HomeMy WebLinkAboutItem #16 Discussion Regarding Piggybacking on the City of Orlando Contract for Demolition Services for Colony Plaza
AGENDA ITEM COVER SHEET
Meeting Date: March 3, 2009
Item # -l \Q
Reviewed By:
Contact Name:
Contact Number:
Joyce Tolbert, Purchasing
Agent
1516
Department Director:
City Manager:
~~~
Subject: Approval to Piggyback on the City of Orlando Contract #BI06-2248-03 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 plus
bonds of $10,305,00, HB Walker, Inc. in the amount of $687,850,00 excluding bonds, and D.H. Griffin
Companies in the amount of $951,341,00 excluding bonds. The City will be providing the clean fill dirt for
backfilling the pool cavity,
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 $694,405.00,
2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents with Central
Environmental Services, Inc, once the appropriate bonds and insurance are secured,
Attachments:
City of Orlando Contract
CES Proposal & Schedule of Values
CES Work Authorization
HB Walker Proposal
DH Griffin Proposal
Financial Impact:
$694,405,00 to be reimbursed by the CRA. The City will monitor the amount of clean fill dirt delivered to the site
and all costs will be charged back to the lien,
Type of Item: (please marl< with an "x'J
Public Hearing
Ordinance First Reading
For Clerl<'s DefJt Use:
Consent Agenda ~
Ordinance Second Reading
Resolution
Commission Approval
X Discussion & Direction
Public Hearing
Regular Agenda
_ 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
e:i ~d-
N/A
N/A
N/A
2
o~~t(~
WORK AUTHORIZATION
DEMOLITION OF COLONY PLAZA HOTEL
CITY OF OCOEE
This Work Authorization, dated , 2009, 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 11100 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; (1) 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; (i) demolishing and removing the pool supply building, including the slab; U)
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 (1) the placement of hydro seed or sod at the site,
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,
ORLA_1256341.1
2. Total Fixed Price: $694,405,00
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 substantially complete the Work not later than 60
calendar days of issuance of the Notice to Proceed. The Work shall be complete and ready for its intended
use not later than 75 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 "8".
5. InsurancenBonds
Contractor shall provide a certificate of insurance in form and content reasonably acceptable to
the City which confirms that the City of Ocoee and Cypress Colony, Inc. are additional insureds on all
general liability and excess/umbrella policies of insurance,
Contractor shall cause a licensed Surety company reasonably acceptable to the City to issue
performance and payment bonds for this project in an amount equal to the Total Fixed Price. The
performance bond shall secure the complete and faithful performance of the Work required under this
Work Authorization by the Contractor. The payment bond shall secure that the Contractor shall make
payments to persons, or entities that provide goods, materials, services or labor to the Contractor for the
Work.
6. Payments
Contractor shall submit applications for payment on AlA Document G702 Application and Certificate for
Payment.
6,1 Progress Payments. City shall make progress payments on account of the Contract Price on the
basis of Contractor's properly submitted and approved Applications for Payment as recommended
by the Project Manager not later than ten days after receipt by the City as provided in paragraphs
6,1.1 and 6,1,2 below. All such progress payments will be on the basis of the progress of the
work measured by the Contractor's Schedule of Values.
6,1.1 Progress payments will be made in an amount equal to the percentage indicated in
Paragraph 6.1.2, below, but, in each case, less the aggregate of payments previously
made and less such amounts as Project Manager shall determine, or City may withhold
2
for discrepancies, Pay applications should be submitted to the Project Manager every
fifteen days until project is 100% completed,
6,1,2 Progress payments shall be equal to ninety percent (90%) of the value of work
completed, and ninety percent (90%) of the value of materials and equipment not
incorporated into the work but delivered and suitably stored and accompanied by
documentation satisfactory to the City, with the balance of the value of the work being
retainage. However, when the work has reached the point of being fifty percent (50%)
complete, the retainage may not exceed five percent (5%) of the value of the work
completed,
6.2 Final Payment - Upon final completion and acceptance of the work, the City shall pay Contractor
an amount sufficient to increase total payments to 100 percent of the Contract Price.
(Signatures of the parties are on the next page)
3
CONTRACTOR:
By: CENTRAL ENVIRONMENTAL
SERVICES, INC.
Print Name:
Title:
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA;
APPROVED AS TO FORM AND
LEGALITY this day of
,2009.
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 ,2009
UNDER AGENDA ITEM NO.
4
oeAP Web Map
Page 1 of 1
".
fit
...
K
U
o
-={
UI"
a:~
i! l----~-
I l ;
..... . ~ 1';1' ".- .~ 11....
. roc"'~<"'-':
! '--0 .c:- c -. .
__.1 .
, l
l .
, ;
I ;
C I r~ ~. e-.'i ... i ::.;~, ~'~';:'i?-Z: J
i1;~!ta ;:~~ ;'.:2.~,
_..... ..."':" ~';"'-:!,,_~l ~~ :.....- ...- ~
r
~~.
1 _ .... ....
OCPA Web MAP
~ t::i
:'!':'J1lT t~;\l1~Ct
"
"
I
I
I
I
i
I
I
It.
II
,I ~
! I
,--.- ~........._~=-=-
-..,... '--0"'"""
'-' -, ~-- .. --
"-'
:j
T<''''''U-:J S;;':;J;~e: 5~C? ::.~r.1'
E "
r""J
J
,
I
.1 , Ic!: ~:'l ~- t. :;:a. ,
'~!{:L.tor:'~'i~LOa~ ~ ~ ~ . ., "" ~~ r; i
I . . f' .. ." > .,- ~, '" ,
.. . .... ',' '
I ,I< ,"( ,,1.' i.. I
. I t
I I
, -
Ii E!, \. . <>
W COLONIAL DR SR 50
;"'] ~r :
, SJ ;
.,,'!'.'t', ~t""">lS)I'E::~1
_ U)F~~~~'~':~;l 'Nr;;F~'r
'" ~"Zl ,,',~J~!;- ,...., ~'" (' ", ~, ,',
\ { ., " ". '. ,~", V'
J 0 ~'~,:~TS:' "'t' '6 t; 1 .t ..=... t
I u\ I ,. r:: ,. ~ -(.~
1 ! - '" ., . t:,
1 1 I I
~.--l ~ \
~----
'.
'..
,
.
..:. :~ .:.: :.. .~t 1 I
" .. "" .. , - -
~' ; ~ :, :''::: ~ l'
..1 l ,~ I . ... .f"
,
,
I
I
t (~ ;;: :; ~~ I~':' r ';.,. ;:. E:
I
-- .-..-.-. - ._~, ~ '.'-'
-......... .-
~~, -.'.
_:."="--_-...:-_..:... -~ -"-:-
I
1
I ~ r' S i '~-l.;j ~
!
I
I
l
I
i......~-__.___..___
.tf.--.----.~.il,-
/' ~
l:.,~ "'.i'lI~;I '..:':~ f'" '!"~
r-'.' ... -. ,'J'....,.~; . }
I ~- "
I
~
J'r-r
fU
':.~
~it: . f~
:~!
...
Ie
...;. _ ~::n ~;;. . ----=._~
r-of1:Uilu:ze223U~OOU~Ou2C
fl1is .T111:1I\o lilt lolilTllnCl1 cmiyanO:5 nOlllllurvl.'j'
o , . 1()
Created on 1211712008, Copyrighl2007, Orange County Property Apprals
http://paarcgis.ocpafl.org/Webmap3/Print Map Onlv,aspx?&nin=282230000000020
12/17/200R
]
SOUTHERN BUILDING SERVICES, INC. -SUB CONTRACTOR
COLONY PLAZA HOTEL-VERTICAL STRUCTURES REMOVAL ONLY
11100 W.COLONIAL DR.-OCOEE,FLA.
Sheet 1 of 3
Prepared by: Central Environmental Services, Inc. and Southern
Building Services, Inc.
Project Manager/Estimator: Tom Barnhill
Date: 02/18/09 Proposal # 09-244
Prepared For: CITY OF OCOEE
Client: Ms. Jamie Croteau
Address: 150 N. LAKESHORE DR.-OCOEE, FLA-34761
Phone 407-905-3110
Fax: 407-905-3176
~Bc
____"..n
_f'............_......
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
~~~~!~
C>EE" 1\AC>L-, -'-,C>_ S:/P'/E'C::'''''' L-, S:-'-S;;
SOUTHERN BUILDING SERVICES, INC. . SUB CONTRACTOR
WORK SCOPE OUANTITlES I SHEET I 2of3 I
Project COLONY PLAZA HOT!L-V!IITICAL Client CITY 0' OCO!!
ftUIV
Location 11100 W.COLONIAL DII..oCO!!,PLA. Address 1110 N. LAKUHOIU! DIL-OCO!!, PLA-34711
Estimator Tom Barnhill Contact II.. "ami. CroW-
Contact # 407-941-8984 Phone 407-805-3110
Date 2/18/08 Fax 407-105-3171
Proposal # 09-244 E-mail icroteau@ci.ocoee.fl,us
Central Environmental Services,lnc. (C.E.S., Inc.) Hereby proposes and agrees to furnish all necessary lahor, materials, equipment, machinery,lools and safely gear required to perform
the folloWing scope of work in accordance with specit1cations supplied and reviewed, Excluding any grinding or removal of mastic. adhesive. paints. chemicals, oils, tanks. and solvents.
We further exclude lav out of any saw cUllines, shorin~ and/or bracin2 of any type.
Work quoted herein was based on numerous site visilS and bid requests by Ihe City of Ocoee. Work complelion after receipt of contract will be sixty (60) days
substantial completion and 75 days tolal completion. Once it has been established Ihis project is ready to commence work C.ES, Inc. proposes 10 do the following:
WORK DESCRIPTION COMMENTS
* IIO.,UZATION 01' STAPI' AND .QUIPII.NT IN AND OUT 01' .IOAITBI .1lOlI10N CONTltOL PRICE BASEO ON ONE (I) MOBILIZATION. EACH AOOITIONAL
II...UUS,DISIIIIAHTLB AND CAP PliO! IUS...., CIU!ATB S.CUIU! .N11lY ON COUNIAL AND MOBILIZATION AT$800,0{) PER
nu ......1... ........ .un ...."1'&11II .J__... ......_ 8ftII .U'I"WY .~l!TInu
1 COIIPLnIlLY D.IIOLISH AND IU!II0Vll ALL VIlInlCAL SnUCTUUS ON THIS Sin TO
INCLUD. TWO (2) HOTn 110011 WlN_, .N11lY CANOPY, LO..Y, IlUTAUIIANT, POOL
.QUIPII.NT .UILDING, STOIUUJI! .UILDING AND IU!IIGn USTllOOU, DOWN TO SLA&.
2 PUIIP DIIT AND COIIPLnIlLY D.IIOLISH TH. COIIII.RCIAL SWlIIIIING POOL IN m
.NTIIU!T1' TO INCLUD. ALL PIPING AND .LI!CTlUCAL MSOCIATBD WITH IT. SACK PILL
TH. POOL CAVITY WITH CLI!AN PILL DIRT AND COIIPACT AT 1r INTI!IIVAU WITH OUII
I!QUIPIII!NT TO IIINIIIIZI! ANY PUTUIU! SHIUNKAGI! THAT IIIGNT OCCUIL
3 PULL ALL APPLICAllLI! D.IIOLmON Pl!lUIIm
4 IU!IIOVI! AND DISPOaI! 01' ALL INTI!IUOII PUIlNISHIN_ POUND IN THI! LOUY, HOTI!L
IIOOlIa, IlUTAUIlANTAND OTH.II COIIIION AIU!M PIUOII TO AUnll.NT 01' .....TOS
.. COVI!IU!D IN ALT.IlNAT. UNI! Inll..,
5 IU!II0Vll AND DISPOaI! 01' ALL DI!IIOLmON AND/OII POLUUI. DI!.IUS IN AN APPIIOVI!D
LANDPILL OIlIU!C'n:UNG PACILITY P.II COD" AND IU!GULAnONS.
6 P.IIPOIUIIANC. AND SI!CUIUTY SOND
7 IU!II0Vll AND DISPOaI! 01' CHAIN LINK Pl!NCI! AT nNNIS COUInW
8 IU!IIOVI! AND DISPOaI! 01' ALL CH.IlICAU, PAINTS AND SOLVIlNTS
EXCLUSIONS TO CONTRACT:
1 NO SHOIUNG Oil BRACING, SIDDrALK CLOSUIlD,
TIIAI'I'IC CONTllOLS, Oil Pl!lUlrnlNG 1'01l SAMI! (II'
APPUCAaU)
2 CLUN I'ILL DillY HQUIHD TO BIUNG SOIL UYBL UP
TO MATCH D1ST1NG GRADII IIXCII" 1'01l POOL
AIII!A. CITY 01' OCOH IS SUPPLYING CLUN I'ILL
3 WAITI! WATBIlI'ACIUTY, UNDI!ItGROUND
IIIPItOVI!IIIINTSISIGNAGI! AT 1l0000AY Oil
POOTI!ItS.
. HYDROSIII!D Oil SOD
i 1:1' " 1:<11
I . " ~ j I \ I r
1
k ,'i~:,,~,,:,~~ ;il~'
$423,805,00
INCLUDED
$423,805,00
ALTERNATE LINE ITEMS, [pLEASE CHECK THE BOX IF yor ACCEPn I
ADDITIONAL COST REQUIRED TO ABATE ALL ASBESTOS RELATED MATERIALS IN THEIR ENTIRETY AS NOTED IN $27060000
THE SURVEY SUPPLIED BY R,L. REED & ASSOCIATES DATED AUGUST 13, 2007, ' '
Authorized Signature:
Date:
~!g
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
~-
'J~~~~t~~ION
~
~~~~
~'1;"::"''''''' - ~.,:r...,~..~""~" :U4-=.',IIiI".:t..... ___..::, t.~...t....... c.~ ~~,;::".. .~c.~
SOUTHERN BUILDING SERVICES, INC. . SUB CONTRACTOR
Project COLONY PLAZA HOTEL-VERTICAL Client CITY OF OCOEE
STRUCTURES REMOVAL ONLY
Location 11100 W.COLONIAL DR.-OCOEE,FLA. Address 150 N. LAKESHORE DR.-OCOEE, FLA-34761
Estimator Tom Barnhill Contact Ms. Jamie Croteau
Contact # 407-948-6984 Phone 407-905-3110
Date 02/18/09 Fax 407-905-3176 I
Proposal # ~ E-mail icroteau@cLocoee.n.us
SHEET 3 of 3
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:
. Prior written, signed and approved consent by the owner of our firm.
. 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
. 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 mightbe 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,
70ffl ~~
ACCEPTANCE OF PROPOSAL
Upon acceptance of this 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 of the "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
~Bc
*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
CONTINUATION SHEET
AlA DOCUMENT G703
COLONY PLAZA HOTEL
AlA Document G702. APPLICATION AND CERTIFICATE FOR PAYMENT. containing
Contractors signed Certification is attached.
In tabulations below, amounts are stated to the nearest dollar,
Use Column I on Contracts where variable retainage for line items may apply,
APPLICATION NUMBER",
APPLICATION DATE."",
PERIOD TO"
PERIOD FROM"".""
ARCHITECT'S PROJECT NO
A B C I D E I F G H I
WORK COMPLETED I TOTAL
THIS APPLICATION COMPLETED
ITEM DESCRIPTION OF SCHEDULED PREVIOUS WORK IN STORED & STORED % BALANCE TO RET AINAGE
NO, WORK VALUE APPLICATIONS PLACE MATERIALS (D +E+F) (G/C) FINISH
1 MOBILIZATION $ 3,000,00 $ 3,000.00
2 PERMITTING; NCO; 10 EPA NOTIFICATION $ $
3 EROSION CONTROL MEASURES $ 2,500,00 $ 2,500,00
4 INITIAL FUEL DELIVERY TO SITE $ 2,500,00 S 2,500,00
5 ADMINISTRATION; SITE VISITS; PROPOSAL(3) PREP, IN
HOUSE STAFF MEETINGS $ 3,500,00 S 3,500,00
6 DISMANTLE AND CAP FIRE RISERS $ 4,000,00 $ 4,000,00
7 SPECIALIZED DEMOLITION EQUIPMENT $ 46,000,00 S 46,000,00
8 ELEVATOR REMEDIATIONS @ 5 ELEVATORS $ 11,200.00 $ 11,200,00
9 INITIAL SITE CLEAN UP AROUND BUILDINGS; METER
DEPOSIT; WET CLEAN UP GEAR; PORT-O-POTTIES; MOBILE
OFFICE SET UP $ 3,500,00 $ 3,500,00
10 ENGINEERING STUDIES ON SITE AND INNER OFFICE $ 2,200.00 $ 2,200,00
11 HAZMAT REMOVAL AND DISPOSAL $ 4,800,00 S 4,800,00
12 CLASS III INTERIOR FURNISHINGS REMOVAL AND
DISPOSAL $ 17,200.00 S 17,200,00
13 ASBESTOS ABATEMENT "NORTH WING" $ 133,500.00 $ 133,500,00
14 ASBESTOS ABATEMENT "EAST WING" $ 130,900,00 $ 130,900,00
15 POOL REMOVAL AND BACKFILL $ 26,600.00 $ 26,600,00
16 POOL BUILDING, SLAB AND PIPING $ 11,800,00 $ 11,800.00
17 MAINTENANCE BLDG; TENNIS COURT FENCING.
SURROUNDING CLEAN UP $ 3,500,00 $ 3,500,00
18 LOBBY/REGISTRATION AREAS DEMOLITION $ 12,000,00 $ 12,000.00
19 CANOPIES (2) REMOVAL AND DISPOSAL $ 10,000,00 $ 10,000,00
20 PUNCH OUT WINDOW WALLS $ 4,200.00 $ 4,200.00
21 NOR rH IOWt:K
DOWN TO SLAB $ 125,600,00 S 125,600,00
22 lOA:> I VVING HOTEL TOWER
DOWN TO SLAB $ 125,600,00 $ 125,600,00
23 BOND S 10,305.00 $ 10,305,00
$ 694,405,00 $ $ $ $ $ - $ 694,405,00 S
AlA DCCUMENT G703' APPLICATION AND CERTIFICATE FOR PAYMENT' MAY 1963 EDITION' AlA 1963
THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVENUE, N,W,. WASHINGTON, D.C, 20006
G703-1983
From: Judy Watkins 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 DATE (MMIDDIYYYY)
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
SIHLE INSURANCE GROUP, INC.
P. O. BOX 160398
ALTAMONTE SPRINGS FL 32716
Phone: 407-869-0962 Fax:407-774-0936
INSURED
INSURERS AFFORDING COVERAGE
NAIC#
Nautilus Insurance company
Central Environmental Services
3210 Friendly Ave.
Orlando FL 32808
INSURER A
INSURER B:
INSURER C:
INSURER D.
INSURER E.
Iridqeti.eld c.ployers Ins. Co.
North River Insurance Co
Travelers Insurance Co.
10701
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 POLlClfS 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 iNSR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDNY) DATE' (MM/DDNY) LIMITS
GENERAL LIABILITY EACH OCCURRENCE $1,000,000
I--
A ~ COMMERCIAL GENERAL LIABILITY BKOO113592 06/01/08 06/01/09 PREMISES (E';,c~~'c~~ence I $100,000
- tJ CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5,000
- PERSONAL & I'DV INJURY $ 1,000,000
- GENERAL AGGREGATE $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER PROOUCTS - COMPIOP AGG $2,000,000
n POLICY n j~& n LaC Emp Ben. 1,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
- $ 1000000
0 ~ ANY AUTO BA 8097M666 08 CNS 10/27/08 10/27/09 (Ea aCCident)
ALL OWNED AUTOS BODILY INJURY
- (Per person) $
SCHEDULED AUTOS
-
HIRED AUTOS BODILY INJURY
>-- $
NON-OWNED AUTOS (Per accident)
I--
PROPERTY DAMAGE $
(Per eCCldenl)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EAACC $
AUTO ONL y. AGG $
EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $2000000
C ~ OCCUR o CLAIMS MADE 5520133548 06/01/08 06/01/09 AGGREGATE $2000000
$
~ DEDUCTIBLE $
X RETENTION $ $
WORKERS COMPENSATION AND X !TORYLIMI'rS I IVE~
EMPLOYERS' LIABILITY 83037972 06/01/08 06/01/09 EL EACH ACCIDENT $ 1000000
B ANY PROPRIETORIPAR1NERlEXECUTIVE
OFFICERlMEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $ 1000000
Jt yes. descnbe under EL DISEASE - POLICY LIMIT $1000000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Project: Colony Plaza Hotel 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 premi um.
COVERAGES
CERTIFICATE HOLDER
CANCELLATION
OCOECIl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA TlOtl
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL 30* DAYS WRITTEN
-
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL
city Of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
150 North Lakeshore Drive
Ocoee FL 34761 REPRESENTATIVES.
A~,~l ......
@ACORD CORPORATION 1988
ACORD 25 (2001/08)
From: Judy Watkins At: Sihle Insurance Group FaxlO: 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)
.18 WALKER~ INC.
..
,-
PROPOSAL
October 10, 2008
Via: Hand delivery
Company: City of Ocoee
Attn: Jamie Croteau
Ph: 407-905-3117
Fax: N/ A
~e: Demolition of: III 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
dfa41ing.
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. AsbCstos 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 offill or dirt.
5. . Septic tanklwell abandonment, removal, or pumping.
6. Removal/disposal of trees of shrubs outside/inside building footprint.
7. Silt fence installation or maint~nance.
/1' '
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 Permit ----------------------------------------------- $
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,
John Valois'
General Manager
H. B. Walker, lnc
iohn@hbwalkerinc.com
Accepted By
Date
Ul
PROPOSAL
DEMOLITION AND ASBESTOS INC.
14135 W.COLONIAL DR, WINTER GARDEN, FI 34787
PHONE:407 -656-5967 FAX:407 -656-6291
PROPOSAL SUBMITTED TO: City of Ocoee, FI DATE: 1 0-2-08
150 North Lakeshore Dr.
Ocoee, FI 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 BUILDING.
2. DEMOLITION OF LOBBY AREA.
3. DEMOLITION OF EXISTING POOL AND PUMP HOUSE AREA.
4. DISPOSE OF MATERIALS OFF SITE IN ACCORDANCE WITH LOCAL, STATE AND FEDERAL
REGULATIONS OR CRUSHED CONCRETE ON SITE AS PER THE DIRECTION OF TIlE 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 $426,341.00. 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. (fHE CITY OF OCOEE CAN EITHER USE THE CRUSHED
CONCRETE OR SELL IT FOR APPROXIMATL Y $8.00 A TON, DARI ANTICIPATES 15,000 TONS.)
DARI Wll.L REMOVE AND DISPOSE OF ALL INTERIOR FURNITURE AND CARPET BEFORE ASBESTOS
IS REMOVED FOR THE SUM OF $200,000.00
DARI Wll.L REMOVE AND DISPOSE OF ASBESTOS CONTAINING MATERIALS AS IDENFIED DURING
THE SITE WALKTHROUGH FOR THE SUM OF $325,000.00
SPECIAL NOTES: BY OTHERS
1. REMOVAL OF EXISTING TREES, SHRUBS AND ORGANICS.
2. ALL CONCRETE PATCH WORK. DARI WILL NOT BE RESPONSffiLE FOR ANY DAMAGE TO
EXISTING MAIN CONCRETE FLOOR.
3. REMOVE EXISTING CHIAN LINK FENCE.
4. REMOVE EXISTING STROM STRUCTURES AND RCP.
5. TEMPORARL Y PLUG EXISTING STORM STRUCURES.
6. CAP EXISTING SEWER LATERIAL AND WATER MAIN.
7. ROUGH GRADE AREAS TO EXISTING CONTOURS.
8. PRICE EXCLUDES, HAZARDOUS MATERIALS, R/W PERMITS, SERVEY LAYOUT.
9. PRICE IS BASED ON THE REMOVAL OF POPCORN CEILING TREATMENT, TRANSITE PANALS &
VINYL FLOOR COVERINGS. DARI WILL NOT BE RESPONSffiLE FOR ADDITIONAL MATERIALS
DISCOVERED DURING DEMOLITION ACTIVIES. IF ADDITIONAL ACM MATERIALS ARE
DISCOVERED DARI WILL RETAIN A FLORIDA-LICENSED ASBESTOS CONSULTANT TO
CONDUCT BULK SAMPLING OF THE OBSERVED ADDITIONAL SUSPECT P ACM MATERIALS.
1 O. WATER AND ELECTRIC
Pa rnent to be made as follows: U n Com letion
We hereby exclude the following: Relocation and disconnection of utilities, responsibmty 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 strudures to remain; cost
of performance 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 reauired to be withheld, upon completion of Demolition and Asbestos
Removal, Inc.'s (DARI) scope of work (contrad or sub-contrad) DARI 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 attomey-
at-law after maturity. Any alteratio,Q, or deviation from abo~pecifications involving extra costs will be executed only upon written orders,
and will become an extra cha e Dver and above the esunata
Authorized Signature:~\., -I I .)c:J . NOTE: This pro?~1 may be withdrawn by Dan if
i "\ ""tY~ "Vr... / ~~;."Q/ not acce ted withm 30 da s.
;' JOS h M. Jano5-:9'ivision Mana er- FLORIDA REGION
PLEASE SIGN, DATE D RETURN 0 IGINAL
Acceptance of Prooosal- The above prices, specifications and conditions are satisfactol}' and are hereby accepted. You are authorized
to do the work as s cified. Pa ent will be made as outlined above.
Si nature
Name and Title
Date of Acce tance
City of Orlando, Purchasing
Page 1 of 1
CPWtd'ClSUtg' r~?c:::
. Enter all or part of the Name or Number'
.(t Search by:
I Agreement Number IiJ I
~" ~~~J
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 Environmental Res & 295- 7004 Leblanc
Services Inc Commercial 7005 407 246-2897
Home I Legal I Site Map I Tool Box I Feedback
@ 2000-2008 On- OF OR.k\NDO
http://www.cityoforlando.net/admin/purchasing/W ebContracts/tm _test/search _ new.asp?Searchby= WCDLO... 2/5/2009
j
--1
..-J
-I
i
I
I
---i
,
--'
B106-2248-03
ANNUAL AGREEMENT FOR DEMOLITION OF RESIDENTIAL
AND COMMERCIAL STRUCTURES
TillS AGREEMENT, made this / 6 ~y of ~ I) rem /3~ I 2006, by. and between
~ City of Orlando, a municipal corporation existing under the Inws 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. SCOPE
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 "AIt,
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, lOols, 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 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.
Ill. 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 auached 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 "B", 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
.~)
.~)
BI06-2248-03
IV. PAYMENT
All invoices received by the City are payable wit~in 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 Succccdine 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 nonrecuni.ng 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 Copyrights
The Contractor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, 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: 2
"-)
.,
.~)
8106-2248-03
Contractor shall, at its own expense, hold hannless 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
1. The performance 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 this
Agreement.
2. The Director of Purchasing has a right to terminate 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 of the Agreement.
3. Failure of a Contractor to deliver or perform the required Work within the time
specified, or within a reasonable time as detennined 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 ofthe Contractor.
Office of Purchasing and Materials Management (SAACS)
Page: 3
. - ,
.~)
~
BI06-2248-03
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 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 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, firc, embargoes, or other transportation delays, damage 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 City's contractual obligations, respectively.
Office of Purchasing and Materials Management (SAACS)
Page: 4
,~)
.~
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:
I . 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, sui ts, 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 Ah'Teemcnt:
(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 Damnge.
(c.) Workers' Compensation Covera2e:
Full and complete Workers' Compensation Coverage, as required by State of
Florida law, shall be provided.
QHicc 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 form(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. 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 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 bear
all costs of correcting such rejected Work.
I. 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 relatc to the performance of this
Agreement or any sub-contract 10 this Agreement.
Such books and records shall be maintained by the Contractor for a period of three (3) years
ITom the date offinal payment under this Abrreemcnt 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
___J
/ ,
-----J
B106-2248-03
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 unintenupled
at such a rate of progress as will ensure full completion thereofwithin 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 Ci ty and all rights therein are reserved by the City, except that the
Contractor may disclose any such infonnation 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 erecl 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. wilhout invalidating this Agreement, may order changes in the Work within lhe
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 SchedulelTerm, he shall
first give the City written notice within ten (10) calendar days after the occurrence of the
event giving 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.
Office of Purchasing and Materials Management (SAACS)
Page: 7
~
, ''\
~
BI06-2248~03
N. Familiari~ With The Work
The Contractor by executing this Agreement, acknowledges full understanding of the extent
and character of the Wark required and the conditions surraunding the perfarmance thereof
The City will not be respansible for any alleged misunderstanding of the Work to be
furnished or completed, or any misunderstanding of canditions 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 ta 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 shalI not employ subcontractors withaut the advance written permission of
the Director of Purchasing.
B. Assignment of this Agreement shall not be made withaut 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 regulations 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 ta procure all permits, licenses, and certificates, or any such approvals of
plans or specifications as may be required by federal, state and local laws, ordinances, roles,
and regulations, for the proper execution and completion of the Work under this Agreement.
F. The Contractor shaIl at all times, keep the Work area free from accumulation .of waste
materials or robbish caused by his operations, and promptly remove any such materials to an
approved disposal location.
G. AIl 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 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
BI06-2248-03
\_,___1
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 terms 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
~
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:
B~ CO~
~
--
JON MEAD
Name, Typed or Printed
Date: ~ I -$ ,2006
Richard Lorenz. President
Name & Title, Typed or Printed
Central Environmental Services. lnc.
Name of Company, Corp., etc.
321 a-Friendly Avenue
Mailing Address
Orlando. FL 32808
City, State and Zip
APPROVED AS TO FORM AND LEGALITY
for the use and reliance of the
City of Orlando, Florida, only.
407 295 7005 Telefax: 407295 7004
Area CodefTelephone Number
Date: AiWlMl ~ g1h . 2006
~ t. If-1tt~
M CITY ATTORNEY
. ORLANDO, FLORlDA
A TrEST: (Signature of second corporate official if
applicable)
Signature
Name & Title, Typed or Printed
OHice ofPurcbasing and Materials Management (SAACS)
Page: 10
. 1
'~ .
STATE OF Florida
COUNfY OF Orange
The foregoing instrument was acknowledged before me this .2:I!day of ~ f'
. 2006, by Richard Lorenz and n , R-
as the President and C' n~-' .D \
respectively, and on behalf of Central Environmental
He/shc/they (is) (are) personally known to me or (has) (have) produced
-
Services.
Inc.
(Type ofIdentification*) as identification and (did) (did not) take an oath.
(SEAL)
m,..\:\I""", NICOLE G. STEFAN
l'~ '\ NoIary Public - S" rl Ronda
; . . ~ CormiSSloI'I E.xpInB Od 21. 2008
~ ~! CorntMsb1 . DO 603596
"~.'f,.r.fi ,.' Bonded h NaIlI1IINotIlry Assn.
, 2006.
WITNESS my hand and official seal this
"-J\0illS~ ~ S\EJ=~~
Typed, Printed or St perl Name of Person
Taking Acknowledgment
My Commission Expires:
C:cl- \ 2.VD\;Lill~
A%\s\~\
TitleJRank 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 ill 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 ill card issued by the U.S. Immigration and Naturalization Service.
....... ".,
L)
EXHIBIT "A"
INVITATION TO BID
/" \
~
BI06-2248-03
Office of Pure basing and Materials Management (SAACS)
Page: 12
)
INVITATION TO BID
\~)
MAIL DATE: Julv 26. 2006
City of Orlando, Florida
Office of Purchasing & Materials Management
City Hall at One City Commons
400 South Orange A venue
P.O. Box 4990
Orlando, Florida 32802-4990
(407) 246-2291
Fax (407) 246-2869
Website: http://www.cityoforlando.net
BJD 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, City Hall at One
City Commons, 400 S. Orange Avenue, Fourth Floor, Orlando, Florida at 3:00 p.m. on the 16111 day or
August, 2006. Bids must be SUBMlTIED ON THE FORM FURNISHED BY THE CITY and in
accordance with specifications and list of quantities desired.
SEE A1TACHED SPECIFICATIONS & ETC.
This completed form must appear as the top sheet for all bids submitted.
Bid Bonds if required may be in the form 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 Cheek
$ N/A
Total Amount of Bid or Base Bid
$
All Items Bid?
Yes
No
It is the intent and purpose of the City of Orlando that this Invitation to Bid promoles 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, inadverLently rcstlicts 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 than ten (10) days prior to the bid
closing date.
.---'
Annual Agreement for Demolition ofResidenlilllnnd
Commercial Structures
\~)
INVITATION TO BID # BI06-2248
TABLE OF CONTENTS
PAGE
INSTRUCTIONS FOR SUBMITTING BID............................... .....-. ......... .......... 3
BID AWARD INFORMATION .......... ........ .... ..... .... ............ ............. .............................:......... 4
PRE-BID CONFERENCE.-..... ....___. ..._.._.................................................. ....... 5
STANDARD FORMS
BIDDER 'S CERTIFICATION ........ _..........................-.............. ............... ... 7
ADDENDUM PAGE ............. ...................................... n............. .. .......... 8
REFERENCES ........................................ ... .... ......................... ............. 9
MINORITYfWOMEN-OWNED BUSINESS
ENTERPRISE PARTICIPATION . ........ ............ ............ ............. .... ..... .....-.... 10
RECYCLED CONTENT INFORMATION ....._.... _............................................ 11
INVITATION TO BID PRICING PAGES .._...._.........._.._.................... ... ........... 12
SPECIFICATION .............................................................. -........................ 14
NO-BID RESPONSE .. _...... ........ .... .. ....... ... . ... .. . ... . . . . .. ... . .. . .. . . .. . . .. ... .. . . ....... .. 17
GENERAL CONDITIONS
................................................................................
18
SPECIAL CONDITIONS ............................................................ .n...............
19
AGREEMENT ...... ..... .... ... ... ...__n.........._...... ...... ...... ............ ... ... ...... ... ......
31
Office of Purchasing and M nterials Mllnagemcnt
Page: 2
-" }
Annual Agreemcnt for Dcmolition of Residential and
Commercial Structures
.~)
INVIT AnON TO BID # BI06-2248
INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO
INVITATION TO BID FOR THE ANNUAL AGREEMENT FOR DEMOLITION
OF RESIDENTIAL AND COMMERCIAL STRUCTURES
A. Preoaration of Bids:
1. 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 typewrilten. No erasure penniUed. Mistakes may be crossed
out and corrections typed adjacent and musl be initialed and dated in ink by person signing bid. All
bids must be signed with the rum name llnd by a responsible officer or employee. Obligations assumed
by such signature must be fulfilled.
J. Each bidder shall fumish the information required on the bid form and each accompanying sheet
thereof on which he/she makes an enrry.
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 extended price, the unit prices will be presumed to
be correct.
5. AlIhough 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 must submit with their bids,
all pricing pages on the forms provided clearly indicating which items are bid and whieh are not.
Fai lure to submit these 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.
TOlal Amount of Bid Entered on Invitation To Bid Cover Sheet.
Bid Envelope Prepared As Specified.
MBE/WBE information provided as required on the form attached hereto.
It is tbe bidder's responsibility to contact the Office of Purchasing and Materials
Management prior to submitting a bid to ascertain if any addenda bave been issued,
to obtain all such addenda, and return executed addenda with tbe bid.
C. Specialltems (Applicable to this Bid Only):
1.
2.
3.
Orfic:c of Purchasing and Materials Management
P~ge: 3
:. j
.- \
'---)
INVITATION TO BID # BJ06-2248
Annual Agreement for Demolition or Residential and
Commercial Structures
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 receive bid award infonnation 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 of the Ci ty of Orlando's Code.
2. You may receive award information by visiting DemandStar by Onvia's website at
hUp://www.demandstar.com/orlandolBidlnfo/BidlnfoOpening.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 infonnalion by visiting the Office of Purchasing's website at
http://www.citvoforlando.net/adminlpurchasing/index.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 dircctions from number two (2) above.
4. Again, ITom the Office of Purchasing's website,
http://www_citvoforlando.netJadminlpurchasing/index.htm. you may also receive award
infonnation by clicking in the blue link box titled, "Bid Award Info", This report lists all awards
ITom the current and previous month and is updated on a weekly basis.
From this same site, http://www.citvoforlando.net/adminlpurchasing/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 Obtaining Bid A ward' 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 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) 246-229] 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 of Purchasing and Materials Management
Page: 4
Annual Agreement for Demolition of Residential and
Commcrdal Structures
:,-)
INVITATION TO BID # m06~2248
PRE-BID CONFERENCE
All prospective bidders are 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
41b Floor
Orlando, Florida
On:
Wednesday, August 2, 2006 at 10:00 3.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 perfonnance.
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 ofknowJedge of the INVITATION TO BID.
PRE-BID NON.MANDA TOR Y
01/90
Office of Purchasing and Materials Management
. Page: 5
Annual Agreement for Demolition of Rcsidential Rnd
Commercial Slruc:turcs
.~ .)
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 SUBMITTED 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 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 RESPONSffiILITY 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 THE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD
ALL SUCH ADDENDA.
Office ofPul"chasing and Mulerials Management
Page: 6
~. )
- -,
---.)
lNVIT A TION TO BID # B106-2248
Annual Agreement ror Demolition or Rcsidcntial and
Commcrcial Structurcs
BIDDER'S CERTIFICATION
I have carefully examined the Invitation to Bid, Instructions to Bidders, General and/or Special Conditions,
Vendor's Notes, Specifications, proposed agreemenl and any other documents accompanying or made a part of this
Invitation.
I hereby propose to fumish 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. I
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 to perfonn 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, finn 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 understanding of the matters therein
contained and was duly authorized to do so.
Sworn to and subscribed before me
NAME OF BUSINESS
BY:
this
day of
SIGNATURE
.2006
NAME & TillE, TYPED OR PRINTED
Signature of Notary
Notary Public, State of
MAILING ADDRESS
Personally Known
-OR-
Produced Identification
CIn', STATE, ZIP CODE
( )
TELEPHONE NUMBER
Type:
L-)
fAX NUMBER
Company Tax II) #
E-MAIL ADDRESS
Office of Purchasing and Materials Management
Page: 7
~,' - -j
--"
.. )
INVIT A nON TO BID # BlO6-2248
Annual Agreement 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.
Dated
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
Title
Office of Purchasing and Materials Management
Page: 8
. ,
\ )
~ )
Annual Agreement for Demolition of Residential aDd
Commercial SlructuTcs
INVITATION TO BID # BI06-2248
REFERENCES
Bidder shall submit as a part of the bid package, four (4) business references with name of the business,
address, contnct 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:
E-mnil :
E-mail:
Office of PUT chasing and Malcda\s Management
Page: 9
.' . '..
~. j
Annual Agreement for Demolition of Residential and
Commercial Structures
;~)
INVIT A nON TO BID # B106-2248
MINORITY/wOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION
Chapter 57, Articles II and Ill, 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 Avenue - 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 bcen made under the Ordinance and the Contract.
In order for a bidder to receive credit for MBEIWBE certification, the firm must be certified
with tbe City of Orlando MBEIWBE Office on or before the date set for submittal of bids.
Office of PurchasiDg aDd Materials Management
Page: 10
~ - 0)
\
'- )
INVITATION TO BID # BI06-2248
Annual Agreement for Demolition of Residential and
Commercinl 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 impact of increasing
the percentage 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 content?
Yes
No.
Is your product recyclable after it has reached its intended cnd use?
Yes No.
Office of Purchasing and Materials Management Page: 11
." \,
~ i
r-",
\,_J
INVITATION TO BID # BI06-2248
Annual Agreement for Demolition of Resldcntial and
Commcrcial Structures
INVITATION TO BID
Item
No. Quantity Unit
[Annual Agreement for Demolition of Residential
and Commercial Structures
Unit
Description Price Total
You are invited to Bid on the following:
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 carefu1Jy 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 if awarded the contract, to
complete the said work within time limits as specified for
the following bid prices:
l. 100,000 Sq uare Demolish predominantly wood frame structures according $ $
Feet to enclosed specification.
2. 100,000 Square Demolish predominantly masonry structures according to $ $
Feet enclosed specification.
3. 100,000 Cubic Fi 11 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 a case by case basis. The
Labor Rate Schedule shall contain hourly rates for eaeh
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 M:magcment
Page: 12
:" )
\~)
INVITATION TO BID # BI()6-2248
Annual Agreement for Demolition of Residential and
Commercial Structures
INVITATION TO BID
Item
No. Quantity Unit
jAnnual Agreement for Demolition of Residential
and Commercial Structures
Unit
Description Price Total
You arc invited to Bid on tbe following:
NOTE 1:
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.
NOTE 2:
QUANTITIES: THE ITEM QUANTITIES LISTED
ON THESE INVIT A TION 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 $
1. 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.
Office of Purchasing and Materials Management
Page: 13
- \
;. j
\ )
INVITATION TO BID # BI06-2248
Annual Agrccment for Demolition ofRcsidenlial and
Commc("cial 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
demoli tion (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 perfonned 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 performance ofthe work specified herein.
B. The Contractor shall obtain all pelTI1its, licenses, and certificates, or any such approvals of
plans or specifications as may bc 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 requiremcnts 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 servIcmg the
structure(s) designated for demolition.
5.0 DEMOLITION OF STRUCTURES
A. Demolish the entire structurc(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 will provide a removal plan.
Office of Purchasing and Materials Management
Page: 14
. ' ,
. 1
. I
\ .0'
~
IN vITA TION TO BID It BI06-2248
Annu:l1 Agreement for Demolition of Residential and
Commerci:ll Structures
C. The Contractor shall remove and dispose of all demolished malenals (including asbestos
matcrials) off-site. 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 lrash and debris including, but not limited to, cuttings, decayed/decaying building
malerials. household furniture/furnishings, appliances, mechanical or transportation parts,
fallen trees, limbs, garbage, paper products, discarded mewl, glass and wood products shall
be collected and removed from the site(s).
E. The entire site shall be graded and left in such a condition as to be free of voids and holes
Clnd shall not hold water.
.
F. The Contractor will have full sal vage rights of all demolished maten al.
G. Removal of items requiring special handling and disposal methods (asbestos, septic tanks,
buried fuel tanks, batteries, tires, etc), 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 twcnty-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 olher 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 weB 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 completely 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 Managcmcnl
Page: 15
'\
)
~
INVITATION TO BID # 8106-2248
Annual Agreement for Demolition of Residential and
Commercial Structures
PROJECT LISTING
This fonn shall be utilized to provide a listing of current and past projecls undertaken by the bidder within the last
~hree (3) years with comparable (like) scope of work:
1- Name/Company;
Address:
Contact Person:
Nature of Work.:
Contract Period: Start Date:
Annual Dollar Value:
E-Mail Address:
Fax. No: ( )
2. Name/Company:
Address:
Contact Person:
Nature of Work;
Contract Period: Start Date:
Annual Dollar Value:
E-Mail Address:
Fax No: ( )
3. Name/Company:
Address:
Conlact Person:
Nalure of Work:
Contract Period: Slart Dale: Completion Dale:
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 Date:
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: L.J
Completion Dale:
Telephone No.:( )
Completion Date:
Telephone No.: ( )
Page: 16
Office of Purchasing and Materials Management
~ )
:~
INVITATION TO BID # B106-2248
Annual Agreement for Demolition of Residential and
Commcrci:ll Structures
"NO BIDI! 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
~
'. )
",
~
INVlTATION TO BID #BI06-2248
Annual Agreement for Demolition of Residential and
Commercial Structures
GENERAL CONDITIONS
BIDDER: To Insure ll<<rplonre of lhe bit!, follow these ihslrudions.
I. EXECUTION OF DID: Did must conl~in a m~nunl sigJliltun: of ~n ~ulhoriz.cd repn:semotivc in tbe space provided.
2. SEALED BIDS: All bids mUSI be: submillcd in ~ sCllcd envelope. The f~ee oflhe envclopc slmll eonlain Ihc d~lr olld limc oflhe bid opcning and thc bid
number. Bids nol submillcU on Ihe CilY's bid fonns may be rcj~lcd. All bids ore subjCCIID Ihe condiliDns spccilicd herein ~nd on ~ny ~lIachcd shccts,
specifications, special eoodiliDllS or vendor nDICS.
3. NO BID FORM: In the CVCnl you ciCCI nOI to bid this requin:mclIl, respond by reluming Ihis form. marking il "NO BID" nnd the rcnson Ih ere fore.
NOTE: To qualify D.~ D respondenl, bidder mu.~l submil 0 "Blo" or ftNO BID" and il musl be received no lalCT lhan the SIOlcU bid opening Mle and lime.
4. BID OPENING: Sball be public, on Ihe dale and at the lime spccili~>d on lhe bid fOTm. II is Ihe bidd~'TS responsibility to ~ssure lhat his bid is Lldivrn:d ~1
the proper lime and place oflhc bid opcning. Bids which for any rc;J.son arc nol so delivered, will nOI be rc1\Irncd bUI will bc relaincd in the "BID FILE"
unopened. OITers by Ielephone for 0 sClled hid cannot be acer:pted. A Telcgmm Bid m~y be: ~eeepled only :nthe diserclion of and wilh prior npprovol of
Ihe DiroclorofPurclm.~ing.
5. PRICES, TERMS, and PAYMENT: AU prices must be: linn for Ihe dc:livCl)' schc'tluIe quoled herein. Bids slipurming 'Price in effecl attirnc of
shipment" or oU"~r similar eondilions will be considered nOI responsive 10 Ibe hid invilolion and will nol be oecepled. All priees sholl be quoled F,O.B.
uelivel\'tl 10 ~ny City of Orl~odo Departmenl unless otherwise slipulatet.1 in Ihe bid invilalion. Bidder is R'questcU \0 offer cash lliscount for prompl
invoice p;lyment. II is lhe polley of Ihe City of OrlanLlo 10 make paymenls of invoices in lime 10 aim any oITem! cosh discounls. Discounl time will be
compuled from Ihe dale of s:llisfaclory delivery ~I place of :leeeplaoec or from ra:ciPI of com:ct invoicc al the Fin~ncc Dc:p~rtmcnl omcc, whichever is
loler.
~) TAXES: The City of OrJ~ndo does not pay Fedcr.J1 excise and St~te soles laxes. Our lax exemplion number is 58-12-94438.54C :lnd is ~lso
stipulated on all our Purchase Orner.;.
b) POLITICAL SUBDIVISIONS; Under F1orid~ Low, pnces eonl~inoo ,n Slale ConlrolclS sholl be available to the Cily or Ori~nLlo, who mighl wish
10 purchase under a Slale Purchase ControcL The City of Orl~ndo 1I11:refore Jl:St:TVCS Ihe right to purchase ~ny commodilic:s from a Slate Purchase
Comlllcl if in the besl interest of the Cil)'.
c) MISTAKES: Biddcrs ore expecled 10 cxominc Ihc SJlOl;ifiealioll.~. delivCf)' schedules, bid prices, and all in.~lruetions JlCrt:lininc to supplies and
services. Failure 10 do so will be a bidder's risk.
d) CONDITION ~nd PACKAGING: II is undellilood and ~grecd lhal any ilem oITercd or sbipped 35 a result of 1I1is bid shall be: new (CUlTClll
production model al lhe lime of Ihis bid). All conmincrs sl1:1l1 be suil~ble for slolllge or shipmenl, and DlI prices sholl includc smndorn eommc:n:ial
packaging.
e) SAFETY STANDARDS: Unless olherwis.: stipulaled in the bid. all manufuctun:d ilems and fabricaled ilSSemblics shall comply with ~pplic~ble
requirements ofOeeupation~1 Safety and llcallh Act :lnd any slandarns thereunder.
n MARKING: Eaeh individual conlainer shall he marked wilh lhe brond nome of tllC praducI, quamily and Ihe name and address of the manufaclUrcr,
ElIch shipping eonluinC!' shall inc:lutle Ihe nome oflhe vendorallt! must also c1enrly indieale Ihe Cily of Orla nil 0 Purchase OrdC!' NumbC!'.
g) INVOICING Dnd PAYMENT: The supplier shall be p:lid upon submission of invoices 10: The Accounts P~yable Seclinn, Cil)' of OrJ~ndo, 400
Soulh Onnge Avenue, Orlando, florido 32801. Invoices ore to bc billed allhe prices slipulalcd on Ihe purchase orner and as oUllinal in this bid.
All invoices mUSI show thc CilY of Orlando Purchasc Order Number.
6. CONFLICT OF INTEREST: The award hemmdcr is 5Ubj~llo Chapler 1 12, Florid~ SI;\IUICS. All bidde~ muSI disclose wilh Iheir bid the name of any
officer, direclor. or agenl who is also an employee of lhe Cil)' of Orlando. Further, all bidde~ must disclose Ihe name of3ny City of Orlando employee
who owns, direclly or indireclly, on intcn:sl oflen pereent (IO%) or more of Ihe bidders linn or any ofits blllnelu:s.
7. AWARDS: M lhe hc:;1 interest orlhe City ofOrlanLlo mDY require,lhe righl is rescNctllo make nwanl(~) by individual il~'11'IS, group of items, ull or none,
or a eombinationlhen:of, wilh one or mon: supplielS: 10 n:jecl any all bids or w~ivc any informality or t~hnic:J1i1)' in bids m:eivc:d.
8. INSPECflON, ACCEPTANCE, ond TITLE: Inspec:lion and oeec:planee will be 01 deslirullion unless otherwise slipulaled. Tille and risk of loss or
damage 10 011 itcm.~ sholl be Ihe n.~n.,;biliIY oflhe shipper (vendor) unlil occcplcc.l by Ihe U5ing deportmcnl oflhe City ofOr!ondo, unless loss of damage
results from negligence by Ihe City of Orlando or ilS Departments.
9. DISPUTES: [n easc of ~ny doubl or differences of opinion as 10 Ille ilell1S 10 be: furnished hcrcumlc:r. Ihe da:ision [}f Ihe City of Orlando oircclor of
Purchasing sholl be Iinal and binding on bolh panics.
10. LEGAL REQUIREMENTS: Fedellll, Slale, County ~nLl localluws. onJinanccs, 1lIles and reguMions Ihut in uny m~nner ~rrccl Ihe ih:m(s} cov~
herein apply. 1.1ck of knowledge by the bidder will in no w~y be cause for relief from responsibililY.
II. LIABJLlTY: 'Ille vendor sholl hold :md save the Cily of Orlando, its omeers, agents and employces hannlcss from liobililY of any kind in Ihc
pcrfonnance of or fulfilling lhe rc:quircmtnlS oflhe Pun;hase Onkr which may result rrom Ihis hid.
NOTE: ANY AND ALL SPECIAL CONDITIONS ATIACIIED HERETO WIIICII VARY FROM TIlESE GENERAL CONDITIONS SIIALL
!lAVE PRECEDENCE. Dira:lor of Purchasing. City of Orl~ndo
Office of Purchasing and Materials Management (SAACS)
Page: 18
;' )
.:)
INVITATION TO BID #BI06-2248
Annual Agrcemcnt for Demolition of Residential and
Commercial Structures
SPECIAL CONDITIONS
1. RECEIPT OF BIDS - DUE DATE:
a. Sealed bids in an original and one (1) 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 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
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. Scaled 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 must be received in the Office of the Director of Purchasing by the
time specified herein for the opening thereof.
2. WITHDRAW 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. EV ALU A TION 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
. -
< }
'. ,"
,~
INVITATION TO BID # BI06-2248
Annual Agreement for Demolition of Residential and
Commercial Slructur-cS
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.
5. 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 OBTAIN ALL SUCH
ADDENDAt AND RETURN EXECUTED ADDENDA WITH THE BID.
IF YOU HAVE DOWNLOADED THIS BID FROM THE INTERNET, PLEASE ENSURE
THA T 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
openmg.
Office of Purchasing and Materials Management (SAACS)
Page: 20
" )
1.,-
~)
INVIT/\TION TO BID # Bl06-2248
Annual Agreement for Demolition of Residential and
Commercial Structures
10. FAMILIARITY WITH SITE CONDITIONS:
The responsibility for the detel1l1ination 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 Agreement 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 ofthree (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 APPROPRIATJON:
a. Specified Period
Unless othcf\\'ise provided by law, a contract for supplies or services may be entcred 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 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 serviccs delivered under the contract or
otherwise rccovcrnble.
13. AWARD OR REJEcrION 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 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 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 a bidder
who investigation shows is not in a position to perform the contract.
Office of Purchasing and Materials Management (SAACS)
Page: 21
W
Annual Agreement for Demolition of Residential and
Commercial Structures
~
INVIT A TION TO BID # B106-2248
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 relati ng 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:
a. To ensure fair consideratio~ 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 will be initiated by the approprintc 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, ifreceived within ten (10) days of the date set for the receipt of bids,
will be given any consideration. Any interpretation made to prospective bidders 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_
. Office of Purchasing Bnd Materials Management (SAACS)
Page: 22
W
Annual Agreement for Demolilion 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 Avenue
P.O. Box 4990
Orlando, Florida 32802-4990
(407) 246-2897
Fax (407) 246-2869
Websitc: http://www.cityoforlando.nct
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 acknowleuged 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 leller 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. SELECTIONfREJECTION 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.
Office ofPurchasiog and Materials Management (SAACS)
Page: 23
(0..
~
Annual Agreement for Demolition of 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 fillcd 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 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 governed by the provisions
of Chapter 7 of the City of Orlando's Code.
20. BIDDER OUALIFICA TION:
Bids will be considered from firms who have adequate personnel and equipment and who are so
situated as to perform prompt service, and who maintain the rcgular 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 fiIms 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 terms and conditions herein stated. The
tenns "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.
Office of Purchasing and Materials Management (SAACS)
Page: 24
t' . ,
~
Annual Agreement Cor Demolition of Residential and
Commercial Structures
----.)
TNVIThTION 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
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 Agreement as specified may be cause for cancelIation
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
r
"'- ,
~
Annual Agreement for Demolition of Residential and
Commercial Structures
,'"',
~
INVITATION TO BID # 8106-2248
If no particular brand, model, or make is specified and if no datn 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 ofthe 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 nny required bonds, indemnities and insurance certificates.
Failure to comply with the established deadline for submittal of required documents may be
grounds for cancellation of the award.
26. PUBLIC ENTITY CRIMES:
A person or affiliate, ns defined in 9287.133 ofthe 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 g287.0t
of the 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. Proper Invoice
For purposes of billing submission and payment procedures, a "proper invoice" by a
contractor, vendor or other invoicing party shan 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. the amount due, applicable discount(s), and the tcoos thereof;
c. the full name of the vendor, contractor or other party who is supplying the goods and/or
services including a mailing nddress in case of a dispute and a mailing address for payment
purposes (if they are different) and a telephone number;
Office of Purchasing and Materials Management (SAACS)
Page: 26
/0 ~...
\. . )
Annual Agreement for Demolition of Residential and
Commercial Structures
:~ ")
INVIT A TION TO 8ID # 8106-2248
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 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
terms 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 latcr 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 mallers 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 rcceipt 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 this 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 governmental agency. Each agency sball 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
o
INVIT A nON TO BID # BI06-2248
30. INSURANCEIPERFORMANCE BONDS:
Insurance and/or Perfonnance 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 tenn, the City shall have the absolute
right to terminate 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 of termination.
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, 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 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 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 of Pure basing and Materials Management (SAACS)
Page: 28
.-.-J
Annual Agrcemcnt for Demolition of Residential and
Commcrcial Structurcs
-.__J
INVlT A nON 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 and/or
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 ofthe 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 lhe point when the City has expended $100,000.00 on that contract in any
one contract year, regardless of whether such expenditure was to one contractor or several
contractors, then the I iving 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 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
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 Purchasing llnd Materials Management (SAACS)
Page: 29
----J
Annual Agreement fOT Demolition of Residential and
Commercial Structures
:._.J
INVlT A TION TO BIO # 8106-2248
36. EMERGENCY SUPPORT:
It is hereby made a part of this Invitation for Bid that before, during and aftcr a public emergency,
disaster, hurricane, flood, or other acts of God. that the City of Orlando shall bc 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 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 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 such
provider's designation as primary, secondary or alternate.
Office or Purchasing and Materials Management (SAACS)
Page: 30
, '
"---)
INVITATION TO BID # B106-2248
~
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 tenn 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 "A",
incorporated by reference herein and made a part hereof as fully as ifherein set forth.
Unless otherwise specified herein, the Contractor is to fumish 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 ofthirty-six (36) months.
III. COMPENSATION
The Contractor agrees to provide tbe services, equipment and materials as specified in its bid to
the City at the cost specified in said bid ilnd amendments, if any, the bid and any amendments
thereto being attached hereto as Exhibit "B", incorporated by reference 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 finn for the term of this
Agreement or Addendum.
Office of Purchasing and Materials Management (SAAeS)
Page: 31
~
Annual Agrccmcnt ror Demolition of Residential and
Commercial Structures
'.-)
INVITATION TO BID # Bl06-2248
IV. PAYMENT
All invoices received by the City are payable within thirty (30) days rrom 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 or 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 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 Copyrights
The Contractor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, 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 o'fRcsidential and
Commercia) Structures
INVITATION TO BID # 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 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 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 (1) year from completion of the
Work, the Contractor shall, <It the City's option, either reperform such portions of the Work to
correct such fault, defect or error, <It 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 reperform<lnce of the work provided by other
Contractors.
E. Time of Completion
The parties understand and agree thot 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 delays, damage 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 City's contractual obligations, respectively.
Office of Purchasing and Materials Management (SAACS)
Pa ge: 34
.~)
Annual Agreement for Demolition of Residential 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 of the City.
F. Indemnification and Insurance:
I. 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 fDr the preparation Df same arising
out of the Contractor's, its officers', agents' 1 and employees 1 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 Coverage:
Full and complete Workers' Compensation Coverage, as required by State of
Florida law, shall be provided.
Office orPurcbasing and Materials Managemeut (SAACS)
Page: 35
;'" - --~
Annual Agreement for Demolition of Residential and
Commercial Structures
INVITATION TO BID #I 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.
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. 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, instaIled or completed. The Contractor shall bear
all costs of correcting such rejected Work.
I. 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 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 suh-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 ofPurcbasing and Materials Management (SAAeS)
Page: 36
- ,
BI06.
2248-03
EXHIBIT "B"
SUCCESSFUL CONTRACTOR'S BID
AND ANY AMENDMENTS THERETO
Office of Purchasing and Materials Management (SAACS)
Page: 13
.~
Annual Agrcemenl fol" Dcmolition or Residential and
Commcrcilll Strnclul"cs
'",--,'
INVITATION TO BID ff m06-2248
TABLE OF CONTENTS
PAG~
INSTRUCTIONS FOR SUBMJTI'JNG BlD........................... ........................ ....-- 3
BID AWARD INrORMA TION ..................... .......................................................................... 4
PRE-BID CONFERENCE.... .......~.....__......... ................. ......... .................. ....... 5
STANDARD FORMS
BIDDER'S CERTIFJCA TION .......................................................... .......... 7
ADDENDUM PAGE ...... ........ ........... ........ ............. .............. .--............... 8
REfERENCES . .. . . . . .. . .. .. ....... ... .... .. .. . ... ... . . . . . . . .. . . . . ... ... ....... . . .. .. . .. .... .,.. ... 9
MINORITY/WOMEN-OWNED BUSINESS
ENTERPRISE P ARTICIP A TION ........................................--....................... 10
RECYCLED CONTENT INFORMATION ........... ....... ..... ................ ....... ......... 1 J
INYJT A TION TO BID PRICING PAGES .............. ............ u................__.......... 12
SPECIFICATION .., . .. . __ .. . . . . . .. .. .. ... . .. . . . . . ... .... ... _' . ... . ... . --..... . . . .. . . . . . . . - . . . .. .. .. . ... 14
NO-BID RESPONSE ., ...... ............ __............................... ................... .......... 17
GENERAL CONDITIONS
, .... . .. .. .... . .... . .. . . .... .. ...... .......... -.................. ...... .... . .... , ...... .. ...... .... ............ .... .. .... .. .. . .. .. .... ..
18
SPECIAL CONDITIONS ........ ......--..........................--.. .--.............................
19
AGREEMENT ..................................................... .................. ...................
31
Office of Purchasing :md MOlcl"ials MlInngement
P'Il;l.': 2
I
Annnal Agrt'emcllt for Dcmolilici\.-Jf Residential and
Commcrci:J1 S(ruc(nrcs
. J
"---1NYITATlON TO nm # 8106-2248
INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO
INVITATION TO BID FOR THE ANNUAL AGREEMENT FOR DEMOLITION
OF RESIDENTIAL AND COMMERCIAL STRUCTURES
A. Preparation of Bids :
I. Bidders arc expected to examine Ihis bid fonn, aUached drawings, speciJjcations, if any, and all
inslnlclions. Failure (0 do so wiII be a( the Bidder's risk.
2. All prices and notations musl be in ink or typewritten. No ernsurc permitted. Mis(akes 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 (he firm name and by'a responsible ofiicer or employee. Obligalions assumed
by such signature must be fu]filled.
3. EClCh bidder shall furnish the information required on the bid fonn and each accornpnnying sheet
thereof on which he/she makes an entry.
4. Unit price for each unit bid shall be shown. A loti'll shall be enlel~ed in the amount column for each item
bid. In case of discrepancy between II unit price and extended price, the unit prices will be presumecllo
be correct
5. Although the City genernlly ilwards bids based on a "lump sum" bilsis to the bidder submilling the
lowest responsive IInd responsible tolll] bid as shown on the Invitation to Bid cover pnge, the City may
choose to awnrd 011 (1 "per group" or "per ilem~' b<lsis. Therefore, bidders must submit with their bids,
all pricing p<lges on the fonns provided clearly indicating which ilems are bid and which are nol.
Failure to submit these pages will render such bid non-responsive.
13. Rid Check List:
Bidders arc 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.
Tolal Amount of Bid Entered on Invitation To Bid Cover Sheet.
Bid Envelope Prep<lrcd As Specified.
MBE/WBE infonnalion provided as required Oil the form allClchcd hereto.
It is the bidder's responsibility to contact the Office of Purchasing and Materials
Management prior to submitting a bid to ascertain if :lIlY addenda hnve been issued,
to obtain all slIch addendn, and return executed nddcmla with the bid.
C. Spccinlllems (Applicable to Ihis Bid Only):
1.
2.
3.
Office of PIIT"chnsing :lIld MnteriaIs M:Jnngement
Page: 3
. J
'0---'"
AnnUli! Agreement for Demolition of RcsidcnliOlI :llld
Commercial Structures
\.....-".1
INVITATION TO BlD # 8106-22411
BID AWARD INFORMATION
The Office of Purchasing and Materials Management is your official source to obtain infonnation abolll
City of Orlando bid awnrds. You may receive bid award information in a variety of di Cferent 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 Onvin's website at
hHO://www.dcmandstar.com/orlandolBid Info/Bidlnfo Opening.htm. Select from the pull-down
menu, click on awarded, Ihen click on search. The bids are listed in order by broadcllst d,lle.
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 St;ltus Text".
3. You may also get the same information by visiting the Office of Purchasing's websile ill
htlp://www.citvoforlando.nctladmin/purchasing/index.htm. Look on the right hand side or tile
page and in large bold blue letters, click on the Icon: VENDORS! Click Here 10 View Bids :md
Bi<l Awards. Follow the directions iTom number two (2) above.
4. Again, from the Office of Purchasing's website,
http://www.citvoforlando.netladminlpurchasing/index.htm. you may also receive award
information by clicking in the blue link box titled, "Bid Award Inrou. This report lists all mvnrds
from the current and previous month and is updated on a weekly basis.
From this same site, http://www.citvoforlando.netladminJpurchasinwindex.htm. you may also
click on the beige and red. I ink box titled "Links" and click on the link "Doing 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 packages,
addendums, etc. that are 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) 246-229\ and we would be
more than happy to give you the award information you are seeking. We appreciate your inleresl
in doing business with our great City and wish you much success with your business ventures.
Office of Purchasing aud Malcrials Managemellt
Pas!!: 4
Anrmal Agreement for Demoliti6,...Jr Residential :tIId
Commercial Slructures
,
'~INVITA TION TO BID # BI06-2248
PRE-BID CONFERENCE
All prospective bidders are 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
4lh Floor
Orlando, Florida
On:
Wednesday, August 2,2006 at 10:00 a.m..
The purpose of the Pre-Bid Conference is to provide and sotieit 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 biduer that he has thoroughly exarnineu
and is familiar with the INVITATION TO BID. The failure or neglect of a biduer 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.~ID NON.M^NDATORY
1l1/l)Q
P:Jge: 5
omc(' of Purclwsing :Jnd Materials M:l1l11gcmcnt
I
.~.
AIlIIII:!l Agreement for Ocmolilion of Hcsidcnlial and
Commercial Structures
----J
INVITATION TO HID # Bl06-2248
ST ANDARD FORMS
IN ADDITION TO THE INVITATION TO BID COVER PAGE, THE FORMS LlSTED BELOW
WHICH ARE ON PAGES 7 THROUGH l3, ARE TO BE COMPLETED AND SUBMITrED WITH
YOUR BID.
I. BIDDER'S CERTIFICATION
2. ADDENDUM RECEIPT VERIFICATION
3. REFERENCES
4. MINORITY/wOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION
5. RECYCLED CONTENT INFORMATION REPORT (IF APPLICABLE)
6. INVlTATlON 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 A WARD.
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 THE INTERNET, PLEASE ENSURE THAT YOU ALSO DOWNLOAD
ALL SUCH ADDENDA. .
Office of Purch:lsing and J\f:J(erials Management
Page: 6
-- --I
I
Annual Agreement for Dcmolitiol.-JfRc.sidenlial and
Commercial Structures
. )
~INVJTATION TO nm tI BI06-2248
BIDDER'S CERTIFICATION
T have carefl1l1y examined the Invitation to Bid, Instructions to Bidders, General and/or Special Conditions,
Vcndor's Notes, Specific.1tions, proposed agreement nnd nny other documents accompanying or mnde a pm1. of this
Tnvitlllioll.
I hercby propose to furnish the goods or services specified in the Invitation at the prices or rates quoted in
my bid. I agree thnt my bid will remain firm for a period of up to ninety (90) days in order to allow the City
adequntc lime 10 evaluate the bids.
I agree to Clbide by all conditions of this bid and undersland that a background investigation m;Jy be
conducted by the Orlando Police Department prior to award.
1 ccrtiry thnl all infonnation contained in this bid is trulhfulto the best of my knowledge and belief. I
further certify that I nm duly authorized to submit this bid on behalf of the vendor/contractor ns its act and deed and
thntlhe vendor/COlllmctor is ready, willing and able to perfonn if awarded the bid.
J ft1rther certify, under oath, thal this bid is made without prior understanding, agreement, connection,
discussion. or collusion with <lny other person, finn or corporation submitting a bid for the same product or service;
no officer, employee or <lgcnt of the City of Orlando or of any other bidder interested ill said bid; and that the
undersigned executed Lhis Bidder's Certification WiUl full knowledge and understanding of tlte mailers therein
contained and was duly authorized to do so.
~I fitllM~;SbvI(es~(,
NAME Of BUSTN ~SS Sworn to and sUDseribed before me
lhis
day of
~z
N AM l: & TITLE, TYPED OR PRINTED
CENTRAL
r:::N!RONMENTAl SERVICES, INC..
MAIL~}fY~nw~SPECIALISTS
3210 'RI~N LV AVENUE
ORLANDO, FL32S08
~;:TZ95-D~"100~
?AlO:~9~~"10~1
F^X NUMBER
J:J- ~~@ug"t I(~
E-MAIL ADDRESS
2006
Notary Public, Stale of
~na;~
- K-
Produced Identification
Type:
Company Tax TD # 5~ -~~ '0 ~"'j
~ ~'llI"hl,
~"''''m'''\~V iP~"'*''''
. :-"'. .~~
. - . ".
i.. .. It. S
;~ '~l
",:1,r9f. r.,'t'...
JUw. CRAWFORD
NDlart PvbIIc. Sin ol F10ricII
MyComm. EJj>irnJM9,2010
Ccrmliukm II 00 487358
Bonded By NatiDnal NoI3l'f Awl.
--
()([icc of Purchasing and M 111eri111s Management
Pngc: 7
. J
'I--
Annual Agrecment ror Demolition or Rcsidentilllllnd
Commercial Struclurcs
. j
"'--"
INVITATION TO BID # BI06-224K
ADDENDUM PAGE
The undersigned Llcknowledges receipt of the following addenda to the Documents (Give number and date
of each):
Addendum No.
Dated
Addendum No.
Dated
Addendum No.
Dated
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.
CB.1TBAL
"-""'~~ow""'~_l"""! C:'CHVICr.:S jN("':.
. ~':):'K'r !\:~Vl3:'~'t\o~"---J:' ~ t- J ~u
DEr\~Ji.. ilK;!\! SPECIAUSTS
321~ :=n\ENDLY AVENUE
"1'"": ...:. p '(' 1-1 '.j~\ IfJu
Company V;,!....J",\,.vV, , ~ '-'
Signature
7}-e~I'~
Title
,~,~'u~.P..~~.m-~,e\...~.:,~ tt'......'V .~~~~f ....~...f
~ ," .,.,...:c '. ~
~ :.::.,' . "'." .' . . '. ~
J . " ;:. '. f
~ . . ..' I' :.... "\.
J....o,l.,.......~..:J...~"""l"jl...~..,-;:'l.-~.""q:oo~.. \1' ''''Il-~
, .
Office or Purchnsillg ;lnd Mntcrll\ls Management
Pn!;t': 8
Anllll:ll Agreement for Demolitioh_-IResidcnlinI and
Commerci..1 Structures
REFERENCES
'~iNVITATlON TO BIn # 8106-2248
Bidder shall submit as a part of the bid package, four (4) business references with name oftbe business,
address, con/$ip:+reC!:;76~r-
Name: ~GI'f'~q~ · Name:
Address: ~~. ~14t/ ~tJ.
04~ '?I. :
Telephone N~.1Il1- 2e1?.;'~ ~G
FaxNu.:( ~e 6u~
Contact: &:r;,AJe,~'
, -
E-mail: " ~_?
/!-vlf/V#f[ . KH&4
Name ~fl!~,,)$
Address: ~f ~ ~~
sf!;,
1.5'
Fax~W I/J
Contne. dt.,
Telephone No.: (
E-mniJ:
Address:
~-&~ ;:;,
Telephone No.: (~-$2--~~()
Fax No.: ( ~ .
Contact: 'I'~ ~
E-mail:
/fNNUM a~Jtr
Name:~i~~
Address: ../' ~
~~<lr,,!-) ~/I
Telephone No.: ~ - ~g -fegg
Fax No.: ( ~
Contact: U ~~ C ltI:k
E-mail:
Orfice orPlln:lmsing :md Materials Manllgemcnt
Page: 9
.......-.-)
Annual Agreement for Demolition of Rcsidcntial nnd
Commcrci:.J1 Slruclures
.~
INVIT ^ TION TO BID # m06-2248
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION
Chapter 57, Articles II and Ill, of the Orlando City Code establishes goals of 18% and 6%, respectively,
of the Cily's annual monetary value of contmcts and subcontmcts for supplies, services and construction
10 be awarded to Minority and Women-Owned Business Ent,erprises.
" .
All bids will be evaluated in accordance with Chapler 57, Articles 11 and Ill.
For further infonnation regarding this program, please refer to Chapter 57 of the Code of lhe City
of Orlando or contact
Minority Business Enterprise
City Hall at One CiLy Commons
400 South Orange Avenue - fifth Floor
P.O. Box 4990
Orlando, Floriaa 32802-4990
(407) 246-2623 .
If your company is currently certified, please cnter the certification number. and the expirulion dale
in spaces provided below or submit with your bid a copy ofthe notification receivcd from the City
stating that your company is recognized by the City as a MinoritylWomen-owned Business .
Enterprise:
. 1
"
Business Name:
Ccrtifiaatjon Number:
E_x~iration Date:
,~
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 tbe 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, tbe firm must be certified
with the City of Orlando MBE/WBE Office on or before the date set for sulJmitt~1 of bids.
Office or Purchllsing :lnd Malcri:l[s Manngcmcllt
Page": 10
I
Anllual Agreement for DemoIitioh vi Residential and
Comm['rci:ll Structures
)
'-iNVITATION TO nm # BI06-2248
RECYCLED CONTENT INFORMATION REPORT
111 support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any
informntion 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, metnl, 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 information regarding any known or potential
milterial content in the product that may be' extracted and recycled after the product has served ils
intended purpose.
Product bid contains recycled content? I
Yes $- No.
Is your product packaged and/or shipped in material containing recycled content?
NO'7
, Yes
Is your product recyclable after it has reached its intendt:d end use?
Yes
T
No.
Ornee of Purchnslng lmd Mnteri:lls Management
Page; 11
Annunl Agreemelll for Demolition ~~t'sjdenljllJ nnd
Commercial Structures
. )
INVIT A nON TO 8ID iI BI06-2248
INVITATION TO BID
You are invited to Bid on the following:
Annual Agreement for Demolition of Residential
and Commercial Struclures
Item
No. Quantitv Unit
Description
Unit
Price
Total
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 1n this
Invitation To Bid.
I. 100,000 Square Demolish predominantly woodframe structures according $ s/1~(Y)d.<b
Feet to enclosed specification.
2. 100,000 Square Demolish predominantly masonry structures according to ~ $/~4()O./~
Feet enclosed specification.
.... 100,000 Cubic Fill dirt. $1,20 ~} 0t'XJ. C. 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, facili\ies and
services, without exception for the proper execution <lnd
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 Schedu Ie
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 UIC Contract. Asbestos
abatement work will be bid on a case by case basis. The
Labor Rate Schedule shall contain hourly rates for each
cran involved for both regular and overtime work. The
hours of the day which overtime will prevail shall be
included in the schedule.
To'al Bid (this poge) ~. cO
Office ofVurchasing nnd Materi:lls Mnnngemenl
P:l~t': 12
Annual Agrccmcnl for DemoJiti())I-6r Rcsidenlial and
Commercial Strnclllrcs
. J
'--" INYIT A nON TO RID # BI06-2248
INVITATIQN TO BID
You arc invited to Bid on the following:
Annual Agreement for Demolition of Rcsidentinl
and Commercial Structures
Item
No. Quantity Unit
Dcscri tion
Unit
Price
Total
NOTE 1:
ALL ITEMS QUOTED MUST BE IN COMPLIANCE
WITH THE SPECJFIC~TfONS. 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 SHOl.JLD NOT BE
CONSTRUED AS REPRESENTING ACTUAL
QUANTITIES TO BE PURCHASED.
~ ~~/(ecU:
~ ?40/f~vf1'
~~~t;2/~
~~ ~.v~
rJ/.e~,eC!!: /-If
Total md ~.PO
I. rOB Point
Delivered Only
It/euo
2. Terms ofPnyment (e.g. Ne(30)
3. The City shall receive shipment or project completion notice within L days from the dale
Vendor receives Official Purchase Order or Notice to Proceed.
Recheck your quotations prior to submission. Bids may not be changed after being opened.
Officc of PlIrchnsing :mrl Matcrials Managcment
Pagc: 13
-----J
i
~
INV1T A TION TO 8m # BI06-2248
AJlnU:J1 Agreement for Demolition of Rcsidenti:Jt :md
ComJllcrei:11 Slrllctures
SPECIFICATION FOR
THE DEMOLlTION 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 DESCRJPTION
A. The Contractor shall demolish the strucrure(s), remove all rubble, wood and brick, und 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 dem61ition of single level and multi-level residential and
commercial structures.
3.0 REGULATORY REQUIREMENTS
A. The contractor snail comply with. all npplicable federal, stat.e and local laws, ordinances,
rules and regulations pertaining to the performunce of the work specified herein.
B. The Contractor shall 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, ordimmccs,
rules, amI regulations, for the proper execution and completion of the work specified
herein.
C. The Contractor's employees shull wear appropriate safety gear, uniforms, and tootwcar that
comply with all legal requirements including, but not limited to, OSHA (Occupational
Safety and Health Administration) requirements.
4.0 ITEMS FURNISHED BY THE CITY
The City will be responsible for coordinating the discOlmection of utilities servIcing the
structure(s) designated for demolition.
5_0 DEMOLITION OF STRUCTURES
A. Demolish the entire strueturc(s) including, but not limited to, footings, concrele noors,
driveways, and'walkways, foundations, septic tanks, drain fields, etc.
B. 1 r it is determined by the Cily's consullantthat a structure contains asbestos material, Il1en a
licensed asbestos removal Contractor will provide a removal plan.
Orlicc or Purchasing :lIId Mnlerials Mall:JgcntCnt
P:Jgc: 14
J
Annual Agn~~menl ror Dcmolitio'j,-"r Rcsidential and
Commercial Struclurcs
I
. I
-INVITATION TO HID tI B106-2248 /
C. The Contractor shall remove and dispose of all demolished materinls (including asbestos
mntcrials) off-site. If asbestos was involved, then the licensed asbestos rcmoval contractor
will direclthe demolition contractor how to dispose of such material and where.
D. All trash nod dcbris 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 products shall
be collected and removed from the site(~)..
E. The entire site shall be graded and leffin.such a condition as to be free of voids and holes
and shall not hold water.
F. The Contractor will have full salvage rights of all demolished material.
G. Removal of items requiring special handling and disposal methods (asbestos, septic tanks,
buried fuel tanks, batteries, tires, etc), will b~ handled on a case by case basis as acJditionn}
. work. The Labo~ Rale Schcdu'le provided by Contractor will be used in determining
reimbursable costs for any additional work no~ covered in Bid Items 1-3.
6.0 WORK SCHEDULE
.,
Aftcr receipt of Work Authorization Order, the Contr,!ctor shall mobilize within five (5) working
days ror nonnal service requests and within twenty-four (24) hours for emergency service requests
unless otherwise approved by the B~:eau Chief ~fC~de Enforcement or his designee.
7.0 FIELD QUALITY CONTROL,
Work shaIl be coordinated with Code Enforcement Division Manager or his deSignee.
8.0 USE OF PREMISES
During- (he progress of the work specified herein, the Contractor shall keep the premises free from
accumul(!tions ofwas~e materials~ and other debris resulting from the work. At the completion of
the work, the Contractor shalI remove all waste materials, and debris iTom, and about the premises
rlS 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 rcpair by the contract documents.
9.0 SAFETY AND PROTECTION
The Contractor shall be solely "and completely responsible for initiating, maintaining and
sup~rvising all safety precautions and programs in connections with the work. The Contractor
shall lake all necessary precautions fOf the safety ot: and shall provide the necessary protection to
prevent damage, injury or loss Lo 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 Pnrchnsing and MalerinIs Management
Pngc: 15
,
"----' .
Annual J\grcC'nlcnt for Demolition of RcsidClltinl and
Cummc.-cial SlruclurC's
~)
iNVITATION TO BID t1 B106-2248
PROJECT LlSTlN G
This fo.-m sl1<l1l be ulilized to provide a listing of current and past projects undertaken by the bidder within the lasL
IllH~e (3) YCllI'S with comparable (like) scope of work:
/!/)#N{~ - ~r~1lJ
2. NamefCompany:
Addrcss:
Contact Pcn;on: ~ ~ ~
Naturt:ofWork: -?..,.t;'~w"~ ~ ~aJS'1'PI
Contract Period: ""Slart Dale: Completion Date:
Annual Dollar Vallie: ~9~ ~e;O Telephone No.:( ) ~
E-Mail Address: 1-
Fax No: ( ) ~ -
3. Name/Company: tftl.~~tFIf) (S~
Address:
~~~:~~to~~~;~: ~d AO
ConlrClct Period: Stan Date: Completion Date:
Annual Dollar Value: f..3tZ) 6-OD p Telephone No.;( )
E-Mail Address:
Fax No: l-)
4. Name/Company' _-A':'~ ~
Ad<lrcss: ~
Coni act Person: ~ ~ -L-
Nature of Work: ,~~~ ~
Conlract Period: cA.t;,rt Date: Complelioll Dale:
Annual Dollar Value: 1:?'$.5;Dt":.J(?,t:Jo Telephone No.:
E-Mail Address:
FHX No: l-)
~
5. Name/Company:
Address:
Conlnet Pt;rson:
Nalure of Work:
Contract Period: J~ Ente:
Annual Dollar Value: '7~ (')~ po
E-Mail Address:
Fax No: <--J
I . NamefCompnny:
Address:
Contact Person:
Nalure or Work:
Contract Period:
Annual Dollar Value:
E-Mail Address:
Fax No:
~A) /3r-'~ WaJ-rp b'.~O
Start Dale: -711W I)b Completion Date: ~ r
.w-5?~rDO Telephone No.:( )
( )
aJ;I~~~
~~
~f
1'1\:;1': 16
Orlicc of Pluchasing and Mnl{!rinls M:IIHlgemcnl
J
,\nnunl Agreement rot Dcmolitioi"lIf Residential amI
Commercial Structures
'.-/NVIT A TION TO BID # BI06-2248
"NO BID" RESPONSE
TO
INVITATION TO BID
CITY or ORLANDO, FLORIDA
OFFICE or PURCHASING AND MATERIALS MANAGEMENT
City Hall at One City Commons
400 South Orange Avenue
P.O. Box 4990
Orlando, Florida 32802-4990
] f your tion is unable to submit a bid althis time, would you please provide the information requested in
the space provided below and return to:
City of Orlando, Florida
Office of Purchasing and Materiuls Management
City Hall at One CiLy Commons
400 South Orange A venue
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 or Purcll:\sing nod Materials M:maglmlenl
Page: 17
.
~
..",.....i
INVITATION TO BID tI BI06-2248
,\nnual Agreement for Demolition ofRcsidenlh.1 and
Commerci:ll Slnu:lurcs
GENERAL CONDITIONS
IJJ DDER: To imllre aeccpl311ee of Ihe !Jld, follow IIIL'SC illslrueliollS.
I. t::XECUTION OF ruO: 13i.lnm~1 cUlIhlin iI manu..1 Sil:nillun: ufan 3ulhoril.~'tI n:pn:senlalive in the space provided,
2. SEAL Ell (3I1)S: All biLls musl be submillro i,l.. sc:lku o;nvclope. The face orlhe envelope shan con lain Ihe dal.: and lime of lite bid ojlellillg <IUU Ihe bid
number. Oids 1101 sublllillCd on lhe: City's bid limns may be rej~'Cled. All bids arc: subj.'\;IIO Ihe condilions sp~"Cilicd hen:in oml OIlIl11Y ..1I0ChL~1 sheels.
~pecilic"liolls, SI'CCi,,1 eondilions or vendor 11011:.0;,
3, NO OlD FOt(M: In lhe evelll you ciCCI nOI 10 bid lhis n:qu.rcmenl. n:spond b)' relurning Ihis form. mal1>ing il "NO l3ID" and rhe n:-.lSUII Ihc<\'rlln:.
NOTE: To '1uilli!y as a n:spondelll, bidder musl subl11il a "BID" or "NO B]D" and il muSI be recciv~oU no rillcr lhan Ihe sliltcJ bi.J op.'ninlJ .Jalc anu limc.
4. RID OPENING: Shall be public, onlhe unle and allhe time sp~'Cilied on Ille bid foml. II is lhe biddcr.> responsibililY 10 i1S-'o"UJ\: 111:'1 his bill is delivercd al
Ihe proper lime anti pl,tce of tile bid upening. Bids which for any =50n ore nD! so del iven:d, will not he t~lllmt,'(1 bul will be rctaillL-d in Ihe "BID FILE"
ullopenC<.!. OITer:; by h:lcphonc fOT n s.'(11cd bid cannot be accepted. A Tclcgrnm Bid llIay be acccploo onl)' "I Ihe discretion of and Wilh prior apjlllJ\'al of
lhe Dir.'Clur uf rll~hasins.
5. l'ltICES, TERMS, ;llld PAYMENT: All priCCli must be firm for the delivelj' schedule quoled herein. Bids slipuMill1: "I'rice in eff.ocl 31 limc of
shipmcnt" Or ulhcr s;.ni1ar condilions will bc cOllsiden:d 1I0l responsive 10 the bid invilol;on and ",i1lllo1 be accepted. All pricc:s sholl be '1ull1eu F.O.B.
uclivcrcu 10 allY Cily of Orlando DcpanlllCl1l llnlcs.~ olhc"vise slipulall:tl in the bid invitation. Bidd.-r is reqllcsled 10 olTcr ellsh lIiSC11\l11l for pn>lllpl
invoice paymenl. II is lhe policy oflhe City Or Orlando 10 make payments orinvoiccs in time to ......m any alTered cosh discounts. Discllunllimc will be
compul.:d frumthe uule or salisfaclory delivel)' aI place of acceptance or frolll rcceipl uf com.ocl invoicc at Ihc I'inanee IJcparlr1lL'II1 olliee. whiehcy,'r j,;
lalcr.
a) TAXF.S: The City of Orlando docs nol pay FL'tlcr..l e~cise and Slale SlIIl'S !axcs. Oor lOX c.~emplion number is 5S.12,94<lJ8'54C and is also
slipulaled 011 all our Purchase Order:;.
hl POLITICAL SU8DIVISIONS: Under Floricb L.:lw, price> l.:onlaim:d in Slale Conlr.lCls shall be available 10 Ihc Cily "rOrlmlllo. whu lIli~hl wish
III pun;hasc under a Sial!: Purchase Contmcl. The City of Orlando therefore reserves Ihe righl 10 pun:ll:lse ony commlxlhi~ from n Stale Purchase
ConuOIcl if;1I Ille h.-:;l i.llercsl of llle Cily.
cl I'.IIST AKES: Bidder.; :lTe cxpcclcd 10 examine lhe sp~'CiIiCillions. ddivel)' schedules, bid prices. aml 011 ill$lructi(lfl~ l'crt:lining 10 snpplks and
services. Failure 10 do so will be OJ bi.ltlcr's risk.
d) CONDITION and PACKAGING: II is undcrslood nnd agn.'t.-d Ihal any ill:m olTen.-d or shipp<:tl as a n.'suh of Ihis hiu ~hall he UCIV (eum.,u
produeliollll1oocl 011 Ih~ liml: of Ihis bid). All conlainers shall be SUilOblc fot stornse or shipment, and 011 prices shall include st:mdnrn conllm.cial
p:lekaCinC.
c) SAFIcTY STANDARDS: Unless otherwise slipl.llalcd inlhe bid. all manuracluJ\.'tI items und fubricaled assemblirs shall comply Willi applicable
nxjuin:ments of Occupational Safely :lud H~-,tllh ACI and any slandards Ihcr....ndcr.
t) MARKING: Each individuol conlainer shan bc marked wilh Ihc br.md nome of Ille produel. quanlily :l0I11he name and address of Ihc lllaOUfaClu,er,
Each shippiog eonlnincr shall include the namc oflhe VC11dor and mus( also ck-urly imJicUlc Ihe City of o r 1.'1 II do l'ul1;hase Ordcr Number,
g) INVOICING and r ^ Yl\1 ENT: TIll: supplier sholl be paid opon submission of invoices 10: lllC Accounts r..yablc Section. City of OrlandI). ~ou
SUlllh Omn!:" Avenue. Orbndo. [,Iorida 32801. Invoices are 10 be bilk'tl nl.hc pric~ slil'ulul~-d on Ih... pun:lmse order and uS uullincu ill this hiu.
All invoices musl show lhl: Cily of Orlando Purchase Order NUlnber.
6. CONFLICT OF IN'nmEST: 'Ille .award hen:undcr.s subj.'Clto Chapler 112. Florida S\;lIUICC'i, All hid.lcn; lnuSI disdose with Ihdr bid the n~1l11.' of any
ofliecr, din.oclor, Or agenl who is also an "mplo)'~ of the City of Orlando. Funhcr. all bidders mUSl disclose Illl.' n:lInc of any Cily of Odanuo clllplo)'ce
who owns, dil'l.'ctl~ or indil'L'Ctly, un .nl"fl:S1 oflcn percenl( 10%) or mon: of Ihc biddcn; linn or an)' nf ilS brnnches.
7. ^ WARDS: ^s Ihe bl:St inll:rest oflhe Cily of Orlando Illay I\.'quire.lhe riChl i~ ra;crv~od 10 make aw.ard(s) by indiviuual ill.'ms. &",lIP oI ilems...1I or nonc.
or a comhinar;nn IheTl'of, wilh one: or marc: supplier.;; 10 rcj~'Cl an)' all bids Il' waive allY illfonnalily or Icchnicalily in bids r<'C...ivLoU.
8. INSPECTION, "CCEI'TANCE, .'lIlU TITLE: Inspcction and acccplance will be alu~linalion unl~ ulhe,,\'isc slipulat.-d. Titlc and li,,1< III' loss or
ll;lm"~e to all ilclll. shall be the responsibilily of Ihe shipper {vcndor) unlil aeC~'Jll~'lI by Ihl: using dcpanmL'11I of Ihe Cily of Orlando. unles~ loss of d"llla~e
I ~ulIS frum n,,~ligel1ce by lhe Cily of Orlilndu 11r ils Depnrtmcnl5.
9. OISPlITES: In case or any doubt or diff=nct:S of opinion as 10 lhe ilern~ 10 be furnished h.'f\.-under. Ihe decision of Ihe eily of Orl:mdo Dir<'Clor or
rUl'chasin~ shall be fin:ll and bindinG 00 h0111 pUrlk~.
10. LEGAL HEQUIRF.MENTS; f'cdcr.lI, Slale. Coullly i1nd local lows, Ordill;II1CCS. IlJlcs and rell"lalions Ih:l1 in any Illanner an"'C1 Ih.; ilcl11{~) ClIvercd
hen:in :'pply. ulck ofknowkdgc by the bidder will in no \Vay because for n:lief rrum m;ponsibility.
II. L1,\BII.lTY: The venuor shull 11llld i1nd Sowe Ihe City of Orlantlo. 115 omeer.;, ;lgenls and employees Itaonl.-:;s Imm lii1t>i1ily of an)' kinu in Ihe
p~rfonllonce of or fulfilling Ihe r.:qoilcments of Ihe Purchase Or1lcr which may n:suh frollllhis bid.
NOTE: ANY AND ALl. SPECIAL CONDITIONS AlTr\CHEP HERETO wlIlcn VARY FROM THESE GF.Nlm,\L CONDITIONS SHALL
111\ VE PRECtW~NCE. Director of Purchasing, CilY or Orlando
Office of Purchasing llnu Materials Management (SAACS)
Page: 18
j
Annual Agreeml"llt for Demolitioriuf Residential and
Commercial Slructures
. J
INVITATION TO BID # m06-2248
SPECIAL CONDITIONS
1. RECEIPT OF BIDS - DUE DATE:
a. Scaled bids in an original and one (1) 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 shall be submitted in a sealed envelope prior to the time established for opening of
bidl';, and the envelope shall be marked with the bid number, title of the bid, <lnd bid opening
dntc.
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 del ivcrcd to the Office
of the Director of Purchasing.
d. Sealed bids are to be addressed as follows for either mail or hand delivery:
ML 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
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:
Bidders may withdraw a bid after it has been deposited wiLh the Purchasing Office any time prior to
the slipulntcd time for opening the bids.
3. EVALUATION OF BID AWARD:
111e City reserves the right to award the bid lo tile 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 tenns, and service
reputation of the bidder, in determining the most advantageous bid.
Office of Purchasing and Materials Management (SAACS)
Page; ]9
.
~-
\
\.-..J
iNVITATION TO IlII) II 8106-2248
AlIllual Agreement for Demolition uf Rcsidentialaud
Commel'cial Structures
4. BIDDER'S CERTIFICATION FORM:
EACH BIDDER SHALL COMPLETE THE "BIDDER'S CERTIFICATION" )i'ORM
INCLUDED WITH TIllS 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.
5. AMENDMENT OFTHE INVITATION TO BID:
IT IS THE BIDDER'S RESPONSlBILlTY TO CaNT ACT 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 OF THE BID.
6. "NO BID" RESPONSE FORM:
In the event you elecl not to bid on this requirement, plcDse fill out and return the attached "NO
BID" fonn.
8.
ALTERNATIVES/SUBSTITUTIONS TO SPECIFICATIONS:
Any altemat~ ves or substitutions to the auached specifications must be clearly delineated, set out
and submiU1d with the bid (use sepamte sheets of paper and muke them part of the bid).
MEETING bPECIFICATIONS:
I
All items quoted must be in compliance with the specifications. If you me taking exceptioll,
indicate those exceptions on company letterhead and aLtach 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 dote DC bid
opemng.
Office ofPlIrchasing and Materinls Mana~cmcnt (SAACS)
Pllge: 20
Annual Agreement for Demolili01j'o/Residential and
Conllllcrt'ial Slrllclures
- )
~JNVITATlON TO BID II BI06-2248
10. FAMILIARITY WITH SITE CONDITIONS:
The responsibility for the determination of .accurate measurements, the extent of work to be
performed, and the conditions surrounding the performance thereof shall be the bidder's.
Submission of () 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 110 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
thc extent that such books and records relate to the performance of the Agreement 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-contmct
unless a shorter period is otherwise authorized in writing.
12. FISCAL YEAR FUNDING APPROPRIATION:
n. Specified Period
Unless otherwise provided by law, a contfllct 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 contracL Payment amI perfomlancc
obligations for succeeding fiscal periods shall be subject Lo appropriation by City Council of
funds Lherefor.
b. Cancellation Due to Unavailability of Funds in Succeedin~ Fiscal Periods
When funds are not appropriated or otherwise' made available to support continuation of
pelfonnance 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 advertiscd in the price of the supplies or services delivered under the contract or
othelwise 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 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 wnivc
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 to reject the bid of a bidder who has previously
failed to perform properly or complete on time contmcts of a similar nature, or a bid of a bidder
who investigation shows is not in a position to perform the contract.
Orricc of Purchasing and Materials Mnnagement (SAACS)
Page: 2J
__i
AnnulIl Agreement for I>cmolltion ofResitlelltiaI and
Commercial Structures
~
"iNVITATION TO HID #mOCi-224S
In deternlining responsibility, the following other qualifications, In addition to pnce, will be
considered by the Director of Purchasing:
a. The ability, capacity and skill ofthe bidder to perfonn the senrice 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 perfonnance of previous contracts or services.
e. The previous and existing compliance by (he 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 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 with allY
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 communicntions initiated by a bidder shall be grounds for disqualifying the oftencling
bidder from consideration for award of the bid and/or any future proposal.
b. Any questions relative to interpretation of specifications or lhe 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 sel for thc receipt of bids,
will be given any consideration. Any interpretation made to prospective bidders will be
expressed in the fann of an addendum to the specifications which, if issued, will be conveyed
10 all prospective bidders no later than five (5) days before the dale set for receipt of bids. Oral
<lnswcrs will not be aUlhoritative.
Office of PurchRsing and Materials Managcmcnt (SAACS)
Pllge:22
1
Annunl Agreement for DcmoJitio.......r RcsidentinJ :lIId
Commercial Structures
. J
INVITATION TO BID fI BI06-2248
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 bcen issued, Lo obtain
all such addenda, and return executed addenda with the bid.
d. Direct inquiries to:
Althea PemseI, 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.cityoforlando.net
althea.pemsel@cityoforl,lOdo.net
15. BIDDIi,;R'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, Trensurer) 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 Ictter
of authorization cun 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 tile referenced agreement
is duly authorized to enter into such agreement on behalf of the corporation and must be signed by
11le corporate officials designated hbove. Failure to submit letter of authorization within two (2)
weeks afier nolification of award may result in award to the next apparent low biddeJ'.
In the case of a Partnership, the agreement must be signed by a general or managing partner and
not<lrized as outlined above.
In the case of a sole proprietorship, the owner must sign the ?.greement 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 succcssf'ul
bidders.
16. SELECTION/REJECTION OF OPTIONS:
The Cily of Orlando reserves the right to select/reject options bid, based on price deemed to be in
the best interesls ofthe City.
Orfice of Purchasing and Materials Mana~cmcnt (SAACS)
PflgC: 23
,,---)
AlIllunJ Agreemellt for Demolition of Ucsidcntial and
Commercinl Structures
~
INVITAT10N TO IUD # llI06-2248
17. SUBM1TTAL 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 longh:md.
Erasures, intcrlincations, 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 uni t price and the
total amount named by a bidder for any item are not in agreement the unit price alone sh<lll be
considered as representing the bidder's intention, and the totals shall be corrected to contl.l\'1l1
thereto.
18. BID TABULATION:
Bidders may request copies of the Bid Tabulation documents in person or by scnding a stamped,
self-addressed envelope with the bid.
19. BID AWARD:
Award will bc mndc approximately September 16, 2006. It is incumbent on bidders to contact
the Offiee of Purchasing at (407) 246-2291 to determine the successful bidder(s). Any appeal from
this decision to award must be filed 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 of the City of Orlando's Code.
20. BIDDER QUALIFICATION:
Bids will be considered from finns who have adequate personnel and equipment and who ill'e so
situated as to perform prompt service, and who maintain the regular business hours or 8 3.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 oflhe 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 terms and conditions herein stated. 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 dctcnnined
by the City.
Office of }>urchllSilJg and Materials Management (SAACS)
Page: 24
Allllual Agrccmcnt for Ocmolilioil-...IResillcntifll and
Commercial Sfruclures
I
'~iNVITATJON TO.BID # m06-2248
21. PRE-BID CONFERENCE:
A non-mandatory pre-bid conference will be held at
The Office of Purchasing and Matcrinls Management
City Hall at One City Commons
400 South Orange Avenue
41h Floor
Orlando, Florida
On:
Wednesday, August 2, 2006 at 10:00 3.m.
for review . of job site and to discuss pertinent questions-answers, etc. Any additions to
specifications derived [rom the pre-bid conference will be addressed in the form of a bid
amendment to aU 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 sueh 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 namc, trade name, catalog number, or
reference, it is understood that the bidder proposes to furnish the item so identified and does nol
propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by
the bidder.
The reference to a name brand is intcnded 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 whal he proposes to
furnish and forwards with his bid a cut illustration or other descriptive matter which will clearly
indicate the character aft he 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 10 furnish which contains major or minor variations from the speci fication
requircmcnts but may comply substantially therewith.
Oflice ofPurchmjing and Materials Managemcnt (SAACS)
Pagc: 25
-\.--.1
Annll:\1 Agreement for Demolition of Resitlclltialllnd
Commercial Structures
. )
lNVIT ATION TO 810 # Bl06-2248
If no particular brand, model, or make is specified and if no data is required to be submitted witb
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 not be
considered in detennining the lowest net cost for bid evaluation purposes. Discount will be
computed fi'om the dale of satisfactory delivery at place of acceptance or from receipt of COITee!
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 docwnents for the performance of work awarded him
and shall simultaneously provide any required bonds, indemnities and insurance certi Iicates.
Failure to comply with the established deadline for submittal of required documents may be
grounds for cancellation of the award.
26. PUBLIC ENTITY CRIMES:
A person or affiliate, as defined in 9287.133 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 contrnct 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 n
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 ~2S7.01
of the Florida Statues for CATEGORY TWO) for a period of 36 months ii.om the date or being
placed on the convicted vendor list.
27_ FLORIDA PROMPT PAYMENT ACT:
1. 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. n description (including quantity) of the goods and/or services provided to thc City (or a
party on behalf of the City) reasonably sufficient to identify it (Dr them);
b. the amount due, applicable discount(s), and the terms thereof;
c. the full name of the vendor, contractor or other party who is supplying the goods alllVor
services induding a mailing address in case ofa dispute and a mailing addrcs~ for paymcnt
purposes (if they are different) and a telephone number;
Oflicc of Purchasing nnd Materials Management (SAACS)
Page: 26
Annual Agreement ror Demolilioil'vlJResidenlial and
Commercial Slructllrcs
,
'~iNVITATION TO BID # m06-224R
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) [0 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 simil<lr other "flow-down" requirements that
lhose requirements have been complied with.
2. Dispute Resolution
, Tn the event a dispute occurs belween <l contractor, vendor or other invoicing party ("invoicing
party") and the City concerning payment of an invoice, the City Department, Oflice 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. 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 nOlifying !.he other in
writing of a dispute and stating with specifieily its nature. This procedure shall commence 110t
later lhan 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 m<lllers and shall be
communicated in writing to the invoicing party within three business days after such decision.
If no decision is rendered within the lime period as set oul 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 fcc, commission, gift, or oUler consideration conlingent
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 this Invitalion to Bid
conslihlles a bid made under the same lenns and conditions, for the same contract price, to other
govemmental agencies including lhe State of Florida and its agencies, political subdivisions,
counties and cities.
Each governmenlal agency desiring 10 accepl Ihcse bids, and make an award thereof, shall do so
indcpcmJelltly of any other governmental 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 ofthis bid.
Office of Purchnsing and Materials Management (SAACS)
P:Jge: 27
o
Annual Agreemcnt for Dcmolition of Rcsh.lenlial and
Commercial Struclurcs
_____J
INVITATION TO DID II nlO6~2Z-U~
30. INSURANCE/PER FO RM ANCE BONDS:
Insurance and/or Performance Bond coverage required by the Contract Specifications must be in
force thr011ghout the Contract tenn. Should a Contractor fail to provide acceptable evidence of
cun-ent insurance and/or a Perfomlance Bond within seven (7) days prior to the expiration dale 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 Contr<ldor
shall be liable for the entire additional cost of procuring perfonmmce and the cost of perfonlling the
incomplete portion of the Contmd at the time of temlination.
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 accordunce with Florida Statute 9287.087.
32. AMERICANS WITH DISABILITIES ACT:
Persons with disabililies needing a special accommodation to participate in this proceeding should
contact the Office of Purchnsing & Materials Management, City Hall at One 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 lhe accommodation is requested.
33. PURCHASING CARDS:
City of Orlando has implemented a Purchasing Card Program to streamline our procuremenl
process. In order to expedite payments to our suppliers, we are using The First Chicngo
MasterCard Purchasing Card rather than the traditional Field Purchase Order.
By making purchases with the Purchasing Card, we can more effectively control our procurcmenl
activities and achieve a significant cost savings over our current paper purchasinglp<lymcnt 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 cnpital
. 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 Gustomers as well as all major credit cards.
Office ofPnrchasing and MatcTiRls Management (SAACS)
Page: 28
I
AnJIIlll1 i\grcemcnl for Dcmolitioi.-~i Residential ;lIld
Comml'rcial Struclures
J
"~fNVIT A nON TO Dm # B106-2248
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 oflhe 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
lcnninal 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 lime spent providing
covered services to the City. (This provision does not include general administrative personnel
unless they arc assigned to a City project.) "Living wage" meii:1S compensation for employment of
not less than $8.50 per hour for straight time, exclusive of FICA, unemployment tnxes, and workc["s
compensation insurance and employee benefits. Necessary payroll documentation shall be provided
lo confirm compliance with this provision or the service contractor shall allow the City to audit (Dl
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 teITIlination of the contmct and/or
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 mulliple award contracts (contract award whieh will be divided among
several contractors), at the point when the City has expended $100,000.00 on that contract in any
one contrucl 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
~ward. r-or those contracts whose initial value was less than $100,000.00 but exceeded $100,000.00
prior to the cnd of the contract term, this provision will be applicable to U1at 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:
111 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
tor the procurement of sueh goods or services 10 a vcndor whose principal place of business is in
sllch county, then the City may award a preference to the (next) most responsive and responsible
vendor having a principal place of business in the Melropolitan Statistical Area, (i.e., Orange,
Seminole, Lake and Osceola Counties). Such preference shall be equal to fhe prefcrence granted by
the county in which the most responsive and responsible vendor has its principal place ofbusincss.
Office of Purchnsing and Materials M:magcmcnt (SAACS)
Page: 29
I
~'
Anllual Agreement for Demolilion of Rl'sidentinl nud
COlllmercial Structures
'----")
INVITATION TO BlD # BI06-2248
36. EMERGENCY SU PPORT:
It is hereby made a pal1 of this Invitation for Bid that before, during and after <J public emergency,
disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods llnd
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 detcnnincd by the City.
Vendor / Contractor agrees to provide / rent / sell/lease all goods and services required by the City
on a tirst 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 shail fulllish 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 lo more than one responsive bidJer,
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 ut such
time as it deems appropriate under the circumstances in its sole discretion and no minimum :.lmount
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 Materials Management (SAACS)
Pnge: 30
I
1\111111:-11 Agreement for Demolitioi._iRcsidential :md
Camllle.'rei:!1 Structures
'~'NVITATION TO mo II BI06-2248
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, hcreinaf1:cr
referTcd 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
[or another period oftime, upon a mutual agreement ofthe parties, agree as follows:
WITNESSETH:
l. SCOPE
The Contractor is to pcrfonn 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 ifherein set forth.
Unless otherwise specified herein, the Contractor is to furnish all materials, lools, 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 A!:,Tfcement may, by
mutual wrillen assent of the parties, be extended for two (2) uddilionaJ 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 10
the City at the cost specified in said bid and amendments, if any, the bid and any amendments
thereto being attachcd hereto as Exhibit "B", incorporated by reference herein and made a part
hereof ns rully as i [herein set forth.
The amounl as specified in Exhibit "B", may be increoscd or decreased by the City under the Exlra
Work provision of this Agreement, through the issuance of all Addendum, ifapplicable.
Any prices specified in this Agreement or Addendum thereto, win remain ftnn for the term of Ihis
Agreement or Addendum.
Office of Purchasing and Matcri:Jls Management (SAACS)
Page: 31
.--1
Anou:ll Agreement ror Demolition or Hesidl'ntial and
Commercial Structures
''-''0 )
INVITATlON TO BID ff BI06-2248
IV. PAYMENT
All invoices received by the City nre payable wilhin thirty (30) days from receipt, provided Ihey
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.
Al1 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 FUNDINC APPROPRIATION
A. S{)ecified Period
Unless otherwise provided by Inw, 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 teml of
the contract and conditions of renewal or extension, if any, are included in the solicit<ltiol1
<:lOci funds are available for the first fiscal period at the time of conlract. Payment ami
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 Succeedin~ Fiscal Periods
When funds arc not appropriated or otherwise made available to support continuation of
perfonnance 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 delivcred under the
contract or otherwise recoverable.
VI. GENERAL CONDITIONS
A. Patents and Copyri~hts
The Contractor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, product or device in pcrtbrm<lncc of the
Work, which is the subject of patent rights or copyrights.
Office of Purchasing and Materials Management (SAACS)
P:lge: 32
1
AJ1l1ual Agr~~m~n( for Demolilioi._,j' Residential nnd
Commercilll Struclures
i
"-iNVITATION TO nm # BI06-2248
Contractor shall, at its own expense, hold hann1ess 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
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
dctcnnine that the Contractor has failed to meet [he performance requirements of this
Agreement.
2. The Director of Purchasing has a right to tenninate for default if the Contractor fails 10
make delivery of the supplies 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 perfonn 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, shull reimburse the City, within a
reasonable time specified by the Director of Purchasing, for any expense incurred in
excess oflile 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
dclcmlined by the Director of Purchasing. The Contractor shall Dot be liabLe for any
excess costs if acceptable evidence has been submitted to the Director of Purchasing Ihat
failure to perfonn the Work was due to causes beyond the control and without the faull
or negligence oflhe Contractor.
Office of Purchasing and Materials Management (SAACS)
Pnge: 33
"\--)
Annual Agreement for Demolilion of Resillential and
Commercial Structures
.~)
INVITATION TO BID # BI06-224!l
C. Termination fo... Convenience
The City may terminate this Agreement at its convenience with advance wriuen notice 10 the
Contracto....
In the event of such a tennination by the City, the City shall be liable for the payment of all
Work properly perfonned prior to the effective date of tennination and for all portions of
mntcrials, supplies, services, and facility orders which cannot be cancelled and were placed
prior to the effective date of tennination and other reasonable costs associated with Ihe
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
perfonned, 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
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 reperform such portions orthe Work 10
correct such fault, defect or error, at no additionnl cost to the City, or refund to the City, the
charge paid by the City, which is attributable to such portions of the [nully, defective or
erroneous Work, including the costs for reperformance of the work provided by other
Cuntractors.
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 1i<lble for any loss or damnge, 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, lire, embargoes, or other transportation delays, damage to or c1eslrucliol1
in whole or in part, of equipment or manufacturing plant, lack of or ability to obtilin raw
mCiterials, labor, [uel 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 conlrol,
respectively, whether of a similar or dissimilar nalure, which prevent or hinder the
perfonnancc of the Contractor's or City's contractual obligations, respectively.
Office orpurchnsing and Mntcrinls Management (SAACS)
l'nge: 34
AlIllll:l1 Agreement for Demoliljoi.'~ljResjdentiflllmd
COlllmercial Structures
, )
''-i'NVIT A TION TO BID # 8106.2248
Any such causes of delny, even though existing on the date of the Agreement or on the date of
the start of Work, sha]) extend the time ofthc Contractor's or City's performance respectively,
by the length of the delays occasioned thereby, including delays rcasonnbly 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 l~old hatmless the City, its officers,
agents, and employees, from and against any r.nd all liability, claims, damages,
demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions,
including aHomeys' fees for trial and on appeal, and [or the preparation of same arising
out of the Contractor's, its officers', agents', nlld 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 fonn 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 Coverage:
Full and complete Workers' Compensation Coverage. as required by State of
Florida law, shall be provided.
Office of Purchasing ~nd Materials Management (SAACS)
Page: 35
\,--.1
Annu:\) A~rccmcnl for Demolition of Rcsilleuti:\1 and
Commcrdall:Hrllctllrcs
'--"')
lNVlT A TION TO 8lD # B106-2248
(d.) Insurance Certificates:
The Contractor shall provide the City with Certificate(s) of Insurance 011 all the
policies of insurance nnd renewals thereofin a fonn(s) acceptable to the City. Snid
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 policics at least thirty (30) days prior to thc effective
date of said action.
All insurance policies shall be issued by rcsponsible companies who arc acceplable
to the City and licensed and authorized to do business under lhe 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 Conlractor unlil the City
accepts it. In the event the Work furnished under this Agreement is found to be defective or
does not confoITn'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 nol fabricated, instnllcd or completed. The Contractor shall b~ar
all costs of correcting such rejected Work.
I. Right to Audit Records
The City shall be clllltled to audit the books and records of the Contractor or any
sub-contractor to the exlent that such books and records relate to the pcrfOlmance 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-conlrnctoJ' 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 PurcImsing and Materials Management (SAACS)
Page: 36
I
Allllual Agreement for DemolitioJi._.,'ResidellIial and
Commercial Structures
''--::l~vnA nON TO BID # RI06-2248
J. Time is of the Essence
The parties agree Ihat time is of the essence in the completion of the Work called for under
this Agreemcnt.
The Contractor agrees that all Work shall be executed regularly, diligcnlly, and unintclTUptcd
at such a rate of progress as will ensure full completion 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 Agreemcnt, shall bt: the
sole property of lhe City and all rights Iherein are reserved by the City, except that the
Contractor may disclose any such infonnation 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 aDd the general public and shall erect and properly maintain ()( all
times all necessary vehicular and facility safeguards for the protection of the Workmen and
public. If necessary, the Contractor shall post signs waming against hazards in and around
the Work site.
M. Extra Work
The City, without invalidating this Agreement, may order chilllges in the Work wilhin the
general scope of this Agreement consisting of additions, deletions, or other revisions, lhe
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 Contra.::tor plans to make a claim for all
increase in the Agreement price or an extension in the Agreement Schedulerrcnn, he shall
first give the City wri.tlcn notice within ten (10) calendar days aner the occurrence of the
event giving rise to ~uch a claim.
This written notice shall be given by the Contractor to the City, and a written approval
secured fi'Om the using Department <md 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 extr~ work will be considered valid by the City unless first submilled in writing.
Office of Purchasing and Materials Management (SAACS)
.:
Page: 37
"---"
Annual ^greclllenl fof' Demolition 'of Rcsidclllil'l1 and
Cummercial Structures
-----.)
INVIT A TION TO BID # m06-22.:l8
N. Familiarity With The Work
The Contractor by executing this Agreement, acknowl~dgcs full understanding of the extent
and character of the Work required and the conditions surrounding the performance thereof
The City wiIl not be responsible for any alleged misunderstanding of the Work to be
furnished or completed, or any misunderstanding of conditions surrounding rhe
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 shaIl pass from the Contractor to the City upon Ihe
City's final acceptance of the Work.
VII. MISCELLANEOUS PROVISIONS
A. The Contractor shall not employ subcontractors without the advance written pcnnission of
the Director of Purchasing.
B. Assignment of this Agreement shall not be made without the advancc written consent of the
Director of Purchasing.
C. The Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and rCb'lJlations pertaining to Ihe 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 laws, 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 aceumulnlion of waste
materials or rubbish caused by his operations, and promptly remove any such materials to an
approved disposal location.
G. AU disputes between the parties shall be resolved in accordance with the Cily Purchasing
Code, (Chapter 7 ofthe City Code).
H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials,
tools, equipment, and consumables, len on City property by the Contractor.
T. This Agreement is considered a non-exclusive Agreement between the purties.
J. This Agreement is deemed to bc under and shall be governed by, and construed according to,
the laws of the State of Florida.
Office of Purchasing and Materials Management (SAACS)
Pagc: 38
j
Annual Agreement for Demolilion' vi R~5idcnli:J1 and
Commcrcilll Structures
~o'l~VITATlON TO BID # mOfi.2248
K. Any litigalion arising out of this Agreement shall be had in the Courts of Orange County,
Florida.
L. The undersigned hereby certifies thaI this Agreement is made without prior understanding,
agreement or connection with any corporalion, 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 arc is authorized 10
enter into lhis Agreement and to exccute same on behalf of the Contractor as the act of the
said Contractor.
M. This Agreement, including any Exhibits hereto, conlains aItlhe tenns anu conditions agreed
upon by the parties. No olher agreements, oral or otherwise, regarding the subject malleI' of
this Agreement shall be deemed to exist or to bind either party hereto.
.****************.****************...*******.******...************..*****..*********
OHicc ofPurchnsing and M:ltcrials Managemcnt (SAACS)
P:lgc: 39
Annul!I Agreement for Demolition of Residential :md
COlllmcrcilll Structures
..
.~)
INVITATION TO BID" 8106-2248
IN WITNESS WHEREOF, the parties hereto have hereunto set their hands find seals on the date (lrsl
written above.
OFFICE OF PURCHASJNG
AND MATERIALS MANAGEMENT
CITY OF ORLANDO, FLORIDA
By:
Director of Purchasing
JON MEAD
Name, Typed or Printed
Date:
,2006
APPROVED AS TO FORM AND LEGALITY
for the use and rcliflnce of the
City of Orlando, Florida, only.
Date:
, 2006
ClTY ATTORNEY
ORLANDO, FLORIDA
CONTRACTOR
By:
Signature
Name & Title, Typed or Printed
Name of Company, Corp., etc.
Mailing Address
City, State and Zip
Area CodcfTclcphone Number
A ITEST: (Signature of second corporllte official if
applicable)
Signature
Nflmc & Title, Typed or Printed
Office urpuTcbnsing and Mllteriols Management (SAACS)
Pngc:411
AIIIIII:\I AgrN'mcnt fur DcmolitiOl~~I' Residential llud
Commercial Structures
,
I
'---:tNVITATION TO BID # Bl06-2248
ST^TE OF
COUNTY OF
The foregoing instrument was acknowledged before me this _day of
2006, by
and
as the
and
, respectively,
He/she/they (is) (are) personally
and on behalf of
known [0 me or (has) (have) produced
(Typc of IdcntiIication*) as identification and (did) (did not) take an oath.
WITNESS my hand and official seal this
day of
,2006.
(SEAL)
Signature of Person Taking Acknowledgment
My Commission Expires:
Typed, Printed or Stamped Name of Person
Taking Acknowledgment
Title/Rank of Person Taking Acknowledgmcnt
* Acceptable Fonn of ID pursuant to Florida Statute 117.05 (provided it is current or has been issued
within the past 5 ye8rs and bears a serial or other identitying number):
· [l driver's license or non-driver's ID card issucd by Florida or any other U,S. st<l(C or U.S.
tenitory
· a 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 Departmcnt of Corrections;
· Canlldinn or Mexican driver's license issued by an official agency;
· an 10 card issued by the U.S. Immigration and Naturalization Service.
Office of Purchasing and Materials Man:lgemcnt (SAACS)
Page: 41
~'
Annual A.greement fOT Demolition or Residential and
Commercial Structures
EXHIBIT "A"
INVITATION TO BID
,
_~'
INVITATION TO BID # Bl06-2248
Office of Purchasing and MateriaJs Management (SMCS)
Page: 42
~
Allllu:11 Agrccmcnl for Demolition- ..' iRcsillcnti:ll
:md Commcrcial SlrlleluTcs
I
------.(NVIT ATION TO HID flBJ06-2248
EXHIBIT "B"
SUCCESSFUL CONTRACTOR'S BID
AND ANY AMENDMENTS THERETO
Office or Purcll:lsin~ ;\JId Mnlerinls Manar:;cmcnl
Par::[': 43
':.-J
Annual Agreement for Demolition 'of Residential and
Commercial Structures
lNVITATION TO BID # BI06-2248
In detennining responsibility, the following other qualifications, In addition to price, wiIl 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 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 wiIl 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 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.
Office of Purchasing and Materials Management (SAACS)
Page: 22
_______------.J
.
Annual Agreement for Demolitio~ Residential and
Commercial Structures
'-1NVIT 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 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.cityoforlando.net
al thea. 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 (Le., 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 pJice deemed to be in
the best interests of the City.
, .'
Office of Purchasing and Materials Management (SAACS)
Page: 23
J