of the City Code). H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. 1. This Agreement is considered a non-exclusive Agreement bctween the purties. J. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State 0 f Florida. Office of Purchasing lint! Materials Management (SAACS) Page: 38 j AnnU:11 Agreement ror Demolilion' vi Residential and Commercial Structures I ~"I~VITATION TO BID II m06-2248 K. Any litigalion arising out of this Agreement shall be had in the Courts of Orange Counly, Florida. L. The undersigned hereby certifies that this Agreemcnt is made without prior understanding, agreement or connection with any corporalion, firm or pcrson who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are is authorized 10 enter into this Agreement and to execute same on behalf of the Contractor as the lIel of the said Contractor. M. This Agreement, including any Exhibits hereto, contains all the tenns amI conditions agreed upon by the parties. No olher agreements, oral or otherwise, regarding the subject malter of this Agreement shall be deemed to exist or to bind either party hereto. ..********************************.*********.***********************************..** Orficc of PurcluIsing nnd Materials Management (SAACS) Page: 39 Annunl Agl'eement for Demolition of Residential and Commercial Structures 0, '---) INVITATION TO RID # 8106-2248 IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the dale lirsl written above. OFFICE OF PURCHASING AND MA TERJALS MANAGEMENT CITY OF ORLANDO, FLORIDA CONTRACTOR Director of Purchasing By: Signature By: JON MEAD Name, Typed or Printed Name & Title, Typed or Printed Dale: ,2006 Name of Company, Corp., ete. Mailing Address City. State and Zip APPROV ED AS TO FORM AN 0 LEGALITY for Ihe use and reliance of the City of Orlando, Florida, only. Area CodcrrcJcphone Number Date: , 2006 CITY A TIORNEY ORLANDO, FLORIDA A TrEST: (Signature of second corporate official if applicable) Signature Name & Title, Typed or Printed Office urpurcbnsing and Mnterials Manllgement (SAACS) Pn~c:40 Anllual Agrcl'l\lcll( fur Demolitiol~~I' Rcsidential llud Commercial S(rllc(llrcs ) '~NVITATION TO BID 1/ 8106-2248 STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _day of 2006, by and as the und , respectively. He/she/they (is) (are) personally and on behalf of known lo me or (has) (have) produccd (Type of Identification*) as identificution and (did) (did not) take an oath. WITN ESS my hand and official seulthis day of ,2006. (SEAL) Signulure of Person Taking Acknowledgment Typed, Printed or Stamped Name of Person Taking Acknowledgment My Commission Expires: Title/Rank of Person Taking Acknowledgment *Acceptable Fonn of 1D pursuant to Florida Statute 117.05 (provided it is current or has been issUt:d within the past 5 years and bears a serial or other identifying numbcr): · a driver's license or non-driver's ID card issued by Florida or any other U.S. stille or U.S. ten; lory · n U.S. passport or a foreign passport slamped by the U.S. Immigration and Naturalization Service; · n U.S. military ID card; · a for an inmate in custody, an ID card issued by the Florida Departmenl of Corrections; · Canadian or Mexican driver's license issued by an official agency; · an 10 card issued by the U.S. Immigration and Naturalization Service. Office or Purchasing and Materials Man:agcmcnt (SAACS) Pngc:41 \---,- i Annual Agreement for Demolition or R~sidclltial and Commercial Structures EXHIBIT" A " INVITATION TO BID I "'--;--J' JNVITATION TO BID # B106-2Z48 Officc of Purchasing and Ma tcria)s Manngement (SAACS) Page: 42 ..... - .. j Aunual Agrccmenl fDr Demolition. ... Residential llnd Commcrci..1 Struclures I -,-mVIT ATION TO BID (18106-2248 EXHIBIT "B" SUCCESSFUL CONTRACTOR'S BID ANDANYA~NDMENTSTHERETO Orl1cc ofPurch:lsing and Mllterillls Management Pa~l!: 43 ~ Annual Agreement for Demolition of Residential and Commercial Structures ~ lNVIT A nON TO BID # BI06-2248 In detennining responsibility, the following other qualifications, In addition to pnce, wil1 be considered by the Director of Purchasing: a. The ability, capacity and skill of the bidder to perfonn the service required. b. Whether the bidder can perform the eontract or provide the service promptly, or within the time specified, without delay or interference. ' c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts or services. e. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the bidder to perfonn the contract or provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. 1. Whether the bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the bidder's taxes or assessments are delinquent. J. ,Such other information as may be required or secured. 14. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS: a. To ensure fair consideration for all bidders, the City prohibits communication to or with any department, bureau, or employee during the submission process, except as provided below. Additionally, the city prohibits communications initiated by a bidder to any City Official or employee evaluating or considering the bidder (up to and including the Mayor and City Council), prior to the time an award decision has been made. Any communication between bidder and the City wil1 be initiated by the appropriate City Official or employee in order to obtain information or clarification needed to develop a proper, accurate evaluation of the bid. Such communications initiated by a bidder shall be grounds for disqualifying the offending bidder from consideration for award of the bid and/or any future proposal. b. Any questions relative to interpretation of specifications or the bid process, shall be addressed in writing as indicated below, in ample time before the period set for the receipt and opening of bids. No inquiries, if received within ten (10) days of the date set for the receipt of bids, will be given any corisideration. Any interpretation made to prospective bidders will be expressed in the form of an addendum to the specifications ~hich, if issued, will be conveyed to all prospective bidders no later than five (5) days before the date set for receipt of bids. Oral answers will not be authoritative. Office ofPurcbasing aDd Materials Management (SAACS) Page: 22 Allnual Agreement for Demolitior..n Residential and Commercial Structures '===lNVIT A nON TO BID # BI06-2248 c. It will be the responsibility of the bidder to contact the Office of Purchasing and Materials Management prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda with the bid. d. Direct inquiries to: Althea Pemsel, C.P.M., Purchasing Ageilt III City of Orlando Office of Purchasing and Materials Management City Hall at One City Commons 400 South Orange Avenue P.O. Box 4990 Orlando, Florida 32802-4990 (407) 246-2897 Fax (407) 246-2869 Website: http://www.cityoforlando.net althea. pemsel@cityoforlando.net 15. BIDDER'S SIGNATURE: Florida law requires that when a municipality enters into a contractual agreement with a corporation licensed to do business in the State of Florida, such agreement shall be signed by two (2) Corporate Officials (i.e., President, Vice President, Secretary, Treasurer) with the corporate seal affixed. It is also required that such execution be acknowledged before a Notary Public with Notary Seal affixed. If neither the aforementioned corporate officers nor the corporate seal are readily available, a letter of authorization can be submitted in lieu of these requirements. Such letter of authorization must be on the corporate stationery, must clearly state that the person who signed the referenced agreement is duly authorized to enter into such agreement on behalf of the corporation and must be signed by the corporate officials designated above. Failure to submit letter of authorization within two (2) weeks after notification of award may result in award to the next apparent low bidder. In the case of a Partnership, the agreement must be signed by a general or managing partner and notarized as outlined above. In the case of a sole proprietorship, the owner must sign the agreement and have such execution notarized. If you have any questions regarding the execution of the signature page, please feel free to contact the Purchasing Department at (407) 246-2291 for further clarification. Strict adherence to criteria outlined above is of the utmost importance in finalization of agreements awarded to successful bidders. 16. SELECTION/REJECTION OF OPTIONS: The City of Orlando reserves the right to select/reject options bid, based on price deemed to be in the best interests of the <;ity. Office of Purchasing and Materials Management (SAACS) Page: 23