HomeMy WebLinkAboutItem #09 Award of Bid #10-02 Re-bid Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivision
Meeting Date: January 5,2010
Item # 9
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director'
City Manager:
for Wedgewood
Subject: Award of Bid #B10-02 Re-Bid Reclaimed Water Syste
Commons and Whitehill Subdivisions
Commissioner Keller-District 4
Background Summary:
Bids were received for the construction of a reclaimed water distribution system within an existing residential
subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing
utilities and private property is an important aspect of the work.
Issue:
Award the bid for the Re-bid Windstone Reclaimed Water Retrofit Project to Schuller Contractors, Inc. and
approve the budget amendment of $45,000 from the Windstone & Forest Trails reclaimed water retrofit project.
Recommendations
Staff recommends that the City Commission award the bid to Schuller Contractors, IDe, in the amount of
$421,730.00 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. Schuller Contractors Bid
3. Addendum # 1
4. ITB #B 1 0-02
Financial Impact:
Bids were initially solicited for this project last summer, but all bids were rejected due to irregularities in the low
bid received. Original funds for this project were provided in the adopted FY 2009 Budget at $436,800, of which
$429,325 remained unencumbered at the end of the fiscal year. This amount was reduced to $400,000 due to the
initial bids received; however, the project was revised to enlarge several water main segments as a result of flow
analysis reflecting the planned future expansion of the reclaimed water system to adjacent neighborhoods. As a
result, bids were significantly higher when the job was readvertised in November. The available funds of $392,525
are now insufficient to award the contract at the proposed low bid price of $421,730. Accordingly, staff
recommends that an additional $45,000 be added to the budget for this project from $84,482.90 in unencumbered
funds remaining in the budget for the recently completed Windstone & Forest Trails reclaimed water retrofit
project. This budget amendment will provide a total construction project budget of $437,525, thereby allowing the
job to be awarded to the low bidder and providing a $15,795 (4%) contingency budget balance.
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
X Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~
N/A
N/A
N/A
2
City Manager
Robert Frank
Commissioners
Gary Hood. District 1
Rosemary Wilsen. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
TO:
The Honorable Mavor and City Commissioners
FROM:
Joyce Tolbert, Purchasing Agent
DATE:
December 22, 2009
RE:
A ward of Bid #B 1 0-02 Re-Bid Windstone Reclaimed Water Retrofit Project
ISSUE
Award the bid for the Windstone Reclaimed Water Retrofit Project to Schuller Contractors, Inc. and approve the
budget amendment of $45,000 from the Windstone & Forest Trails reclaimed water retrofit project.
BACKGROUND/DISCUSSION
Bids were received for the construction of a reclaimed water distribution system within an existing residential
subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing
utilities and private property is an important aspect of the work.
The bid was publicly advertised on November 1, 2009 and opened on December 1, 2009. There were a total of
seven (7) bids received. The lowest three (3) bids are:
Bidder Total Bid Amount
1. Schuller Contractors, Inc. $421,730.00
2. Sitek Corporation $465,478.00
3. Cimarron Construction, Inc. $517,503.00
The bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review.
The Engineering and Finance Departments reviewed the seven (7) bids received. It is staffs opinion that
Schuller Contractors, Inc., offers the lowest responsive and responsible bid in terms of qualifications and price.
The bid is below the Engineer's construction estimate of $425,000.00.
1
00
z
o
en
:>
i5
I-al
_::I
LLOO
O...J
O::...J
lii~
o::~
~~~~
N I-:>-a.
Cjl 0001-0
OO>Z<CO
.....jDoo<C...J..
al . 0:: ::I N
'ltW WOOal 0'1
OO::I-Z<ce
- <cOI-CO
al :ii:~9~
o..::al.....
wO
:iii:U
<8
...Jo
~:ii:
O::w
C)
o
W
:ii:
0::
o
LL
t..i
~
a:: iii
Wa::
::::l 01- lIJ lIJ lIJ
:Juwww
~~>>>
lIJl-
Z
o
U
z'
o
i=
u
:J
a::
I-
~t..illJlIJlIJ
OzUJUJUJ
u->>>
Z
o
a::
a::
<
:ii:
13
a..
<a::
00
_u
a::...J
0<
...JI-
u..zllJenen
...JwwWUJ
~~>>>
1-0
Za::
w-
u>
z
w
t..i
~
iii
z
S2~~~
~>>>
J:
...J
a::
<
u
c:i
z
E
OJ
"0
C
Q)
"0
"0
< -'"
,~ ~
al'-t5 .J:::
<c.91"Ou
1-~53l
o~~ai
jD ~ai~
Wooooo
uC!C!C!C!C!
_moooo
a:: 0"''''01'1
a.. ~...... '<t."!.......
...JCDCD",OCO
<~'l"'""'''''''~
~~ ~
I-
o
I-
Wooooo
uC!C!C!C!C!
_"'0000
a::O",,,,ON
a.. ~ ~ '<to "'.......
I-CDCD",OCO
_..-......tn.,...fIt
z~~ ~
:J
Wooooo
00000
~ooooo
a::ooooo
a.. 0.0.0.lll.0.
...JOM..-NO
<......b'7b9-~......
I-lf> If>
o
I-
00000
00000
Waoooo
uoaaoo
0: o. o. O. LO. O.
a.. 0("")...... NO
,.... Ell tfl YJ- ......
I-lf> If>
Z
:J
WOOOOO
00000
~o<rio<rio
a::LONCOlOlf>
a.t--~(",)_~M_
-.JCO...... v
<~lf>
If> If>
I-
o
I-
WOOOOO
UOOO~~
_OlOOI.OO
a::LONCOlOlf>
a..f'.._~~M_
....co...... ~
_......f;I) ,....
Zlf> If>
:J
00000
00000
woocrioo
UOOlOOO
_lOomlOCO
o::r--:r-:......~NLri
o..lf>lf>lf>lf>lf>
...J
~
o
I-
00000
00000
WOOcOoa
UOOlOOO
0: LO. O. CJ) LO. co.
a.. "''''......NI.O
tA- tA- EA Ell b'7
I-
Z
:J
~
a
0-
~
en
w
""
o
-----.::t~
-
g
u
o
(,)
~
tii
OJ
Vl
';;;
o
U
OJ
<tl UJ
"0 a..
c 0
c <tl J:
o Vl
~ ~ g
~ ro (/J G)"T
:g ~~g~
E,_ 0 E ~ ~
Z ~' c -E ,~ Vl :q
Q c '~ c a.E ~
I- 0 <tl ,2 (j) "0 C
Q::.;:-cu.....cm
a::~"o2tii<tl.J:::
~ :3 8 1ii (v ~ .~
WOQ)5ffi5~
O:;O::UC>cou..
c
'iij
E
Qi
1il
;t
"0
Q)
E
'iij
ti
~
o
o
;
'<t
.n
....
~
o
C!
....
....
~
o
o
o
co
o
cO
N
If>
o
o
o
N
If>
o
co
cri
'<t
~
'<i
N
If>
o
N
r..:
;;:;
o
o
o
lO
~
to
LO
If>
o
o
o
'<t
If>
o
"".
N
c
'iij
E
Qi
1il
;t
"0
Q)
E
'iij
ti
~
UJ
a.
o
J:
.J:::
(,)
C
~
tii
u;
,5
"0
c
'"
.J:::
Vl
'c
5
u..
o
o
N
....
co
cO
1'1
~
o
o
N
....
~
o
o
<ri
N
o
o
lO
If>
o
o
<ri
N
If>
LO
lXl
cD
lO
'<t
'<i
lO
If>
LO
lXl
cD
N
If>
o
o
cD
'<t
'<t
o
....
;;:;
o
o
cD
'<t
If>
co
""
c
'iij
E
Qi
1il
;t
"0
Q)
E
'iij
ti
~
UJ
a.
o
J:
.J:::
(,)
C
~
~
tii
u;
,5
"0
c
<tl
.J:::
Vl
'c
5
u..
o
o
cD
",
1'1
M
~
o
o
N
1'1
~
o
o
o
N
CJ)
IIi
If>
o
o
o
'<t
If>
o
o
('j
CJ)
CJ)
r..:-
If>
o
o
-.i
LO
If>
o
o
o
N
lO
oi
If>
o
o
<ri
lO
If>
V')
'"
a-
N
c
'iij
E
Qi
1il
;t
"0
Q)
E
'iij
ti
~
UJ
a.
o
J:
.J:::
(,)
C
~
~
Iii
u;
,5
"0
c
'"
.J:::
Vl
'c
5
u..
o
o
o
CD
'<t
o
.....
....
~
o
o
;
~
o
o
o
LO
lXl
to
lO
N
If>
o
o
o
'"
If>
LO
.....
<ri
CJ)
1'-.
....
'<t
N
If>
LO
LO
~
co
If>
o
o
o
LO
lXl
to
lO
N
If>
o
o
o
'"
If>
N
x
o
.0
"0
C
'"
Q)
>
tii
>
Q)
1il
Ol
c
.g
.91
11
OJ
"0
.J:::
(,)
C
J;
tii
u;
.s
"0
c
'"
.J:::
Vl
'c
5
u.
o
o
o
I'-
1'1
M
~
o
o
".;
.....
CD.
....
.,.
o
o
o
o
N
N
If>
o
o
o
o
~
Ii;
o
o
o
LO
'<t
N
If>
o
o
<ri
N
N..
;;:;
o
o
o
o
LO
N
If>
o
o
o
LO
N.
;;:;
o
C!
....
",
'<t
.n
~
o
o
r-:
....
"'!.
....
.,.
o
o
o
o
N
'<i
If>
o
o
o
o
'<to
Ii;
o
o
<ri
LO
~
'<i
If>
o
o
<ri
lXl
C"l
Ii;
o
o
o
o
LO
'<i
If>
o
o
o
o
LO.
Ii;
x
o
.0
"0
C
'"
Q)
>
tii
>
Q)
1il
Ol
c
.g
.91
n
OJ
"0
.J:::
(,)
C
J;
o
o
".;
1'1
I'-
N
~
000
000
ouitO
'<t"'",
'<t"'CD
r--,- an cO
....~....
~ ~
-~-
N
o
o
o
",
C"l
.D
....
~
o
o
o
",
.....
.D
....
~
o
o
o
o
o.
Ii;
o
o
o
o
o.
Ii;
o
o
o
'"
I'-
oi
If>
o
o
o
'"
I'-
oi
If>
o
o
o
o
LO
oi
If>
o
o
o
o
LO
oi
If>
o
o
cO
'"
.....
cO
~
000000
000000
W"":MNNO
",CDO",'<tN
OCD.....N,....1l)
lli'~(\,r~~~...
N......C"")tI).'l"'".....
~utw. UJ.~
o
o
".;
1'1
I'-
N'
~
000
000
ollie
1'1"'0
....."'co
criancO
~.,.~
o
o
cD
'<t
CD
~
000000
000000
M,....:~cD,....:~
lXl"''''NN'<t
,....oocn......v.tn
thtnUJ.N
~
o
o
o
o
o
N
If>
000
000
cidci
OOCO
OLOO
~N(1)-
~lf>~
If> If>
o
o
o
o
N
IIi
If>
000000
000000
ooooood
OOl.OO..-('\l
"'ItCOvOOLO
~1'--"--McO-q:
......b'lNt,9............
(A Y) fh fJ}
o
o
o
o
o
N
If>
000
000
000
000
LOLOO
Lri N- cn-
If> If> If>
o
o
o
o
'<t
If>
000000
000000
OOOOM...r
lOOLOOM-.::t
'<tlOlOLOlf>lf>
y)fAfA~
If>
o
o
o
o
C"l
N
If>
000
OON
aao
LO 0 0
O'<tN
OMcO
~lf>~
If> If>
o
o
o
CJ)
I'-
o
~
If>
000000
000000
Oc:ir---:NO~
00'>f'--01.OC'l
O'll\:tC'l..-w......
'<ioiIIiNMO
NWNEfl..-......
EA tf} tf} EA
o
o
o
o
C"l
N
If>
000
000
lrialri
NOCO
O'<tLO
I.O-C"')-CXJ-
If> If> If>
o
o
o
C"l
co
If>
000000
OOOOOf'--
ac:im~lric:i
1.OC'l(OI.ONM
f'--f'--f'--Ofl)EI)
tf} fA. EA -
Ii;
o
o
cD
C"l
'<t
N
If>
000
000
oOM
0ll'J0
ON lO
~~CXJ-
~lf>~
If> If>
o
o
o
LO
LO
'<i
If>
000000
000000
c:ic::idooo
vl.OOOvv
(OOf'--OCXJCO
C'J......~aiui..--LO
............NEf}N......
If> If> If> If> fA
o
o
cD
C"l
'<t
N
If>
000
000
oo<ri
OLOI'-
LON I'-
I.O-~CXJ-
If> If> If>
o
o
o
LO
C"l
fA
000000
000000
lric::ic::ioocO
"'LOOO'<t'<t
C"')comI.OEAu:t-
fl)Ef}Ef}C'J
If>
N
::l
N
M
~~N~~~
'0:'
-g -g Q3 en t/'J .~
roro rocoro Q..
g; g; s: "0 al Sl9 ~
- - co e c .~ ~ C
ro en "0 e 'en ~ ~ ~ ~
i i .J::: I ~ ~ ~g'~ It
~ ~ ~ ~ ~ .~ ~~~ ~j
.g .g ~ ~ ~ ~ ee~ ~-
~ ~ ~ ro ~ ~ ~€~ ]E
~ ~ ~w.~ ~ ~ 'i~'~E~g
~ ~ ~~~ ~ ~ ~~ll~~
g g g~~ ~ ~ ~~~111
~ ~ ~B~ 0 u 88'~~~~
~ ~ roroci ~ ~ ~.~g~~8
~ ~ ~~~ ~ ~ ~~c]]i
.- .- ~ ~ ~ ~ ~ .g ~ ~ ~
1.1.11;.1.1;111111
~E~E~~~~~~~~~~~~~~
Iii
u;
,5
"0
c
'"
.J:::
Vl
E
OJ
u.
000
000
000
.....co.....
.....'<1'1'-
"'."f~
~N
'<t
~
00
00
,.;-.i
.....~
~
000
000
oOM
OlOO
'<tC"lLO
If> . .
C"l I'-
If> ~
LO
If>
00
00
OM
'<tlf>
If>
000
OOlO
oocxi
o'<t'<t
NlOLO
..-: ri v-
If> If> N
LO
If>
o LO
ON
OM
N If>
If>
000
000
oOM
LOOO
I'-NN
If> . .
'<tC"l
If> N
lO
fA
OLO
01'-
lriM
I'- If>
If>
N
o
Q)
Ol
'"
a.
o
N
-0
s:
c
'IS
c
';;
E
-0
a
Q)
:0
._ 'Ci)
. C
"0 0
Co g-
;t Q)
<~
,..,c
C '"
o Q)
c ,~
o Vl
:;:::; C
<tl 0
~~
.2! ~
"Ou;
:0 ~
1!.2
,- Q)
~t/'J..c
~ :~ c;
+::..c-
'" - Q)
~2.o
.L:O=
.9- c '~
<( Q) -....:
"C~Q)Q.)
a>ro"U"O
~~~~
'"
u
'"
fi
~
"'...J
~~
50
~I-
en
Z
o
en
:>
is
.....aJ
_::l
LLen
O...J
O::...J
lii:t:
o::~
:!:t:Z:E
N ~3:Qa:
q enO""'O
OO>-Z<(O
....iljen<(...J..
aJ . 0:: ::l N
~wWenaJO'l
OO::.....Z<(!2
- .<(O""'CO
aJ 3::!Q~
O:!aJ....
wO
:!u
<8
...Jo
~3:
O::w
C)
o
w
3:
0::
o
LL
o
U
lI)
lI)Z
. 0
Clzi=<ull)lI)lI)
UJUJUJ
5~~>->->-
>-z
:J
~
~
o
U
iii
w
lI)
0:
CI.
0::
w
t- . lI) lI) l/)
zUUJUJW
w~>->->-
z
w
lI)
z
w
-,
~
>
z
o
i=
~
Ol/)l/)l/)
Cl.UJww
gj>->->-
u
~
w
t-
in
ci
z
E
~
'0
C
Ql
'0
~ ~
I~ ~
aJ '0 .c
<(~'Ou
""'~5~
Q~~~
aJ~ai::;
WOOOOO
00000
~ooooo
0::0C"l000
CI. O.O,~O,C"l.
..JOlXl U')t-
<......t/l E/)U)
t-tfl
o
t-
wOoooo
U~OO~~
_00000
0::0C"l000
o..OOooOM
.....ocriEALt"ir--:
_ ,.... ffl EI) E/)
Ztfl
:J
Wooooo
00000
~"':oooo
0::C"l00U')0
o..o~~r--.~t-_~
..Jom..-c.o<.D
<......E/)E/)E/)("')
tfl tfl
t-
o
t-
00000
00000
W"':oooo
UC"lOOU')O
_OlOt-t-D
a: ' , . , '
Cl.om,....<.oCD
...-tflEl}fflC")
t-tfl tfl
Z
:J
Wooooo
00000
~ooooo
0::00000
CI. o.o,cqU'),O.
..JOC"lNC"lN
<.....E/)E/)EI),....
tfl tfl
t-
o
t-
00000
00000
Wooooo
UOOOOO
-QOCOLOO
~~~~g~
t-tfl tfl
Z
:J
~
o C!;
c-----..,..
i-
ll)
w
Ig
'0
o W
u ro
i!! ~
(ij '0
~ Ql
VI E
"S: '00
o U
~ ~
co W
'0 CI.
C 0
C co J:
,Q rn ..c
ro '9 g
~ ro If) Q)',
:0 Igcg~
~ o~coro
z Qllgl~ Ql ~ Vi
o Cl ~I"" '5 ~.!:
i= g ~ .~ ~:; -g
e::;:::;-uo~cro
0::~'02roCO.c
~ ~ (; c;; (u ~ '2
w.g~g:B5:S
c::Ea::uC)CJu.
c
'iij
E
o
o
N
<D
t-,
~
N
tfl
o
U')
.0
~
tfl
"l'
00
.0
N
t-
o:)
N
<fl
to
"l'
o
N
<fl
o
o
tri
t-
to
cD
N
<fl
o
o
ai
y;
o
..,.
N
c
'iij
E
Qj
~
'0
Ql
E
'iij
u
i!!
w
CI.
o
J:
.c
u
c
~
~
VI
,5;
'0
C
co
.c
VI
'E
~
u.
o
~
~
lXl
C"l.
:;:;
tfl
o
~
~
N
tfl
t-
o
.0
Ol
Ol
-.i
to
<fl
t-
o
,..:
N
tfl
o
o
-oi
N
to
r-"
U')
<fl
o
o
-oi
N
<fl
00
..,.
c
'iij
E
Qj
ro
~
'0
Ql
E
'iij
u
i!!
UJ
a.
o
J:
.c
"
,5;
N
~
ro
Vi
,5;
'0
C
co
.c
VI
'E
~
u.
o
to
,..:
N
t-
ll'i
<fl
o
t-
eO
C"l
<fl
o
to
M
C"l
~
r-"
<fl
o
N
eO
"l'
<fl
o
o
N
U')
N
r-"
<fl
o
o
ai
'<l'
<fl
o
U')
-oi
N
~
ll'i
C"l
N
<fl
o
C"l
ai
t-
tfl
o
C"l
.0
"l'
"l'
eO
C"l
N
tfl
N
"l'
o
lXl
tfl
o
o
o
U')
U')
r-"
o
N
tfl
o
o
o
t-
<fl
or)
'"
0"-
N
c
'iij
E
Qj
~
'0
Ql
E
'iij
u
i!!
UJ
a.
o
J:
.c
u
c
~
~
ro
Vi
,5;
'0
C
co
.c
VI
'c
~
u.
o
o
-oi
"l'
<D.
~
tfl
o
o
N
N
lXl
<fl
"l'
C"l
eO
N
N
N
tfl
t-
~
-oi
~
~
~
<fl
o
o
o
N
~
y;
o
o
o
<D
0>
<fl
N
x
o
.0
'0
C
co
Ql
>
ro
>
Ql
ro
Ol
c
,g
~
u
~
'0
.c
u
,5;
cD
ro
Vi
,5;
'0
C
co
.c
VI
'c
~
u.
o
o
o
o
C"l
c<i
tfl
o
o
o
o
~.
y;
N
"j,
lXl
c<i
<fl
t-
o
eO
lXl
N,
y;
o
o
o
U')
"l'
c<i
<fl
o
o
o
U')
~
y;
...,
x
o
.0
'0
C
co
Ql
>
ro
>
Ql
ro
Ol
c
,g
~
'U
~
'0
.c
u
c
~
ro
Vi
,5;
'0
C
co
.c
VI
'E
~
u.
o
o
.0
~
o
N
<fl
000
OON
Oc.O~
<D00"l'
0l<Dt-
cn~~r:O
<fl tfl N
tfl
o
o
.0
o
N
<fl
000
000
otrio
lXllXl<D
0l<DU')
-v- ~ ri
tfl tfl ~
tfl
t-
"l'
.0
lXl
o
N
tfl
"l'0lC"l
<D~O
""':0..0
C"lC"l"l'
o C"l t-
oNa
~tflN
tfl <fl
t-
"l'
.0
lXl
o
N
tfl
NOlOl
lXl~C"l
..odLri
~C"llXl
0C"lt-
ll'iN"m-
tfl <fl <fl
o
o
o
o
o
N
tfl
000
000
oam
OO~
<DU')t-
c::ic<io>
~tfl~
<fl tfl
o
o
o
o
o
N
tfl
000
000
aod
000
C"lU')C"l
Lt"i ri of
tfl tfl <fl
N
N
N
'0
C
co
Ql
>
ro
>
Ql
ro
Ol
c
J~
'0
C
co
Ql
>
ro
>
Ql
ro
Ol
c
,g
Qj
ro
::::
'0
Ql
E
..c '(5
VI U
~ Ql
0;:: 0::
al (ij
~ ,S Ol
U en c
-6 ~ g'~
..c '- E ~
,~ 13 l;::: U
cD c: a.. "0
,.... :JC5ffi
ro m rororn
1;) 1;) 1ii 1;).!:
.S .S .5:.5: ~
"'0 "0 "'O"'O~
ffi ffi ffiffiU:
..c ..c ..c..cci)
(/) f/) (/) tJ) C
'c x 'E x 'E 'E '~.iij ~
~~~~~~a:::!~
~
u
~
'0
.c
"
c
~
o
o
tri
lXl
<D.
~
tfl
o
o
tri
lXl
<0,
~
<fl
~
N
M
t-
<0
c<i
tfl
N
M
t-
<0
c<i
tfl
o
o
o
o
o
c<i
tfl
o
o
o
o
o
c<i
tfl
...,
-
VI
co
'0
co
e
'0
Ql
'0
'0;
Ql
E
co
VI
c'
,Q
U
Ql
c
c
8
Ql
u
'2:
Ql
VI
Q,
0,
,5;
o
o
o
N
C"l
a:i
<fl
000000
000000
N...ttDOoo;:tO
,-OlLOOl............
LO..-OOlNO
-.i N -.i C"l' N' cD
N......("')tflMN
(fi(llU) EAU')
o
o
o
"l'
<0
<fl
000000
000000
triooC\iLOmo)
W('t')("')O')lOt--
t--cn 0 O'>tftU)
tftYl............
tfl <fl
Ol
Ol
.0
"l'
(J)
r-"
tfl
C()/X) 'V OC() 0
lXlt-OlO"l'O>
-.:io-.:ic::i,....:~
LO<OCOOOLt)
CJ)cnt--OlOC')
ci~~ri......-C1J-
N,...-("')tflN.......
tfl E/') tfl tfl EA
C"l
~
~
~
to
<fl
'V <OCOOC()M
COO......OM"'I:t
-.:ioMc::io>r--:
lONCDO("")LO
CDCJ')CJ)lOtftEA
tfltR-tfl~
<fl
o
o
o
U')
lXl
ll'i
tfl
000000
000000
000000
CDlO(,OOlOO
("')t-O<.D<.DN
..oa>r--:~riri
...... E/')N tfl......,....
bl7 tfl ttl EA
o
o
o
U')
'<l'
<fl
000000
000000
oaooLrio
C()lONON'V
'V t--CO C()ttlEA
E/) U} tf) ttl
N
...,
~~N~~~
VI
co
'0
co
e
'0
Ql
'0
'0;
Ql
E
co
VI
C
o
U
Ql
c
c
8
Ql
u
'2:
Ql
VI
Q,
:0
~
o
c'O
'~ ~
';;
c.
c:l ~
I,~,~ c ~ ~
(/) ~ 'C;; 0 0
o ~ E c 0..
t3 t) 1- 8 ~
~~~ "'3~
oe~ ~_
~:e13 tS~
~ E ~ .: ~
.~ c 'C;; ~ ~ g
g .Q "2 g i!. 8
U ~ ~ 8 .~ .~
Q} c: c':::..c ~
~ 5 .~ .E .5 -a
8 u .~ .J ..;, ~
8 .~ 9 ~ ~ ~
'2: ~ g 11'1'? c..
Q} ~ .;: ~ ~ ~
VlQlI .9l ~ ] "0 "0
1'9.0 C " a a
.~58~~~
c (/) "'0 4J 0 0 0
iijcaca~555
Eu..u.~e>:e>:e>:
000
oot-
000>
~N"l'
t-Ol~
tR- M- 0-
tfl~
tfl
00
OU')
""':M
t- <fl
tfl
00......
OOlXl
oo-oi
0<00
U')C"lN
ri ri ......-
tfl tfl t-
U')
<fl
00
00
c::iM
U') tfl
C"l
tfl
000
000
oc::icci
ONt-
U')(J)"l'
tfl . ,
C"l U')
tfl <D
"l'
<fl
00
OU')
OM
U') tfl
<fl
N
'0
N
Ql
Ol
co
a.
o
N
]
c
'.'3
c
';;
E
'0
C
"
'"
u
-?
~
Ql
:0
- 'ii:j
. C
'0 0
~ a.
~ lG
< ~
,'0
,.,c
c: co
o Ql
c: .~
g ~
co 0
~~
co ~
:21ii
.0 Ql
Ql ~
.c.Q
, - Ql
~.~ ..c:
~!!!~
:;:::;..c:-
OJ - Ql
.g~.o
.cO=
..9- c '~
<{ Ql '...:
~~~~
:3~~~
"'..J
i5~
50
e>:t-
ORIGUVAL
SECTION 00300
RE-BID FORM
SUBMITTED:
PROJECT IDENTIFICATION: CITY OF OCOEE
RECLAIMED WATER SYSTEM RETROFIT
FOR WEDGEWOOD COMMONS AND
WHITEHILL SUBDIVISIONS
NAME OF BIDDER: S&tL\~~~~esl0~
BUSINESS ADDRESS: ~j~A-' ~ ~ 1Je,) PHONE NO.: 401,f;SS55'1J
'\
CONTRACTOR'S FLORIDA LICENSE NO.: ~c..Gt~lt1J(O (
THIS BID IS SUBMITTED TO: City ofOcoee, Florida (hereinafter called Owner)
I. 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 of the 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 of Intent to A ward.
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.
No.
No.
No.
Dated I' I ? rIrQ No.
Dated ~ No.
Dated No.
Dated No.
Dated:
Dated:
Dated:
Dated:
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
00300-1
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 Purchasing Agent 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
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
00300-2
understanding of all 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.
1. 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 Proposed Contract for Construction (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 Proposed Contract for Construction (Section
00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.2 of the Proposed Contract for Construction (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. 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)
2, Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Non-collusion Affidavit (Section 00480)
4, Certification of Non-segregated Facilities (Section 00481)
5. Sworn Statement on Public Entity Crimes (Section 00482)
6. Certification of Nondiscriminatory Labor Practices (Section 00483)
7. Corporate Authority to execute Bid (Section 00510)
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
00300-3
Mayor
S, Scott Vandergrift
center of Good L .
<\.'\:-.e . JT/j/~
Commissioners
Gary Hood, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
CORRECTED
November 30,2009
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B10-02
RE-BID RECLAIMED WATER SYSTEM RETROFIT FOR
WEDGEWOOD COMMONS & WHITEHILL SUBDIVISIONS
This addendum shall modify and become a pali of the original bid documents for the Reclaimed Water System
Retrofit for Wedgewood Commons and Whitehill Subdivisions, This addendum consists of two pages. Bidders
shall acknowledge receipt of Addendum One (l) in the space provided in Section 00300-1 of the bid documents.
Failure to do so may subject the bidder to disqualification. Please note bid date has been changed to 12/08/09 at
2:00 pm.
AnsWcJ'S to Questions J'eceived and/or amendments to the bid documents are as follows:
1. On p, 00300-3 section 5. a,7. Corporate Authority to execute Bid (Section 00510) should be Section 00501.
2. Please use attached revised bid form. The quantity for pay item U 13 was changed from 16 to 2as noted on
the plans.
3. Any bid already submitted will be returned unopened, as the bid date has been extended to December 8,
2009 at 2:00 pm local time.
(;pj LffO / ~t=O
Crys I Conley
Purchasing Technician
aIlachmenl: Revised Bid Form
City of Ocoee . ISO N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 905-3491. www.ocoee.org
c
~~~~8@~~~~~~'~~~C2~8~~~~%~e~~
;! ~ a CJ . ~ ......,:.. n:s ~ ..3> 0 1 ri " cO ~. ~ "^I.~ C:. '.. -a <:i
p.. ~ .' . ...... -.. 1J) ~ ~ 1.0 G ~Iu.: r() n:s .( ~ rr..
~~~!~I~~g~~R~~I~~~~ ~~.~~aif~~~r~
~~~~~IQI~U)~~~~~~~~~~oo~_~r~~~~~
o ~ ...5)1 ~ ~ -- 1..1) I -I -- , ~ '-'I f; :::t :::' -=- ~
~~I__ oJ
~~~~S&2~~~S~~~~~2~~8~8~e8e~
;! ~ a 0 (\ 8 .0""'" J' ,uJ~I1f! Q W 0 ~ 1\ '. .......: · -,.! ~ .
p..~O~S~~~~~~I~~~1~8~~~~~~I~I~~~~~S
~~I~~~o~-- W~~N(Y.~~~~~IOO'~~ ~~
::> z I ~ r -s [jh ..::;
C _....;.
:E
~
~
[fJ
>-
[fJ
z
o
....
~
::>
:E~
~E2
o~
r;r.CJ)
....
~~
....~
~~
.......~
~-<
~~
>~
~~
....
-<
,...;!
u
~
S
~
~
cl'
- >-
f--t~,-----
f201
\D 0
'<:t ''''l
lr) r<"l
o
o N
..... .....
.....
gooo~ ~No-~~~r,~N
'<:t. '<:t '<:t 0\ N ''''l ..... N..... ~ ~ ". ~ '.
..... N ..... N^
~~~~~~~~~~~~~~~~~~~~~~~~~~
.......
8 ,~
~ >< .8 .8 ~ .5 ,~ 2-
~ .S .~ .~ ] E ~ -0 ~ 8 E3 ~
Oil 'a '" S S -0 -0 ~ ~ 0 CI> 0 ?->
8 88........1i11i1"'''' ~~'" 'd)E
:0 ... .... 0 0 0 0 ~ -0 -0 OJ) g,1l ,3 G 0
.... BO~~OO>> ;>","''''':::l'~ ~o..
o '" ~ ::: ::: > > "a "a -0 0 8 o~ '~8 0 8
Z ~ ::::::-o-o"a"a>> 0....4-<"'0... Uo
O .... "0-000>>00 ~'808G""-o__
~ ~ .~ .~ o~ .~ ~Il ~Il ~ ~ ~ 1:9 ~ ] g i j %
e= .;; ~ u ] ] ~ ~ 0 0 t;:l ~ '" 0 8 .... 0 0 8 'd)
U~ jl 0 0 .... .... g g .~ .~ '2 ::::: ~ F! ..cl o;S .8 'd) '~ b "0
.... .... .... ~ ~' . ~ ~ 8 '" til ~ .';:: .~ 03 .... - ~ 0
[fJ lil p.:j p.:j p.. p.. ~ ~ '';:: '';:: .- Oil '" ::: ~ u g ~ 8 '"
~ -0 p.. p.. 0 0 'fi t) g g .=s ~.s ~. 6 ~ 0 ~ 8 .~ .~ .S
,~a @ @ ~ ~ .g .g -0 -0 ~ .S f<l ,9 '';:: .g 'fi Ef..cl ..cl .... $
.... CI> ..cl ..cl <.J <.J ..cl ..cl -e -e ~ Jg ~ ti ~ <.J Q.l' <.J U ] .~
~ -a. U <.J 8 ~ <.J <.J 8 ~ <.J U 1:l a 1:l a .'E ,8 ,8 0.. 8
;...... '" '" .~.~ 'N ~ .8 .8 " "j' .S ~ "0 6 0 ~ 0 ~ .J J:, ~ "0
:E 6lJ.... 8,-o00..........J:,oo~~.J.O a <.J <.J 8 ~ 0 0 Q.l Q.l a
S B ~ fa ~ (;j 7a :a ~ - ca c; .- crJ b.O 8 .~ 8 .8 ~ ~ ~ ~ "
Q.l OJ) i.~ ~ "Vi "Vi "Vi 1Q "Vi ~ 1Q 1Q ~ "Vi ~ 'E ~ 'E ~ .~ @- @- @- ~
o .8 ~ ,8 ,8 .8 .!:l .8 .5 .~ ,!:l .8 ,8 '" 0 '" 0 '" U
]~~&...."O"O-o"O"O"O"O-o-o-oE ~~~~o-o-o-Ofr
.1 ~ ~ ~ 1 f<l i lil i i a a lil f<l a ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~
_ .... ;:3 "a ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ OJ) ,5 0 .~ .Q u > > > > ~
:g 8 ~ ~ 1 '~ .~ .~ .~ .~ .~ .~ .~ '~ '~ :w ~ ~ ~ .... ~ s s S S b
::E~8o~~~~~~~~~~~p..~~~~::E~~~~~
:E
~ .
~o ~
....z ......
S
~
N ''''l '<:t lr) '-0 r-- 00 0\ 0 :: ~ M '<:t lr) '-0 r-- 00 0'1 0 ..... N M '<:t <r)
::> ;:J ::> ;:J ::> ::> ;:J ;:J 5 ::> ::> 5 5 5 5 5 5 5 S S S S S S
t:l
o
f--<
CIJ
::)
II
Z
o
f--<
-i::l^
!:a
>--
Q)
!:a
;::::l
0'
CIJ
II
>--
CIJ
~^
CIJ
p..
~
......:l
II
CIJ
......:l
~^
o
o
~
!:a
Q)
t:l
;J
II
~
......:l
..i:::~
u
~
W
II
~
Cl
@
tJ
w
......:l
V)
I
o
o
r"l
o
o
......
~
o
tJ N
~ 9
o
S "0 ......
Eco:l
fIl ro =It
:>'fIl"O
CIJ c'-
..... 0 o:l
~ ~ ;g
~ 0.9
"0 u .~
Q)..... ;:-
d v.....
I:< 0 "0
..... O,D
~ ~ ;::l
a:l Q) CIJ
~ Cl}......
"'0:-;::
"OQ)~
..... ~ Q)
o:l .-:::
dJ t; ~
~~;;;>
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 Owner's sole and absolute
discretion, it determines that action to be in its best interest. The terms used in this Invitation to
Bid, which are defined in the General Conditions and included as part of the Contract
Documents, have the meanings assigned to them in the General Conditions.
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 on the Bid
Form, 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.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
Reclaimed Water System Retrofit
For Wedgewood Commons and 00300-5
Whitehill Subdivisions Bid# B 1 0-02
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.
SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS
Specification Section and Equipment Item
Manufacturer/Supp I ier
15050 - Process & Utility Piping, Fittings, Valves,
and Accessories
HOPE Pipe
A. American
B. Mc Wane
C. U.S. Pipe
D. Griffin
A. Union
B. U.S. Pipe
C. Nappco
D. American
E. Tyler
F. Trinity Valley
G. Sigma
H. EBAA
1. Smith-Blair
A, Plexco
00300-6
Ductile If(~n Pipe
Fittings
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
B. Oriscopipe
C. Lamson Vylon
HOPE Stiffeners A. JOM
Gate Valves A. Clow
B. Mueller
C. U.S. Pipe
O. Waterous
E. American Darling
F. M&H
G. lIT Kennedy
PVC Pipe A. CertainTeed
B. Can- Tex
C. North Star
O. J-M
E. Capco
F. H& W Industries
Valve Boxes A. Tyler
Valve Pads A. Sigma
Valve Markers A. Wagco
Service Connections A. Mueller
B. Romac Industries
Meter Valves/ Corporation Valves A. Mueller
Polyethylene Pipe A. EndoCore
Trace Wire A. Kris- Tech
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B I 0-02
00300-7
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Deductible Amount*
Equipment Alternative (Indicate Whether
Item or Spec Manufacturer/Supplier Lump Sum or
Material Section (List One Only) Unit Price)
,
~/A
I
Represents 50 percent of the 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.)
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
00300-8
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNA TURES)
If Bidder is:
SOLE PROPRIETORSHIP
(SEAL)
(Individual's Name)
doing business as:
Business Address:
Phone No.:
Florida License No,:
A PARTNERSHIP
Business addre.~
"'-,
(SEAL)
Phone No.:
Florida License No.:
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 10-02
00300-9
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNA TURES)
If Bidder is:
A CORPORA nON
~ULL~ eQ~fJe
(Corporation Name)
,
By
fLDe(j)4-
(State of Incorporation)
AL~ C'APLcrD
(Name of person authorized to sign)
.
(Corporate Seal)
ACE'L~" CA9tDD
(Secretary)
Business address: ~ ~~I~~S DlL
illA~} 8 - 3J~
PhoneNo.:_~07 - E5S---SS1d-
~
Corporation President: lJMcJit-ll.1 ~Hu~
Florida License No.: (\~CD,~~~ (p I
Attest
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 1 0-02
00300-10
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:
By
By
Business Address:
Phone No.:
Florida License No.:
(Each joint venturer ust sign. The manner of signing for each individual, partnership, and
corporation that is party to the joint venture should be in the manner indicated above.)
Florida License
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B] 0-02
00300-11
13. List the following in connection with the Surety which is providing the Bid Bond:
~ (\" , , l C
Surety's Name: (t+E \n', tJCJ ~~AT\ tJ'SlJlJ?it\\.JeB D,
Surely's Address: ~CO SolIDI bILMbRP Qb .
A-1~fIElJ~, ill YS01Lf
MA-lTl fhJb I tL ,>~/Sl
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions Bid# B 10-02
00300-12
SECTION 00301
QUESTIONNAIRE
DATE:~
PROJECT IDENTIFICATION:
City of Ocoee
Reclaimed Water System Retrofit for Wedgewood
Commons and Whitehill Subdivisions
NAME OF BIDDER: SCJ-(l\LU:Q.Cft.-TIQACJ1)QS Il\f-clQ,Q(){2jffE))
BUSINESS ADDRESS:1l1J{()A~I~ 1)Q1~JF, ()QIAi\.lbn f
I '
_{:L \ ~'ffR Telephone No.:~l-'K%-'S\lJ
"
CONTRACTOR'S FLORIDA LICENSE NO. rilC' J}~l.p~lo I
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1.
How many year6has your organization been in business as a General Contractor?
I
2.
Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed?
~E ATf~
3. Have you ever failed to complete work awarded to you? If so, where and why?
00
4. Name three (3) municipalities for which you have performed work and to which you
refer:
~~~~~
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00301-1
".',~:~ IJ.,~.", . ,.,~'~ SO....-U.r
(. ~~ ~1\. >>~. "",,~ ~.. ...
&:. @@5" ~. Coatracton I.corporat..
SCHULLER CONTRACTORS INCORPORATED
PROJECT REFERENCES
1.
Project Name:
Project No.
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
2.
Project Name:
Project No:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
3.
Project Name:
Project No:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
Holden Heights Infrastructure Improvements, Phase III
Y 6-728
Orange County Utilities
Charlyn Warts
9150 Curry Ford Road
Orlando, FL 32825
352-383-8706 Charlvn. Watts!ZV,earthlink.net
$14,615,504.00
$1,199,770.00
$15,815,275.00
September 2006 / March 2009
Include new central sewer system, 24,000LF of 8, 10, and 12-
inch gravity sewer main lateral connections, 60 double sewer
lateral connections, elimination of 400 resident septic tanks.
Gutter, sidewalks, stormwater, and water main improvements.
Venetian Canal Dredging Project
Y7 - 796-J2
Orange County
Mike Wehrfritz
4200 South John Young Parkway, 3rd Floor
Orlando, FL 32839
407-836-7884 Mike,Wehrfritz(Q),ocfl.net
$193,150.00
$49,718.00
$242,868.00
September 2007 / March 2008
Excavation, removal, and disposal of unsuitable material
(muck) layer within the Venetian Canal to specified elevations.
Orange County Facilities Management
Y4-1044-EZ - Stormwater Pond Maintenance
Orange County
Mike Crandall
2010 E. Michigan Ave.
Orlando, FL 32806
407 -836-7483 Mike.Crandall!ZV,ocfl.net
$2,503,125.00 (3 year term contract)
none
$2,503,125.00 (3 year term contract)
October 2004 / September 2007
Maintenance of storm water ponds in various locations in OC,
Schuller Contractors Incorporated - Project References
/.:.~~ ,t" 3\.",..." . :':~. 8olL.~ Uer
" ~. \0- A<fI', -';.'~ "'11
t,. @@t..~.. Coatraoton I.oorporate.
4.
Project Name:
Project No:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
5.
Project Name:
Project No:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
6.
Project Name:
Project No:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
Orange County Roads & Drainage
Y4-1027-J2 - Storm Sewer Pipe Installation & Repair
Orange County Public Works
Charlie West
4200 S. John Young Parkway, 3rd Floor
Orlando, FL 32839-9205
407 -836-7870 Charles. West2@ocfl.net
$6,604,713.00 (3 year term contract)
None
$6,604,713.00 (3 year term contract)
September 2004 / March 2008
Stormwater system inspection cleaning and reapirs at designated
areas with OC.
Orange County Roads & Drainage
Y4-1045-J2 - Storm Sewer Pipe Installation & Repair
Orange County Public Works
Charlie West
4200 S. John Young Parkway, 3rd Floor
Orlando, FL 32839-9205
407-836-7870 Charles.West2@ocfl.net
$10,757,880.00 (3 year term contract)
None
$10,757,888.00 (3 year term contract)
August 2004 / March 2008
Install and/or repair storm sewer pipes and restore areas
damaged, install and/or repairs at designated areas with oc.
Bithlo Community Park Ballfield Improvements
Y7-706-EZ
Orange County Parks & Recreation Division
Clifford Torres
480 1 West Colonial Drive
Orlando, FL 32808
407-836-6200 Cliff.Torres@ocfl.net
$345,295.00
$35,829.54
$381,124.54
March 2007 / February 2008
Construct baseball field with all associated stormwater and
infrastructures, parking area and associated amenities for
baseball field, irrigation and lights.
Schuller Contractors Incorporated - Project References
2
.;:~ ,,r. ~', " .,:~ 8olL.- Uer
~'.' ~ ~~.!" ~"..- ~,~'_, "u
....:! -:"... ....,..' ~i1~
&~;. @@ '. Coatnoton laoorponte"
7. Project Name:
Start Date:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
8. Project Name:
Project No.
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
9.
Project Name:
Project No.
Start Date:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
John Young Parkway, Segment 2, Sidewalk and
Landscaping Project
June 2005
Orange County Public Works-Highway Construction Division
Mike Wehrfritz
4200 South John Young Parkway, 3rd Floor
Orlando, FL 32839
407-836-7884 Mike.Wehrfritz@ocfl.net
$763,000.00
$ 47,500.00
$810,000.00
June 2005 / March 2006
Improve pedestrian travel along the corridor, construct new
sidewalks, wherever necessary to connect to existing sidewalks.
Improve the roadway by installing new trees, and landscaping.
Holden Heights Community Improvements
Y2-773
Orange County Utilities
Charlyn Watts
9150 Curry Ford Road
Orlando, FL 32825
352-383-8706 Charlvn,Watts@earthlink.net
$11,239,350.00
$ 56,881.63
$11,296,231.63
March 2003 / March 2006
Construct 28,000LF of 8" gravity main, 2,1 OOLF of 12" force
main, 91 wastewater manholes, 752 service laterals, stormwater
retention ponds, 25,000 ft of stormwater manholes, 167 inlets.
And 28,883LF water main, 474 service connections.
C.R 415 (Celery Avenue) Widening & Culvert Extension
CC-1262-05/TLR - WO#l1
December 1, 2005
Seminole County Public Works
Al Collock
520 West Lake Mary Blvd, 2nd Floor
Sanford, FL 32773-7424
407 -665-5655 acollock@seminolecountvfl.gov
$353,215.08
$0.00
$353,215.08
December 2005 / March 2006
Schuller Contractors Incorporated - Project References
3
/..~J~ ..f'~', ":'~''-.,.8. OIL-Uer
p' ~ Ii \;;rl~ .~S-'J "('..... WI1I
g,,, @~. ~,. CoaUaoton I.oorporate.
Project Description:
10. Project Name:
Project No:
Start Date:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
11. Project Name:
Project No.
Start Date:
Owner:
Contact:
Address:
Phone/E-mail
Original Contract:
Change Orders:
Final Contract:
Start/Complete Dates:
Project Description:
Widening and culvert extension, and installation of another
culvert. Land excavation
Cross Seminole Trail North
CC-1237-04
January 2005
Seminole County BOCC
David Martin
520 West Lake Mary Blvd.
Sanford, FL 32773
407 -665-5610 DMartin02@seminolecountvfl,gov
$1,589,000.00
$62,000.00
$1,651,000.00
January 2005/ September 2005
Construction of nature trail facility, asphalt path, bridge,
gazebos, signage, landscaping and fencing.
Northwestern Ave Erosion and Sedimentation Control
CC-1200-02
March 8, 2003
Seminole County BOCC
Bob Walter
530 West Lake Mary Blvd,
Sanford, FL 32771
407 -665-5753 rwalter@seminolecountvfl.gov
$764,000.00
N/A
$764,000.00
April 2003 / January 2004
Maintain flow of the Little Wekiva River, install gabion baskets
high volume pumping, erosion & sedimentation control;
clearing & grubbing, utility relocate. Install reno mattress,
gabion baskets, and terramesh baskets. Placement of 2300 ton
on gabion stone, compaction grading, sodding, fencing and
plantings.
Schuller Contractors Incorporated - Project References
4
~\u
6. Will you Subcontract any part of this Work? If so, describe which portions:
<;oD
'/:MIlJ -rP1lI\Y~ ~ tl-lo1 O~/2f.lfMl
_ JJJ41 Pit relf-
7. What equipment do you own that is available for the Work?
~.:: .~~ ~~. Q5
tli." · iL! ~~iC
8. What equipment will you purchase for the Work?
./
JJ/A
9. What equipment will you rent for the Work?
)
fJ( fr
10. The following is given as a summary of the Financial Statement of the undersigned: (List
Assets and Liabilities and use insert sheet if necessary).
Sk~ f-lTT\Q~"'0
11. State the tr
Bidder is:
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions,
00301-2
SCHULLER CONTRACTORS INCORPORATED
BALANCE SHEET
December 31, 2008
ASSETS
CURRENT ASSETS
Cash & Cash Equivalents
Contract Receivables (Note 2)
Costs and estimated earnings in excess of billings on
uncompleted contracts (Note 3)
Other Receivables
TOTAL CURRENT ASSETS
FIXED ASSETS
Vehicles and Equipment
Accumulated Depreciation Vehicles and Equipment
Total Vehicles and Equipment
OT~ER ASSETS
Deposits
TOTAL ASSETS
LIABILITIES AND STOCKHOLDERS' EQUITY
CURRENT LIABILITIES
Accounts Payable - Trade
Payroll Taxes
Billings in Excess of Earnings (Note 3)
Insurance Payable
TOTAL CURRENT LIABILITIES
OT-iER LIABILITIES
Officer Loans (Note 4)
TOTAL LIABILITIES
STOCKHOLDERS' EQUITY
Common Stock, $1.00 Par Value, 500 Shares
Authorized and Outstanding
Additional Paid-in-Capital (Note 4)
Retained Earnings
TOTAL STOCKHOLDERS' EQUITY
TOTAL L1ABILI-:-IES AND STOCKHOLDERS' EQUITY
$ 2,254,410
541,825
180,189
346
2,976,770
355,932
(259,376)
96,556
2,293
$ 3,075,619
$
292,843
21,417
47,746
37,533
399,539
o
399,539
500
2,010,668
664,913
2,676,081
$ 3,075,619
The accompanying notes are an integral p,'rt of the financial statement~
SCHULLER CONTRACTORS INCORPORATED
STATEMENT OF INCOME
FOR THE YEAR ENDED DECEMBER 31, 2008
INCOME $ 12,865,703
COST OF SALES
Materials 962,023
Labor 837,405
Equipment Rental 189,217
Bonding 45,767
Subcontractors 2,650,432
Other Costs 341,371
TOTAL COST OF SALES 5,026,215
GROSS PROFIT 7,839,488
EXPENSES
Computer 1,242
Depreciation 9,113
Insurance 137,276
Legal and other Professional Fees 150,367
Miscellaneous 16,354
Office Supplies and Expense 17,642
Postage 3,525
Repairs 2,416
Rent 35,948
Salaries 2,279,888
Taxes - Other 27,768
Telephone 12,177
Travel and Entertainment 41,344
Utilities 7,787
2,742,847
OPERATING INCOME 5,096,641
OTHER INCOME AND EXPENSE
Interest Income 78,050
Gain on Sale of Fixed Assets 56,204
NET INCOME $ 5,230,895
The accompanying notes are an integral part of the financial statements,
SECTION 0030I-A
SUBCONTRACTOR/SUPPLIER LIST
Will your finn be doing illl 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, contract, 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 M/WBE
requirements. Provide illl infonnation 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
1 ~(J.sO,J C:)\J('tP-f\!lS&S
lHOf2.Pb, (WA-D
(3)rm~ PO ) Fe
4O'7-'6Sg. '1Y~r1 K-
2~g~~~h~{m
rJ, I~ a(\SG,S f-c.-
oi-3ID-5"3oK
3 +\U; u t5" , on
Jb~() (;. (::l)tl>
W~G\lR-, f1.-
~-.
4 ~\J ~ 85ft
rO(Bo~ ' lip
~1~~~IJ'SIFL
D7. 3 1--10crr
5
6
7
WORK TO BE
PERFORMED (TRADE)
OR COMMODITY TO
BE SUPPLIED
PlPe
ESTIMATED
DOLLAR
AMOUNT
1n J C(-S-~a
,
~ 5,510. DC
~J::: - tOf\fj[2ur( (}IJ
'I Dt--oS
50IJ 1~\Tt+lf.flTI Cl10
tt Lf, fL(O, 00
As1Ml1 p(f[CH
~'3 30.00
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
M/WBE
DESIGNA TION
OR MAJORITY
OWNER
ru6~
fJ0J
10t5,J
(DOcU
0030I-A-I
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.
BIDD
BY: ,l
(Print or type name)
TITLE: lliieEb ~IA ~ fAI ,~
DATE: ~
THIS 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
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
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:
I. 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 (I).
4. In the statement specified in subsection (I), 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.
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00303- I
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements,
Signe
By:
Title:
Date:
(Print or Type Name)
~-hJA1JCiAllk(~
Id'GjO'1
tJc
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00303-2
SECTION 00410
ITB-10-02-0-2010/CC
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Schuller Contractors, Inc.
. as Principal, and The Cincinnati Insurance Company
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $~. ()'fffu/SD
,
T v.k:"lJ\\( ~ Tl-WS~() ,&1t\ H-fV $1'1. (J6lLciUlJ:,. AF,iD 6ollco Do' LN,(J;~
(written amount in dollars and cents)
for the payment of which, well and tmly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed, this 1 st day of December ,2009 The Condition of the
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 into a contract in writing, for
Reclaimed Water System Retrofit Wedgewood Commons and Whitehill Subdivisions
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
difference between the total amount of Bidde'r's bid and the total amount of the bid of the
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 no 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 on the face ofthis 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. Default of Bidder shall occur upon the failure of Bidder to deliver 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,
00410-1
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
3, This obligation shall 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 Own~r fails to issue a Notice ofIntent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (01' any extension thereof
agreed t<;> in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof),
4, Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety ofwl'itten notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due,
5. Surety waives notice of and any and all defenses Qased 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 fi'om Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prim' to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7, Any suit or action under this Bond shall b~ commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of tlus Bond, Such notices may be sent by
personal delivery, commercial cOl.lrier 01' by United States Registered or Certified Mail,
return receipt requested, postage pre-paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a CUll'ent and effective Power of Attomey
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 statute 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
00410-2
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
of said statute shall govern and the remainder of this Bond that is not in contlict therewith
shall continue in full force and effect.
11, The tenn "bidll 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 f0l1h above,
BIDDER:
ature block.
doing business as
(1)
(Individual's Signature)
(Witness)
(SEAL)
(Florida License No,
00410-3
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
) usiness Add....>
,./'/'
lorida License No.
00410-4
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
ature block.
(Witness)
(Witness)
(SEAL)
(1)
If Bidder is CORPORATION, com tete t j
Schuller Contractors, Inc,
(Corporation Name)
Florida
(State of Incorporation)
By: Al Fl?~ CfWum
(Name ofPerson Authorized to Sign - See Note 1)
']iMoTH 4 S0i-tUl J 'P()
(Corporation President)
8046 Presidents Drive, Suite A
Orlando, FL 32809
(Business Address)
00410-5
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
(2)~~
(WI less)
(SEAL)
I SURETY I
Witness: (If agency is not a Corporation)
The Cincinnati Insurance Company
(Surety Business Name) (1)
6200 South Gilmore Road (Witness)
Fairfield, OH 45014
(Principal Place of Business) (2)
By: XcLJ;.. I/j. ~ (Witness)
(Surety Agent'sSignature - See Note 2)
AtleS"~ (If A:ncy f:~
Leslie M. Donahue J~/-
(Surety Agent's Name) (Corporate Secretal'Y Signature)
IAtlO"2eY in Fact & FL Lie. Resident Agent Susan L. Reich
(Surety Agent's Title) , (Corporate Secretary Name)
Florida Surety Bonds, Inc.
(Business Name of Local Agent for Surety)
620 N. Wymore Rd., Ste 200 (Corporate Seal)
Maitland, FL 32751
(Business Address)
(407) 786-7770 N/A
(Telephone No.) (Bond No,)
NOTES:
(1) Complete and attach "Corporate Auth,ority to Execute Documents" if executed by any corporate
employee other than president or vice-president.
(2) Complete and attach 11 certified copy of "Power-of-Attomey" prepared by Surety appointing
individual "Attorney-in-Fact" for ex.ecution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney-in-Fact",
(3) Above addresses are to be used fOJ' giving required notice,
(4) 'Any singular reference to Biddel', Surety, Owner or other party shall be considered plural where
applicable.
(5) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and bo authorized to transact business in the state where the project is
located.
00410-6
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
CORPORATE AUTHORITY
TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of Schuller Contractors, Inc,
(ContractolJs Corporate Name)
a corpo~ation under the laws of the S te of --.JL()eJ'M , held on the I ~
day of following resolution was duly passed and adopted:
"RESOLVED, th t-
(51 ature 0 I .. al)
As ~0A-t\D'AL [)(YtC:.et0
(title)
of the corporation, is hereby authorized to execute
and all documents required to be signed by an officer of the Corporation in order to submit a
valid bid, contract and bond for
Reclaimed Water System Retrofit Wedgewood Commons and Whitehill SubdivisionslTB-1 0-02-0-201 OICC
(project name) (Bid No.)
between the City of Ocoee , a municipal corporation, and this corporation, and that his execution
thereof,
attested by the Secretary of the corporation and with corporate seal affixed shall be the official
act and deed of this corporation,lI
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHE~OF, I have hereunto set my hand and affixed e official seal of the
corporation this. i'){' day of
(CORPORATE SEAL)
STATE OF -r::Lof4t?/t
CITY OF -d14Uf00o
The fwe.soing instrument was acknowledged before me this -1- day of DEe.. , J-.c:ol
by N-l.P"J.i00~ c.~pL) m (name of officer 01' agent, title of officer 01'
agent1 ~f Schuller Contractors, Inc. (name of corporation acknowledging), a
~()n- (state or place of incorporation) cOloration. on behalf of the corporation,
He/She 1s personally known to me or has produced identificati (typ of ddentification) as
identifioation and 'did/did not mke an oath, if
(Notary Public)
My Commission Expires:
NOTARY PUBLIC. STATE OF FLORIDA
...',......,,'. Patricia H, Lockhart
~ W ~Commission #DD643814
\~l Expires: APR. 09,2011
'",,\. .~ ,""'c BONDING CO 1Ne.
BONDEDTHRU lUUUU' .,
00410-7
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF FLORIDA
COUNTY OR CITY OF
ORANGE
)
)
Before me, a Notary Public, personally came Leslie M. Donahue
known to be the Attorney-in-Fact of The Cincinnati Insurance I a
Corporl!-tion, which (SUI'ety Company) Company
known to me, and
NH
(State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
The Cincinnati Insurance
Company
Directors,
The Cincinnati Insurance
and that the execution of the attached bond is the free act and deed of Company
(Surety Company)
were affixed by order and authority of said Company's Board of
(Surety Company)
Given under my hand and seal this.
1 st
day of
December
,. 2009
O~~~ p~ Notary Public State of Florida
~ . Janet L Carey
~ c:;: ~ My Commission 00918725
"'" Or t\.o'" Expires 09/06/2013
'VV"v
4-~ -! - (' Lt~
(Notary Public) Jane L....Carey
My Commission Expires
September 6, 2013
END OF SECTION
00410-8
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
THE CINCINNATI INSURANCE COMPANY
Fairfield, Ohio
POWER OF ATTORNEY
KNOW ALL MEN BY TIIESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of
the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint
Don Bramlage; Jeffrey W. Reich; Susan L. Reich; Kim E. Niv; Teresa L. Durham;
Leslie M. Donahue; patricia L. Slaughter; J. Gregory MacKenzie;
Gloria A. Richards; Lisa Roseland and/or Cheryl Foley
of Maitland, Florida its true and lawful Attomey(s)-in-Fact to sign, execute, seal
and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows:
Any such obligations in the United States, up to
Twenty Five Million and No/1OO Dollars ($25,000,000.00).
This appoinbnent is made under and by authority of the following resolution passed by the Board of Directors of said Company
at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which
resolution is still in effect:
"RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in-
Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the
Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seali and may with or
without cause modify or revoke any such appointment or authority, Any such writings so executed by such Attorneys-in-
Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected
officers of the Company,"
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 7'" day of December, 1973.
"RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the
Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing
such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed
and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Company."
IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COlvlPANY has caused these presents to be sealed with its corporate
seal, duly attested by its Vice President this 101h day of October, 2008,
THE W INSURANCE COMPANY
//4:Z;dW
STATE OF OIDO
COUNTY OF BUTLER
) ss:
)
On this lOll> day of October, 2008, before me came the above-named Vice President of THE CINCINNATI INSURANCE
COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is
the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument
by the authority and direction of said corporation.
""'".."",,,,,
""",~" \ A l 8 ~~
!to'" ~.. ~,,\
10 ...""", ." '='
i ;;: ~VNfII, ''1
=* *:
.. S
i. 0':'
\tP,.. ~I
"'I.-f"E f 0,
~"'" O~...,
'IUI'....
I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COl'vlPANY, hereby certify that the above
is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in full force and effect.
GIVEN under my hand and seal of said Company at Fairfield, Ohio.
1st day of December . 2009
--,
.-;tL
MARK J, H LLER, Attorney at Law
NOTARY PUBLIC. STATE OF OHIO
My commission has no expiration
date. Section 147.03 O.R.C.
~g~~----
BN-IOOS (10/08)
SECTION 00480
NON-COLLUSION AFFIDAVIT
ST ATE OF ---=FLDeJDA )
COUNTYOF~)
-.--.:~~ CAPLLW , being first duly swore deposes and says:
He (it) is thefBr8f:-htJMciAG0FHCE10
~ (\ ~~' Office, Mtative or Agent)
of U LL82.. LOtJTQA ,OePCQ , , the Bidder that has
submitted the attached Bid;
1.
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, finn, 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 proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement n e rt of the Bidder or
any other of its agents, representatives, own e pi ye or a i n interest, including
this affidavit.
By:
Title:
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00480-1
J~~
Sworn and subscribed to before me this "2!.-
, in the State of FLOf2-IOFJ-
My Commission Expires:
day of ~. dDc51
, County of () {Zf)N[r,;;;
Notary Public
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
NOTARY PUBLIC - ST' ~~ :'? TI,ORlDA
."'"'''''' pnt :.: ,', ,;: ;'",!. hart
l~~-:':. a fJ:": ";,;,,,\.1\
~, ~7 }COmml!:[;WI1. ~! i ?64:3814
"",11\'''''.... Ex::-:.'\,:-,' ~,~I. :-:. \)9,2011
BONDEDTlfRU ,:;~'~: ,";(, ~'~'N'U;NG co" me.
00480-2
-
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.
Name
Note:
The penalty for making false statements in of
Date I d-'(_\ , J-CV1 .
Title
Official A~~,jincluding Z-iR Code):
~LUoA- ~ri;j[~'\1s uQJvE:
11lJ AtJtD, 0L 3;)(;'Cff
,
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICA TION OF YOUR BID.
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00481-1
SECTION 00482
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
I.
SQJ-l Ll L-LEQ..
This sworn statement is submitted to City of Ocoee, Florida by CbtSii200UD by
1\ (l^^ __ (\' r. ,7\((-- . IIJC-
j{LEM~ VWUID .l1-l1g:i1tJAtJC1~ut+(CPe >
(Print i~dividual's Name & Title)
whose business address is ~VJA +PESILJE'tJrs 'ld2.';ff;j
J)R{~ ~I~f-t 3;l~
I
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 I, 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, executives, 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
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
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.l33(l)(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 of an 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 of a 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.
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 final 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
FO~J~PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH _
I . , . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLI ENTITY PRIOR TO ENTERING INTO CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SE 28 FLORIDA STATUTES FOR
CA TEGORY TWO OF CHANG IN INF ~J: INED IN THIS FORM.
tfo
}
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00482-2
Date:~1 {01
SlI-tU~CuSrQ.AITbt"S (tJ L
Name of Bidder (Contractor)
STATE OF ~, Oa7
COUNTYOF~
PERSONALL Y APPEARED BEFORE ME, the undersigned authority,
_JQ-ttxr-J-/\)f)~ t\4PtJTD
(Name of Individual Signing)
who, after first being sworn by me,
affixed his/her signature in the place provided above on this
day of
j)E&~BP:O
, d-.cc>=L,
Notary Public !lJ;;/)/L ~J
My Commission Expires: 0
END OF SECTION
NOTA"Yj""'T'
..." ',", ;2 - STATE OF FLORTDA
..........\ "".... r~.". ,.,W ; ," ...
g w: -: '- "l.d~J\l H. Lockhart
~J~liCon~nussion #DD643814
,>,.".'"., Expires: APR. 09,2011
BONDED nmu ATLANrIc BONDING co,; me:
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions,
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:
(I) I / have/ have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participjlted 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.
I agree that I will obtain identical certifications from pr. ~ctive lower-tier sub-contractors when I
receive bids or offers or initiate negotiations for any 10 er-tie c ion subcontracts with a price
exceeding $ 10,000. I also agree that I in suc ce ifi 0 s n m files.
Date~, 2009
( . (l Official)
5tHUl~~~ACfDeS IJJ~.
(Name of Prospective Construction Contractor or Subcontractor)
]lli~A \PRT:5I~ I DQLA~ +1-, 3J%rY1
(Address of Prospective Construction Contractor or Subcontractor)
Lt67,~S5 ,5S1:l
(Telephone Number)
3:J -351384-0
(Employer Identification Number)
END OF SECTION
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions.
00483-1
SECTION 00501
CORPORA TE AUTHORITY TO EXECUTE DOCUMENTS
CERTIFY that a Il'\eeting of the Board of Directors of
L' J~L
(Contractor's Corporate Ngme)
the laws of the State of -L t4
JnLR ' the folio re olu .on
a corporation under
"RESOL VED, that
e on the I ~ day of 'Dfr__
and adopted:
-.fh~0w(ITD. ~FD
(typed name of individual)
as tFo of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
Reclaimed Water System Retrofit for
Wedgewood Commons and Whitehill Subdivisions
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary 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 set my hand and affixed the official seal of the
corporation thi . day of ~ ' J.l:;()1 .
(CORP SE
(Corporate Secretary)
(1
STATE OF
CITY OF
The foregoing insH~ument was acknowledged before me this J ~ day of 'Dtr.;
~ocA ' by H--Lf'lfW{)::12. QA()\>uTO \
(name of officer or agent, title of officer o! agent)~ ~\-\\JU Idfl-.c.otJT~~t[Oll ~ I J'J( (name
of corporation acknowledging), a _Rl?(l.(O If ~ or place 0 incorporation)
corporation, on behalf of the corporation. He/She i rsonally know to me or has produced
identification (type o~t#~ and did/did
not take an oath, tV!'
(Notary Public) Ip
My Commission Expires: ~ cr. ':2tJ/1
NOTARY PUBLIC. STATE 0 FLORIDA
END OF SECTION ~""'''''''''' Patricia H, Lockhart
a ~ ECommission#DD643814
':;"" ../ Expires: AFR. 09, 2011
,..\'
BOtmE9 1llRY ATl,^Nl'Hl BeNDING CO., 1Ne.
Reclaimed Water System Retrofit
For Wedgewood Commons and
Whitehill Subdivisions
00501-1
,,,._,-,--- ,.-.. "
"
,.....:,:.;.,.-:: ..:,I.~;~.~::,.,
"':'ii..'o(,~i-<d),~
~::"r;~!:)~~~Jf{
. .......~,.
",:- ':.: ''';;.'~'''
','-'>t
~"
'<'
08
~.~'
Q~
tIl
r:w::
,U:El
PH
tEl#:
"'OM'
t
H
'-... .
ri1'~ ~ " .'j
~~,i:;::Ff~I,;Mf~ OJ
~i{:~
(Y)..
'~:~~~~K~i'~~~;
- ~jfC;.,..
{{It;,~*,~~ '
"It::
U
-=:
.. ".,:,'"
.- . ....~..
.J
. . , ~.
, :;~~;j~,}i:F.i?i~
. . . . -
jjf~~i~,
,,', "'I.,,-~g",f'I"
'., "e:'.:il~i:i'
'>~O~
c~I5.:'
tf.l~
rzlU
..:lrzl
~tJl
~"
U
, ", :s:
:5
"~'lo"
, ;';";[;:1:
0::;"
; ://,~t;:;~'
en
<(
, ,,' >-'
<(
....J
a..
',~,
.. 9-
"~i';'~~~':"~.i~'~'{i))~":' .
){~,fI
"rdm.'
'" . . Hri1~':?'
,.;I>
,P::O"
, ~0".
," .'(),:
Form W-g
Request for Taxpayer
Identification Number and Certification
Give form to the
requester. Do not
send to the IRS.
Check appropriate box: 0 Individual/Sole proprietor GZJ Corporation 0 Partnership
o Limited liability company, Enter the tax classification (D=disregarded entity, C=corporation, P=partnership) ~ .......
o Other (see instrucllons) ..
Address (number, street, and apt. or suite no,)
8046A Presidents Drive
Enter your TIN in the appropriate box, The TIN provided must match the name given on Line 1 to avoid
backup withholding, For individuals, this is your social security number (SSN), However, for a resident
alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3, For other entities, it is
your employer identification number (EIN), If you do not have a number, see How to get a TIN on page 3,
Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose
number to enter,
Certification
Under penalties of perjury, I certify that:
1, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and
2, I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not tieen notified by the Internal
Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has
notified me that I am no longer subject to backup withholding, and
3, I am a U.S, citizen or other U,S, person (defined below),
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup
withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 does not apply,
For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement
arrangement (IRA), and generally ayments other than interest and dividends, you are not required to sign the Certification, but you must
provide your correct TIN, See e structions n page 4.
(Rev, September 2007)
Department of the Treasury
Internal Rdvenue Service
Name (as shown on your income tax return)
~
<IJ
Ol
<Il
C.
C
o
4l '"
c.5
l:'..
.... I.)
o 2
........
t: '"
,_ t:
a:~
'ij
4l
0-
C/)
<IJ
<IJ
(j)
Business name, if different from above
Schuller Contractors Incorporated
City, state, and ZIP code
Oriando, FL 32809
List account number(s) here (optional)
Taxpayer Identification Number (TIN)
Sign
Here
Signature of
U.S, person ~
General Instructions
Section references are to the Internal Revenue Code unless
otherwise noted,
Purpose of Form
A person who is required to file an information return with the
IRS must obtain your correct taxpayer identification number (fIN)
to report, for example, income paid to you, real estate
transactions, mortgage interest you paid, acquisition or
abandonrnent of secured property, cancellation of debt, or
contributions you made to an IRA.
Use Form W-9 only if you are a U,S, person (including a
resident alien), to provide your correct TIN to the person
requesting it (the requester) and, when applicable, to:
1. Certify that the TIN you are giving is correct (or you are
waiting for a number to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are aU,S,
exempt payee, If applicable, you are also certifying that as a
U,S. person, your allocable share of any partnership income from
a U.S, trade or business is not subject to the withholding tax on
foreign partners' share of effectively connected income,
Note. If a requester gives you a form other than Form W-9 to
request your TIN, you must use the requester's form if it is
substantially similar to this Form W-9,
o Exempt
payee
Requester's name and address (optional)
I Social seCU!ity num~er
or
Employer identification number
59
3513840
Date ~
aC1
Definition of a U.S. person. For federal tax purposes, you are
considered a U,S. person if you are:
. An individual who is a U,S. citizen or U.S, resident alien,
. A partnership, corporation, company, or association created or
organized in the United States or under the laws of the United
States,
. An estate (other than a foreign estate). or
. A domestic trust (as defined in Regulations section
301,7701-7),
Special rules for partnerships. Partnerships that conduct a
trade or business in the United States are generally required to
pay a withholding tax on any foreign partners' share of income
from such business. Further, in certain cases where a Form W-9
has not been received, a partnership is required to presume that
a partner is a foreign person, and pay the withholding tax,
Therefore, if you are a U,S, person that is a partner in a
partnership conducting a trade or business in the United States,
provide Form W-9 to the partnership to establish your U,S.
status and avoid withholding on your share of partnership
income,
The person who gives Form W-9 to the partnership for
purposes of establishing its U,S. status and avoiding withholding
on its allocable share of net income from the partnership
conducting a trade or business in the United States is in the
following cases:
. The U.S, owner of a disregarded entity and not the entity,
Cat. No, 10231 X
Form W-9 (Rev, 9-2007)
Citv Manager
Robert Frank
Commissioners
Gary Hood. District 1
Rosemary Wilsen, District 2
Rusty ,Johnson, District 3
Joel Keller, District 4
Mavor
S, Scott Vandergrift
Florida
CORRECTED
November 30, 2009
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #BI0-02
RE-BID RECLAIMED WATER SYSTEM RETROFIT FOR
WEDGEWOOD COMMONS & WHITEHILL SUBDIVISIONS
This addendum shall modify and become a part of the original bid documents for the Reclaimed Water System
Retrofit for Wedgewood Commons and Whitehill Subdivisions. This addendum consists of two pages. Bidders
shall aclGlowledge receipt of Addendum One (I) in the space provided in Section 00300-1 of the bid documents.
Failure to do so may subject the bidder to disqualification. Please note bid date has been changed to 12/08/09 at
2:00 pm.
Answers to Questions received and/or amendments to the bid documents are as follows:
I. On p. 00300-3 section 5, a.7. Corporate Authority to execute Bid (Section 00510) should be Section 00501.
2. Please use attached revised bid form. The quantity for pay item U 13 was changed from 16 to 2as noted on
the plans.
3, Any bid already submitted will be returned unopened, as the bid date has been extended to December 8,
2009 at 2:00 pm local time.
attachment: Revised Rid Porm
City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3491 . WWW,Qcoee,org
~--
ufJJ
P2~
c...ll:l
...:l~
~~
o~
~'-'
~~
u~
P2ll:l
c...~
~~
~~
~ .
- ....
f-t~I"""'"l_---
~o
~
~
~
fJJ
....
fJJ
Z
o
E=:
;;:l
~s
~~
o~
~fJJ
....
~~
-~
~~
~~
~-<
~~
;>~
~~
e::E
....
-<
...:l
U
~
~
~
....
ll:l
I
~
~
~ooo:2
'<t" '<t '<t 0.. N '" - N -
-N'--N'
N \00 0
__'''Nl''''l'''N'<t,,,ON
N -.."-,,, 1/')..,,-:::::
t fJJ (/) (/) (/) (/) .... .... .... .... < < < < < Zo (/) < < < < < >< >< >< ><
~ ...J ...J ...J ...J ...J ...J ...J ...J ...J ~ ~ ~ ~ ~ f- ...J ~ ~ ~ ~ ~ (/) (/) (/) (/)
z
o
....
~
e:
~
u
(/)
~
~ I'::
.8
]
:.0
o
8
~ ,Ef
o ~
] ~
:.0 8
o U
~ ~
00
.S
"E
o
U
<Ll
.....
-;;;
;:l
'~
o
:.a
~
-0
fii
11
0.
'" III
60-
o I'::
... II)
o 8
-a .g
I':: ;:l
o cr'
';::: (1.)
U .....
g ~
III II)
I:: I'::
o II)
U 0
II)
U
fa
3
.s .5 ,5
-0-0-0-0-0-0-0-0-0-0
] fa fa fii fa fa fa fa fa fa a
.c::.c::.c::.c::.c::.c::.c::.c::.c::.c::
~ .~ .~ .~ .~ .~ .~ .~ .~ .~ .~
8 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
CO............tJ......tJ..........tJ......
x
x x 0
00.0
.0 .0 -0
-0 -0 a
a a II)
<Ll <Ll :>
~ ~ ~
:> :> II)
~ ~ ~
00 00 I'::
I:: I':: 0
o 0 .=
~ ~ ,= ,= II)
~~~~~
o Q 'U 'U ;:l
::r: ::r: ;:l ;:l -0
.c:: .c:: -0 -0 .c::
U U .c:: .c:: U
I':: I:: U U I'::
~ ~ .~ .~ N
-""'""'\000.......
I':: I'::
I':: I':: 'C;; 'C;;
'(; .t<j 8 8
8 8 ..... .....
J,.., .... QJ CIJ
~ ~ ~ ~
~ ~ ~ ~
-0 -0
-0 -0 <Ll II)
.~ .~ .~ .~
.:g~uu
~ ~ ~ ~
.... .....
~ ~
p... p...
@ @
.c:: .c::
U U
.S .5
I I
\0 00
.- .-
-;;; (;j (;j -;;; (;j (;j (;j
t; 1n .~ .~ .~ .~ .~
x
o
.0
-0
I::
'"
II)
:>
-;;;
:>
II)
~~
8 ~
.= -0
~ S
- ,~
U '" III
;:l .- OJ)
-0 ~ .5
.c:: ..... t::
g '5 t.:=:
~ .~ ~
-'<tQ
.- -
333
.s .s ,s
.5 5
'" I':: .
~ 't<j '"
.... 8 ~
~ ~ '"
:?; -0 -g 00 50 .~
-0 ~ 2 .~ '~ 8
~.:'O~2
,;:l 0 II) tl .;:
~1I):9-o(;,l
v ~ ~ ~ 2
~v~~.s
Cd ~ en .~ .~
~DIIl"d'~1'::
,~ I':: 0 I':: 0
fa .g 'B .g 'B
v U v U V
(Jvava
-02020
a 0 U 8 U
~ 8 II) 8
o.B u ...... u ._
I:: .~ ~ ,~ ~
:E~V~II)
~ ~ ~ ~ If
Ei:<<b~tb~
b"o.gb"o.g
@ ,~ .g ,~ .g
'SJ)
OJ)
p::;
~ ~ ~ ~
.... .... .... tJ..
~ ~
..... ....
U 0
I:: 0.
o 8
U v
-0 .:t::
<Ll ~
~ '-'
<8 ~
II) ,9 ~
o~g-o
tl 1, 0 ~
I':: ~ U
O ,= ,..,
U ~ ,3 '~
'5 '5 ] .S
,5 ,5 0. ~
I I CI'J s::;
'<t \0 '" -0
8 8 8 a
'" '" '"
frfrfr
.... .... ....
-0 -0 -0
fa a a
.....
s
'"
~
-0
II)
8
.t<j
U
<Ll
....
OJ)
.5
-
III
'x
II)
.9
I'::
,8
-
U
II)
I'::
I'::
o II) v v
U :> :> :>
II) 000
~ 8 8 8
~ ~ ~ ~
,......
,!:l
'"
~
.;
U
'"
-a
v
.....
.;~
:> -<
o Eo-<
~ 0
~ Eo-<
~
~o =: N ,,, '<t I/') \0 r-- 00 0.. ~::::: ~ ~:::: ~ ~ ~ ~ ~ ~;:::; ~ ~;:!; ~
s z -' ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J :J :J ::J :J :J :J ::J ::J
ll:l
c::
o
f-<
r/1
:::)
II
Z
o
f-<
.o~
~
>-
Q)
~
;::3
0'
r/1
II
>-
r/1
~
r/1
0.-
~
~
II
r/1
~
.;...~
o
o
~
~
Q)
c::
;J
II
~
~
..d
u
cd
W
II
<r:
w
o
C5
o
w
~
In
I
o
o
(")
o
o
.....
l;1
o
!:J
Q)
p::
o
8'0'-
Bc::t:O
CIli:ll"lt
:>'CIl"O
r/1 c:: .....
~ 0 t:O
~ ~ CIl
~ 0 g
'0 U ';j)
Q) ';>
8 -g ....
.~ 0::8
u~rJ5
~ OJJ.-
"O~
'01I),..l::;
''''':3: II)
o:l .';::
~~~
N
o
I
SECTION 00020
INVITATION TO BID
(RE-BID) RECLAIMED WATER SYSTEM RETROFIT
FOR WEDGEWOOD COMMONS AND
WHITEHILL SUBDIVISIONS
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 December 1,2009. 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 of Ocoee City Hall Conference Room at approximately 2:01pm.
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 ofOcoee. 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, the
construction of a reclaimed water distribution system within an existing residential subdivision that
is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation
of existing utilities and private property is an important aspect of the work.
Prospective bidders may secure a copy of the documents required for submitting a bid through
OnvialDemandstar by accessing the City's website at www.ocoee.org under Finance/Purchasing.
Partial sets of the documents required for submitting a bid will not be issued. By using
OnvialDemandstar, prospective bidders will be provided with all addendums and changes to the
applicable bid; fees may apply for non-members. Membership with OnvialDemandstar is not
required to submit a bid.
Persons other than prospective bidders may inspect the documents required for submitting a bid at
the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons
will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the
City of Ocoee.
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 facsimile or U.S. mail, as determined by the City ofOcoee. It shall be
the bidder's responsibility to verify addendums and acknowledge and addendums in the bid
submittal.
B 1 0-02
00020-1
Pre-bid Conference: None is 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 any applicable City
of Ocoee purchasing rules and procedures.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Bid No. B 1 0-02 for (Re-bid) Construction of the Reclaimed Water System
Retrofit For Wedgewood Commons and Whitehill Subdivisions Project" and the bidder's name,
address, and State of Florida contractor's license number clearly shown on the outside thereof. A
State of Florida Underground Utility or General Contractor license is required for each prime
contractor who bids on the work. Bidders must acknowledge receipt of all addenda in the prescribed
bid form, Bids must be signed by an authorized representative ofthe bidder. Failure to comply with
either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of
the Purchasing Agent, City of Ocoee, 150 North Lakeshore Drive, Ocoee, FL 34761.
Award of Contract( s ): The City of Ocoee 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 ofthe City, is the most responsive and responsible
considering price, qualifications, and other factors.
City Clerk
OCOEE, FLORIDA
November 1,2009
END OF SECTION
.,
B 1 0-02
00020-2