Loading...
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~ ~~ ~