HomeMy WebLinkAboutItem #04 Approval of Award of Bid #B10-01 Priaire Lake Park on Lake Hackney to the Watauga Company in the Amount of $231,540.36
Meeting Date: December 1, 2009
Item # 4-
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
#H:~
~
Subject: Award of Bid #10-01 Prairie Lake Park on Lake Hackney
Background Summary:
Bids were received for the construction of improvements at Prairie Lake Park. The project consists of furnishing
the labor, material, equipment, tools, services and other incidentals required to construct improvements to the
Prairie Lake Park. The construction consists generally of site preparation, demolition, storm water, construction of
new asphalt drive, concrete walks, fencing, restroom, volleyball court, basketball court, bike rack, nature trail, and
landscaping.
Issue:
A ward the contract for the construction 0 f improvements to Prairie Lake Park on Lake Hackney to The Watauga
Company.
Recommendations
Staff recommends that the City Commission award Bid # 10-01 to The Watauga Company in the amount of
$231,540.36, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the
required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve
change orders to this contract up to the limit of his purchasing authority and up to the budgeted amount for this
project.
Attachments:
1. Bid Tabulation
2. Watauga Bid
3. Addendum # 1
4. ITB #B10-01
Financial Impact:
This project will be funded in part by the Florida Recreation Development Assistance Program (FRDAP) grant in
the amount of $200,000.00. The remainder, $31,540.36, will be funded from recreation impact fees.
Type of Item: (please mark with an "x'J
_ Public Hearing
_ Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerk's Deat Use:
Consent Agenda
Public Hearing
Regular Agenda
~ Original DocumenUContract Attached for Execution by City Clerk
_ Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~M
N/A
N/A
N/A
2
City Manager
Robert Frank
Commissioners
Garv Hood. District 1
Rosemarv Wilsen. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mavor
S. Scott Vandergrift
STAFF REPORT
DATE:
The Honorable Mavor and City Commissioners
Joyce Tolbert, Purchasing Agentq-
December 1, 2009
TO:
FROM:
RE:
Award of Bid #BIO-01 Prairie Lake Park on Lake Hackney
ISSUE
Award the contract for the construction of improvements to Prairie Lake Park on Lake Hackney to The Watauga
Company.
BACKGROUNDIDISCUSSION
Bids were received for the construction of improvements at Prairie Lake Park. The project consists of furnishing
the labor, material, equipment, tools, services and other incidentals required to construct improvements to the
Prairie Lake Park. The construction consists generally of site preparation, demolition, stormwater, construction
of new asphalt drive, concrete walks, restroom, basketball court, bike rack and landscape.
The bid was publicly advertised on October 18,2009 and opened on November 10,2009. There were a total of
nineteen (19) bids received, with one bid withdraw. The lowest three (3) bids are:
Bidder
1. The Watau a Com an
2. Pillar Construction Grou LLC
3. Flores & Harper Construction Co.
Total Bid
$231,540.36
$235,972.87
$244,800.19
Other bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review.
The Parks and Recreation and Finance and Engineering Departments reviewed all bids received. It is staffs
opinion that The Watauga Company offers the lowest responsive and responsible bid in terms of qualifications
and price. The base bid was in the amount of $231 ,540.36. Our evaluation of the municipal experience,
reputation, and financial condition of The Watauga Company indicates that they are capable of completing the
work required.
The bid is well below the Engineer's construction estimate of $350,000.00. This project is funded by the Prairie
Lake Park Improvement project budget through the Florida Recreation Development Assistance Program
(FRDAP) grant.
1
~~~[Il
~O'~a:
a; ~ ~ ~
o ~
~ Qi
:I: ~
~~
<g.~
~~
III ~
g g.
<:: <1>
~~
III =l
a~
"0 !:.
::l, III
n ::l,
<1> a.
~m
Q g
.g 2:
III C.
~ 0'
iI3
o '
::l
in'
[[
,i'
:r
<1>
o
a.
~
~
~
!!i
t7
c:
o
"0
<1>
::l
:;'
'!"
~c:
(l) n
'" (l)
-::l
gg:
a n
(l) :r
",<1>
3.R-
!" '"
<::
t7
3
..
<1>
C.
0'
3
'"
Qo
<1>
;;-
a
::l
n
<1>
'"
<
(l)
~
<1>
C.
o
::l
-<
o
::l
d~~~~~
>=Oa~"~
r-s'S"ma"
(tI (tI CF m
[Il [Il <:: 3'
III III '"
;l-:r :r
Z Qi"
<:: (J)
:g 8.
<1>
lit
~t1J~~-i
~Q.oo@
8 iii" ~ ~ ~
a. a S' S" :0
is' 5' 5" ~
g :::::.g
(tI ~ g ~
<1> (l) <1>
!.t~
~~~
~ CD ~
Qo a
~ ~
S" S"
10 10
10 n
III <1>
m ::l
~ !
<1>
::l
~
~g'~g'~~~~
~~iS~~~~~
!~li!f~3
~ <:: <:: 3 'tl C
Qi-=~~Q)~@
~8~~~ ~
~~-g'='
~ ~ g; ~
- ffi' ~
5 ~
"0
'2.
iD'
S
r "T1
::::" ::I.
(l) ::l
O~
~ @
<1>
01
=~~tjo\wo~~
o
~~~~
::l "C (") n
~ ~. ~ ~
en CD
CD <D
'" '"
III III
;i;= ;t=
m-<~
~ ~ ~
g' g ~
(") Q) g
o -< ;::r
g ~ ~
- '" (J)
tT c)' c
iir ::l 0-
*8~
~ :J a.
3 ii <1>
~ 3"
- <1>
~ ~
'" a
'I'
~
;;-
::l
n
<1>
-<
"0
<1>
~-- mr
r~"'i~~
~cpgi~
g;~~g>
~ l/J ~ <
~-g.tD ~
C/I 9!. a.
<1> - Gl
Ql
'"
'"
'tl
III
;l-
:;'
10
on
<1> CD
3 III
o ::l.
=: :J
g~
2
0-
t7
:;'
10
;:O::OCCl:l>!;!!
g.ml<:!>gc:~O
=cn~:::) en:J
NO::;-cnmO-t
g.~ll~g~>
~-l"Tl::r~c.1lI
<1> 0 ~ ~ ~
gZu>" ~
t7 C.
=: CD
~ a.
g 3
z
!"
"'",
~~
:::jco--w--~c:;~~~~~;~
~U1 0 1\J~U10\0\ ~
m
en
-l
~cl
o
~
C -l
Z 0
...=t z
fA~ ~~~~~ ~
88~~~~~~~~~8888~ 8
ooooo~~oooooooo Cl~~
000000000000000 ~O~-l
a~Q)5.m::o
... -< ~
w ~ ~ ~~ ~ ~ ~ ~~ ~> ~
~~;~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 5
--O\wl\J~mo~ U1CO__~O\O\O\U1o__~al\JgI\JO\~O\col\Jl\Jl\Jooooo Z
~~~~~~~~~~~~~~~~~~~~~~p~~~~~~~~~~~~~~ Z
~8888888~888888gg8g88ggg8g8~ggggggggm 0
C ()
......Z 0
~~ ~ ~~m~~ ~
~g~o~~~~~~~~~88~ ~~
~~~~~b~~b~b~~~~~ c>
000000000000000 ~ ~~
-t:l;aO~-I
Oii)Q):::ImOm
-< c. Zz
M~~M~~~~~M~W~~> no
~~~~~~~~~~~wwm~1 oz
~OOW~WWN~N~~~OO~;:o ~
~ggg~~~~~~~gggg- >
. , , , . , , , , ' , , , , , n z
gggggggggggggggm ~
C"Tl
ZO -l
...=t3 :I:
~ ~~~~~w m
~~ ~~~~~C ~
~O"'''' WON~-W:l>
g~~~~~~=~~~~t~~~N ~
. . . . . . . . . . . . . .. -:I> :I>
gg~g~~g~~~~gggg 3~~~c
-l<1>-:l<1>Cl
OCl.~Cl.cn>
... ...~~ 8
*~~~~~;~~~;~~;~~~ ~
WO~WW~~N~~=W~N~~~ ~
-~~~mcmm~w-mEm~~c
~~~~~~~~~~~~g~~~~ ~
C
z
=t ()
MM~~"tI 0
...... 5"."'P'5";:O::O
~~~~~M~~~~~~~~gn ~m
~o~m~om~~~~oooom ~o
boobo~~~~b~oobb oo_ozo
00000010010000000 ~o~cw
d~Q)am"1J-1
-i z~
... :I> ~ ()
MM;M~~~~~~~~~~~~ -1
~~~~~~~~~~8~ggg~ 0
~PP~P~~~~~PPPPPo z
gg888o~~gggggggm
C -l
Z ::0
~~ ~~~~=i c
~o~~ ~ rn~rn~~ >
88~~~~~~~~~g~~~~ ~
oooo~o~o~o~oooo~ n
000000000000000 m.o
-l::l~o~r-z
SQ)Q)a(l)r>~
... ...... :I> ::0
M~ ~M~~M ~~~M~I C
~~~~~~~9~~9~~~~"tI r>
~g~~~~~~~~~~~~~~ ~
~pp~~~~p~~~p~~~o 0
gg8ggg~8gg8ggggm z
i:flM -Elf 'Efl
W~~~ ~
-EIf-Elf-Efl ~ -EIf-Efl,!')~~~~ ~
~M~~~W~~~~~~~~~~g~~~
000010~~~0~woooooo"'~0
b~bbbbo~b~bobbbbb~bo
o~oooooooooooooooooo
... ...
-Elf ~~MM ~
MEAM M !'>'Efl.?>9"91~ 9
~ ~~~~~~~O~~~OOM~O
g~~~ggg~~~~gggggg~~g
b~bbbbbbooobbbbobbbb
00000000000000000000
...
~ EA EA EA EA
~ EA MEA W~EA ~EA~EAMEA~
~EA9MEA~EA~~EA~!'>!'>~~9"9"~~!'>9
m~m~~om~~ ~~o~~~oowwo
w~m~~ooow~m~oooooo~~o
~OO~~OOONO~OOOOOOOO~O
bbbaobbobbbbooobobobb
000000000000000000000
... ...
... ...... ~...~~~~ ::l
~ _~_~N~~~N~W_~~_
~~~=~~~~g~~mg~~~~~=~
g~~~ggggg~~ggg8g8~~g
...
N ~ ~ ~
w ~ ~~ W~~ _~~~M~~
~~~ ~~~~~~?~~~~~~~~~~
~N~~mmNmmNwm~N~w-~~--
o~~~~g~~~g~~5g~~~~~~~
WQQWWQQOOON~OOOOOO~~O
moommOCOOCQQOQQQCCNCQ
... ...
-"~EAM m
~~M ~ ~~~~~!'> ~
~ N~~~~EA~~~~~88~~~
~~~~g~~~g~~8~8g00N~~
b~obooo~o~oODoobbbbb
o~OOOoo~o~~OOOOOOOOO
...
N M ~ ~ ~
~ ~ ~ ~~ w~ -"~EA~~~m
~~9~EA~EA~~EA~~~~~~~!'>~~~
~~~~~~~~m~~m~~~~~g~~~
",w~"'~000to~t800000~01~
~bbbbboo~b~~bbobbobob
~OOOOOOO~ONOOOOOOOOOO
... ...
~~EAEA ~
~~~ EA ~EA~9"~~~ 9
~MM~~~~~8~~~~88~8~~8
~owmN ~oO~~OOOOOON~O
b~abbbbbb~~bbbobbb~b
O~OOOOOOO~~OOOOOOOOO
...
~ ~ ~ ~
~ EA ~~ W~ ~EA~~~EA~
~EA~ ~~EA~~EA9~~~~~~~!'>!'>9
~~g~~~~~~8~~~~88~8~~8
o~~~~owoooW~OOOOOO~~O
bboobbbobbobbbbbbbbbb
000000000000000000000
:::!!!
::;:0
0-1
0>
(gill
~c
g>
~::!
'0
~Z
~
;;0
~
;;0
iii
>
'"
m
~!;!!
)>0
;;o~
"'Ill
0....
zCP
o
>....
'"
m
::r:
>
n
'"
z
m
-<
~~~lD
~O'PAa:
it) 3 '" ~
. Zg
C;;' 0 a.
[ ~ n1
S" $ ~
g ~~
6 cg. sp.
a ~~
~ Q)'"
g g-
c: '"
3.S"
'"
~ @
"'co
"0 !;;.
:>" III
g ~
9:3:
Q g
~ Q:
III C.
g 0'
m 3
o "
:>
~
i'D
c.
!!!.
CT
a:
o
"0
'"
:>
5"
cp
~c
m ~
-:>
~~
'" "
'" ::T
:h'"
31*
!II '"
c:
CT
3
;;
'"
c.
0'
3
'"
l>O
'"
i>'
it)
:>
"
'"
'"
<
'"
:>"
:h
'"
C.
o
:>
-<
o
:>
d~1'~~5
~:Oa~ll~
r" 3' 5' III ~.
Q) CD C" m
~g' ~3
;l- ::T
Z sr
c: (J)
18 8.
'"
<it
~~~g'~~~
o~af~9!Q'g:
~~~~~
~ ~ ~.g 0' ~ Q
~~~~~~~
OJ=+~!;;.;,?~it)
~88;~ ~
~~~.!
m!.Oo
.!~~~
:h '"
'" ~
0: ~
"0
"2-
C;;"
.e
~1Il02~-i
~ Q.. 0 0 @
oQ)~~~
&a:j":i';;o
m' 3'5'~
~ ~ ~ ~
g g ~
'" '" '"
l-l-~
~!.~
m tD 00
l>O
!!!.
a:
5"
<0
<0
III
CD
!!!.
'"
:>
~
r ."
<" ::::!.
'" :>
org
~:
'"
~
Q.
5"
<0
"
'"
:>
~
01
=~~C,:j01WO~~
o
~~
",0
~ ..... "''''Q:lQ:lQ:lt~
~~~W~8w~*~~~~~
m
CIl
-i
~C
o
~
m
z
<C"l
;U~
O-i
tIl ~~
;ao~mr-
"",,,,,::In>::S<nZ"Tl
~ Sw c. ~5
~ ~ ~~ ~~~~~~~~~~~~ ~ ~~~~~~~~~~~~ r-~
~~~~~~~~?~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 8)>0
m~w~~~w~~~~~01W01 mmwwm~WW0101OOWWOOW0100~ ~ ~
~~~~~~~~~~~~~~~s~~~~~~~s~~~~~~~~~~~~o ~
~88g88g888~8888888g~88g88~~g~~g~88g8m
c
z
<Efl EF,tERERER=i (fJ
ER~ ~~mN~ r-
NERER ERER ~~~~~ 0
WON~ERERER~=ERERw~amo ~
~~~~~~~~. ~~~~~~m z
~~~~~~~~~~~~~8~ m ~
-i~~O~-
Ocu Q) a(/) 5
~ m
ER~ ERERER~~ERERERERERERI ~
~~~~~~~~~~~~~~~~ z
~~~~~~~~~~~~~~~~ 0
~~8~~O;8~~;;;~~a;8~
~ ~
{;A f\,){;A{;A{;A (()
{;A{;A{;A M 1'> ~ ~91~ 9
{;A ~~~{;A~{;A{;AW{;Awmo~ {;AW
~{;AM{;A~O~~~ ~~~OOWO((){;AWW
~OW(()WW~~~w~~m~mm~wwo
~~~~~8~~g~~~~~~~~~~8
~
~ {;A ~ {;A
m M {;AM WM{;A f\,)~{;A{;A (;A(()
~~~ ~~~~~~~~1'> ~~~~M~9
~WOMm~w~m~~~w~wmof\,)~~W
~m~~~o;o~~~~~~~~~~~~~~
~~8~~~gg~g~8~~~~~~g~8
-ER~ ~ ~
{;A{;A..........-.~~ CD
-EA-EA{;A {;A ~~~~~~~ 91
{;A {;A~.....-......-.{;A(()~~~wrn""'-'mmM~m
~(;A~.....-.~o~""'-'o""'-''''''-'o~OOO~'''''~CD
~o~.....-.~o~wo~wo~OOOOW""'-'O
o~oooaooO~OOaOOOON~a
o~ooooooooooooooorn~o
<R ~ ~
~ f\,) .....-.~~ ~
~-EAM ~ !'VEflP..""'-'91~ ~
~ ~f\,)""'-'~~-EA~mWOWO~M~m
~~~~~t~~~~~~~~~~~o~ffi
~~~~mm~~~~~omo~w~~w~
~(()(()~~CDf\,)~f\,)~~~OOO(()(()ON~(()
~
~ ~ {;A ~{;A ~
~ ~ ~~ W~~ N~~Efl~~CD
~~9M~~Efl~~{;A~~1'>{;Ap~?~~~~
t~~o~~~~~~~&m~~~~~~;;;~
~~~O~CD~CDCD~m(()&oo~f\,)~m~~~
~~8~~~~~~~t~~~gffi~~~~~
~ ~ ~
~ WtRtR~ ~
~tR,y,.. tRtR5J1~~.p..~~ ?
Efl {;Af\,)f\,)""'-'~O~~f\,)~OOf\,)O ~o
.p..Efl~~~~~~O""'-'~~ooo~o~wo
~~~~6~~~~~~~66b~6b~~
o~oooooooooooooooooo
~
W M {;A M {;A Efl
W {;A ~{;A~W~ W~M""'-'~~~
~~~~-EA~~~~~91'>EflEfl5J1~~~~~91
~~~~~~~~~8g~~8g8~8t~8
oooooboobabbbooobooob
000000000000000000000
~ ~
Efl I\.)~~~ CD
~~M {;A 1'> !..oJCJ1~W m
{;A ""'-''''''-''''''-'-EACD(;R(;R~-EAW~~'' {;R~<O
W(;R(;R(;RW~~""'-'Of\,)f\,)f\,)mf\,)m~~Nf\,)W
~Of\,)~(()m~mwm~~moo~w~mCDCD
~~~~~~~~~~~~~~~~~~~8
~
W ~ M -EA M (;R
.p.. ~ M""'-' m-EA-EA I\.)Efl-EAM{;REfl~
~Efl9 -EA(;R(;R~~Efl~~1'> WCJ1~W~f\,)m
(().p..~~.p..mW~~CDWf\,)~EflW~~~m~<o
~.p..~~0~~~o8~~~~~~~~~~~
~~g~~~~~~~88~~~~~~~~8
::oenen~~
~cg.~88
a ~ 5" g g
~ <n co (i) @
m m
~ ~
;i= ~
m .., ~
g 3 q
g ~ f(f
(') Q) g
o -< N"
a <n ~
2. g en
2: ere
Q):J g
~ 8 i>>
!a :J g.
g ~
~ ~
"C III
}. ~
N it)
'"
!h.
,.
i>'
:>
"
'"
-<
"0
'"
~ ~ ~
~. ~ ~
~ - 3
g :;;: 1il
'" Ii> "
g'-g.a;
~ ~ ~
OJ
'"
'"
"C
III
;l-
5
<0
mr
III III
;:>'<
::T 0
~ S
o (J)
;l- c:
:<
'"
'<
~Q~~~~~i!;'llJ
3 iR g CIl~ ~ ~ 5" 6
g.S"NC"l-"CIlC1>O-t
g <e. !!!.::O iil C1> " :;: ....
;:]G)c)"=aa.(')~ro"'"
&a:j61~R~llJ
g~fi3~ ~
COo (J) 0.
CT C.
=: CD
~ a
g ~
z
?
c:
z
~~ ~~~~~ C"lo)>
~OEfl{;A (;RtR tnbJCo~'" >
CDm~W{;A(;R(;R""'-'~~EflO~~I\.)~ z(JJQ
~~~~~~~~~WWornCJ1CJ10 >
~~~~~m~~~~~bobom ~>
010~~01W010001~0000-i~~~~~~
Swllla.lJ:-i;S:
~ ~~ > Oc"l
~f\,) EflMEfl (;R(;REfl~tREflr ZZ
Efl~...Io9fA~~~P9..""'-'~.p..1'>~ ~~." ->
~~~~g~~~~ffi~~~~~~ ~~
~~:""'P!J1~""";'J:--"~!J1P~p1!J1()
~g8;:j8~~gg~88888m
c:
z
~~~
~-E;A""'-''''''-''''
(;AM CJ1f\.)~(():::O
~~~~~EfltR~~Efl~~~:.o~o
mf\,):'IWf\,)o.a::..o~.p..""'-'~OWCDm
abooai:XlO1m~01~oobb
0000CJ100~CJ1000000
c
z
Efl~~~=i
~~ ~""'01~"ll 8)>
"'~~~ ~~ o~o~~ zm~
gOf\,)WEfl{;A~""'-''''''-'~-EAOOOO() ~
o~~~~~b~ob~~~~~m ~~~
000000000000000 ~tIl~c:z)>
d~w~lJ:~Hl~
-i O::Om
{;A~ (;REflEflEflfAtRtR~~~~~ ~~~
~!".~~. .~."'S1>5l'. :"!'>......9'9;g z 5>
~88rn~~~~~~~8888n 0 Z
obbooabooaaoobom
000000000000000
~ <
Efl6l't~ =i ~
{;A fA ~m""'-'", o.
t~~~-EAfA(;R~~Efl~~~m:::o ~~
~~(()~w""'-'m~f\,)CDO~rn~~O mO
b~~b~~~w~' ~~~~bm I~
f\,)~m~O(()OO~Wm~N~O m Om
-i~~o~"llCll
Ollllll~",;S:-1
-i c. m>
~ ~~ ~ ~ ~ ~z
~M~{;A~~~~~~~~~~'" z~
w~~~o.....~m"'0101..........m ~ C"lc"l
~~;:j~~~g~m~~~~~~~ . ~
~~8~~~gg~~~~~~8 m
~~
::'0
O-t
a>
CQllJ
!';lc
gS;:
"C:::!
. 0
1!=z
"C
::0
~
::0
m
s;:
"
m
"C~
>0
::0'1:1:
"llJ
0->-
zl?
o
s;:->-
"
m
:I:
>
(")
"
z
m
-<
~[~m
:o~c:
Cil~~~
o 9'
~@
~~
~~
~~
[~
'" ~
g g-
c '"
~ ~.
~ ~
"'10
"0 So
:J. III
n :J.
'" c>.
9:Ul
Q g
~ g:
III a.
~ 0'
~. '3
o.
:J
iir
m
a.
,r
9'
'"
o
a.
~
n
!!!.
I[
~
C-
O;
o
-g
:J
or
'!'
~c
'" n
I/> '"
-:J
9'1/>
~ '"
'" n
'" :::r
='"
39-
!" I/>
C
0-
3
a
~
0-
~
go
Cil
c;-
Cil
:J
n
'"
I/>
<
'"
:J.
=
'"
a.
o
:J
'<
o
:J
d~~~~5l
~:U~iU,,5:
I ~. ~. ~ ~ ~3-
OJ OJ c
'" '" I/>
;l-:::r :::r
Z iii'
c Ul
:g 8-
(l)
!if
~m~~-i
~ Q. (") (") Q3
8Ql5f5f~
a.as's')J
CO' S" S' ~
::J "'...- (t)
2 ep_'C
~ ~ ~
(l) (l) (l)
~ ~ ~
cQ-cO'&
!.!.~
3: (t) go
go Cil
~ -K
S' 5'
ce ce
ce n
'" (l)
m :J
!. !
(l)
~
~~~~~EJ~
o~iD~i[Q'n
gt'D~~Q)'~
CDaQ)O0':::1 Q'
o.~=~g~::I
CT88~aa1Q)
~C:3.3-octC
Q3.=_E.Q)~m
(") (") 8 0': ~_. q
...-o3-go ~
~j~':'
!~~~
~ ~
a: ~
"0
"2-
~
r- ."
:C' ::::J.
(l) :J
o 'a:
~ @
(l)
U1
=~~tj01WO~~
o
)JC/.lC/.l~~
3: <S' g (") (")
=r ~ '2, 0 0
8 ce :J ~ i'l
3 (t) co (t) @
(i CD
~ ~
'" '"
~ ;t=
OO;:C;UCOJ>Ol
3 m g. m~ ~ a: ~ -
O::::J.::cnc:~CIJ~C
a:c5~~nr~~~-I
g(;jg-a.()c:",)>
2 2.::!l"TI ::TLi:},~ Ol
g:;'O~~I'CD
~'gZUJ;1t:' ~
0- a.
:: CD
S1 5.
g ~
Z
P
m -i
g ~
g' Q
8 ~
a (l)
Q. g
g;: c5'
'" :J
~ g
~ :J
3 ~
~ ~
'tl '"
./. ~
'" Cil
If
~
c;-
:J
n
(l)
..,
"0
(l)
q~~~~~
~3''fb'is
[a=30C/.l
N~iJ;"al;l-~
~g>~~ ~
en (I) Q!. a.
g (t) - ~
~ g:
(l) 'tl
'"
;l-
5.
ce
"'",
~~
",0
::j<O~w~--.J~~~~~~;~
J::l,.01 gWN8;010101 ~
m
(Jl
-t
~d
o
;;1
-t
o
~ >
~ ER-MEA-MEA EA r-
EA{fl9lEA.!'>~~N.--.J~EA.!'> "'C
~o)--.JWON~OWO>--.J ::::a
~g~$t~88t;~g~~~~n
CcooCcoenoo:....a",ooooom
<OOOCDOCD0001000000
C OJ
Z >
'" =i ;U
~~~$"'C ~
~~EAEA EA ~OW~~ n
O1tNWEAEREAER~EAEAWO~CDn C
~. ~~~P~~P~~~~~~m 0
g8gg~~g~~oo~g8g8 ro~~
d~~g~c
~Q) c.. j=
~"'~ "'''''''~~'''~~~'''~~~~~~~~'''~'''~~~~~'''~~~~~~ ~
~~~~~~~~~~ffi~~~m~~~~~g~~o~~~~~o~o~8~~~ n
~--.JOWW01CDON~<OWWONWO~OO~--.JtO<O~--.J01No~~mON01n 0
~OO~CcoobwomNoooooobooobooenmb~owNOboom ~
WOON<OOOO~OCDOOOOOOooooooooOOOOOCDCDOOOO ~
'" '" ~ ;::
Yt Yt EA ~ ~~~~ ~EA~ ~~~~=i 93
EA ~~~EA~YtEA<OEA~OW--.J EA--.J~~~~~~ER~~~~t~~~~ nn
~~~~~~~og~=t~~~~~~~~ - 0- 00
b~~enoM~Mo<O~OOo~oowbo~~w~~~~:~~~~~~~n ~Z
OO>J::l,.~oooo>om~OOONoOooootON~WO>~W~Nwm~ONm ro ~nO
-t::l~O-<>
OmQ)~mZZ
-t a.-<(Jl
'" '" '" '" > Z ;d
EA~~~~9~9~~?~~ (')C
~~~~~~~~t~~~~ . ~
~~~~~~~~~~~~n 0
~~m~~gN~~~8~m Z
c
",Z
~~ ~~~o;=i
O18~~~~EAYtYt(;AEA~~88~
~~~~~t:~~~~~~~~~~
OOOOO~OOOOOOOOO
'"
'" ~ '"
NEA(;AEAN<O
O10WCD010
o~booo
0010000
'" ~
(;A (;A ~Vt !JJ
~EAWVt{;R<O~ --.J EA
O1~01~~N--.JMEAEAO(;ANEA
b~~~b~bbbb~b~b
OW0010000000000
~
~ER~ ER~EA~~ER~~~~ ~~~
~~~~~~ffi~~m~~~~EAEA~~~(;A
O101~~~00~0010W--.J~~~ONO~
bbaooooCcoooooobobabb
OOOOOOOCDOOOOOoooOOOO
'" '"
(;A ~EAEAEA <0
EAEAEA EA ...NEA.:"S"!--!.11 9
EA ~N~EAW(;AEAW CD010MEAO
NEA(;AERCDN~ W~~~01m01~N~WO
~owm01O>OO~WN<OONWO~~OOO
oNwmooo~ommboooooooo
OO~WOOOWO~CDOOOOOOOOO
'"
N EA ER EA
m ~ ~EA WEAEA ~EA(;AEA EA--.J
S"EA~ EAER(;A~~EA~.!'>~ 9l9l~!JJ~.!'>~
~N~(;AmO>Nmo~NCD<O(;ACDOW~~01--.J
~~~8~~~~~g~~t~~~~~~~~
Moo~~oenbwo~MoOo~bo~oo
NOONNOOO~ONOOOONOONOO
'" '"
EA ~EAEAEA --.J
(l'tEAE;R EA .!'JEA9l~~.!'J CD
(;A ~ ~EAWEAEA~N0010W EAa
~~~~~8~og~og888gg~=8
8~g~888~8~~888888~~8
'"
N EA EA Vt
W ~ (flEA N(;AEA ~EAVtEA(;AEA~
!.11EASOEAVtVtEA~S>>tAS>>.!'>.!'>EA~~!>>.!'>~ .~s>>
~~~~~8g88~~8888888~~8
~obaNobo~oN~OOooboo~o
--.JOOO~OOOO>O~OOOOOOOOOO
'" '"
EAERffl ~ ~EA~~~P; ~
Vt NN~EAOEAEAoomw<o~~ EA--.J
W{;R(;AEANN~~--.J~~~<OW~O~(;AN01
<OO~OOOO~O~WNO~01~0101~W~
~~~~888~g~~~~~~g~~~8
'"
N EA EA EA EA
t(;A9(;AEA~~~~~~~~EA~~~~~~~
oo~m~m~m~wo~<ooom~<o~~rnN--.J
g~~~~8~~~~~tj~~~~~~~~~
~~8~B888~g~~~~~~g~~~8
c
z
=i
'tl
~~EAER :3!
~~~~~~~~~~~~~~~~
~g~~gffi~g~~~g8gg
ai
is
::E
=i
I
C
~
>
::E
z
en
o
enC
m-t
;UI
<m
-~
0Z
rnro
_C
z-
05
z
Gl
...
...
.
...
...
.:.
'"
'"
'" '"
EA.!'J .~
<Xl~<O
'" ~ '"
<Xl <0 ....
w~o
"'00
'tl
;=
);
Gl~
;lJ()
f;'g'-<~~
~a~ ~cn-t
'" ,
,;lJ
()C
()
-t
is
z
-t
o
-t
'" "'>
EA~;EA~~~~~~~~~~~~
~88~8;cD~~~~~~~gg::t]
~~p~~~~~~~~p~PPn
g8ggg~gggggggggm
c;::
Zen'
~~~~=i~. (')"Tl
~~(;AEA (;A ~owm"'C~ ~5
~~~~~~~p~~~~~~~~~ ~~
~g~o~~~~~~~ggggm3>ro ~rn
-twoo-<CQO
oS:~.am ~I
'" >> iS~
~ ~~~~~~~~~~~l z~
t~~t~~~~~~~~~~~~ 8~
~~p~~~~~~~~~~~~n .
~gg~~~~~~~~g8g~m
=~
::;:0
0-1
0)>
IDOl
!':Ie
:5>
"C:::!
. 0
~z
"C
~
~
m
>
"
m
"C~
)>0
::tl'l:l:
"Ol
0.....
z'?
o
>.....
"
m
:I:
)>
(")
"
z
m
-<
~~~ro
: S'PA a:
ii1~~~
o ~
~ @
$~
~~
cg.Q?
~~
III ~
g g.
c: '"
a 0
en _.
III =l
(O~
"0 Eo
:J. III
o :J.
'" '"
9:~
Q g
-8 Q:
III C.
g 5'
~. 3
o .
:J
in'
..
c.
5'
S'
'"
o
a
~
o
!!!.
to
c.
~
0"
0:
o
"0
'"
:J
5'
cp
~c
m g
~:J
;:f~
'" 0
'" ::T
=>>'"
3F-
!" en
c:
0"
3
:=
'"
c.
0'
3
en
00
ii1
10
ii1
:J
o
'"
en
<
'"
:J.
=>>
'"
C.
o
:J
.:;:
o
:J
d~~:;;~5
~~~~Ila
r-~.~.~~QJ3m
ro ro c:
~~ ~
Z iii"
c: en
co 0
co c.
'"
vr
~(DO?~-f
:.e Q. (") (') QJ
o Qi" ~ ~ ~
g, a 5" 5" ::0
CD' 5'5'~
g ""m
m ct[~
g (") Q.
'" '" '"
tt~
~~~
11 CD go
00 ii1
~ -K
5" 3"
co co
co 0
III '"
.. :J
~ !
'"
~
~~~~~~~
~~~~~Q'g:
ti)'ETgo=:::sQ'
c.~=~ge-::s
~g8Q3s.me-
m c: ~ ""C q ~
@.=: n ~ ~_" ~ ...
~8~"Eo ~
~ "!1. -a :J
CD~gO
.!.~m~
=>> '"
'" ~
a: ~
"0
"!1.
(6'
.eo
r- ."
:C" ::I.
'" :J
o~
III
,.. ii1
'"
C11
~0Jr\J""'" ...,l........
-l.~Q:)WU1WO~....lo
o
~~
;:::C;:CCOJ:l>m
~rn~~~~6
N n:::;, c.n m 0 ----I
~;:!!~l1>g~)>
~~619p'~m
~03~ l1>
gZen'" ~
0" a.
~ ~
III a.
g ~
Z
9
m-<~
~ ~ ~
g Q ~
(") Q) g;
o -< ;:r
~ ~ ~
~ S' g>
Q) :J g
~ 8 @
-ag.
g Q.
~ ~
~ ~
I\) ii1
If
!!?
;;
10
:J
o
'"
~
'"
~~~
~ ~ b'
g :I> ~
" U'J ~
ro-g...
~ 9!. a.
'" - Gl
Ql
en
en
"tl
III
;I-
5'
co
mr-
III III
g~
:e S
o en
;I- c:
<
'"
'<
on
3 ~
o :J.
= :J
g. ce.
:J Gl
2
0"
0"
5'
co
;JJ en en
m<g'-588
~~:rgg
~m(Q@m
co CD
~ ~
~*
"'",
:::::.....lo............IIo....a.-a.....lo
",0
~tO..4w....lo;3-lo~~g:;~~;~
~01 OWf\)8;010101 ~
m
III
-l
~d
o
~
o
Gl
III
o
m
<
OJ m
-I~;;;?.o~5
o","'iS.en-u
."." .".,,~ s:
~ ~....lo~~~~~~~f\)....lor- m
~~~~....los~~~~~~~~~~ ~
O~""",w01Q:)wWmf\)~OOOO1~ Z
~~b~~~~~~~~~b~b~ p
000<00001001000000
c: III
M ~ tR ~z (')
~~~ ~ ~~~~~~ ~~~ ~~~~~ ~
~ f\)f\)......~tO~~....loW~W~~~~~~~~~ ~~~ ~w~~ I
~~~~~~~~~~w~~~~mo~~g~~~~~~~~~~~o~~t~ ~
o~oooooooobooooooooooooooooobooobbo~ ~
o~ooooooooooooooooooooooooooooooooo m-n
-l<1.<1.oO;:zo
O","'iS.enC'lz
." .".".".,,~ ;ri
~~~~~~~9~~~~~~~~ ~
~~~~tO~gg~~~ ~~~~ ~
omow mooo~ooao~n 0
888888888888888m ~
c:
."z
~~ ~~~~~ n
~g~~~~~~~~~88gg~ ~
oo~~mornrn~~~oooo- oo~
ooooo~o~b~ooboo~ ~~
ooooo~ooooooooo~~~~~~~
OQrQ)~m~G>
-l a._,
." ."."." .,,> Om
~~ ~~~~~~~~~~~I Z~
~~~~~~~~p~~~~~~~ z
~g~~~~~~g~~g8gg~ ~
. !='!='~!'l~~~~~~!='PPPo
g888gggggg8g88gm
c: -l
." .".".,,"':!!: iJ
~.~ w.......~:;:."""" Z
~~~~~~~~~~~~~~~~ G>
~~~~b~b~b~~~~bbn ~
ooooo~ooooooooom m ~
-l::J <1.0 O;:cn
S ill'" is. en gJ<
." ."." .,,>
~~~~~~~~~~~~~~;~ ~
~g8~~~~~~~~~~~~~ 00
PPPP~~P~~~PP~PPo I
gggg8~gg8ggg8ggm h
." ."
~ ~~~~ ~
~~~ ~ ~~~~~~ ~
~ ~N~~~~~~~~W~~~ ~~
~~~~~~~o~~~g~ag~g~~s
b~oo~oobwo~oobbbbbb~mo
ooo~oooomo~woooooo~~o
."
W ~ ~ ~ ~
N ~ ~~ ~~ W~~ ~~~~ ~~
~~~~~~~ ~~~~~~.......~~~~~~
~t~~~~~~~~~~~~~~~~~~~
OO~~OOO~O~O"""'WOOOONOOO"""'O
~88~~88g~8~~888888~~g
."
N * * ~ ~
w....... ~ ~* W~~ .......*M~~~OO
~*~~M~~~~M~~~M~~~~~~~
~~w~m"""'mwmw~ ~w~w~~o~oo
~~N~rn~oo~~wm~~~~wmmooo
~"""'~o~o~omoo~omN~omo~~o
bbbbbbbbbbbbbbbbbbbbb
000000000000000000000
." ." ."
~ .......tR~....... W
~~~ ~ ~M:--J~!.71. ~
M ~~NNMW~~o~~~mO~MO
~~~~~~~wgmm8ggggg~~g
b~bbobb~b~bbbobbbbbb
ornoooooooooooooooooo
."
W ~ M ~ ~ M M
~ ~~....... WM~ .......~~~~MW
~~~~~"""'~~P*~~~M:--J~!.71~~~~
~~~m~~~~~~~~g~gg~g~~g
w~~~mooo"""'aoooaooooooooo
~bobbbbbbbbbbbbbbbbbb
000000000000000000000
." ."
~~* ~ ~*~~~~ .~
~MMM~~~~~~~~~~~~8~~g
~o~worn~"""'o~~ooooooooo
b~bbbbbbboobbbbbbbbb
000000000000000000000
."
N M M M
00 ~ ~ ~~ W~~ ~M~~MMOO
:-J~50MM. M. ~MFP~~M!=X>~!.71.~.~~.~
oow~.......mo~~mW~WWNWOONON~~
~oow~rno~rn~~wmOOO~OONOO
~~~o~ornomONOOOOOOOOOO
bbbbbbbbbbbbbbbbbbbbb
000000000000000000000
c:
."."Z
~~ ~W~~~
~~~~M*~~~~~~~~ffi~
bb~:,:~t~~~~~b~bb~
oowwrno~~rnornoooo
~m
::0:6
~~
com
NC
g>
,,:::!
. 0
~z
"
"
>
;0
iii
>
"
m
,,~
>0
" 'It
"m
0.....
z<<?
o
>.....
"
m
::I:
>
(')
"
z
m
-<
SECTION 00020
INVITATION TO BID #BI0-0l
PRAIRIE LAKE PARK ON LAKE HACKNEY
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of the Purchasing Agent in the City ofOcoee,
until 2:00 pm, local time, on November 10,2009. Sealed bids must be date and time stamped at
the office of the Purchasing Agent before that time. Any bids received after that time will not be
accepted under any circumstances. Any uncertainty regarding the time a bid is received will be
resolved against the bidder. Bids submitted after the designated time will be returned unopened. All
bids received before the due date and time will be publicly opened and read aloud by the Purchasing
Agent or her designee in the City ofOcoee City Hall Conference Room at approximately 2:01 pm.
Description of Work: All work for the project shall be designed and constructed in accordance with
the drawings and specifications prepared by or for the City of Ocoee. The proposed project will be
awarded and constructed, if award is made, in conformance with the plans and specifications. Bids
shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals, and
services, including labor, for the work, which generally includes, but is not necessarily limited to
furnishing the labor, material, equipment, tools, services and other incidentals required to construct
improvements to the Prairie Lake Park. The construction consists generally of site preparation,
demolition, stormwater, construction of new asphalt drive, concrete walks, restroom, basketball
court, bike rack and landscape. Substantial completion for this project is ninety (90) days and final
completion is one hundred twenty (120) days from the Notice to Proceed.
Prospective bidders may secure a copy of the documents required for submitting a bid through
Onvia/Demandstar at http://www.ocoee.orqlDepartments/Finance/Purchasinq/Bids.htm. Partial sets of the
documents required for submitting a bid will not be issued. By using OnviaIDemandstar, prospective
bidders will be provided with all information regarding this Invitation to Bid, including addendums
and changes to the applicable bid; fees may apply for non-members. Membership with
Onvia/Demandstar 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.
Bids shall be prepared from complete, full-size contract documents. Addenda will be posted on
DemandStar and transmitted to all holders of complete contract documents not later than twenty-four
(24) hours before bid time via Demandstar by email, facsimileorU.S. mail, as determined by the
City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge all
addenda in the bid submittal.
00020-1
Pre-bid Conference: None Scheduled
Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond
shall be for an amount not less than five percent (5%) 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 ninety (90) days
after bid closing time.
Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be
submitted for the work by each proposing contractor. The contract will be awarded pursuant to the
requirements of applicable state and federal laws and regulations, and pursuant to the City of Ocoee
Purchasing Code Chapter 21 and applicable procedures.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Sealed Bid No. B10-01 for Prairie Lake Park on Lake Hackney" and the
bidder's name, address, and State of Florida contractor's license number clearly shown on the outside
thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be
signed by an authorized representative of the bidder. Failure to comply with either condition shall be
cause for bid disqualification. Bids shall be delivered, mailed, or shipped to the attention of the
Purchasing Agent, City of Ocoee, 150 North Lakeshore Drive, Ocoee, FL 34761. The City shall in
no way be responsible for delays caused by the third-party delivery system
Award ofContract(s): The City ofOcoee reserves the right to waive technicalities or irregularities,
to reject any or all bids, and/or to accept that bid which 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
considering price, qualifications, and other factors.
City Clerk
OCOEE, FLORIDA
October 18, 2009
END OF SECTION
00020-2
SECTION 00300
BID FORM
SUBMITTED:
11-10-09
(Date)
PROJECT IDENTIFICATION:
CITY OF OCOEE
PRAIRIE LAKE PARK
ON LAKE HACKNEY
NAME OF Bidder: The Watauga Company
4275 Capron Road
BUSINESS ADDRESS: Titusville, FL 32780
PHONE NO.: ( 321 ) 267 - 5 785
CONTRACTOR'S FLORIDA LICENSE NO.: CGCA 37518
THIS BID IS SUBMIITED TO: City ofOcoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts ofthe Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice oflntent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. of Dated II blor No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
B I 0-0 I
00300-1
B 10-0 I
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC-4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d, Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder is aware of the general nature of Work to be performed by Owner and
others at the site that relates to Work for which this Bid is submitted, if any, as
indicated in the Contract Documents.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site, reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
Documents are generally sufficient to indicate and convey understanding of all
00300-2
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
i. Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
PROJECT within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be Substantially Complete within the Contract Time
specified in Article 3.1 of the Scope of Work Agreement (Section 00500).
2) The Work shall be finally Complete within the contract Time specified in
Article 3.2 of the Scope of Work Agreement (Section 00500).
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as
required by the Drawings and Specifications.
5. In accordance with Article 17 of the Instructions to Bidders, the City will consider the
lowest "Total Base Bid" after adjustments for additive or deductive alternates. Additive
or deductive Alternates (if any) will be considered in determining the lowest responsive,
responsible Bidder. The Owner reserves the right to accept any or all additive or
deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner
also reserves the right to delete any portion of the Work, as shown in the bid schedule,
prior to award and to adjust each Bidder's "Total Bid" accordingly.
6. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms (entire Section 00300,00301, 00301A, 00302, and 00303)
B 10-0 I
00300-3
B 10-0 1
2.
3.
4.
5.
6.
7.
Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
Noncollusion Affidavit (Section 00480)
Certification of Non-segregated Facilities (Section 00481)
Sworn Statement on Public Entity Crimes (Section 00482)
Certification of Nondiscriminatory Labor Practices (Section 00483)
Corporate Authority to Execute Bid (Section 00501)
(Remainder of Page Left Blank Intentionally.)
00300-4
t.) ....
o CD
.... .. ~ .... .... .... ....
CO ..... en (II .jlo. ~ N
....
....
....
o
CD
co
.....
en
(II
.jlo.
~
t.)
....
tp
-
<=>
b
'" '" t ......
...... CO ...... ...... CO CO CO
...... c.n ...... w 0 w CO w ...... ...... ...... '" ...... ......
~ 0 '" ~ c.n c.n c.n 0
(J) ~
r r 0 0 r ~ r en en en r en en en en 0 r r r r
en en ;< ;< en en :< :< :< :-n :< :< :< :< :< en f.n en fI>
III 5" ~ ~ ::0 Q? fa ~ q m -f ~ ...... m 0 0 ~
III ..., m q ~ ~ III
en I:: m ~. 0 m m 0
0 - 0' 0- S. ::J 0 0 en 3 r ;4. 3 III g
^ !!!. 0 0 en 3' 0 ;::r
en ;::r ..., III S' o' en Q. ...,
0 ~ ..., 0 :l :l 0 or .!.. 0 ~ S' N'
Z 0' 0 m 0 0 :l ..., m 3 ;:::;: III
o' 3 ..., ..., III g ..., o' -
III ..., CD m 0 0 ~
:l C Z CD CD 0 N' 0 l> III :l III o'
" :l :l
0 ..., III :l CD CD 0 C.
- CD C :E ~ - ..., c. III ;::r CD III
-f ..., 0 ~ G)
""0 III Q. en III c. :l
III ..., (il ~ ;;;: en en ..., c.
~ ~ III 0" I:: CD G) I::
-f en iii :l C" ..., C" 0
o' ..., III C" CD
~ :l 0 ..., en S' 3
:l ^ 0 III en
m. ::J c. 0
0 0 - CD ""0 g
...,
en :E ~ Q. III
CD ..., N'
:l 0 "
0 :::!l CD c. 3 S' III
-
0 CD ..., ~ CD o'
w is: en III :l
0 I:: ""0 en
0 ~ s:::::
...,
I '" CD
Vl m' en
c. .
~
"TI
m
:l
0
m
-f
CD
-
...s:::
~
8
0'\",,_
-....J '-V -:--
CO - U'\ ....j
o lX3 0
a
.J 0
...jo...c
....... -C. 0
~.
.su 8 g
8
;C~;-C..
b -g g;; ~
~
tl\ u.l
Cl 9->
~ ....
...c a
~
,
~
o
J:
..c
~
.....0
-
-
-
-
.J
-.j
.......
U\ ...J
o .Q..)
8
-
-
Vj
0"\
()\
~ .
<a ~
-~.......J
"800~
-J >l U
0-. 11') Cl
o 0 0
~w~w
~w~\.N
.~ :- :--J ~
~ 0 ~.8
U\
o
..c.
..J:.
8
...to\
Q"\....J
YlO
8 8
-D
)oJ
.
~
c;
'?
0
(0) (0) (0) (0) (0) (0) '" '" '" '" '" '" '" '" '"
en oIloo (0) '" ~ 0 co co ..... Q) en oIloo (0) '" ~
01 /I.J
->. to) N --.J ->. --.J N
01 to) co "., ".,
->. to) CD to) 0 ->.
0 0) 0
0 N
(') ~ ~ ~ ~ ~ ~ r ~ r r ~ r r r
:< :-n :-n :-n :-n en en ~
s:: )> r Cl ." r ." ~ OJ 02 ~ -l ::u
2: ... Ql ~ 0' <' ... Q. ... CD
::J ... CD :i' ~ (') () Ql 0'
CD iii a: iii ::r ::r en
." ;a. ." 0 CD ... !!!. Ql ::r ()
::J ". II) 0 0- Ql
:i' s' II) CD m II) -l 0- ::J S' ::u ro
CD CD CT ^ ... CD
3" CD ." r r () 0-
OJ OJ c: CD CD s' s' CD
en CT
II) II) ::r ::J " ^ ~
~ ::r () iii
iir CD ." ." CD
Z CD CD () ...
c: en ::J ::J CD II)
() () ()
0 CD CD ..... ^
0- ~ ~ ...
CD II)
en en
~ ::r
II) l?O
ro
0
0
w
0
0
I
0\
m ~ UJ -- ~ _9-J 0'
en N . ....C)O". <:) ~ w
:::! - 0 -.c:..:- Cl -C
(]'\ CJ"'- - ...j-c
\'> Vol g 09 0"- ~
03:-1 t-J 8 . 0 Q -d\)
& 8 0
8 0
O~O B 0
en-f-f 8
-fm~
..Or-
~~~&O'\
~oo'-.J~~
u, <T\ 0-. .
8 g 8
...j
~ 00
a~
8" g 8
~
a
?9
8
~~
~s::>
~~
~ C"..
~~
~~
otq fJ
~
C)
Cl
N - - - -
CI CD Clll .... en
~ .... .... .... .... .....
en ~ W N - CI
CD
Clll
....
en
en
~
W
N
-
0:1
-
o
I
;::
....... .... '" '" (Xl (Xl (Xl ~
....... ....... .... (C ....... c.> 0 (C c.> .... .... .... ~ '" ....... .......
~ CJ'I 0 c.> '" ~ CJ'I CJ'I CJ'I ....... 0
(J) ~
r r 0 0 r ~ r en en en r en en en en 0 r r r r
~ ~ ;< ;< ~ en ;< ;< ;< :-n ;< ;< ;< ;< ;< fn ~ ~ fn
lD 5' ~ s:: :;0 ~ g) ~ ~ m -l ....... ~ ....... ....... m 0 0 s::
III l/I t: CD ::!. a CD q ~ ~ III CD CD 0
0 ~ 0- n l/I ::J 0 0 l/I 3 r ~ 3 III g:
';1l; - en 3' 0
l/I ';j ... III ::J 0 0 o' en ';j Q. ...
![ ... 0 ::J ::J 0 iii 0 ~ S' N'
0' z 0- 0 CD 0 0 ::J iU CD .!.. 3 ;:;: III
o' 3 ... ... g ... o' -
III ... CD CD 0 0 ... III o'
::J C N' 0 > ';1l; ::J
Z it it 0 ';1l; III ::J ::J
0 iil III ~ CD CD n- o.
- C ~ ~ ... a 0. lD ';j CD III
""0 -l ... Q. en III ~ 0. G> ::J
~ l/I ... 0.
III CD ;;;: ;;;: o' t: l/I t:
~ lD CD G>
-l l/I iii ::J 0- ... 0- 0
c5" ... III 0- CD
~ ::J 0 ... l/I S' 3
::J ';1l; 0 III l/I
~ ::J 0. 0
0 - CD ""0 g
l/I s:: Q. III
CD ... N"
0 3 ';1l; III
0 ::!I 0. S" -
0 CD ~ CD o'
w c: III ::J
0 ""0 l/I
0 .!.. t:
...
I '" CD
VI l/I
I
~
'TI
CD
::J
0
CD
-l
CD
-
-1::0\ _
--...JC)()
0" ().o U'\ ...J
~ 0 CX1 0
8 8
.J 0
..j 0
,-cO
~.
.su g g
3
-c~;!:.
}.l- 0:\
o g &i a
~
tJ\v.)
a ~
?-J~~~
1a~Oi~
8 ~ 8
...t:0\
O"\--..j
Yla
a 8
-
-
-
-
..J_
-...JG
.......
CI\ ....J
o .Q...)
9
-
- - ~ ....j
~*~06~
~. ...J:oJ U
<is ~ ~ 11'1 0
o 0 0
9\~ W ~ \)j U'\ ~
-CX3VJON
VJ ..... 00
~:-:-J~i~
I{\ .... ~.
cOO'. 8 8 8
~
~
a~
-C-.r::
G.-t:
8' 0
g .
g
~
-
'?
0
-
(,.) (,.) (,.) (,.) (,.) (,.) N N N N N N N N N
en -'=" (,.) N ~ 0 CD Ol) ..... en en -'=" (,.) N ~
01
W
~ "w
o
o
(') ~
:< :-n
~
~
-'
-~
C>
::-
1
D
a-
5'
D
D
II
~~
'n
& I~
\UJ
~
I>.)
CD
.....
CD
lJ)
-"
I>.)
-'="
-"
I>.)
:-
:-n
~
(')
-:T
III
:5'
I
:i'
"
-n
(I)
::J
o
(I)
~
~
'"
~
o
:-
:-n
~
(')
-:T
IU
S'
I
S'
"
-n
(I)
:::J
o
(I)
~
Ol
(j)
-"
~
I
!:n
I
!:n
-....I
W
-"
o
01
w
~ ~
~ ~ ~
:-
:-n
~
I
!:n
-I
OJ
en
-:T
:::0
(I)
o
(I)
:::0
(I)
o
o
III
(j)
a.
C"
~
(I)
...,
III
o
"
I
III
::J
iii
::J
III
~
~
o
a.
-n
(I)
::J
o
(I)
m
Q.
iii
...,
a.
iii
o
m
-
...,
Ol
en
-:T
ltO
m
CD
o
~
-n
~.
C"
c:::
en
-:T
-n
o
...,
c:
III
m
3'
I
e:-
(I)
o
III
...
-n
...,
:5'
(I)
-I
...,
(I)
(I)
m . ~ uJ -() ~ ~ CJ'
en N
:::! (J\ - - a :-C.
0"'- tJ w 0<;'1 0"
o3:-t ~ 8 co 0
8 0
0)>0 & 8 8'
en-t-t
-tm)>
..Or-
'-'>
~ -
- ~~~~O'\ ~~~~~~UJ
OJ ~SU. ..J~ a ()J c<) w 0 -...j ~
vJ 0'\00 "" w 09 -0 0 -C' OQ 0'\ .
0'\ (]'. . - ~ 8
" . g 8' "8 3 8-~ ~ 8
-J 8 g
6'"
7. The Bidder acknowledges that the City specifically reserves the right to accept and make
an award to a Bidder that has not submitted the lowest Bid when in the City's sole and
absolute discretion the City determines that to be in its best interests. The terms used in
this Invitation to Bid, which are defined in the General Conditions or Instructions of the
Construction Contract, included as part of the Contract Documents, have the meanings
assigned to them in the General Conditions or Instructions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid licensees) is provided.
9. It is understood that where quantities for unit price work have been presented in the
foregoing Schedule of Bid Items, they are approximate only and are solely for the
purpose of facilitating the comparison of bids, and that the Contractor's compensation
will be computed upon the basis, described in the measurement and payment clauses in
the specifications contained herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose
an alternate manufacturer/supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer/supplier. If the Bidder fails to indicate which
listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the
manufacturer/supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must
use the first manufacturer/supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers/suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers/suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
BIO-OI
00300-7
If Bidder intends to propose substitutions or "equal" items after the effective date of the
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City's
needs. The City of Ocoee encourages the use of minorities and women-owned businesses
as subcontractors.
B 10-0 I
00300-8
SUBSTITUTION LIST
Bidder otTers the following substitutions and "equal" items.
Deductible Amount*
Equipment Alternative (Indicate Whether
Item or Spec Manufacturer/Su pplier Lump Sum or
Material Section (List One Only) Unit Price)
AliA
Represents 50 percent ofthe difference in cost in accordance with the General Conditions
(Minimum Deductible Amount per Substitution Item shall be $1,000)
(Bidder may make additional copies of this page as required.)
B 10-0 I
00300-9
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HA VB THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
(SEAL)
A PARTNERSHIP
Business address:
Phone No.:
Florida License No.:
BIO-OI
00300-10
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HA VE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORA nON
The Watauga Company
(Corporation Name)
Florida
(State of Incorporation)
By
Jason L. Snodgrass
(Name of person authorized to sign)
(Corporate Seal)
Attest
Business address:
4275 Capron Road
Titusville, FL 32780
Phone No.:
(321)267-5785
Corporation President:
Elizabeth A. Snodgrass
Florida License No.:
CGCA 37518
BIO-OI
00300-11
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A JOINT VENTURE
(Name)
By
(Address)
By
(Name)
(Address)
Business Address:
Phone No.:
Florida License No.:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
Florida License No.:
BIO-OI
00300-12
12. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: United Fire & Casualty Company
Surety's Address: 118 Second Avenue SE, Cedar Rapids, IA 52401
Name and address of Surety's resident agent for service of process in Florida:
Florida Surety Bonds
620 N. Wymore Road, Suite 200
Maitland, FL 32751
END OF SECTION
BI 0-0 I
00300-13
SECTION 00301
QUESTIONNAIRE
DATE: 11/10/09
PROJECT IDENTIFICATION:
City ofOcoee
Prairie Lake Park on Lake Hackney
NAME OF BIDDER: The Wa tauga Company
BUSfNESSADDRESS: 4275 Capron Road, Titusville, FL 32780
Telephone No.: ( 321 ) 267 - 5 785
CONTRACTOR'S FLORIDA LICENSE NO. CGCA 37518
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
October 1987, 22 years
2. List at least three (3) verifiable municipal government projects completed similar in size
scope, and nature as the one proposed:
Green Sprinqs Park, Volusia County, Jim Yates(386)547-2814
Rainbow Sprinqs State Park, D.E.P., Mike Renard(850)488-5372
Fern & Prospect Park, City of Cocoa, Hank Rowan(321)433-8833
3. Have you ever failed to complete work awarded to you? If so, where and why?
No
4. Name three (3) municipalities for which you have performed work and to which you
refer and their contact information:
Brevard County, Joan Van Sickle, (321)633-2046
City of Fort pierce, Paul Bertram, (772)460-2200
ci tv of Melbourne, Rorv Di t tmer, (321) 953-6320
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Yes, no foreseen problems
Project B 10-01
00301-1
6. Will you Subcontract any part of this Work? Ifso, describe which portions:
Yes, Site Work, court work
7. What equipment do you own that is available for the Work?
Rental
8. What equipment will you purchase for the Work?
None
9. What equipment will you rent for the Work?
bobcat, crane
10. State the true and exact, correct, and complete name under which you do business.
Bidder is: The Watauqa Company
END OF SECTION
Project BIO-01
00301-2
SECTION 00301-A
SUBCONTRACTOR/SUPPLIER LIST
Will your fIrm be doing all the Work with your own forces? Yes_ No / (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor's license
number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), dollar
amount of work, and MIWBE designation or Majority (Non-MIWBE) owned company. See Instructions
to Bidders for M/WBE requirements. Provide all information requested. Use additional sheets if
necessary .
Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final
Subcontractor/Supplier List with Final Payment Request.
4
~~~~r~
5
(/1!PPA.) k-ad
~{1%~~
6
&~~~~~fJ
'107 -9<'Z-21'-/t.!
~y1;.A€ ~'f,m,y~
'32.1 /1-30 ~
Project B I 0-01
WORK TO BE
PERFORMED (TRADE)
OR COMMODITY TO
BE SUPPLIED
H"a:j AS
~/4.~ <1
Ie (/I; ~f)/Y)
8JJ.5)"~
~f-
.
~k/Ufj//~
3/7CtaJ/<.Jt.
/1l.un'E/~
END OF SECTION
00301-A-1
ESTIMATED
DOLLAR
AMOUNT
M1WBE
DESIGNA nON
OR MAJORITY
OWNER
1~ CWo 00
/;lea (JO
/
70 taJ100
/
'0 5CtJ .to
/2. t)CtJ. 00
/
?~ om to
/
/~ 5a;, txJ
SECTION 00301-A
SUBCONTRACTOR/SUPPLIER LIST
Will your ftrm be doing all the Work with your own forces? Yes_ NO'; (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor's license
nurnber, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), dollar
amount of work, and M/WBE designation or Majority (Non-M/WBE) owned company. See Instructions
to Bidders for MlWBE requirements. Provide all information requested. Use additional sheets if
necessary .
Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final
Subcontractor/Supplier List with Final Payment Request.
COMPANY NAME,
CONTACT
ADDRESS, PHONE
NUMBER
I _
l.C.5 k/ecltvL
2
3
4
5
6
7
Project B 1 0-0 1
WORK TO BE
PERFORMED (TRADE)
OR COMMODITY TO
BE SUPPLIED
M/WBE
DESIGNATION
OR MAJORITY
OWNER
ESTIMATED
DOLLAR
AMOUNT
kfp".-k~AL
2-;51:0 . to
END OF SECTION
00301-A-l
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90-96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is
required to further identifY these costs in the summary below.
Unit of
Measure Unit Extended
LF, SY) Cost Cost
A Shoring LF 0 $ 7.50 $ 0.00
8 $ $
c $ $
D $ $
0.00
TffLE: Vice Pr~sirlpnt
DATE: 11/10/09
TIllS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.)
END OF SECTION
Project BI0-0l
00302-1
SECTION 00303
DRUG-FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug-free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program (Florida Statutes Section
287.037). In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifYing employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifYing the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notifY the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notifY the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
Project BIO-OI
00303-1
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Biddcr'~;;:JJ;
Signed: I" - (,UHr
By: Jason L. Snodqrass
(Print or Type Name)
Title:
Vice President
Date:
11-10-09
END OF SECTION
Project B 10-0 1
00303-2
SECTION 00480
NON-COLLUSION AFFIDA VlT
STATE OF Florida
)
)
COUNTY OF Brevard
Jason L. Snodgrass
, being first duly swore deposes and says:
1. He(it)isthe Vice President
(Owner, Partner, Office, Representative or Agent)
of The Watauqa Company , the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5.
The price or prices quoted in the attached Bid are fair and prop
any collusion, conspiracy, connivanc~ lawful agreement
any other of its agents, representat'ves, owner employees or a
this affidavit.
fUd are not tainted by
e part of the Bidder or
ies in interest, including
Project B 1 0-0 1
00480-1
Sworn and subscribed to before me this lOt h
Florida , City of Ti tusville
&~
My com~on Expires: 2/8/1 ~
I' ................. .... ........... ....... ....c
: JOHN VOGELBACHER :
~ ~~~I;'/:.,,~ Com,.,. DDOS08024 i
: . ~ Expire. 2/812010 :
~ '\,. F / Banded IhnI (800)432....2S4~
i.. u ~~~I~I:~: "" ..,~~~r~~:'.~~:~~ .~~:!'.'. .I~.~ Ii
END OF SECTION
Project B 1 0-0 1
00480-2
2009
day of Nov. , 2&~in the State of_
Notary Public
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
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 rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory 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 United States Secretary
of Labor are incorporated herein.
Note:
Date 11/ 10/2009
.)Qt)B8\
Vice President
(Title)
Official Address (including Zip Code):
4275 Capron Road
Titusville, FL 32780
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
00481-1
SECTION 00482
(page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
TillS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1.
This sworn statement is submitted to City of Ocoee, Florida by
by
Jason L. Snodgrass, Vice President
(Print individual's Name & Title)
whose business address is
4275 Capron Road, Titusville, FL 32780
2. I understand that a "public entity crime" as defined in Paragraph 287. 133(1)(g), Florida
Statutes. means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes. means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes.
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, e~ecutives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate, The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
Project B 10-01
00482-1
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5.
I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management ofan entity.
6.
Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
J
Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted ofa public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted ofa public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The fmal order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH_
. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO G INTO A C CT IN EXCESS OF THE
THRESHOLD AMOUNT PR SECTION 2 17, FLORIDA STATUTES FOR
CATEGORY TWO OF CHAN ORMAT CONTAINED IN THIS FORM.
Vice President
Project B 10-01
00482-2
The Watauqa Company
Name of Bidder (Contractor)
STATE OF FLor ida
COUNTY OF Brevard
PERSONALL Y APPEARED BEFORE ME, the undersigned authority,
Jason L. Snodgrass
(Name oflndividual Signing)
who, after first being sworn by me,
affixed hislher signature in the place provided above on this lOt h
day of
November, 2009
.~O:lkx
NotaryPublic aLt/AII ~9A
My comrnissitExPires~ * 0
J............. .,. ..... ................... II "C
: JOHN VOGELBACHER :
: "\'\':P.~I~t.,,,,- Com"'" DD0508024 :
E hm\:% Expire. 2/812010 :
: \:,:,~,,!jJ Bonded thru (800)432--4254E
:. ......."';,Rfl~~"\.... Florida Notary A5sn., Ine :
,............................................1
END OF SECTION
Project B 1 0-0 1
00482-3
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and/or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
(1) I J havel have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2)
if I have part.jiPated in a previous contract or subcontract subject to the Equal Opportunity
Clause, I have/ have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed.
Dme 11/10/09 .2~
orized Official)
a n L. odgrass
The Watauqa Company
(Name of Prospective Construction Contractor or Subcontractor)
4275 Capron Road, Titusville, FL 32780
(Address of Prospective Construction Contractor or Subcontractor)
(321)267-5785
(Telephone Number)
59-2857836
(Employer Identification Number)
END OF SECTION
Project B 1 0-01
00483-1
SECTION 00410
BID BOND
Bid NO.1 0-01
KNOW ALL MEN BY THESE PRESENTS, 1hat we. the undersigned, The Watauga Company
, as Principal, and United Fire & Casualty Company
as Surety, are hereby held aud firmly bound tnlto the City of Ocoee,
Florida, as Owner. in the penal StUD of: (5 percent of the Contract Bid) $ .
F~\J"2.N+\r\u~o.Nb ~LJt. k.UNLCQO-tl 6\~Y~~~~ ~ ~\C\.~NllJe.. Q.,~~
(written amount in dollars and cents)
for the payment of whic~ well and truly to be made. we hereby jointly and severally bind
ourselves, successors and assigns. .
Signed, this 10th day of November .2009. The Condition oftbe
above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a
certain Bid, attached hereto and hereby made a part hereof to enter iuto a contract in writing, fur
the Prairie Lake Park on Lake Hackney.
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves. their heirs, executors,
administrators. successors and assigns to pay to Owner upon defuult of Bidder any
difference between the total amount of Bidders bid and the total amount of the bid oftbe
next lowest, responsible and responsive bidder as determined by Owner for the Work
required by the Contract Documents, provided that:
1.1 If there is DO such next lowest, responsible and responsive bidder, and Owner
does not abandon the Project. then Bidder and Surety shall pay to Owner the
penal sum set forth ou the face of this Bond, and
1.2 In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum
set forth on the face of this Bond.
2. Defuult of Bidder shalJ o<<cur upon the fuilure of Bidder to deliver within the time
required by the Biddlng Documents (or any extension thereof agreed to in writing by
Owner) the executed Amendment to the Agreement required by the Bidding Documents
and any perfOI1IWlce and payment bonds required by the Bidding Documents and
Contract Documents.
Project B10-01
00410-1
3. This obligation shaH be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Amendment to the Agreement required by the Bidding Documents and
any performance and payment bonds required by the Bidding Documents and
Contract Documents. or
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment under this Bond wiD be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Smety of written notice of defiwIt from Owner.
which notice will be given with reasonable promptness. identifying this Bond ~d the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or. arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case laterthan one year after Bid Due Date.
7. Any suit or action WIder this Bond shall be commenced only in a court of competent
jurisdiction located in the stare in which the Project is located.
8. Notices required hereooder shall be in writing and sent to .Bidder and Surety at "their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery. oommercial courier or by United States Registered or Certified Mail.
return receipt requested, postage pre-pai~ and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond. a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby,
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable stmute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
Project BIO-Ol
00410-2
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
BIDDER:
Strike out (X) non-applicable signature blocks and complete applicable block.
All . must have their names. or below their .
If Bidder is SOLE PROPRIETORSHlP. com Jete this s' block..
(1)
(Witness)
doing business as
Project B 1 0-0 1
00410-3
ature block.
(1)
(2)
(Witness)
(SEAL)
Project B1 0-01
00410-4
The Watauga Company
(Corporation Name)
Florida
(State of Incorporation)
By: J a s 0 n L. S n 0 (3 9 r Fl S S
(Name of Person Authorized to Sign - See Note 1)
Elizabeth A. Snodqrass
(Corporation President)
4275 Capron Road, Titusville FL 32780
(Business Address)
Project BID-OI
00410-5
block.
(I) /L~kL
Itness )
(2)~4.~
(Witn
(SEAL)
I'
I SURETY I
Witness: (If agency is not a Corporation)
United Fire & Casualty Company
(Surety Business Name)
(1)
(Witness)
118 Second Avenue SE, Cedar Rapids IA 5240
(principal Place of Business)
(2)
By:~~) ~.~
(Surety Agent's S' e ~ See Note 2)
(Witness)
Patricia L. Slaughter
(Surety Agent's Name)
ttorney in Fact & FL Licensed Resident Agent
(Surety Agent's TItle)
Susan L. Reich
(Corporate Secretary Name)
Florida Surety Bonds, Inc.
(Business Name of Local Agent for Surety)
620 N. Wymore Road,
Suite 200, Maitland FL 32751
(Business Address)
(Corporate Seal)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice-president.
(2) Complete and attach a certified copy of "Power-ai-Attorney" prepared by Surety appointing
individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney-in-Fact".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party sball be considered pIma} where
applicable.
(5) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state where the project is
located.
Project B I 0-0 1
00410-6
CORPORATE AUTHORITY
TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of The Wa tau q a Com pan y
(Contractor's Corporate Name)
a corporation under the Jaws of the State of F lor i d a . held on the 9 t h
day of No v e m b e r . 200g,:tbe following resolution was duly passed and adopted:
2009
Jason L. Snodqrass
(typed Dame of individual)
"RESOLVED, that
(signature of individual)
M Vice President
(title)
and all docwnents required to be signed by an officer of the Corporation in order to submit a
valid bid, contract and bond for
of the COIpOration, is hereby authorized to execute
Prairie Lake Park @ Lake Hackney
(project name)
10-01
(Bid No.)
between the City of Ocoee , a municipal corporation, and this corporation, and that his execution
thereot:
attested by the Secretmy of the corporation and with corporate seal affixed shall be the official
act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF. I have hereunto setmy hand and affixed the official seal of the
corporation this 9 t h day of No v e m b e r . 200 9 .
(CORPORATE SEAL)
~~
. STATEOF Florida
CITY OF Tit u s vi 11 e
The foregoing instrument was acknowledged before me this ...2.1.lday biN 0 v. . 200 9
by ,1 Fl S n n T,. S n n (1<] r Fl S S (name of officer or agent., title of officer or
agent), of The Wa tau q a Com pan y (name of corporation acknowledging), a_
F'1 0 r i n i'l (state or place of incorporation) corporation, on behalf of the corporation.
He/She is personally known to me or has produced identification 7f ~ of i 'fication) as
identification md did/did not take m oalh. . V~ L
............................ Publi )
: JOHN VOGEW...............c . C
:: ~,,"~I",~ CHER: C. . E .
: /V..~&. \ ConunIOOOS08024: omnusslOn xpIres:
: ~.;. .;: Expi,.. 2/812010 :
: \~~O, Sondod lhru (800l'l32~254:
i.....':'~I~~~:......~~~~.!"otary Assn., Jne :
..................iC
00410-7
7/8/10
Project BID-OJ
ATTORNEY-IN-FAct AFFIDAVIT
STATE OR COMMONWEALTH OF Florida )
COUNTY OR CITY OF
Orange County
)
Before me, aNotaty Public. personally carne Patricia L. Slaughter known to me, and
known to be the Attorney-in-Fact of United Fire & Casualty Co. . a Iowa
Corporation, which (Surety Company) (State)
executed the attached bond as surety. who deposed and said that his signature and the corporate seal
of said
United Fire & Casualty Co. were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bood is the free act and deed of United Fire & Casualty Co.
(Sw-ety Company)
Given under my band and seal this
10th
day of
November
.2009
~~rlY Pll.,~ Notary Public State of Florida
~... "Christine E Culp
. 'JtJ ''; My Commission DD819029
~c ~~
'> OF f\.O Expires 09/01/2012
~\~ f \~
otary Public) Chris ine E. Culp
My Commission Expires
September 1,2012
END OF SECTION
Project B 1 0-0 1
00410-8
.... ...:." ;.'..': ....... ... :...... .-.... .
UNrr~DfIR~ &6~$UA~:r;. 69 ~f A~Y
HOMEPFFICE \CEPA~ RAPIDS; IowA
CERTlFiEO:COPY O"FPOWER C>FATTbRNEY
'.',. ., ..; .... '-.';'; :-:-:. :..;:;,,~: ..;:-: :;:; .,:;,-:- '. ':.; ,;...:: "-;.
(Original on file at Home Office of Company - See Certification)
. ..
..
.. KNOW ALLrylEN BY THESE PRESENTS;fhattheUNITEDFiRE & C,~."SUAL TYCOMPANy,acorporatiopdJiY'~rganizeda~d.u
exi!;ting under-the laws oJ th~ St(lte oflowa, an~ havip~ if~ prindpal.?ffiCein.ce.?arRapld:, S~ate6t.i9YV~' d?e,sl11ak,e/ qpnstitute and
appoint LESLIE M DoNAH~E '. OR. KI.M S N~V, og JEF\~EYiWiREICHi.OR $USANF R~ICH,pR:TE~ESA ~... DURHAM, OR
. PATRICIA LSLAUGHTSR;o~J GRE.~bRY~AC~.~N~I (JR.GLORIA A RICHARD$; DR::OoNBRAMLAGE; D.R L!SA/
ROSELAND ALL INDIVIDUALLY of MAtT LAND FL
. .
. .... ..'
..... .
.. .... ..... .
itstrue.~gd.I~Vvt~IAtt9rn~y(~)-i I]~Faci\Yith p~~er~ndauthor.jf~'H.ef~by:60hferr~dt6 sjiinj.~k(ll an dexec;ute)nits. behalf a 1.1.. lawful
bonds, unde.rtakingsand citber()bligatqiyihstrunJ~ntsofsinjilar.nCl.fure a~ ~cillo:#s;Any' apdAll. Bond.;; u..... ........u .. ..:..
andto bir,dl,lNITEP FJRE~ 9A~lJ.ALTY COMP~I'JXthet~bya~f~lIy ~~cjtci.th~sahjee)(t~~f?s if su;;bin~trG~ents wef~?ignedby
the'duly authorized offic~ts ofUN!T!=IYFIRE & C~S.U.ALTY CbMPAI)IYand:.~li.theads .qfsaid Attorney,pursuant to the authorlty
hereby given are hereby ratified arid confirmed. . . . . .... . . .
.,. ..... ................... The Aut~p~ity he~eby gra~t~9,is con~ipuous aDg.s~all remain in full for~e and effec;t until rf3ypked bYLJNITED FIRE &
CASUALTYCOMPp"NV: ...... ... .. ....:d... .. . .................. .\: ...... ...........:::..uu... ... . ... ..... .. ....
.: ..:':.":.Thispowe'<~f A,ttorn.~y.is madearidexecytedpursuanftOand by auttipritY9f the f9l1qwingBy~Law duly adopted by Boarcfof.
Directors ()fthe Company ori;April1 ~,19~~.;#~ic(~ V.: s~r~t~~#na~ and~rl(}~~~ki~~S:' ... ...... ... ......... ..... . ........ . . .
.... Se.ction 2, ApP(lintment ofAttorney-in~Fa.ct.~'.The.:Presiderit or any Vice' Presi.cienf,ora~yotherofficer OftheCprnpany may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of theCompai'tyinthe"execution of policies.
of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized
herebY;8I1d tQ.sGorporate'.seal, may be affixed by facsimile to any power of attorney orspeciaJ: PClwer of attorneYC1r:
certificatiooc>f eitherauthorized hereby; such signature and seal, when so used, being adopt~d by th~ C;pmpany. as the
.originafsigna.tureo(su9h officer and the original seal of the Company, to be valid and bindiryg upol')th~Gompany with. the
same J()rq~ and.effect:.asthough manually affixed. Such attorneys-in fact, subjest to th13liinitatiClns sefforthihtheir ..
. respectiv~certifiCf.ltes ofauthority shall have full power to bind the Company by thei}' signature.aijde~ecution6f anyusuch
ihstri.iinents aridJ6 attachthe seal of the COmpany thereto. The President or any Vice Presidehti.thefBoardofDirectorsbr
any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact.
i\\\"i",/", ~~~lor:NE~~ vyHE;RE.OF, the UNITED FIRE & CASUAL TV ~OMPANY has causElp t~esepre.s~ntsJ()pe sign13cj by
~~.~c.;r~~ Its Vlc~presld~J::lt~nd Its corporate seal to be hereto affixed thiS 27 t h day Of.~fl)~~~Y ..29P9.>
...ii CORPORATE \-; .::i' :....:' .... .:...... ::.',:....: .:..:... .
.lt~:~~~ By g;FIRE;k~t'i~/
Sta.t~ O~I~~~,~Ouptyo{Unn\ss:.p .. ~ ..>\>....<.. ..'\/i:~~~resident..
On 27tlJ day 6fJaJ::luary,2009/i before me personally came Dennis J. R1chman~ .. .... .... ..... ...... ... ....
.; .... -", .... :.' . .. . .; .. :;.. '.. ".: ~. . ;; :-. -, '. .':. .: ;. . :. :.. ....... .. .:;: . . ;.~.': ;'- .:.' . .: - ' .:.- ~ '.: .
<.iorhe known, who6eingby ilieduly' sworn, did depose and say; that he resides in Cedar R~pids, st'ilte.o!lowa;~hat.heis.aVice .
..... ..... President of. the. UNITEQ FIRE; & CASUALTY COMPANY, the corporation described in and whiph execut~~ the above instrument; that .........
.. he knows the seal o(said cOrporation; that the seal affixed to the said instrument isp such corporate seal; that it was. so affixed <
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like
,ai~;..a,~~}l~~~:" sa~e I~.q~th~.'~ ~nd?~e?~f,.sai~,corporatiHr,,, ;~:;~i;" Nota~ Public
.;:'....., . . ..
I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy
oft,he Power of Attorney and. . affidavit, and th~copy ofJh.~ Se.Stiol19t thetJt;.lawsof~Cl.i9 Compa9xa~ set. fort~ in.~~i9P.Clwerof .p.
Attorhey;.~iththe..ORIGINA~S QNFll.,E IN TI;1E ~0t0E8FFICE9f9AID CgMeANy,.a~q that the. si3m~rarecorrestg~ns.~ripts
thereof,andofuf~~.wb6Ie:6fthesajd6dginals;and!haJ.th~ sajdJ'.owe(6fAttorreYha~riotbeen revo~ed~ndisnow. iqfull for~e ard ..'
effe"Ct.:. ....... .. .. p ... .............u ... ......'.. . .... . ...
... \\\\'\IIWIII".. in testirTlOriY whereof! have her~unt6~ subscribed61y nam~.ari'd afflxedthe 66rporates.~al ~Lth~ said Company
#~' this'"' /41"H'."daj 01 f\/M!Jm?:iI>7?"2ti~,+' ",.,),."". '))". '.,,,,'..
....... gH ~...~ORATE ~%
......::,:.. ~~. ::= '.::~:y>... "<$
%~ ......:...-:.<; \~f
...~/,~ lV,p"[\")S ,,\\
........ /"II/n'\.\\\~~:
. t)~~)~:;f':) .',.,,"':, .' ....
:;;' .......-'. :.:.._....:.;' ';: .... :....:,: . :......; '::' >.:..:.'"
. ..... .... ..
..:...... i . .. . ..........) ....:./ '" .':. .....:....> Secretary
BPOA00190706
Mavor
S. Scott Vandergrift
center of Good Lf
<\.~e - ~1~
Commissioners
Gary Hood, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
November 5, 2009
ADDENDUM NO: ONE (I)
CITY OF OCOEE
BID #BIO-OI
PRAIRIE LAKE PARK ON LAKE HACKNEY
This addendum shall rnodify and become a part of the original bid documents for the construction of
improvements at Prairie Lake Park This addendum consists of twenty-four (24) pages including
attachments. Bidders shall acknowledge receipt of Addendum One (1) in the space provided in Section
00300-1 of the bid docurnents. Failure to do so may subject the bidder to disqualification. The bid date
remains the same.
Plan Chanecs:
Included with Addendum No. One (1) are revised plan sheets and gazebo instructions as follows:
CV -1 Cover Sheet - 1 page
E-l Electrical - 1 page
Gazebo Assembly Instructions - 16 pages
Attachments are posted on Demandstar as a .pdffile.
The attached two plan sheets represent an informational addendum to the original bid set for the Prairie
Lake Park improvement project. A new Electrical Plan sheet has been added in order to help the potential
bidders understand how the electric power connections will be made. It also shows the location of light
fixtures, but they are not part of the contract work put out for bids. The cover sheet has been modified to
include the additional plan sheet.
Please note that the transformer location shown on the new plan sheet is illustrative; i.e., it is intended to
show that the transformer to be installed by Progress Energy will be near the prefabricated restroom unit.
The exact location for the transformer is presently unknown and will be determined in the field. The
contractor will be required to connect the power panel in the restroom unit to the transformer. The
transformer will be located within twenty (20) feet of the restroom unit, most likely to the north (street
side).
Similarly, the location shown for the grinder pump (small lift station) is illustrative of where it is expected
to be installed by City Utilities staff to the west of the restroom unit. The contractor who gets the bid will
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org
be required to supply power to the lift station; City staff will connect the power feed to the unit. The lift
station will be located within ten (l0) feet of the restroom unit.
Answers to Questions received and/or amendments to the bid documents are as follows:
Q 1. Is the sod for the Grass Parking (item 6) included in the sod (item 34) or should it be included in
item 6?
AI. Sod for the parking area is included in Bid Item 6. Both grass parking and turf sod are unit price bid
items, which means the final payment will be based on the number of installed units. Sod will be
required wherever the existing grass surface is disturbed. It is not necessary to remove existing
grass areas just to be able to put down sod; however, areas where sod has been substantially but not
completely disturbed may need to be fully cleared of existing sod in order to provide a more uniform
appearance and to increase the likely successful establishment of the new sod. No sod may be
placed on top of existing vegetation.
Q2. The restroorn pad on Sheet SP-l notes that "Contractor to provide 8" Stabilized subgrade & 1" sand
leveling course." On sheet SO-3, the site details require 8" concrete slab, 2" of course mason sand
& 4" class II Type B Aggregate Base. Which do we bid, and, ifit is the latter, what is Class II Type
B Aggregate?
A2. The detail included on Sheet SO-3 was provided by the restroom vendor and describes typical
conditions where a sidewalk is and is not included on the adjacent surface. In both examples, the
aggregate base and sand setting layers are identical. What differs is the height of finish grade
adjacent to the restroom structure, with a landscaped adjacent surface being lower relative to the
finished floor height. Both conditions exist at the subject site, which includes a landscaped surface
on three sides and a sidewalk surface on one side. As described in the standard notice to general
contractors supplied by the restroom vendor, the general contractor is to excavate the site, install and
compact the aggregate base, and have 1.5 cu~yd. of course sand available on site for final leveling by
the restroorn vendor prior to installation of the restroom. The restroom vendor's plans are general in
nature and national in scope. The reference to Class II Type B aggregate should be interpreted as
crushed limerock base of the type typically used for such applications in Central Florida.
Q3. Can plans be provided for the Pavilion (item 19) that we are to install? Is there assembly required?
Will it require a concrete slab or does it set on natural ground?
A3. The reference on Sheet SP-I and in Bid Item 19 relates to a hexagonal gazebo structure acquired
several years ago by the City. See attached installation instructions. The pavilion to be installed at
Prairie Lal(e Park is the Americana Apache Model, 20 ft. x 20 ft., frame color ivory, roof color dark
green. Installation instructions for the pavilion are at http://www.americana.com/install.php.
Originally purchased to go between Lake Hackney and Prairie Lal(e, it is now shown for installatiOli
in the southeast corner of Prairic Lake Park. Assembly will be required, as this is a kit structure. A
concrete slab foundation will be required and is part of the bid item to be supplied by the contractor
and conforming to an engineer-approved design supplied by the contractor and meeting the
requirements of local building codes and the manufacturer's specifications for permitting purposes.
This bid item also includes grading, excavation, sloping of adjacent grade, and other incidental
elements of constructing the pavilion. The only cost not included is that of supplying the structure
itself.
B 1 0-0 1 Prairie Lake Park Addendum 1
2
Q4. Is the contractor to pay for the Geotech test lab? If so, there is no bid item for that. On 02513-1
section 1.3 B - it is describing the test lab and refers to section 01-45-00 which I cannot find. Can
you supply it?
A4. The City will secure the services of any required geotechnical testing consultant. We have three
under continuing services contracts.
Q5. 02200-1 section 1.3 A.2 refers to a soils report. Can that be furnished?
A5. No. This is a general section used by the design engineer. There is no soils report.
Q6. I am preparing a bid for the Prairie lake Park and was wondering if there is going to be irrigation
installed by the bidding contractor? Ifthere is no irrigation, will the contractor be responsible for
truck watering? Are we allowed to pump water for the trees and bushes from the lake?
A6. The City plans to provide reclaimed water irrigation at the site following construction using its own
forces. The contractor will be responsible for plant watering until the project is accepted by the
City. Lake water may not be used for this purpose. The City can supply a contractor meter for
connection to a fire hydrant without payment of the typical deposit; however, the cost of any water
required by the contractor for this and other construction purposes is the responsibility of the
contractor and will be billed monthly.
Q7. Could we please verify that the project will need only 10 cu.yd. of3-inch-deep mulch?
A 7. Bid Item 17 calls for 95 cu.yd. ofthree-inch-thick mulch for nature trail surfacing. The landscaping
list of materials on Sheet LA-l calls for 10 cu. yd. of pine bark mulch three inches deep. Bid Item
35 lists 11 cu.yd. of pine bark mulch, presumably for the purpose of landscaping. The quantity of
pine back mulch required for planting areas is to be determined by the contractor, as noted on Sheet
LA -1. The listed quantity on the Bid Form is a reasonable estimate of the amount required and is
used as a means of evaluating bids. The actual quantity required may differ. This is substantially a
unit price contract bid, so payment will be based on the actual number of units installed.
Q8. Please verify that there is only one trash receptacle and one recycling receptacle.
A8. The plans show only one set of trash and recycle bins on Sheet SP-l (between the restroom and the
playground) and the Bid Form lists a unit quantity of one for Bid Item 24.
Q9. Is the public restroom to be included in our bid?
A9. Yes. Bid Item 16 includes the restroom structure and its installation.
Q 1 O. Does the wood fencing get painted? If so please provide specifications. Does any other item receive
paint?
A I O. No, the wood fence is not to be painted.
Q 11. Is termite treatment required under the Restroom Building? If so please provide specifications.
All. No. The structure is rnasonry.
B 1 0-0 I Prairie Lake Park Addendum 1
3
Q 12. Spec. Section 02920 - Lawns and Grasses has "Ormond Beach" written as a header and does not
call for Bahia sod which contradicts the landscape plans. Please clarify.
.I
AI2. The section apparently has an old project reference left in the document supplied by the design
engineer, which results in a section header of "Ormond Beachfront Park" being shown. There is no
contradiction, Paragraph 2.1.B on page 3 of Section 02920 specifies "Argentine Bahia" as the
turf grass to be installed.
Q 13. Sheet C400 states "Not In Contract" for all the water, sewer and electric underground work for the
Restroom Building and the site. Does that include final connections to the Restroom Building?
Please clarify.
A 13. The City will install utility lines for potable water, sanitary sewer, and reclaimed water services.
The contractor is to install the electrical power line to the restroom from the Progress Energy
transformer (less than 20 ft.), extend the power and sanitary sewer outlet pipe to the location of the
package lift station to be installed by the City (approxirnately lOft.), and connect to the potable
water supply line supplied by the City (approximately 5 ft.).
QI4, Spec. Section 00200 mentions (3) Add Alternates but they are not seen anywhere else in the
documents. Are there any add alternates, and, if so, what are they?
AI4. This section's reference to bid alternates is a general provision in our bid packages. There are no
add or delete alternates in this Invitation to Bid.
Q IS. Spec. Section 00200 also states that permit fees will be waived by the City but that we will have to
pay for all the other federal, state, county, etc, fees. What other fees exist?
AIS. This is "boilerplate" language. The City is not presently aware of other fees for this project.
Q 16. Are there any M/WBE requirements? Spec Section 0030 I-A tells us to refer to the "Instruction to
Bidders" for the requirements but nothing is mentioned. Please clarify.
A 16. The City has a policy to encourage the use of minority-owned businesses and disadvantaged
enterprises, but there is no required minimum participation for this project.
Q 17. Spec Section 0030 I-A also is a Subcontractor list. Is that to be submitted with our bid?
A 17 . Yes. The process of eval uating responsive and responsible bidders includes a review of all included
subcontractors.
Q18. Spec Section 00300 "Bid Form" has an item list breakdown on pages 00300-5 and 6 totaling our
bid. Is that to be submitted with our bid?
AI8. Entering proposed prices on the published Bid Form is the require way for you to submit your bid.
A bid not submitted using the Bid Form will be considered as non-responsive and will be rejected.
Q 19. Is material testing of the concrete and soil densities required? If so who pays for the testing lab
services?
AI9. See Answer 4.
B 10-01 Prairie Lake Park Addendum 1
4
Q20. Please clarify the limits of the wood fencing. Does it extend all around the grass parallel parking
(between the grass parking & the sidewalks)? If so, is there a gate at the 6" thick concrete sidewalk
area, an opening or a removable section? Are there any other gates?
A20. There is a break in the wood fence at the location of the thicker sidewalk section to allow vehicular
passage. There is no gate at this location. The only designated gates are on the six-foot-high chain
link fencing. Please refer to full-size plans for further information regarding the location of the
wood fence.
Q2 I. Please provide information in regards to the owner supplied pavilion that we are to install.
A2 I. See Answer 3.
Q22. Please confirm that City of Ocoee permits fees are waived, per specification page 00200- I. Other
sections call for contractor to provide.
A22. The cost of the permit is waived, but the contractor must secure the necessary permits and
inspections.
Q23. Please confirm that the utility connection fees (referred to in 00700-22, 7.08) does not apply to this
contract as the water lines and sanitary force main are N. I. C.
A23. See Answer 13.
Q24. Please clarify if we are to include material testing (soils & concrete) in our bid.
A24. See Answer 4.
Q25. Specification page 00200-1, 3 Bid Form: Says bid form has (2) sections: Base bid and (3) alternates.
Our bid form is base bid only. Please advise.
A25. There are no alternate bid items. When originally contemplated, the project team considered asking
for additional contractor-supplied improvements related to field lighting and other amenities that the
City has determined to supply separately.
Q26. Please clarify the electrical connection requirement for the restroom building.
A26. See Answer 13 and the electrical requirements for the package lift station, basketball court lighting,
and restroom structure shown in Note I under Electrical on Sheet SD-4.
Q27. Therc is a partial existing trail now, is the rest to be built laid out?
A27. The general layout of the blazed trails is shown on the plans, which roughly correspond to informal
A TV trails established over the years by unsanctioned users. Minimal tree trimming and removal
may be required to provide a passable trail, but the majority of work required will be to fill-in the
ruts caused by A TV activity prior to mulch placement. The typical trail cross-section is shown on
Sheet SD-l, as are the notes describing how the improved trails will be laid out.
Q28. At the entrance, the plant materials are not irrigated. A simple small irrigation system for just that
area can be installed. A battcry operated clock and I valve then drip lines. Allowing for there being
a sleeve under the entrance way.
B 10-01 Prairie Lake Park Addendum 1
5
A28. See Answer 6.
Q29. There is a prebuilt restroom shown on the plans, but I don't see a sewer line or septic on the utility
. page. Are we to provide for septic?
A29. A package lift station and sanitary sewer line leading to an existing manhole on Hackney Prairie Rd.
are shown in the Utility Plan on Sheet C400.
Q30. What type of license is required to perform the work?
A30. Contractor must be licensed as a General Contractor or Building Contractor with licensed electrical
and plumbing subcontractors.
attachments: revised plan sheets & gazebo instructions as listed above
B I 0-0 1 Prairie Lake Park Addendum 1
6
si~~ ~~ ~
.::l~~z.~ "'c;>i: Ii!
~8i!l~ ~ ~
~~ '" ~! ~
"'~ i ~ ~
c::
'"
~~~...
i;'-l~~
il~~
~i i
$I 1ii
ill
...
N
"
~
~O'"
t;l!!'"
.::l~8
~8~
cIo" ~
"'ill",
2!l...C!!
~~
opl
~
ii ~
1m w
:...~
Fi,...
00;;
nl\,l
-:;;:00
om....
..... - .-
-::!Ie
\0 0 .
~5:~
WllJ3
.....w'"
00"'";:0:1
0.....0
~~
nla!QQ Z
>~Cl~(JIJ-~.:..:. ~
.:. 88888, !il
~ ~
:!:
z
~1~3~~~~~i fl
Ii! o~~z~2~
~ 2~?zai3t;i
2l2lt;i?zc;~
:H c~~
~~~
~~I
~
"'C
)>
~n
A-
V)=<!
f2DO
~"T1
I"T1
nO
~n
~~
- I"T1
o
Z
-c
n ~ ~
~ O:c)> ::;c
~n -
~ 0 R rn
~~ JR~ r-
~ ~ .,., -< )>
~CJ 5" ^
g 8 C! ~ m
3: 0 ~ -r-t
I"T1 )> m '-#
~ ~)>
~::;c
o^
~~~ I t:al
~~~ iiPr il~~
~ ~ ~ 1111 ' <-i~
I
(;1
o.
')
q .
\, . G
\ . .
I
I ol'l
I
\
\
~\ \ .
\'
I \
\
~
\ \
\ '
~ \
\ \
\ \ '
\ \
~ :
I I
,/. ,/
I' ,
~i\laB~ I
~~!SV ~
:Ui~~
~ ?Ei'"
~r
ii'iil! ~
n hU
~~ la l~!~
!l II Ii!l
gl~ U lUg
lilli/IIi I A l!ll II I !
!llj!% If, dl. "i!
,:l~!I!ii Il~:l ~/i I:
It e!~~~~ B ~
;! ;i~ill ~"" .0 >! ~
&~ a ~ @ ~ ~
~' ~ II a I"
d I ~ ~I ~
~ ~!;~!
~~ ,
"
c; ,
G
o
....-- '
,.
s;"\:I"\:I! ~ I
~ ~ i ::1'( i i~
~ Z s: It'r ~ Cl~
~~ ~