Loading...
HomeMy WebLinkAboutItem #03 Approval of Rejection of Bid #B09-03, Sorenson Park Backstop Extension AGENDA ITEM COVER SHEET Meeting Date: 5/19/2009 Item # 3 Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: ~ ---- Subject: Rejection ot Bi~ #B09-03, Sorenson Park Back~top~xtem;i(fn . ~,' tI I~ ~. ~_; "(' :'i'U " Background Summary: The City intended to award a contract for the Sorenson Park Backstop. The budgeted amount is approximately $30,000.00. Issue: Reject the single bid for Sorenson Park Backstop Extension. Recommendations The single bid was reviewed by the Parks and Recreation Department and the Engineering Department. Staff recommends rejecting the bid from Golf Range Netting, Inc. as it is approximately 50% over the budgeted amount. Staff is currently evaluating alternative design options for the site and anticipates re-bidding this project. Attachments: 1. Contractor Bid 2. Bid Tabulation 3. ITS Financial Impact: N/A Type of Item: (p/ease mark with an "x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction ForC/erk's Deat Use: f '11, itConsent Agenda q '('ii, "Hi ~e.~.blls, f,:i,~~:rir"lgif:::;'!:", '\\~:"<'!;~ t .}::!!'~,: " Regular,Agenda" ", , '''j., ", ~(;,; Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by 0 0l~rr N/A N/A N/A Citv Manager Robert Frank Commissioners Gary Hood. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Joel Keller. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: May 12, 2009 RE: Rejection of Bid #B09-03 Sorenson Park Backstop Extension ISSUE Reject all bids for Sorenson Park Backstop Extension. BACKGROUNDIDISCUSSION The City intended to award a contract for the Sorenson Park Backstop Extension. The budgeted amount is approximately $30,000.00. The bid was advertised on April 5, 2009 and opened on May 5, 2009. There was one response to this bid: 1. Golf Range N cUing $45,000.00 Attached is a copy of the bid along with the bid tabulation. The original bid and project specifications are available in the Finance Department for your review. The single bid was reviewed by the Parks and Recreation Department and the Engineering Department. Staff recommends rejecting the bid from Golf Range Netting, Inc. as it is approximately 50% over the budgeted amount. Staff is currently evaluating alternative design options for the site and anticipates re-bidding this project. BID #B09-03 SORENSON PARK BACKSTOP EXTENSION 5/05/09 2:00 pm em _ . __!:I'r~"_=__-~]~;-ITi ~,;;:~:~~~ Bid Signed - 3 copies Yes Submission Requirements Yes Bid Security 5% Bid Bond License Check n/a Corporation Check Yes 1. tsase tsla-t'UII Length of Backstop on both tielas (50' Concrete Poles) $ 45,000.00 2. Alternate Bid-Backstop Directly Behind Home Plate Only (50' Concrete Poles) $ 30,000.00 Citv Manager Robert Frank Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift CITY OF OCOEE INVITATION TO BID #B09-03 SORENSON PARK BACKSTOP EXTENSION City ofOcoec. ISO N Lakeshorc Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ococc.org .....'" GQtf~~ ~~\::\(' S :' , -.:\..,.,:-....: ., May 4, 2009 City of Ocoee 150 N Lakeshore Drive Ocoee, FL 34761 RE: Company Information & Invitation to bid #B09-03 Backstop Extension To Whom It May Concern: To follow in this packet is information for the request to bid for the project located at the Sorenson Park Backstop Extension. In regards to the pole and netting design, you do not have to retract the netting because the poles are designed to handle both the netting and poles. Golf Range Netting highly recommends using concrete poles because of cost, aesthetics, and it is a maintenance free system. List oflocal references: Barbara Goldman Sports Complex, Miami, FL - Baseball Netting and Concrete poles V olusia County- Sports Complex Daytona Beach, FL- Baseball Netting & Concrete Poles Indian Hills Golf Course, Ft. Pierce, FL - Golf Netting and 125' Concrete Poles University of Tampa, Tampa, FL- Baseball Netting and 125' Concrete Poles City of Miami, 5 Locations; also starting another job for the city. Many more references included with each packet. You can also visit us on the web at www.golfrangenetting.com to see the facilities we have finished along with'heights and different poles used in each application. We offer a full 5 Year warranty with a turnkey installation. We do not sub any of our work out and our crews are in house along with our equipment. If you have any question or concerns, please do not hesitate to contact me at 866-938- 4448 or my cell at 727-804-3359. I look forward to hearing from you. Mark Ramsay President enclosures "The Leader in Golf Course Lighting and Netting" 40351 U.S. Highway 19 N., Suite 303 · Tarpon Springs, FL 34689 · 866-938-4448 }J ;" "." TABLEORCONTEN-'''':''~ ''''''I~;:~:'~FQR:i~t!~!f;lf::' .,. ,,"']3ID'#B09-03" ,">i" " RENSONIP.ARK1BA€KSTOp.7EXTENSION ~t);~",~''':~!d.:'~:: ,;'il::~~i:',.~"[~f('" :'~i'\.~ ~":'~ '~ _...... ___ BID DOCUMENTS 3 5 thru 8 9 thru 19 *19 *20 Legal Advertisement Invitation to Bid #B09-03 General Tenns & Conditions Subcontractors/Equipment Listing References/Summary of Litigation/Acknowledgement of Addenda SCOPE OF WORK/BID FORM 21 thru 23 *24 *25 Scope of Work Bid Form Company Information/Signature Sheet *Submit with bid END OF TABLE OF CONTENTS B09-03 Sorenson Park Backstop Extension 2 Ocoee City Commission LEGAL ADVERTISEM/ Sealed bids will be accepted for Bid #B09-03, SORENSON PARK BACKSTOP EXTENSION, no later than 2:00 P.M., local time, on May 5, 2009. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida (City), in conformance with its policies and procedures, is soliciting bids from qualified contractors to construct a vertical extension to the two (2) existing baseball field backstops located at Sorenson Park in north-central Ocoee at 755 Bob Sorenson Lane. The backstop extensions are intended to enhance the safety of spectators, other park users, and residents bordering the park by stopping foul balls from exiting the field of play. The overall intent of the work under this Invitation to Bid is for the prospective contractor to design and engineer the extension to meet the identified safety needs, and to provide the materials and labor to install the approved system. Pre-bid Conference: A non-mandatory pre-bid conference will be held on April 21, 2009 at 10:00 a.m. (local time) on site at 755 Bob Sorensen Lane, Ocoee, Florida 34761, near the home plate area. The site will be available for a walk-through immediately following the conference. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. Bid Security: A certified check (no personal or company checks) or bid bond shall accompany each bid, no cash accepted. The certified check or bid bond shall be for five percent (5%) of the bid price and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Each Bidder shall submit one (1) original and two (2) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City of Ocoee, Attn: Crystal Conley, Purchasing Technician, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the documents required for submitting a bid through OnvialDemandstar by accessing the City's website at www.ocoee.org under Finance/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using OnvialDemandstar, prospective bidders will be provided with all addendums and changes to the applicable bid; fees may apply for non-members. Membership with OnvialDemandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. B09-03 Sorenson Park Backstop Extension 3 A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. No fax or electronic submissions will be accepted. City Clerk April 5, 2009 B09-03 Sorenson Park Backstop Extension 4 CITY OF OCOEE INVITATION TO BID #B09-03 SORENSON PARK BACKSTOP EXTENSION INTENT: Sealed bids for Bid #B09-03 will be received by the City of Ocoee, hereinafter called "The City", by any person, finn, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervlSlon, materials, equipment, supplies and incidentals for the SORENSON PARK BACKSTOP EXTENSION PROJECT for the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the infonnation required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, fim1 or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Crystal Conley, Purchasing Technician, (407) 905- 3100, extension 1523 and fax (407)905-3194 or email cconIey(cUci.ocoee.tl.us, and shall be received not later than April 23, 2009. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on May 5, 2009. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Crystal Conley, Purchasing Technician 150 N Lakeshore Drive Ocoee, FL 34761-2258 B09-03 Sorenson Park Backstop Extension 5 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the fonn of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors/Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. 5.';,::::I::,Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. Pre-bid Conference: A non-mandatory pre-bid conference will be held on April 21, 2009 at 10:00 a.m. (local time) on site at 755 Bob Sorensen Lane, Ocoee, Florida 34761, near the home plate area. The site will be available for a walk-through immediately following the conference. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda.___mThe City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections B09-03 Sorenson Park Backstop Extension 6 provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, finn, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory perfonnance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to Respondent's ability to properly perfonn the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perfonn work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00 and greater) for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this invitation to Bid become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid openin2. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to B09-03 Sorenson Park Backstop Extension 7 readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. A ward, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 8 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS None are required for this project. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the perfonnance of the contract to the extent not tenninated under the provisions of this paragraph. Where the B09-03 Sorenson Park Backstop Extension 9 Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work perfonned hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Fonn attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Form. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. B09-03 Sorenson Park Backstop Extension 10 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: . Compliance with scope of work, specifications, terms, and conditions · Bid price · Warranty offered . Experience with similar work . Successful reference check 9. LITERATURE: lfrequired by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: a) A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. b) A Bid Protest: (D must be in writing (oral protests will NOT be acknowledged); (ii) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and B09-03 Sorenson Park Backstop Extension 11 (cjjj) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. C ).m}.;mmmAfter a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. ~D .....4:-A Bid Protest SHALL be limited to the following grounds: Cia) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (lih) applicable federal, state or local law. ....m.No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage until the job is 50% complete, then less 5% retainage to be paid when job is complete, unless otherwise stated in the contract. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: D Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and D Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful bidder, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. The contract shall mean a written agreement similar to the ASCE standard construction contract or City issued purchase order. Construction time will be ninety (90) days from the Notice to Proceed. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be perfonning work for the City. B09-03 Sorenson Park Backstop Extension 12 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the pennanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. B09-03 Sorenson Park Backstop Extension 13 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, wlor, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City ofOcoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. B09-03 Sorenson Park Backstop Extension 14 Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a finn and binding offer by the respondent to perfonn the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Pennit fees are waived for any City of Ocoee pennits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for infonnation concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. B09-03 Sorenson Park Backstop Extension 15 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "Vll" or better according to the A.M. Best Company. Policies . for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. . Include Waiver of Subrogation in favor of the City ofOcoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: :H.LAutornobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee iBjL_ Comprehensive General Liability (Occurrence Fonn) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE B09-03 Sorenson Park Backstop Extension 16 · $1,000,000 PER OCCURRENCE · $1,000,000 PERSONAL & ADVER TlSING INJURY . Include Waiver of Subrogation in favor of the City ofOcoee ,HEi:mmmm._Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. :+'JjY:mOwner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations perfonned for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5w. Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. · $1,000,000 PER OCCURRENCE · $2,000,000 AGGREGATE H~:______m Commercial Umbrella: · $1,000,000 PER OCCURRENCE · $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7:J~jL.__mmmBuilders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence !:;lyjii:mmCertificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 2::l.i:i:_.__mm_The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. +:4-10: Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 17 ACORD,,, i ~ROO.ICER I I I I I Schmalz Insu~ance A~~ncy 3894 Tampa Road, Su~te B Old5ma~, FL 34677 813-855-6639 Golf Range Netting, Inc. ...SUl'<t;;) 40351 U.S. Highway 19 North Tarpon Springs, FL 34689 1727-938-4448 COVERAGES 'i'H: POLICI~S OF INSURANCE L.ISTED BELOW HAVE BEEN ISSUED TO HIE INSUREO NAMeo ABOVE FOR THE POLICY peRIOD INDICATED NOTWITHSTANDING /-IN REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR O"rHeR DOCUMENT WITH RESPECT TO WHICH ,'HIS CERTIFICATE rvlAf BE ISSUED OR fMY ~ER'J'AIN, 'rHS INSURANce AFFORDED BY THe: POLICIES DESCRIBED HEREIN IS SUBJ5Ci' TO ALL 'rHE TERMS, EXCLUSIONS AND CON~lITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY !-IAVE BEEN REDUCED eY PAID CL.AIMS. ~ ~.~;~ ~ TYPo DF INSU~~"Cr;: FOllCY NUMS~R : ~~ya,Ktb5~;;gE . G::Nl:RAI. I.IABILITY , :'"XI COMM!::RCIAL GIiNeRAl LIAtlILi'i'Y ' I :LI CV,IMSMADE ; X . OCCUR i tJ ,0900300322 :Ol-24~08 01-24-09 . I ~"'l AGGREGA:IE LIMIT APPLIES PER:' X I FOLICY ; I j~T n LOC . ,ol.UTOMOSII.I" l.JASJI.ITY : INSUJ'!t:R ~. A POUCY EXi>IAA'I'i"'N'i D~7E'MMIDDIYY\' : EACH CCCUR~~NCg '1JATJlAGE I 0 I'<t;N I t;L) PREMISES IEs ccc\/(9nc~i MiOD "X? (Any cn~ p~r~;>n) I'ERQONAL d. A')V INJURY GENERAL AOGR"(jA'i'~ ~jMTS PRODUCTS. COMPIOP AGG _. s 1 I 00 0 , 0 0 0 50,000 1,000 1,000,000 _;. 2.1000,000 , 2,000,000 : ANY AU'I'O -' I _i A:'LOWNEDALri'OS X . SCHEDULED AUTClS X HIRED AUTOS ~ NON-OWNi:OAUTOS ~ COMalNIED SINGLE LIMIT i (EO. ;c;;ccnl) $ 1,000,000 BODILY INJURY j (Pt:lI'PU1'l:)C::I\: . : :~ B. I I i 2529454 02-04-08 0:2~04-09 ---: , i $ i '""",., ,~'" ~ . 1 W~rQcc;al:ml) '" AUTO ONLY. r;:A ACCIDENT . S EAACC ! ~ i -.J BODI~ Y INJUi<Y ; (P.,.c:;d.r:I) . CARAG" LIABILITY 1-: ANY Auro ,_I I OTHER ThAN . AUTO ONLY' i :;XCeSS/UMBRELLA LiA~ILrrY : X I OCCUR [] CLAIMS MADE t:ACH OCCUiltRcNC" . AGGRI:CA1'c AGC: : ~ 1$ i I CI XLS-]?-2-796 06-lB-08 6-18-09 5,000,000 5,000,000 $ i$ T" o $ _~i'l Or _I ~ DEDWCT,BLE I : i>,ETENTION I WOR"ERSCOMPr;:NS.l,TICNI;NO , =MPLOY~"$' l.iABII.I1'Y ...:~'r' P~C~R.iETORI'=ARTl'Jef:llExe:CU;WE :J1=~,C';;;.'I.l~t.:;5n 2XC~l.iOeD~ ~~E.cr:t~~8(j~,~~s Dillow i OT ~=R I ! i lO.t. DISEAS.= " lOA EMPLOY:E ~ , EL. DISEASG . POLICY LIMi" , :0 I I GE$\:"lprION 01' O~ERA TIONS J LOCATIONS IVEH1CLC::S I EXCLUSIO~S "ooe;o SY ="DORSeMeNT I SpeCIAL Pfo(OVISIONS 10e o.li1-C) Lu\:s( \L0r ! s \ 'I'. (j,.I /.. "':\"'~""""4\ .11;:.1'....... C-o~- CERTIFICATE HOLDER Client Copy Only CANCELl.ATION SHOULD ANY OF Th\; AtlOV" i:l~SC~I~r:D PO~ICIt.S ~E CANCELI.E[1 ~EfORE THE EXPIR"T es OAT[; THeREOF, 'I'HO: ISSUING II.JSUilt~ilt WILL IONDEAVOR "0 MPrL~ DAYS WRITEr, NorjCG: TO .,.!-U= C!:F<'l'I~leA'I'~ l-lCLDI::~ t.JAI",l~O "1'0 "'1-If; L&;FT, su-r l=..:\rLURE. TO 00 SO SI--"'I..I IMPOS~ NO O~L1GATION OR LIABILITY OF A/l:Y KIND UPON THE ;NSURER. ITS AGEr.JTS OR REPRESENTATIVES. AU'rHORI~t::O REPRESE ORATION 1566 ACORD 25 (2001/08) T8.1 m 3Si~d 3:)t'-~vC::ln5I'n Z-'v~',H:)5 9P<:1SSBE18 p1:8 ~ 800G/GG/L~; CERTIFICATE OF LIABILITY INSU~NCE - :1\<C~i,'" ""';;7~':;;~~'-: ;;~ ...C:~~~;:n~ ':u:l..~:~N~ t~~ 'fel:.';';,~~r-J" i ~GUlo\' 1111S CI!Il1'flif.o\Tl: ecc, '01:11 t.~t)I... I"t1KIlD CI! I .....~ 'I" o)'/c:w:e N'l'~"II~ NY IN' JCUC~S Deft.'1 11I2~DlII ",'rl;"u,'" Ca.'CIIO'l:C r-'- --I'~~'" .;........."..~..- . ,......,1: .. ~~~:~~t:,... - e..... tUt.": ..,~ :,:!.. ~~$ -' - ~-~ .....t1.ll,.:.:~:~ ".WJ.ca .Q',; "'"'^'..,. ""'-",..,>>...~ I;, '..11........:r-.......-:....:'... "'* ,;,:.(.- "'f1N\_1-J:....1J,: \00: ...., :j....t.,~ ~ ..... u:......,.. ,~'....'"...J'\ll"W't"':'..~,I,H\ :.:'W .....f...'t.~.~C......"!..III1;.c,..(V..'': ,...:..,... :""'h.":'1\"'~ ..........u. ......,..,.....,,: ..pl\,l"H(/~I't':".r.A~ c:VIIII.r!.... .tly..J.I.A.~'(;'" "....,..s "":"''ll ."":......"':-':'...":~:.&~. )(4)(:~ UV.~I........ t';$ <:~. "'(*~."""'",',"XLlr- V,r.ta....,.. r,,~ ., ....... ............., 1r.lr:::i'IJ"~~~::r;."J-"~'" I :.....:,.\....Uy I' -I.......:.:nff~. ',:'.:Q:.I).j'~- X xl(.t-...:".~'Ir<A..'""AJI. ~"tr:~;". a!.:.::: ~<<.JIo'''WY 11' .,u...1 ".:a_~,~.".r"-) I ~..t::. _~.!"'.,. 11~t.tO..:;f-:"" 1t\.~.... ..,::..Y't/~ .2.00\.t,l;,tU r~,,:,,4,,:".ur;..~o-...,,~r-. ltllU..:.......~..,.. . ...._.... 1_. ~~~. OUO .f.....VfoUI... . -.. t--': ,- t&QflD. -. ...::.::.,,:. . =t=-~. -I ~i~ -:;:;N:#.~::~~~ ~ 1~:,7;:-"':~ \.:.: ~"."l~ -J /1\ ,......."...X J ~.7)'.:H.,..... . X ' .'-,lU""'-:"iI I j;:"..............~~...."I:, I - Ri !~~.~...:~..: - -j"......,.... i : ~,u:........ .... .a,..., Ii IX ~_ c::;. C ?.~III"'" 1 I ' C.~W':1.;.t. I : r.t"\...-:\ J I ~'"MW"/..":::;)l'" .''14'wV.I' .'~ *, tH\...".....,.. \.lOtloI,...."Y#J:<<..,..., :..:.....-".).(-~". :~ ~~~;J~..._ l-. -----L I ..- ( 1- +-... IJU.,..I". d ,....:.:"u..-, II;""~"" "",'I,l.'~# '1"::-:-' I ~.."'_V: .. ....... ". \ I !:':_ '.we .!.:::.:-. L ,--~ 12.."=':"'- ,..,.,11. II ,_ I....:..~ J.~.'~C'::.:J~jJ'; '~"1I.'-( _" J 4. :R'~ I I :~- I ..-----L . 1 v,... I ~ i~...l.ld..... ~h" .: t . ...,...,....~.",.~~~1..rc.>>"C"'1"^' -:.,.L). nT' ~,:.z...,V'...... .V'Wft'II.............#II')tIf- ro:-.... ~~\&.I".nQ(t ~vtd.nc.d 1:)' tn." CA:C't!.f1l:at(ll flh.:J. a..aiDIf th. 4.%'':J.l:..;c,\'t,: w:.a...... ... ... 4Jdl.tt:c.a1 1......."d"'" Ut. G.a"..l T.I.al>:.tL~y " \:~J:Y'<to:"h 1.~~'1>t:~t.T. KQ4~e:U' ~.........l,lcc.. 1I:r,I.\7fC.&u' 1.lu~1.:.ty , ..'>e1'.......1 Lhl:iU',y ,,-'..to11 O(rIIt:.J.n ... "4Il'"l"'U' Dt! :.:.ta......-J't.i.:m lCo t..yw of u.. c.JOtlcrt"....t.. "'I:l~.:. I 1100 liAr-Utica\'<, :--:-:.!..... h ..~ ..." · Jaw:! i1~ liT e%ll.lb:::!s l'J5. _.--- Cn:Tn:o\TCI'IJI.:JOR GlIo\(;P.'.'''rac .-- _ ~:JD::' "......'"..'" I.''''~ \,~,.,t P:..C"U ,;,...:' i. Ii...... '.:n.......'-. ~..!,....:.. ,.c. .,................ II U. e-u.....\f;"'Wl WoO" ~t !..ww'''-'''-iIt -..'"Y(' flU'.' :t....,.....,,':Utl.... """_'t.~'...L~."'-" ...A..._ '....\"lo~........:. ~...,~.'\'I)tltI.~.,...Ln<<-.'\'Yt..:...:11': .4.... n"'C.1T1~' ''''''\&''''''"1'i'U. I1I'.,zuaiti~--. . ----L.. ! I ..........., f X .rl'~J..~'1 \oI~~... #..--, ~...".....::... \~,,~. ,~ ;....:..~("..::M. I ~oa. ao.\!. .. ~.:~~..r"'r....,v..':~O..,l)O _ ; :'''1 ), l.O:! ""'I 1 J=.: 'Il>.WI It'.:'(.I~, ~~It r.{ "r 0' O:oe<& ~~1 ~, I.&~.~~c. ~r!~~ C~ rto :tln,l:'St . ."toeA" U ,:':0'''''. ';);iCffi'FCii". ih~" SIt-MPl.tF B09-03 Sorenson Park Backstop Extension 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY ~DRESS/FEDERAL!.D. NO.lCONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of perfonning the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1(~~~!~.~l1~~-Jl-~~ O~M~ (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 19 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT \ \ - db6lp 30'S q ~q 'S\..\,l.Q\..j -bq ~ 000.00 (9UI\:~~~~~~ ~aJ>.;)uJ '~%5S~~~~OI {j) \j 0\"2> _ _ _ ___<0lroL -_DO-:t- 'Ao..r(l.\ ~QXc.s\CJ- 38LD. 5~., .~D~8 $~-:rtDCO.~ ~ YYl Cl ("\'-1 \ ('fI bl C.- 1.' t 1--( J. (),/\ C-o\J4" l.J:::::l:.J..- \ Have you any similar work in progress at this time? Yes / business II je.n1 ~ Bank or other financial references: No - Length of time in (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. !\J/k I 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. \ Dated L{ - 2 '1-0'1 No. Dated No. Dated No. Dated No. Dated B09-03 Sorenson Park Backstop Extension 20 To: Karianne Ramsay Fm:Onvia.com Inc 11:03 04/29/09 PG 001 Addendum - Fax Notification Sheet City of Ocoee ] 50 North Lakeshore Drive Ocoee, FL. 3476] Invitation to Bid SORENSON PARK BACKSTOP EXTENSION ITB -B09-03-0-2009/CC A newly released Addendum ("Addendum No. One") exists on the Onvia DemandStar system. You may go online at www.demandstar.com and download the Addendum as an Adobe PDF directly. The Addendum may also be obtained by calling the Onvia DemandStar fulfillment number at (800) 71 ] -1712. Ollvin DemnndStRI" 1260 Mf'I"C'f'I' 5tl't"f't ~'I'd Floor', Sf'atI1~, 'VA 98109 Phou. (800) 711-1712/ Fax (206)373-9630 <, ~k~ ~~M ~ B:137473 Page 1 of 1 I nfo@9olfrangenettin9.com From: To: Sent: Subject: <supplierservices@onvia.com> <info@golfrangenetting.com> Wednesday, April 29, 200911 :00 AM Important Bid Notice Dear Karianne Ramsay, Agency: City of Ocoee Bid Identifier: ITB-B09-03-0-2009/CC Bid Name: SORENSON PARK BACKSTOP EXTENSION A newly released Addendum (Addendum No. One) exists on the Onvia DemandStar system. You may go online at www.demandstar.com and download the Addendum. The Addendum may also be obtained by calling Onvia DemandStar at 1-800-711-1712. The Onvia Team Onvia, Inc. Copyright 1998-2005. All rights reserved. 4/29/2009 City Manager Robert Frank Commissioners Gary Hood. District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller. District 4 Mayor S. Scott Vandergrift PRE-BID CONFERENCE BID #B09-03 SORENSON PARK BACKSTOP EXTENSION 4/21/09AT 10:00 A.M. A TTENDEE SIGN-IN SHEET COMP ANY PRINT NAME SIGNATURE b ^- I!t;,j , C t ihilr L ~:Ir_u o City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org 5 CITY OF OCOEE #B09-03 SCOPE OF WORK SORENSON PARK BACKSTOP EXTENSION A. INTRODUCTION The City of Ocoee (City) seeks to construct extensions to the existing 20 foot high, chainlink backstops that are located on two baseball fields in Sorenson Park, 755 Bob Sorenson Lane. The backstop extensions are intended to enhance the safety of spectators, other park users, and residents bordering the park by eliminating foul balls from exiting the field of play. The overall intent of the work under this Invitation to Bid is for the prospective contractor to design and engineer the extension to meet the identified safety needs, and to provide the materials and labor to install the approved system. The chainlink backstop for each of the two fields in Sorenson Park consist of two sections extending in the direction of both foul line fences plus a central section at a 45-degree angle to the foul lines. Although the tenn "backstop extension" is used to describe the structure, it will not be structurally integrated with the existing chainlink fencing that forms the existing backstop. The backstop extension will be located behind and parallel to the backstop using its own structure consisting of poles supporting suitable netting. The netting shall be attached to the top of the existing backstop to prevent a baseball from falling or being trapped between the backstop and the backstop extension. A complete backstop extension will extend the full length of the eXIstmg 20-foot-high chainlink backstop, which extend approximately 119 linear feet on Field No. I and 126 linear feet on Field No.2. Alternatively, as necessitated by budget constraints, the City may elect to construct only the central portion of the backstop extension, which will be 35 linear feet on Field No. I and 42 linear feet on Field No.2. Prospective respondents should verify all distances. Backstop extension support poles shall be concrete. Wood poles and/or steel poles may be proposed as an alternate to the concrete poles. Poles shall be designed and installed to meet local, state, and federal codes and regulations, and manufacturer's recommendations. All construction is to be in confonnance with applicable building codes and any structure subject to those codes shall be fully described in shop drawings signed and sealed by a Florida- licensed engineer. Each respondent shall provide a minimum of one-year warranty on all work performed, five- year warranty on netting and attachment materials, and 20-year warranty on structural components. B. PROJECT REQUIREMENTS The following requirements apply to the backstop extension: ~ For the Base Bid, the backstop extension shall extend horizontally the full length of the V existing 20' high chainlink backstops, which is approximately 119 Imear feet on Field No. I and 126 linear feet on Field No.2. Contractor shall verify all distances. B09-03 Sorenson Park Backstop Extension 21 @ For the Bid Alternate, the backstop extension shall extend horizontally only along that portion of the 20-foot backstop that is at a 45-degree angle to the foul lines; i.e., that portion of the backstop directly behind home plate. For Field No-.-l, the distance is 35 linear feet; for Field No.2, the distance is 42 linear feet. - - --- c) The preferred configuration will utilize concrete backstop extension support poles. Wood poles and/or steel poles may be proposed as an alternate to the concrete poles. Poles shall be designed and installed to meet local, state, and federal codes and regulations, and manufacturer's recommendations. The selected Bidder will be required to supply construction plans signed and seaeG--by-<tflorida-licensed professional engineer. d) Netting shall be appropriate for outdoor baseball backstop applications and shall be weather resistant and UV treated. The netting shall be twisted knotted nylon with a minimum average 325 lb. single mesh breaking strength; 1-3/4 inch square mesh with a rope border used for baseball barrier. e) Netting shall be black in color. f) The extension shall include mechanisms to provide quick and easy lowering and raising of the net. g) All construction is to be in confonnance with applicable building codes and any structure subject to these codes shall be fully described in shop drawings signed and sealed by a Florida-licensed engineer. h) Contractor shall provide a minimum of one-year warranty on all work perfonned, five- year warranty on netting materials, and 20-year warranty on structural components. i) The completed structure shall be aesthetically pleasing and structurally sufficient for the intended purpose. j) The contractor shall have a minimum of five years experience installing similar backstop systems. C. BID REQUIREMENTS In order to provide the greatest flexibility in the ability of various suppliers to propose to do the work, the Bid Form has been structured to allow a Bidder to indicate a price using the variables of pole construction, extension height, and extension length. The Base Bid will result in a backstop extension on both fields that covers the full length of the 20-foot chainlink fence backstop using one of three pole types at three possible heights. The Alternate Bid will result in a backstop extension on both fields that covers the length of the center portion of the backstop on both fields using the identified three pole types and extension heights. Each Bidder must provide a Base Bid price for at least one pole type and one backstop extension height. Each Bidder may additionally enter a bid price for the Alternate Bid for at B09-03 Sorenson Park Backstop Extension 22 least one pole type and one backstop ex'tension height. A single Bidder may offer a bid price for any number of additional pole types, extension lengths, and extension heights. The City of Ocoee plans to award the project so as to maximize the effectiveness of the backstop extension within the available budget (i.e., by maximizing height and length), considering both the aesthetics and maintenance costs of the supporting system, particular pole type. CI'~rrl_Qjlll.!(:'LQI:P,tg.~J~Jtblml.kinJ(::II!j(l.I}~lJJy) B09-03 Sorenson Park Backstop Extension 23 BID #B09-03 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/COMPENSATION FEE PROPOSAL FORM" ARE ACCURATE AN WITHOUT COLLUSION. '~ /:;J,j - q 36 Ljtjyt! TELEPHONE (INCLUDE AREA CODE) 7~7 93f YI35 FAX (INCLUDE AREA CODE) l~ @flis If- (al1r,J( AJf-#;,(q , CUI) E-MAIL ADD SS I IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTH RlZED SIGNATURE (manual) JllII L I'- fAdls~ AME/TITLE (PLEASE P NT) Lf 0 35 I U 5' He I q N -::it ~3 STREET ADDRESS }U-(fO'\ 5g~ Q 3ll1mL1 CIT ATE ZIP FEDERAL ill #SCl '" 3G,lo q I~l _Individual; -1LCorporation; _ Partnership; _ Other (Specify) 'ih Sworn to and subscribed before me this 4 day of "111~ ,20M. Personally Known V or Produced Identification Notary Public - State of FL' County of Pine / / a'" (Type of Identification) ture . . EY No ublfc. State of Aorida My Comm. Expires Oct. 1, 2011 No. 00720594 Printed, typed or stamped Commissioned name of Notary Public B09-03 Sorenson Park Backstop Extension 25 BID #B09-03 SORENSON PARK BACKSTOP EXTENSION BID FORM Base Bid - Full Length of Backstop on Both Fields 1. Base Bid - Concrete Poles: a. Fifty Foot (50') Height... '.. . .. .. .. .. .. .. .. . .. .. . .. .. .. .. .. .. .. . .. .. .. . $ Lj "'S () DD.o CJ I b. Sixty Foot (60') Height............................................ ....$ 5'51 ()(::t) ,00 c. Seventy Foot (70') Height......................................... ....$ I d roO. DU . 2. Base Bid - Galvanized Steel Poles: a. Fifty Foot (50') Height.............................................. ..$ J 0 IITD. {JO b. Sixty Foot (60') Height............................................. ...$ C1<? I ont)o DO c. Seventy Foot (70') Height......................................... ....$ \ ZJ? I ono .Db 3. Base Bid - Wood Poles: a. Fifty Foot (50') Height............................................... .$ Y 3, tea. 00 b. Sixty Foot (60') Height.................. ..... .............. .... ... ....$ 5;;>, bOD. DO c. Seventy Foot (70') Height......................................... ....$ No (J:::;:>; J ~ Alternate Bid - Backstop Directlv Behind Home Plate Only 1. Alternate Bid - Concrete Poles: a. Fifty Foot (50') Height................................................$ ~30 bDD.OO I b. Sixty Foot (60') Height....... ... .......... .... ............ ...... ......$ 3Yc f{Xj() .OQ c. Seventy Foot (70') Height........... .. .. .. . .. .. .. .. .. .. .. .. .. .. .. ... ..$ Lf;;)1 0 tf) . 00 2. Alternate Bid - Galvanized Steel Poles: a. Fifty Foot (50') Height............................................... .$ Y) Ct:JJ. cJJ . b. Sixty Foot (60') Height................................................$ ~ DnO. 00 I c. Seventy Foot (70') Height......................................... ....$ (oW ( mo. 00 3. Alternate Bid - Wood Poles: a. Fifty Foot (50') Height.............................................. ..$ ~\ ,CTO.d-J b. Sixty Foot (60') Height... ....... .......... ........ ........... ... ......$ ~o om. Db I c. Seventy Foot (70') Height.......................................... ....S.J'J 0 ~\ d B09-03 Sorenson Park Backstop Extension 24 GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 inf o(ii)J!olfranJ!ellettillJ!. com www.J!olfranf!enettinJ!.com Quotation- Ocoee County -Base Bid - Concrete To: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407-905-3180/407-654-4734 fax ~hayes@ci.ocoee.fl.us Thefollowing is our quotationfor the installation of new concrete poles and barrier netting. All our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thank you for the opportunity to bid this project. If you require further information or clarification on any of the details listed. please do not hesitate to call me directly. Mark Ramsay QUOT A TION DATE I April 29, 2009 **Materials, Eqmpmen VALID FOR I 45 Days t & Labor** PROJECT LOCATION I Baseball field QTY 8 4 8 4 8 16 4 400- ft 300-ft 200-ft 6 4 8 16 10 6 12 7,350ft/2 DESCRIPTION TOTAL 50-ft, concrete poles (above grade starting at 20' chain link fence) Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5/16" Galvanized Guy steel 1/4" Galvanized Guy steel Hubbards/Suspension Clamps !f2" 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5/16" Preforms 1/4" Preforms Galvanized snaps NETTING: 3' Skirt System @ 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. Field #1 and Field #2: 126' L x 50' H; 119' Lx 50'H Netting and poles to meet building codes Turnkey OPTION 1: 7,350 ft netting @ 50'H: **$45,000.00** Turnkey OPTION 2: 9,800 ft netting @ 60' H: **$55,000.00** Turnkey OPTION 3; 12,250 ft netting @ 70' H; **$72,000.00** ** Any severe ground conditions which will require additional equipment and or manpower will be extra. ** **Scope of Work for netting structure: Install new CONCRETE poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. 2 GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 info(iiJgolfran f!enettinf!. com www.f!olfranf!enettinf!.com Quotation- Ocoee County -Base Bid - Galvanized Steel To: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407-905-3180/407-654-4734 fax ~hayes@ci.ocoee.f1. us The following is our quotation for the installation of new galvanized steel poles and barrier netting. A II our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thank you for the opportunity to bid this project. lfyou require further information or clarification on any of the details listed, please do not hesitate to call me directly. Mark Ramsay QUOTATION DATE I April 29, 2009 **Materials, Eqmpmen VALID FOR I 45 Days t & Labor** PROJECT LOCATION I Baseball field QTY 8 8 16 8 8 16 8 400- ft 300-ft 200- ft 12 8 9 16 10 8 1200 7,350 ft/2 DESCRIPTION TOTAL 50-ft, galvanized steel poles (above grade starting at 20' chain link fence) {field 1 & 2} Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5116" Galvanized Guy steel 114" Galvanized Guy steel Hubbards/Suspension Clamps Yz" 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5116" Preforms 114" Preforms Galvanized snaps NETTING: 3' Skirt System @ 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. Field #1 and Field #2: 126' Lx 50' H; 119' Lx 50'H Netting and poles to meet building codes Turnkey OPTION 1: 50'H: **$70,000.00** Turnkey OPTION 2: 60' H: **$98,000.00** Turnkey OPTION 3: 70' H; **$128,000.00** **Any severe ground conditions which will require additional equipment and or manpower will be extra.** **Scope of Work for netting structure: Install new GALVANIZED STEEL poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. 2 GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 info(iiJJ!olfranl!enettinl!. com www.l!olfranl!enettinl!.com Quotation- Ocoee County- Wood -Base - Retractable To:: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407-905-3180/407-654-4734 fax _ jhayes@ci.ocoee.f1.us Thefollowing is our quotationfor the installation of new wood poles and barrier netting. All our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thank you for the opportunity to bid this project. If you require further information or clarification on any of the details listed, please do not hesitate to call me directly. Mark Ramsay QUOT A TION DATE V ALID FOR I April 29, 2009 145 Days **Materials, EqUIpment & Labor** QTY DESCRIPTION 8 60-ft, class 1, wood poles (above grade, starting at 20' chain link fence) {field 1 & 2} Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5/16" Galvanized Guy steel 1/4" Galvanized Guy steel Hubbards/Suspension Clamps Y2" 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5/16" Preforms 1/4" Preforms Galvanized snaps Retractable winches Shive blocks NETTING: 3' Skirt System (!J 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. RETRACT ABLE NETTING TO BE LOWERED PRIOR TO 70 mph WINDS. 8 16 8 16 16 8 600- ft 600- ft 300-ft 10 10 12 20 15 10 1200 10 20 7,350 ft/2 PROJECT LOCATION I Baseball field TOTAL Poles and netting to meet building codes. Field 1 & 2; 126' L x 50'H; 119' L x 50' H Turnkey OPTION 1: 50' H **$43,000.00** Turnkey OPTION 2: 60' H **$52.000.00** Turnkey OPTION 3: 70' H ***NO BID*** **Any severe ground conditions which will require additional equipment and or manpower will be extra.** **Scope of Work for netting structure: Install new wood poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 inf o(iiJJ!olfranf!enetti/lfl. com www.f!olfranf!enettinf!.com Quotation- Ocoee County -Alternate Bid - Concrete To: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407 -905- 3180 I 407-654-4734 fax ~hayes@ci.ocoee.fl. us Thefollowing is our quotationfor the installation of new concrete poles and barrier netting. All our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thankyoufor the opportunity to bid this project. If you require further information or clarification on any of the details listed, please do not hesitate to call me directly. Mark Ramsay QUOTATION DATE I April 29, 2009 **Materials, Eqmpmen VALID FOR I 45 Days t & Labor** PROJECT LOCATION I Baseball field QTY 4 4 8 4 8 8 4 250-ft 200- ft 100- ft 4 6 12 6 4 500 2,310ft/2 DESCRIPTION TOTAL 50-ft, Concrete poles (above grade starting at 20' chain link fence) {BEHIND HOME PLATE} Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5/16" Galvanized Guy steel 1/4" Galvanized Guy steel W' 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5/16" Preforms 1/4" Preforms Galvanized snaps NETTING: 3' Skirt System @ 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. Fjeld #1 and Field #2: 35' Lx 50' H; 42' Lx 50'H Netting and poles to meet building codes Turnkey OPTION 1: 50'H: **$30,000.00** Turnkey OPTION 2: 60' H: **$34,000.00** Turnkey OPTION 3; 70' H; **$42,000.00** **Any severe ground conditions which will require additional equipment and or manpower will be extra.** **Scope of Work for netting structure: Install new CONCRETE poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. 2 GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 info(ji)J!olfranJ!enettil1J!. com www.J!olfran!!enettinJ!.com Quotation- Ocoee County -Alternate Bid - Galvanized Steel To: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407-905-3180/407-654-4734 fax ~hayes@ci .ocoee.fl. us The following is our quotation for the installation of new galvanized steel poles and barrier netting. A II our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thankyoufor the opportunity to bid this project. If you require further information or clarification on any of the details listed, please do not hesitate to call me directly. Mark Ramsay QUOT A TION DATE I April 29, 2009 **Materials, Eqmpmen VALID FOR 145 Days t & Labor** PROJECT LOCATION I Baseball field QTY 4 4 8 4 8 8 4 250-ft 200- ft 1 00- ft 4 6 12 6 4 500 2,310ft/2 DESCRIPTION TOTAL 50-ft, Galvanized Steel poles (above grade starting at 20' chain link fence) {BEHIND HOME PLATE} Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5/16" Galvanized Guy steel 114" Galvanized Guy steel Y2" 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5116" Preforms 1/4" Preforms Galvanized snaps NETTING: 3' Skirt System @ 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. Field #1 and Field #2: 35' L x 50' H; 42' Lx 50'H Netting and poles to meet building codes Turnkey OPTION 1: 50'H: **$41,000.00** Turnkey OPTION 2: 60' H: **$53,000.00** Turnkey OPTION 3; 70' H; **$64,000.00** ** Any severe ground conditions which will require additional equipment and or manpower will be extra.** **Scope of Work for netting structure: Install new GALVANIZED STEEL poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. 2 GOLF RANGE NETTING Specializing in Golf & Driving Range Netting & Lighting 40351 US Hwy 19 N., Suite 303, Tarpon Springs, FL 34689 Office: 727-938-4448 Fax: 727-938-4135 inf o(WJ!olfranJ!enettinJ!. com www.J!olfranJ!enettinJ!.com Quotation- Ocoee County- Wood -Alternate - Retractable To:: Ocoee County Parks & Rec. 1820 AD Mims Rd Ocoee, FL 34761 407 -905-3180 / 407-654-4734 fax jhayes@ci.ocoee.fl.us The following is our quotation for the installation of new wood poles and barrier netting. A II our structures are designed and built to the highest quality specifications/standards as demanded in powerline usage. Thank you for the opportunity to bid this project. If you require further information or clarification on any of the details listed, please do not hesitate to call me directly. Mark Ramsay QUOTATION DATE I April 29, 2009 **Materials, Eqmpmen QTY DESCRIPTION 4 60-ft, class 1, wood poles (above grade, starting at 20' chain link fence) {field 1 & 2} Double Helix Anchors 5' Extensions Triple Eyes Curved Williams Fittings Flat Guy Hooks Guy Guards 3/8" Galvanized Guy steel 5116" Galvanized Guy steel 1/4" Galvanized Guy steel W' 2-bolt clamps 3/4" Unthreaded Eyes 3/8" Preforms 5116" Preforms 1/4" Preforms Galvanized snaps 5116" Aircraft Cable Retractable winches Shive blocks NETTING: 3' Skirt System @ 3/8" rope barrier, 320 LB. 100% NYLON netting, high temperature jet dyed. 5-year warranty. RETRACT ABLE NETTING TO BE LOWERED PRIOR TO 70 mph WINDS. Poles and netting to meet building codes. Field 1 & 2; 35' Lx 50'H; 42' L x 50' H 4 8 4 8 8 4 300-ft 300- ft 150- ft 4 6 12 6 4 500 300-ft 4 8 2,310 ft/2 VALID FOR I 45 Days t & Labor** PROJECT LOCATION I Baseball field TOTAL Turnkey OPTION 1: 50' H **$31,000.00** Turnkey OPTION 2: 60' H **$36.000.00** Turnkey OPTION 3: 70' H ***NO BID*** **Any severe ground conditions which will require additional equipment and or manpower will be extra.** **Scope of Work for netting structure: Install new wood poles. We use 3/4" hardware on all dead-end poles and 5/8" hardware on all in-line poles. Install custom designed jet dyed, all the way through, NYLON netting panels with a 3/8" solid rope border using galvanized snaps. **Note: All of our crews are certified Powerline man with over 52 years combined experience including 16 years in the netting industry. 5-year warranty on netting 5-year warranty on labor and material Turnkey Price includes: Poles, hardware, netting, snaps, equipment rental, & labor. www.sunbiz.org - Department of State Page 1 of2 .~ -4.,~1I',-.~ . FLORIDA DEPARTMENT OF STATE ^- .~~/~.:~~. if. tli DIVISION OF CORPORATIONS ?i{nb~ .:-i!Fjj~. '-if;~1%;~ ~ .- ~oIO_" _., ..",.,-- ~ -- ~"""''''' ~.. ~~~.."~... .:b'~ Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List Return To List No Events No Name History Detail by FEI/EIN Number Florida Profit Corporation GOLF RANGE NETTING, INC. Filing Information Document Number P00000080600 FEIIEIN Number 593669127 Date Filed 08/21/2000 State FL Status ACTIVE Principal Address 40351 us 19 NORTH 303 TARPON SPRINGS FL 34689 Changed 04/21/2002 Mailing Address 40351 US 19 NORTH 303 TARPON SPRINGS FL 34689 Changed 04/21/2002 Registered Agent Name & Address RAMSAY,MARK 40351 US HIGHWAY 19 N, #303 TARPON SPRINGS FL 34689 US Name Changed: 07/19/2004 Address Changed: 07/19/2004 OfficerlDirector Detail Name & Address Title P RAMSAY, MARK 40351 US HWY 19 N # 303 TARPON SPRINGS FL 34689 Annual Reports Report Year Filed Date 2007 03/21/2007 2008 01/04/2008 2009 04/28/2009 Document Images 04/28/2009 -- ANNUAL REPORT ~~w:rn~mz;J.9.LrIr!i~M!Bi1 01/04/2008 -- ANNUAL REPORT.!~!;}ltm;~IInfiq~tf,gr.m~.~1 http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inCL doc _ number=P000000806... 5/12/2009 www.sunbiz.org - Department of State Page 2 of2 ~"'...~. ,oc4;'~'''''.~ ~~~I 03/21/2007 -- ANNUAL REPORT : 'Yitl:u,Jroa9!}~Jn~Pt.P.Ji!PJm~.t ":,,, 04/25/2006 -- ANNUAL REPORT ~~r~WJ1U~,,{[eillID.i~@.fmm.1 04/15/2005 -- ANNUAL REPORT ~~~J1.'iiia~mRg,"ijjjg[mm_1 . . . .!;'~/'lfWI"'~~~1 ~o4\m'''_1 07/19/2004 -- Off/Dlr Reslanatlon '.llii( '}:~!~ .J!l"g~,laJilIP.~12r.m~! " 07/19/2004 -- Reg. Aaent Chanae i~~~~lm.nn~~~l.6.'lRP.fili.(Q:ctffi!t~j 07/13/2004 -- ANNUAL REPORT,t.~. e_~lje~n)f.!,~;i!i~,:i' 04/21/2003 -- ANNUAL REPORT ~f~~~I~Ykjmrgl!i)'iQflJJgm!m. 04/21/2002 -- ANNUAL REPORT fIli.\19)eNlma"'e:JDleID.:"fo~~ar~1 . ... .' ...,,__9.. ,.,~1t~JrlTL jl 09/17/2001 -- ANNUAL REPORT .i~/I~""I:IM~a..itJnlf"'l?lDf,lfo~"~~~~~~ . ,~'l'J,.. ~;i,\Uj,,,9~_,,...,.I., ..,.tlf. "m.",,' oj!:.!! lI.vr~l- 'IDiffl"~ODI":C-~""iji-'1 I .. 53 .Jod!!.. ...,",J;l.llt;..::\l~t9lro~~ , H 08/21/2000 -- Domestic Profit Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List No Events No Name History I Home I Contact us I Document Searches I E-Filing Services I Forms I Help I Copyright and Privacy Policies Copyright @ 2007 State of Florida, Department of State. httn:/ /www.sunbiz.ofQ./scriots/cordet.exe?action=DETFIL&inq doc number=P000000806... 5/12/2009 City Manager Robert Frank Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift Florida CITY OF OCOEE INVITATION TO BID #B09-03 SORENSON PARK BACKSTOP EXTENSION City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org BID DOCUMENTS 3 5 thru 8 9 thru 19 *19 *20 Legal Advertisement Invitation to Bid #B09-03 General Terms & Conditions Subcontractors/Equipment Listing References/Summary of Litigation/Acknowledgement of Addenda SCOPE OF WORK/BID FORM 21 thru 23 *24 *25 Scope of Work Bid Form Company Information/Signature Sheet *Submit with bid END OF TABLE OF CONTENTS B09-03 Sorenson Park Backstop Extension 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B09-03, SORENSON PARK BACKSTOP EXTENSION, no later than 2:00 P.M., local time, on May 5, 2009. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida (City), in conformance with its policies and procedures, is soliciting bids from qualified contractors to construct a vertical extension to the two (2) existing baseball field backstops located at Sorenson Park in north-central Ocoee at 755 Bob Sorenson Lane. The backstop extensions are intended to enhance the safety of spectators, other park users, and residents bordering the park by stopping foul balls from exiting the field of play. The overall intent of the work under this Invitation to Bid is for the prospective contractor to design and engineer the extension to meet the identified safety needs, and to provide the materials and labor to install the approved system. Pre-bid Conference: A non-mandatory pre-bid conference will be held on April 21, 2009 at 10:00 a.m. (local time) on site at 755 Bob Sorensen Lane, Ocoee, Florida 34761, near the home plate area. The site will be available for a walk-through immediately following the conference. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. Bid Security: A certified check (no personal or company checks) or bid bond shall accompany each bid, no cash accepted. The certified check or bid bond shall be for five percent (5%) of the bid price and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Each Bidder shall submit one (1) original and two (2) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City of Ocoee, Attn: Crystal Conley, Purchasing Technician, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the documents required for submitting a bid through OnvialDemandstar by accessing the City's website at WWW.ocoee.org under Finance/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using OnvialDemandstar, prospective bidders will be provided with all addendums and changes to the applicable bid; fees may apply for non-members. Membership with OnvialDemandstar is not required to submit a bid. For those without access to a computer, a public computer is accessible at Ocoee City Hall. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. B09-03 Sorenson Park Backstop Extension 3 A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the respondent qualifies hislher bid by specific limitations. No fax or electronic submissions will be accepted. City Clerk April 5,2009 B09-03 Sorenson Park Backstop Extension 4 CITY OF OCOEE INVITATION TO BID #B09-03 SORENSON PARK BACKSTOP EXTENSION INTENT: Sealed bids for Bid #B09-03 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervIsIon, materials, equipment, supplies and incidentals for the SORENSON PARK BACKSTOP EXTENSION PROJECT for the City of Ocoee as listed under the "Scope ofWork/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Crystal Conley, Purchasing Technician, (407) 905- 3100, extension 1523 and fax (407)905-3194 or email cconlev@ci.ocoee.fl.us, and shall be received not later than April 23, 2009. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (I) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on May 5, 2009. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Crystal Conley, Purchasing Technician 150 N Lakeshore Drive Ocoee, FL 34761-2258 B09-03 Sorenson Park Backstop Extension 5 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of SubcontractorslTemporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. Pre-bid Conference: A non-mandatory pre-bid conference will be held on April 21, 2009 at 10:00 a.m. (local time) on site at 755 Bob Sorensen Lane, Ocoee, Florida 34761, near the home plate area. The site will be available for a walk-through immediately following the conference. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. G. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any B09-03 Sorenson Park Backstop Extension 6 other source by which a respondent receives information concernmg, explaining, or interpreting the Bid Documents shall not bind the City. H. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. 1. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00 and greater) for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this invitation to Bid become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid openine;. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to B09-03 Sorenson Park Backstop Extension 7 readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/hcr bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves thc right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may decm necessary, and may consider any evidencc available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 8 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a Cashier'slCertified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice oflntent to A ward by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS None are required for this project. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the B09-03 Sorenson Park Backstop Extension 9 Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Fonn. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in cOlmection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplieslservices and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. B09-03 Sorenson Park Backstop Extension 10 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: . Compliance with scope of work, specifications, terms, and conditions · Bid price · Warranty offered . Experience with similar work · Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate makelmodel offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, andlor any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: a) A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. b) A Bid Protest: (i) must be in writing (oral protests will NOT be acknowledged); (ii) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and B09-03 Sorenson Park Backstop Extension 11 (iii) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. c) After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. d) A Bid Protest SHALL be limited to the following grounds: (i) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (ii) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 11. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage until the job is 50% complete, then less 5% retainage to be paid when job is complete, unless otherwise stated in the contract. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: . Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and . Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful bidder, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. The contract shall mean a written agreement similar to the ASCE standard construction contract or City issued purchase order. Construction time will be ninety (90) days from the Notice to Proceed. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. B09-03 Sorenson Park Backstop Extension 12 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. B09-03 Sorenson Park Backstop Extension 13 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establislunents and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. B09-03 Sorenson Park Backstop Extension 14 Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. B09-03 Sorenson Park Backstop Extension 15 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. . Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE B09-03 Sorenson Park Backstop Extension 16 . $1,000,000 PER OCCURRENCE $1,000,000 PERSONAL & ADVERTISING INJURY Include Waiver of Subrogation in favor of the City of Ocoee . . 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE 6) Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 17 AkORI). CERTIFICATE OF LIABILITY INSURANCE F~-f9 ""T;~7;:;:) THlS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONI. Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXT1!ND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ::::5 Af~~::I~.~:O:=~:..r l~~-.--- ~~ _e: ! PRoDUCEA IfoisUACI _It Contractor-I Name Addre.. INSURER 0: lHSURCR e TIiE POUCtES OF INSUR,A.HCE LISTED aE\..O'N HAVE !fEN lSSUf".D TO nfE If06SURtD HAMED,l.OVE FOR THEPOLCYPERJOO INDICATED. NO'TW1'TliSTMOIl-iO AJiV RiQUlREUENT, TliiRM OR COHOmON Of AHY CON'tlVCf OR OTHE.R OOCVW::NTWIfH RESPECT TO ~ICH THIS C!.RT1flCA1E MAY BE ISSUE-DOA lrM,y PEAT...I.... Tl-4E IHSUAAHCE N=FORDEO 8YTHE POllClE! 0ESCR18E.OHEREI~ IS SUBJF.CT TO AU Tl-IETERMS. EXCLU!ION.! ANt) CONDITIONS OF SUCH ,:,~:IoGCREGATE lllollTS SHOW"...V...."" "EN REOOCEO BV PAlO et-W3. TP.%'l1'M~~ L TII N$R~ TYJ'! or IN.SyRAhCI POLICY N1JM8Eft I.IMlTI lx ~ERAl \.WlIUTY T E'ACt4 OCCURRENCE "1,000,000 tlAAlXllE'W"""'""-- ~.;""'RClAl. oa<E_lJIJllLllY I PREMISES E.toea.li'~) .50,000 l -I-.J ClAIMS IoWlE [!] OCCUR ""eo E;lP (AnfU\4! .,.,101\1 .5,000 ------ PERSONA\. ~ AtN lHrJAY .1,000,000 GEHEAA/..AGGREO.AT'F. '2.000,000 n~AGGREGATElIMlTnl~ PAOovcn.coWPIOPAOO . s:21 000, 000 i POlICV !xl ~ LDC I I f~ COMBINED SING"E L.rUlT 11,000.000 Cblct:icltJIIQ ~== I 8001\. V IfroIJURY . I cP" Pf'"WI) ..:.-..._- -...--- i X HND MlTOS 800I.Y I'L.!VAY I X NOH--OWNEO AlITOS (P....Q;I~) 1" ; PROPElUY OAMAoOE :' I Ilhr.~"") ! I a......AD'E UA8lUTY I AVTO ONLY. tA oIICClD~NT . -- J R ANY ""'" O~EM THAN .....ce' I ~ ONlY: AGG S I ",e155MGl"LLALWIIUTY I \ I I EACH OCCU":fIlENa: . 1, 000,000 X \!J occ"" n ClAIMS w.OE I AGGREGATE ..2,000,000 I R DEoceTIBtE \ ~-- .1 . .-...~._, "._....~ I . I ,- J I : RETENTlON S I I WOR.KERS COMPI!NSATION Nil) \ -\ X 1r~~"..\~\UJ iO~~ '500,OOQ__: EMP\.OYEAS'L.l.UlUTY E.l. EACH ACCIOENT AH't' pf\OP-RIETOMlARTNE.MJC.eCUT'IVE CFJ:lCfAIIoIEMBER EXCl.UDED? E.L,DISEASE.UfiWl,.OYe.e s 500,000 ~~~~S~ ! 1i.1..~EAS&.pOlICYU"IfT' S 500,000 OTHtft I Builder. Risk I ADy 1 Loc 100,(0) ADv 1 Ooc 1,000,000 DUCRlf'TlON 01' OP'EUTlCH! I L-OCATIONS I VEHlCI..U IIEXCLUStON!$ ADOE.O IV ~OOR$EU'MT' Pf(>>I.'A:OVISK)IiS The insurance evidenced by this oertificate sball name tbe certificate holder. as an addi tional insured on the GenerAl Liability & ~rellA Liability. Workers- Compensation, Itmployers . Liability' aeneral Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The cartiticate bolder is added a8 a rme:l :irsnrl fir ~ RiSt. COVERAGES CERTIFICATE HOUlER OCOBEOl CAHCEllAnON I>>O\Il.D Nf't OF THE A8OVI: DUCRJeSo 1JOl..JC7U et CA/'lCl\.LID t1lMJRl1l4E WlMTlOII. DATI THPE:OI". me; 1S8"'~O INSUIUR WILL eNOEAVOR TO MAR. ~ DAYS WJUTrEH NOTClTOllil C!Rl1F1CAn HOI.D'ffl NAMIC TOTtlI un. aUT FAn.URf. TO DO $0 S.u.Ll. IMPOSt NO OIUOAl'lOH OR \.JA8A,.trY Of ANY KIND UPON ~I! lHSURfR. tT5 AGOOS OR AEPRE!-!NTATJVU. AVTHOIUZ.f.D JIltl"UiJEJ(T ...TNE City of Ocoee 150 N. Lake.nore Drive Ocoee FL 3'761-2258 C> ACORD CORPORAtiON 1 gBl ACORO %5 (20011081 .5'/rMPI.t: B09-03 Sorenson Park Backstop Extension 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESSIFEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. B09-03 Sorenson Park Backstop Extension 19 J 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESSI TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No business Length of time in Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Dated Dated Dated Dated Dated No. No. No. No. No. B09-03 Sorenson Park Backstop Extension 20 CITY OF OCOEE #B09-03 SCOPE OF WORK SORENSON PARK BACKSTOP EXTENSION A. INTRODUCTION The City of Ocoee (City) seeks to construct extensions to the existing 20 foot high, chainlink backstops that are located on two baseball fields in Sorenson Park, 755 Bob Sorenson Lane. The backstop extensions are intended to enhance the safety of spectators, other park users, and residents bordering the park by eliminating foul balls from exiting the field of play. The overall intent of the work under this Invitation to Bid is for the prospective contractor to design and engineer the extension to meet the identified safety needs, and to provide the materials and labor to install the approved system. The chainlink backstop for each of the two fields in Sorenson Park consist of two sections extending in the direction of both foul line fences plus a central section at a 45-degree angle to the foul lines. Although the term "backstop extension" is used to describe the structure, it will not be structurally integrated with the existing chainlink fencing that forms the existing backstop. The backstop extension will be located behind and parallel to the backstop using its own structure consisting of poles supporting suitable netting. The netting shall be attached to the top of the existing backstop to prevent a baseball from falling or being trapped between the backstop and the backstop extension. A complete backstop extension will extend the full length of the eXIstIng 20-foot-high chainlink backstop, which extend approximately 119 linear feet on Field No.1 and 126 linear feet on Field No.2. Alternatively, as necessitated by budget constraints, the City may elect to construct only the central portion of the backstop extension, which will be 35 linear feet on Field No. 1 and 42 linear feet on Field No.2. Prospective respondents should verify all distances. Backstop extension support poles shall be concrete. Wood poles and/or steel poles may be proposed as an alternate to the concrete poles. Poles shall be designed and installed to meet local, state, and federal codes and regulations, and manufacturer's recommendations. All construction is to be in conformance with applicable building codes and any structure subject to those codes shall be fully described in shop drawings signed and sealed by a Florida- licensed engineer. Each respondent shall provide a minimum of one-year warranty on all work performed, five- year warranty on netting and attachment materials, and 20-year warranty on structural components. B. PROJECT REQUIREMENTS The following requirements apply to the backstop extension: a) For the Base Bid, the backstop extension shall extend horizontally the full length of the existing 20' high chainlink backstops, which is approximately 119 linear feet on Field No.1 and 126 linear feet on Field No.2. Contractor shall verify all distances. B09-03 Sorenson Park Backstop Extension 21 b) For the Bid Alternate, the backstop extension shall extend horizontally only along that portion of the 20-foot backstop that is at a 45-degree angle to the foul lines; i.e., that portion of the backstop directly behind home plate. For Field No. I, the distance is 35 linear feet; for Field No.2, the distance is 42 linear feet. c) The preferred configuration will utilize concrete backstop extension support poles. Wood poles and/or steel poles may be proposed as an alternate to the concrete poles. Poles shall be designed and installed to meet local, state, and federal codes and regulations, and manufacturer's recommendations. The selected Bidder will be required to supply construction plans signed and sealed by a Florida-licensed professional engineer. d) Netting shall be appropriate for outdoor baseball backstop applications and shall be weather resistant and UV treated. The netting shall be twisted knotted nylon with a minimum average 325 lb. single mesh breaking strength; 1-3/4 inch square mesh with a rope border used for baseball barrier. e) Netting shall be black in color. f) The extension shall include mechanisms to provide quick and easy lowering and raising of the net. g) All construction is to be in conformance with applicable building codes and any structure subject to these codes shall be fully described in shop drawings signed and sealed by a Florida-licensed engineer. h) Contractor shall provide a minimum of one-year warranty on all work performed, five- year warranty on netting materials, and 20-year warranty on structural components. i) The completed structure shall be aesthetically pleasing and structurally sufficient for the intended purpose. j) The contractor shall have a minimum of five years experience installing similar backstop systems. C. BID REQUIREMENTS In order to provide the greatest flexibility in the ability of various suppliers to propose to do the work, the Bid Form has been structured to allow a Bidder to indicate a price using the variables of pole construction, extension height, and extension length. The Base Bid will result in a backstop extension on both fields that covers the full length of the 20-foot chainlink fence backstop using one of three pole types at three possible heights. The Alternate Bid will result in a backstop extension on both fields that covers the length of the center portion of the backstop on both fields using the identified three pole types and extension heights. Each Bidder must provide a Base Bid price for at least one pole type and one backstop extension height. Each Bidder may additionally enter a bid price for the Alternate Bid for at B09-03 Sorenson Park Backstop Extension 22 least one pole type and one backstop extension height. A single Bidder may offer a bid price for any number of additional pole types, extension lengths, and extension heights. The City of Ocoee plans to award the project so as to maximize the effectiveness of the backstop extension within the available budget (i.e., by maximizing height and length), considering both the aesthetics and maintenance costs of the supporting system, particular pole type. (remainder of page left blank intentionally) B09-03 Sorenson Park Backstop Extension 23 BID #B09-03 SORENSON PARK BACKSTOP EXTENSION BID FORM Base Bid - Full Length of Backstop on Both Fields 1. Base Bid - Concrete Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height. .......................... .................. ...$ c. Seventy Foot (70') Height... ...................................... ....$ 2. Base Bid - Galvanized Steel Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height............................................ ....$ c. Seventy Foot (70') Height................................. ......... ...$ 3. Base Bid - Wood Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height............................................. ...$ c. Seventy Foot (70') Height................................. ......... ...$ Alternate Bid - Backstop Directly Behind Home Plate Only 1. Alternate Bid - Concrete Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height............................................. ...$ c. Seventy Foot (70') Height.......................................... ...$ 2. Alternate Bid - Galvanized Steel Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height............................................. ...$ c. Seventy Foot (70') Height......................................... ....$ 3. Alternate Bid - Wood Poles: a. Fifty Foot (50') Height................................................$ b. Sixty Foot (60') Height............................................. ...$ c. Seventy Foot (70') Height.......................................... ...$ B09-03 Sorenson Park Backstop Extension 24 BID #B09-03 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/COMPENSATION FEE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual; _Corporation; _ Partnership; _ Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification Notary Public - State of County of (Type of Identification) Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B09-03 Sorenson Park Backstop Extension 25