HomeMy WebLinkAboutItem #02 Award of Bid #10-04 Central Park Parking Area Improvements
AGENDA ITEM COVER SHEET
Meeting Date: February 2, 2010
Item # ~
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
H&
-----..~
Subject: Award of Bid #10-04 Central Park Parking Area Improvements
Background Summary:
Bids were received for the improvements at Central Park parking area. The project consists of furnishing the labor,
material, equipment, tools, services and other incidentals required for the improvements at Central Park. The
improvements consist of constructing a grass overflow parking area, raise and realign Armstrong Alley, install
parking spaces along the Alley, install sidewalks, relocate a sand volleyball court, construct a sand boat launch area
on Lake Moxie, and make related improvements.
Issue:
A ward the contract for the improvements to Central Park parking area to Barracuda Building Corp.
Recommendations
Staff recommends that the City Commission award Bid #10-04 to Barracuda Building Corp. in the amount of
$66,512.93, 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. Barracuda Building Bid
3. Addendum # 1
4. ITB #B 1 0-04
Financial Impact:
Revitalizing Central Park, Account No. 317-572-00-6302, from $200,000 allocation in the FY 2009 Budget.
Type of Item: (please mark with an "x'J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
For Clerk's Dept Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
1--
~ Original Document/Contract Attached for Execution by City Clerk
_ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~f6H--
N/A
N/A
N/A
2
Citv Manager
Robert Frank
Commissioners
Garv Hood. District 1
Rosemarv Wilsen. District 2
Rustv Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing AgenC(jl-'
January 25, 2010
TO:
DATE:
RE:
A ward of Bid #B 1 0-04 Central Park Parking Area Improvements
ISSUE
A ward the contract for the improvements to Central Park parking area to Barracuda Building Corp.
BACKGROUNDIDISCUSSION
Bids were received for the improvements at Central Park parking area. The project consists of furnishing the
labor, material, equipment, tools, services and other incidentals required for the improvements at Central Park.
The improvements consist of constructing a grass overflow parking area, raise and realign Armstrong Alley,
install parking spaces along the Alley, install sidewalks, relocate a sand volleyball court, construct a sand boat
launch area on Lake Moxie, and make related improvements.
The bid was publicly advertised on December 13,2009 and opened on January 12,2010. There were a total of
twenty (20) bids received, with one bid non-responsive due to no bid bond. The lowest three (3) bids are:
Bidder Total Bid
1. Barracuda Buildin~ Corn. $66,512.93
2. Pillar Construction Group LLC $78,713.10
3. Allstate Paving, Inc. $89,934.00
Other bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review.
The Parks and Recreation and Finance and Engineering Departments reviewed all bids received. It is staffs
opinion that Barracuda Building Corp. offers the lowest responsive and responsible bid in terms of qualifications
and price. The base bid was in the amount of$66,512.93. Our evaluation of the municipal experience,
reputation, and financial condition of Barracuda Building Corp. indicates that they are capable of completing the
work required.
The bid is well below the Engineer's construction estimate of $200,000.00 .
CJ)
I-
Z
w
:!:
w
>
o
0::
c..
~
<I:
..,w
90::
0<1:
...."
~~
o~
1ii~
c..
~
0::
<I:
c..
...J
<I:
0::
I-
Z
W
U
z:::iE
o .
_c..
1-0
~c;!
:IN
alO
<1:....
I-~
ON
- ....
al-
....
w888~8~g888~8~~~
~LCiMciocciaicricria:iciociNcO""':
g:~~~~~~~~~a~~~~~
...J~~~~~ ~ ~ ~ ~~;;;
< ~
l-
e
. I-
WOOO......tONOOOOCOONCO"""
~~~~............~~~~~~~~~~
c::::mcnOu}~ERtO~<OffiUt......tREf}......
a.. Olc:.q,....... N.. "'!. ER tA-
t=~~~ ;;; ~
Z
:J
wg88~g8g88gggg~g~~~~~~~~~~~~~~~~~~~~~~S~~~
~Oci~Ncicricicicio""':N""':~OO......""'MNMONtO-tO~ONCOOOOO~~O~OO~
g:8g;;;~~~g~R~~M~~ffi~~~~~~~~~~~~~~~~~~~~~~~gg~
~~ M~tRtRER~tRffitRNci~MM~NtRtRN~tR~~tR~tRtR tRtRtRtR W M~W
...JWtR tAW tR tRtRtRtRWtRtR tAW NW tR tRWOl
~ ~ ~
e
I-
cj
z
UJ-
()Cj
Zz
<-(/)(/)
atiUJUJ.
~~>->-
...JI-
<l:z
e
()
cj
~
ri.(/)(f)
::I W UJ.. ...
(/)>->-
Z
e
()
8~~~gg8~g~gg888g8g8gg8gg~~
~Mcri~~~ci""':~ciciciaiN~ccidNdciowci""':""':~
~~~~M~~~~~~~~~~~~~~~gN~~~~
~~roNtRtR~NW~~~NtRtRtRtRtRtRtRtRtRtRNN~
tRtRtRtR tAW ......WtRW tRWOl
~ ~
~N~aOOONO~~ONOOOOOOOOOOOO
OtOtONNOOCOOO""'O~ooooooooootOtO
~MM~~~~ci~NMci~~~~dcciciciN""':o""':""':
tR............tRtRM..................tRtRMtRNtR~M~~~......N~""''''''
tAW tRtRtRtR ~ tR ~~~~~~~NNN
~ ~~{A~~ ~~~
O~~~O~O~OO~OOOMOOOOOOOOOO
~~~m~~o~O~~OOOMOOOOOOOOOO
M~~Mm~~~~~~~M~OOOOO~MO~OO
~~~~~~~~~~~W~M~~MOW~~W~oo
~~~~ M ~ ~~N~_ w~oo
~ W~U}Y) M~
~~
OOOO~OOOOO~U')OOO
OOO_MOOOO~~NCO~O
wc:ioo~o~ocio~o~~cOO
~88~EflW~g~f2WEflWb9y)~
D:::lriari ~ ui
Q.WEfl fA.
I-
Z
:J
w8ggg8ggggggg8gg~S~~~s~S~S~~~~~~~SS~~S~~~8
u ~ggg~gggggggg~g~g~g~~~g~~~~gg8m~g8~~~~~gg~
~ Q.~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~U}~~~~~~~
o ~~~~~~~ ~ ~~~~~~~ ~~ ~ ~ ~~ro
~ ~ ~ ~ ~
;;;:(/)(/)(/)(/)~
Q..UJUJUJUJ
UJ>->->->-
I-
~
(/)
...J
...J
<I:
OOOO~OOODOOOOOOOOOOOOOOOoooooooooooooooa
000U1MOOOD0000000000000000U100000000000000
wociciciociocioM~~NcO~~ociNMO~N~M~ciN~~~OO~~M~~OO
~gggEflW~g~~Efl~~b9~w~w~U}Y)~wwww~gEfl~y)~~~~U1Efl~~~~
~~N~ Y) N {A Y)Y)Y)W{A w__
Q.wwY) b9 ~Efl
I-
Z
:J
z w8ggg8ggg8ggg~ggss~~~S~~~~~S~SSSSS~~~~SS~~
o U~om~o~cicicio~om~~~woo~~m~U')oNoU')O-OU')ooOU')OU')OOM
~ ~~g~o~~g~~~~g~ro~m~~~~~~~~~~~~~ffi~~~~~~~~~~~
gu ~g~~~~w~~g~wy)~~b9~g~~U}{A~~w~~y)~b9Eflb9y)b9y)w W ~~~
~...J < ~ ~
I-...J.(/)(f)(/)(/)b
(/)Q..UJUJUJUJI-
55>->->->-UJoooLOLOoooooLOoooo
U~ ~~~~d~~~~~~d~~~~
~~ ~VOMWb9EflO~Oy)y)~b9y)~
S a.~~~ qEfl~ Y) Y)
:::! !=~~w ~ ~
Q.. Z
:J
w8g~~8Rgggggg~~~g~g~g~~~~~~ggg~gggggggggg~
~ ~gg~~~~~gg~~g~~~g~~~g~g~g~~~~~~~~~~~~~~ggNLO~
Z ~~~~ ~~~~~~~~~q~~~~~~~~w~~~~~~y)b9N~-~U')y)~M
o MMM-~- _ NWNU')N-- _N _ N b9Y)U} ~ ~Y)w
:::! ~b9b9~y)b9~ b9 b9Y)Y)~b9Y)Y) WY) _ W ~ W
::l ~ ~ ~
IDe.: e
<I:~~~ffllfll-
g8~~~~ ~~~~~~~~S~~~~~~~~~~~~~~~q~~~~~S~S~~~S~~~
U woo~oowooo_om~w~~~MN~comomNM~~coo~ON~~O~MOO
~ ~~~~~~Efl~w~y)y)~b9W~y)b9y)~y)~ww~b9Y)~U}~w~~~~~w~~~g
~ D:::riMM w ~ Efl b9WW ~w
< ~b9WW b9 W
ID I-
Z
:J
OOOOOO~OOOOOOOOOOOOOOOOOO
~OO~OOMOOIDOO~OOOooooooooo
~~~NM~~~~N~O~~~ci~ooo~o~oo
~~WEfl~VW_Nb9W~~VWONwoo~comoo
b9 wU} ~ ~ _~NNN ~~NN
W WEfl~WEfl N~
~~
~
O NOM 00 N~ ON~~ O~ ~~ 0
~ OON_O~OMO~M~OMOID~~M~-~~_~Nm-~N--~CO---
p ~re~ ~ M~~MO~m~~U') ~_N-~N _~~
I-
en
UJ
'"
~
:::>
~8ro ~
~ ~ ~ 1:: 5i
~g~8~
- s<(C)1ija:
ci ~~E~~
z gcnfJ)~"'"
g ,~8 ~ ;n g g
-g ~ OlOOOOU
~ tj :0 ~~~~~~
~ ~ E z ~ 2.~.~.~ .~.~
~ t.>~e"'>-C)ooooo::
en ;s'.~ 5 ~ ~ ~ ~ -g -g -g -g -g -g
ct~i3~~~~:Jcocorocucoco
t- 0 IV O'5U~~'~~ ~ ~ ~ ~
o ~ (/) el C1 en 15 g, '" E E E E E
CD :i ffi 81& ~ ~ ~ c3 ti. ~ ~ ti. ti.
C
o
U
2
~ Q)
8~
~g
-g~
'" € =
~ 4i~~g-
~g~.~~~~
iIi Q) c: co ro I co
fij~~~~~~
a:UlU5~.e~~
.9~~I--g.c:M
~Q)T~Cf.lgch
~~~~~~Q)
(1)o.~.Qro"-~
cr:OU)LLCO..-1-
C
e
c.
<I:
>-
'"
~
'"
>
.C
o
U '"
>- ~~ ~
~ !~~~
Q)~ar~~~
i; ~ 0 Q) (/) 0
~g-;~~~
.~Qi~.g:sd;
~:3""UlS~
.~g~g~{3
~d;:3~~~
"" <fl
~:c g> (/) Q):t
Oi Q)~ :g 0> ~g
.~ ~ ~ ~ c:: en c:(
€ u; "'~ ",:g "'0;
:J~'~ !~ Sro.~ ~~ gc::Q)
Us~ 000 ~oo~ ~~_~~3
g~B~g= ~g>~ ~~~i.~_C.
~~~~()~"'~~c 5~~UO~t
~3i(/)~~o~~a.~B~~C:OOa~~~~S~
~"'U fJ)~>.~0>'- GJ(1)cuUU
ocJc.s~g~~~COOO~Cf)c:>-~~=C:
_ ~Q),...~-;~c..Q.~\...~d>oo~ffi
8g~b~~~~~~~~~~~~~~=
I 8GJg~~~Q)'-'- oW 0 _co
~~~~~~fJ)~~~~~o~O~~~~
:~ggO$fJ)un~o~ZQ)n2S~~
~~8~~~g8~~&~PP~~~~~
c
o
"0 '"
~ '"
.C '0
'" c
> l1
<fl i!!
'" 0
g '"
~ ~
~ .g
~ c.
i!!
~ '"
.e ~
"0 :::>
'" 0
E E
E . '"
.g~jl
<floc .c:
.::i Q) .2l
~~~~
~O_::r:
g.~ ~ ~
~~~.Q~.
<~~531g
.... IV 0 >- ro -
E ~;-'ga:~
en
I-
Z
W
:E
W
>
o
0::
0..
~
<
..rW
90::
0<
.....C)
i~
o~
iii~
0..
~
0::
<
0..
...J
<
0::
I-
Z
W
U
Z:E
o .
_0..
1-0
:5'?
=>N
tIlO
<.....
I-~
ON
- .....
tIl-
.....
CHi
zz
<(-
Ul~
wZ
-w
!::::;
::![1.UlUl
t-oww.
::l.....>->-
OW
.....>
iH~
Ww
::;t-
w(ii
c..i
~
z
o
f=
u
::l
o::UlUl
ti;~~.
Z
o
u
Ul
>-
Z
o
t-
[1.
0::
.....0
-u
;::Ul
uo::
UOUlUl
i=~ww", ..
zu>->-
~~
<(Ul
Z
o
u
>-
Z
<(
[1.
::;
o
u
<(UlUl
(!)WW'" ..
::l>->-
~
<(
~
w
:r:
t-
>-
Z
<(
[1.
::;
Zo
ou
djZUlUl
:r:Qww. .
t-t->->-
o::u
<(::l
[1.0::
t-
Ul
Z
o
u
000000000000000
w~C?C?~C!C?C?C?C?C?C?C?C?qC?
u8~~~8~8Sfg8~g~l2~
~~;6~~::~~~~;:;;:;~~ci~
or-&9tfi ~ WUltfif:A.tfi ffi......b9
..J'" '"
<(
t-
o
. t-
888888888g~gg8~g8888g8gggg
ci~~~ci~ci~ '~~ci~cici~~ci~~~~~cid~
OWM~~OM~N......Moro~~ro~o~~~o~oom
~~~~~~~~~~~~~~~b9b9~~~&9~ffi~~~
b9&9b9ffi ffib9......&9 ffi tfi ffib9......
'"
'"
OOOOLOoooooaoooo
wqqC?C"1~C?qqC?qC?C?C?qU1
~g~g~~~g~8~~~~~~
C:::LO......I' LOffi-.:t b9 &9b9
c.."":tC~ ~ N
!::~b9W fA
Z
::l
0000000000000000000000000
OLOoaoooaOLOwOMO......LOOOOONOOOO
~~~rociN~~~NMciMm~N~d~~NOO~cici
ffi......b9b9......M_............fAb90ffiLOb9roLOLO~~b900LOOO
fA ffiffib9ffiffi co ffi ffib9LONN ffiffiLOM
fA ffib9W M...t
'" '"
00000000000001.00
wC?qC?~C?qC?qqqqC?q~q
~8g808~888~88~gJ~
"OlOM......NCOCOOO<.OCOO-.:rCOlO
a..NNMN-.::iffiffiNWfFJ&9~('l")OE/)
~thEhfflfAtfl fflffi &9tfi~
t-
o
. t-
00000000000000000000000001.0
ooooooooooooooooooOO~OOOON
g~ggg~~~~~~g~g~g~ggg~g~gg~
N~OW~~W~~~WM~~M ~MNN~m~~om
~M~~~W~~~~~~NW~~ W~~ ~ ~~ci
~~~~ ~~ ~ ~ ~ ~~o
'"
OOO~LOOOOOOOOOlOO
OOO~f"'..OOOON~OLONO
Wc:ic:ic:ic:ic:iLric:ic:ic:iN""":c:iNc:ir--:
uooO~~~O~O~~N~~~
ii:Qll1C? ~U}Q U} ~
....NNM (0
.-~~~ ~
!::
z
::l
0000000000000000000000000
oooooooooooO~OOOOOOOLOOOOO
ooooc:ic:ic:ic:i~LriLriNMc:i""":c:iNc:ic:iOc:ic:i""":~Lric:ic:i
~W~~~M~~~Wu}O~~~O~LOOO~f"'..~OO
~ ~~~~~U}~ M ~ U} NN ~~LOO
ER U} ER~~ u-)~
'" '"
MOMNONMOLOOOOOLO~O~OWONOOOOOOOOOOOOOOOOOWMW
MO ~OLOM~OOOLOLO NON~WLOWOOOLOOOLOOMOOOOOLOOO~WM
~~g~~~mre~~g~ffi~~~g~~g~ffig~~~~g~~~~~ggg~g~~~~
~~~~~~~~~~~~~N~~~~~~~~~;~~~~~~~ERER~~~ER~u}~~~
~ERU}ERERERERERER ERU}ERERERU}ERER ~U} _ER U} ~ERO
..... '" ~
~ '"
t-
o
t-
w8~~~~~~~~~~~~~~
~~8~~~~~gm~~~~~~
D:::COLON ERLOfht'-- fh
e:~~~ ~ ~
Z
::l
w8gg~8~ggg8~g~~~88g~g~~Ng~g8ggg88888~8888~
Uc:ic:ir--:N~Mooc:i~c:iLriNm~c:ir--:~mM~~~N~M~Lri~ooLric:iLri~MNmooc:ic:i~oo
ii:g~~~~~~~~~~~~~~ffi~~8~~~~~~~~~~~~~~mwU}~~~N~
~roNN~NERER .NERERERNO~U-)M~Nfh~~NER~ERfh~ERu}ER ~ERU} ER MMOO
~_~U}ERER ERER ER_fhERERERER U}ER ~ U}ER~
<ER ER ER ER
t-
o
t-
g~~m~~ggg~gg~gg88gggg~8~~
~~LriM~c:iNLriLriN~c:iNLric:iLriLri~LriOc:iNLric:iN
ER_~__LO~~~ERu}LOERMu}~WNWLOER_~NLO
ERU} ERERERU} ERER M ER ERERN~~ ERERLOm
U} ~ERER
ooommOOOOOMlOONO
OOOMMWOOOLOW"l:tf"'..~m
wc:iocic:ic:iuioo~u'i""":oc:i""":c:io
,,, 0 0 ~ U} ER U} CD N t'-- U} ER or- ER ~ N
~ow~ ~U}~ ~ ~ER
D:::roNN ~ N
~~ERER ER
t-'"
Z
::l
MLOOWOLOMMOMOOLOOoooooomoooo
MNmlOMMW~MmoomOLOOOOOOMOOOO
~~~~~~~~~~~~~~g~~~~~g~gg~
ERu}ER~ ~ ER ~ER ~~ ERfhON
ER fh fflERfh MM
'" '"
~~
N
00000000000000000000000000000000000000000
wooooOOOOOOLOocoooooooooooooooooooooooooooo
~ggg~g~ggg~reg~Rggg~~~gg~~~~ggg~gggggggggg~
ff qq cct 'Q". ~~~~ q~~~ ~.~ Ul q .qC'\!~~ ~~~ ~.Ul~ ~~~;;; ~ ~;;;:h ~~ ER q tel~.
OMOO~~ N NO~CDNMN ~M ~~ ~ N~~
~~ERU}ERfh ffl ER~~U}ER~~ ~fh _fh ~ fhfhC'l
<fh ER ER ER
t-
o
t-
w8g8g~888g~~8a588
~ooc:ic:ioLric:i~c:ic:ioLri~oc:i
ff~~~fhERER~~~fhu}fhtF)tA~
~OMW N
Z;;;.ERfh tF)
::l
8g888g8888g88888888g8gg88
~~~~~g~~~~~g~g~ggggg~~ggg
U} fflWfhER N ER ~~N~~~ERfhOLO
fh U}ERWtA-fh N"":
"''''
~o. NO Nt'-- ONLOW Ot'-- ~W 0
~OOM 0 OOO~MWOMOW~mM~~~w~~Nm~~N~~N~OO~~~
p- ~~N~~~g~LOMOt'--m~WlOl-~~N~~N ~~W
t-
Ul
W
Q)
~ c:
" 0
:ffi816 B n
~~::t:iii 2
~.c~5u.. ~.s
u;5t.2~ffi 8~
Q)~~roa: li'u5
~~~%*
5'~'~~g<n ~-
UWW>oC:: .a~g.
O)oooo~~Q) '~B~~
~i~~i~~~~C)~,~
2 .!!? .!!? .!!? .!!? .0; c: u. u. ~ ~ (/) -
~c;~~~~!;fi:Uicii:e.9!i
~lijlijffiffiffiffiB~o:C'='Oo.c:
en Q)~ of?
_ ~~ ~ ~ ~~"O cbl!~~.~en
['ffi E ~ E ~ ~ ~:g.~~~S4 ~
~[j~~~~~~8enu..co..-~
ci
Z
E c:
" 0
"0 16
~ ~ ~
~ ~EZ~
!!!. u ~ 0 Q)
"",' .... c: 0 i= P
~~~2~!!:~
1-~~~.~5~
o c:Ul;e ::lUl:5
[ij~ffi8~~~
c:
E!
c.
<(
>-
'"
~
~ c;
a C
>- gj~ ~~~~
~ ~~a>~E~*~
6Q),s(/)~"O,ee~~
Q)CI)g.e,g~~8e~
~~0-8~.e~.s8~
Q..:.l:-roQ).f:OQ)Q.~
e g ~ o.~ ~ 5 h e ~
.2 Ci; ~ .g :a :L U 5 0 g
~.5",,(/)Jl!~:"UQ)o
-5~e-5~.cNu.~~
.~ g (1) .~ g g ~ ~ g g
~~~~~~r--:~8~
"" <II
rou Ol
:c C C (1) ~
~~ ~ g 'sg
Q)~ ~~Ol:g ~~
~-8 o~~ ~:5 ~5~
g~ gOl~ ~~~EnQ.
~~~~~~ ~~~~~~ot:
~ Ol~ Q.Q. ~ cU5 a,~~~~ 5.c
~.~~~~ ~~,~u;~ ~~~~g
'@ ~ ~ ~ :: ?- g. ~ \; ~ ~ 0 0 .[ ~
Q, Q) Q)S~ g'(j)[1.c,>-" ~ ~~_
~:goQ)~:gQ)c.UJ",o.c:.c:o:!l
{j~~~g~~i!~i~i~~
~~~8~~~~PP~~~~~
c:
o
"0 <II
~ Q)
'C '0
Q) c:
> ~
<II ~
:'l 0
c: <II
~ U
~ ,g
'" ~
~ 10
.e E
"0 "
Q) 0
'" E
~ui-6
" E Q)
fill;:: E
.:ti Q) .g>
~~~~
.co_x
.9 6 ~ Q)
~ ~ ~ ~ .
...J.!2O~~E
~~~~~.e
~~~ga:~
en
I-
Z
w
:E
w
>
o
0:
Q.
:E
<(
..,.w
90:
0<(
....C.!)
~~
C~
-co 0:
<(
Q.
~
0:
<(
Q.
.J
<(
0:
I-
Z
W
()
z:!i
o .
-Q.
1-0
:)<:=!
::::>N
COO
<(....
I-~
cN
- ....
co-
.....
z
o
i=
u
::l
~u
~::JUlUl
o .w w.. .
uo>->-
>-u
UJ
...J
Ul
UJ
UJ
CD
odU
Ul~
~ -
"!zUlUl
LtUJUJUJ.
u~>->-
_a.
g:S
...JO
UJ
>-
z
<
a.
~
<:)0
OU
:::!...JUlUl
~~UJUJ. .
zo>->-
8i=
<
z
"
UJ
I-
~
U
z
-UlUl
(jUJUJ.
UJ>->-
a.
<
z
o
i=
U .
::lU
,,~
I- -
Ul>-UlVl
zZww. .
0<>->-
ua.
z~
00
UU
"
UJ
~
w88888888888888800oooo00aOODOOOOOOOOOOOOOO
~oocioociciciciciM~N~W~~~~~~~~~~d~d~d6d666666666
~OOOOOOOOOO~~~~~O~~~N~~omM~NO~OOOOOOOOOOOOOO
~~q~~~~~~q~q~~~~q~~~~~om~om~o~NNNro~~N~N~~
~~~~~~~~~M~~ ~~~~~~~ ~N ~~~~~~~~~~~~~~M~M
~w ~ ~~ ~ ~ ~ ~~~
e
I-
~~~~~~~~~~~~~~~~
_oom......_<o:tOOOLO......co..-c:om
~OOO~W-OMO~W~W~......
CL<o:t.q~ y)~fAq fA
!::~~~ ~ c::;
z'" .,.
::l
w8g8g888888888~g88g8g~g~gggggg~~g8g8~8gggg
~g~gg~~ggg~gg~~gg~g~g~~~~~~gg~~~~R~~~~~gRg
~~COM~N<o:tNC:O~LO~~~LOMNmc:o......<o:tLONLON"""C:OVCOM"""fAfANN"""fA~NmC:OM
~~~~fA~fAfAfA~fAfAfA~~~~g~~fAfA~gfA~fAfAMfAfA fA fA fA fAfA~~~
<fA fA fA fA ......
I- .,.
o
. I-
~~~~~~~S~~~SS~~~
_OOOOO"'d"ooo............mNCDCO
O:::l.ONOfAWfAONOfA&9b9WfA......
o..~~"'": ~&9~ fA
!::S?~~ ~
z'" .,.
::l
w~~~g8~g888gg8re;g
~~~~~g~~~?dR~~~~;t
~~~~~~~~~~~~~~ci~
-J.......tR-WWf:/} tR-f:/} w~.......w
<.,. <I>
l-
e
I-
~~~~~~~~~~~~~~~~
_MNO...............q("')<ocn......ONMON
~~~~tR-f:/}tR-~~~WtR-~f:/}~~
!:::N~~ ~
z'"
:>
~......~<O~~OO~("')~O("')~~OOOOOOOOOO
~~<ONm~~~~<o("')o~o~oooooo~ooo
~w~MNmrooroNM~~~~oooooroNOOO
tR-tR-WWWNW......WtR-WNW("')wOOOoow<ooo~
tR- f:/} ~ tR- NN..q..q..q WN........q
W tR-tR-tR-WW tR-C"'i""":
<I> .,.
o~o~o~~~oooooo~~oooo~oooo
~NONONN~~OOO..qON~OOOONOOOO
N~M~wO~Nm~Mom~OMM~N~~O~OO
WtR-......tR-wC"')..................tR-WmwNw("')NC"')......("')wmN<O~
w wwww ..q tR- WW......N tR-Nm~
En tR-WW f:Aa5""":
.,. .,.
OOO..q~C"')o~......m..qooo~o~O~~OOOOO~
ommNNNo..qNC"')o~om..qON~~~OO~~NO
O~~WMNN~w~m~o~wromw~~o~roNro~
~~~8~~~~~~M~~~~~~~~~~~~~~~
c6ari"":c6Wfh......:..;tR-c5""":W";"":EnW ~ww......:......:tR-N"N" a5
tR-fhWtR- WtR- NW WtR- tR- tR-En ERWN
.,. ~
.,.
~g~~......~~~~~~~8g~8~~~~~g~g~
~MNO m~~M~~MNoromw~~~~roNro
tR-........................~W............ERW~W~w("')~N<om..q~~~......
ERWWERER ERER ~...... NwmNNER............O......
w tI} ER tl}ERER f:l}tI}N"N"
.,. .,.
000000000000000
w~C?C?C?C?C?C?C?C?C?C?C?U1C?C?
UOOONO~OOOOOO~SO
_oo~oo..qoooo("')o......~co
~ ~~~~~~.~~~~~~~N"~
-J......tI}tI}WWtR-tR-WtI} w......
<.,. .,.
I-
o
. I-
OOOOOOOOO~OOOOOOOOOOOOOO~O
ooooooooo~oooo~ooooooooo~o
g~g~gRg~~ffi~~gg~~gggggg~g~g
N~O~~~~("') ~ONvWOtR-......C"') wwo<O~
""":Mc6N"WW""":C"'iWM""":W""":W""": WWERWWER ari~N
......f:I}tR-tR- ww......w W tR- WWN
.,..,. ~
.,.
OOOOOOOOOOOO~OOOOOOOOOOO~OOOOOOOOOOOOOO~
oooooooooooo~oo~oooooooo("')~ooo~ooooooooo~
wooo~~~OOON~O~NONOOO~OONN~NM~~O~~oooo~~~o~
~~8gf:l}f:I}~~~~tR-ER~W~~~f:I}~f:I}~~~~f:F)f:I}W~ER~f:I}~~~~~tR-~~8~
~N~~ ~w~ W tR-ERWtR- g~
1-'"
Z
::l
ooooooooooooo~oooooooooooooooooooooooooo
wooooooooooooN~oC?~C?qqqqqU1~~qqq~qqqqC?~qqqq~
~gg~~g~g~g~gg~~g8~~~g8g~~~N~g~N~~~g~~~m88~
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~tR-~~~tR-~tI}~~~
~f:I}tR-WWf:I} ~ERW ERWWWERf:F)W Wf:I} ~ W WtR-M
b ~
I-
0000000000000000000000000
o..q..q~OOOO~~Nooomooooo~oooo
woorom~~~ro~NMo~Nommooooomoo
tR-ERtR-ERtR-M............~WW~W~ER~~N~~WW~OO
f:l}WWER ~ f:I} ER.......NN ERf:I}NCO
ER ER fflERW wN"
.,. .,.
OOOOOOOOO~OOOI.()O
OOOl.()tOOOOONOO(c)~O
WOOOOO~OOOO~MN~~~
UOOOWERWO.......OWW......WtI}N
ii:v.N..N.. ~b9~ b9 ER
a.:2~~ N
I- .,.
Z
::l
~ NO N~ ~ 0
o ......OOM 0 OOO~M~ONI.()CO O~ co I.()N ~
C""'" ~<oN........q'l""""g~l.()C"')o~~~g~~~~~~~~......v_~.............N......-NOO~-.......
I- N lD ~ ~ ~,
VI
UJ
Q)
l!?
::>
~8(ij ~
~'i\i$:t:iii
~~g8~
Q)-;~~~
~~~%~
g'~'~~g
UWW>o
c,'ooooU
~~~~~:m
"2 .~,~.~.~.~
,.,ClOOOOa::
Q)~~'C~~~
~ C C C C C c:
::J ro ro ro ro ro ro
en Cl Q) Q) Q) QJ Q)
S'2~~~~~
~.m~~~~~
...Jua:: a:: a:: a:: a::
"
" e
o a.
U <t
2 ~ ~ ~
~Q) ~ ~=g ~ Q)~
8~ .~ ~ ~~ ~ ~ ~g
~g _ oe ]i U)(ij e~Cl:g ~~Q)
i~ ~! ~81~ ~! ~~~ ~~ ~g.~
~ ~~~~ ~~~~E~~~g~ g~~ ~~~c~ft
t~Q)I~li~~~wi~li~I~~r!l; iJl~~~t:
~~~:~~:~!!~~il~~~i~~llllil!ill~~
ro~_~~~!~UQJ~~.~ge~~.~ro~m~~~~~.~~oo~~
~~~~s~~.~~i~~Z8~~g~~i~~~a~~~~~~~~
Q)e5~~fi~~~~wg~~('Q)ot~?Q)~1 a.w",o~~='"
'C~TCl~c:OO~~U~cn>NJ~U>.vo~>ro~~o~o~~~S-J
~~~~ro.TQ)~fi~gfifi~QJbfi~~~u~~u~zQ)fi2~'C'C~
0'1 ::J Cl ro ~ ~ Q. T c: E 'T c: C ~ ~ c c g - ~ c: g 0 .2 c: 0 c: c: :c '.E c: c 0
~8~~i_~~~~~~~~~8J~~~8~~~~~P~~s~~~
ci
z
~ .~
"0 10
~ ~ ~
~ ~Ezg
Q) ~ ~ lsQ e
CO"OEou.li:"
<(~B~~Ci~
~oQ)o,=u.t:::!
C~~e~Ul'B
m~iii8~~~
'"
"
o
'"
Q)
.0
"
'"
a.
e
"
'"
'i5
Q)
"
."
00 :;
~ :
J2 c
"C ::>
~ ~
~ ui co
::>Eal
~ '&: E
~ Q).~
..c: U Q) :E
.Q>~ S en
..c:u_:I:
B .g ~
~ '" 0
.!2 0 C
"OE-o
Q) 0 ,.,
1i)Uc
'-... 0
"C
Q)
'"
'"
Q)
>
'"
Q)
"
"
e
oS!
e
Gi
(5
z .
Q) E
~J2
Q)"C
0:::0
l/)
I-
Z
w
:E
w
>
o
"
c..
:E
<
..,.w
'9"
0<
....~
i~
o~
iii~
c..
~
"
<
c..
...J
<
"
I-
Z
W
U
Z::E
o .
_c..
1-0
~~
=>N
alO
<....
I-~
ON
- ....
al-
....
z
ow
->
f-_
~~o
ooz
c..c..o
O::UlCO
OWo
oC;:z
~z
wo
f-z
Ui
--'
~
o
0::
..::
::l '
(!)c..UlUl
..::g5ww. .
Qo>->-
0::
o
--'
u..
--'
--'
..::
w
o
;;
0::
W
Ul
0::
OUlUl
f-wUJ.
0>->-
~
f-
~
0::
..::
::c
z
o
i=
o .
::lo
o::;?;
f- 'UlUl
Ulg;WW.
zo>->-
00::
~(!)
0::
o
o
z
o
i=
o
::l
0::
f- 'UlUl
Ul~WUJ.
5->->-
o
c..
W
f-
Ul
W
WOOOOOOOOOOOOOOOOOOOOOOOOOODOOOOOOOOOOOOOO
00000000000000000000000000000000000000000
~ooocicicicicioocicicioocicicicicicicicicicicidciciciciciciciciciciciocici
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~w~~~~~~~~~~~
c..
--'
~
o
f-
W
u
0::
n.
f-
Z
::l
w88888888888888888888888888888888888888888
~ggg~gggggggg~~ggci~gg~g~g~cig~~~g~gggggRgg~
g: q C!. U1 ~ oo::t~ N. N. ~ Ul ~ t; ~ ~ U1 ~ q ~ q cq Ul ~ N co M 0> ~ M a ,..... M ..- ..- to M ('I') tfllO b9 Ll) 0 0
~~~~~~~~ ~ ~~~~~$~~ ~gb9~~~g~~b9b9~b9~ ~ ~~g
<~ b9 b9 b9 ~
f-
o
f-
w8888~88~8888~88888888888888g88888g88888g
~cicici~~cici~ciN~~M~~ci~~cici~~~d~~ciMciNdociciciNcicicio
~ooo~~..-Ll)b90~~b9b9..-NN..-..-NNoo::tN"-MWb90b9W~ONlO00b9""""""OO
~ooo ~N to b9b9b9~b9b9b9~~~W M W ...-..-NMM ~WLl)O
~~gg ~ ~ b9 ~~~Wb9 ~~
z'"
::l
w~~g~8~~~~8~~~g~
U,....:m~ciN~m..o~...-:,....:<ri~criM
~NmOOMmMNmwMO~M~~
Q.~~~~~~~~ci~~~~~~
...Joq.tF.)tF.)tF.)oq.~~tF.)N ~ oq.~tF.)
..:: '" '"
f-
o
. f-
o~~m~Mooo~oOOOoo~oo~om~~m~mmo
OWO~N~mmm~O~~N-mm~OON~moo-~o
~~~~~~~~~~~g~~~~g~~~gffi~~~g
OMo~m~OMNo~oooomMN~~~N~M~OOOO
~~~~~~N~tF.)ci~~M~~~~~~~ ~ ID~ID
~~~~ ~~ N~ tF.) tF.)tF.)~
'"
~Nm~NmOMm~OOMMOMmm~NM~M~~OOOOMo~oo~~m~MN~mm
~~~~~d~~~:~~d~~~:~~~~~~~~~~ci~~6~~~~~~~~~~
~~~~~~~~~~~~~oq.~~~~~~~~~~~~~~tF.)~~~~~~~~~~q~
~oo,- ~ 0 m_
~oq.~~ ~ N ~~
Z '"
::l
wggggggggg8gggg2
UociciNOciciciocici..ooLrim
~8g~g~~gg~~~~~~~
Q.~N~ri~~ffiN~~~fhN~ffi
...J~~EI}ffiffiffi ffi tR_
..:: '"
f-
o
. f-
wgg8~~ggg8g~g~g~
~ocici~cicicicici""':ci<ri""":~c::i
~~~~ffiffi~~~~tF.)~~tR~~
t:~~~
z
::l
w8ggg8gggggggggggggggggggggggggggggggggggg
UciciciNcicicicioc::i..oci~~cici~ciciciociLriLri""':~cicio""':cic::icicicicicicicici""':
~8g~~~~g~gg~g~~~g~~~~~g~~M~~~~ffi~~~~g~~~gg~
Q.~~~N~~ffi~ri~~ffiNN~ID~ciw~~NID~~~ffi~ffi~ffiffiffi~~ ffitF.)NM~
...J,-ffitF.)ffiffitF.) ~ffi~ffi ~_ffiffitR~ffi ffiffiffi ~ ffi ffiffiM
~ffi ffi ffi tR ~
o
. f-
~~~~~~~~~~~~~~~~
_ooO_OOOOO~NONN~
~~~~ffiffi~~~~~~~ffi~~
t:~~~ ~
z'"
::l
ggggggg~g~gggggggggg~gggg~
ci~N~NLriLri..o..o~~ci..oo~LriciociciMo..ocicim
OO~Mm~~~~~m~~Nm~~O~~~ONOON
O__OOOO~_ON~o~~~mffi'-~MMffiO~~O~
m~~M~ffiN~~~wffiMffiffi ffiffiffi~ ~ffiIDNN
ffi~~ffi ffiffi _ffi ,- ffi ~~N
'" ~ ~
'"
OOO~OOO~O~OOOOOOOOOO~OOOO
O~~~~O~NO~OO~Ooooooo~oooo
c::imcri<ri,....:..o<ricri"ONcricimLri,....:..ocicicici,....:~..ocici
_ffiffi~~~__NffiN~ffiMffi~~~~~ffiNNOO
ffi ffiffiffiffiffi ~~ fA ffi_MMM _,-~o
~ ffiffiffi~ ffiffiIDN
'" ~
0000000000000000000000000
ooooooooo~ooooooooooooooo
~""':criLriNOciLri..oNMci~o""':ciciociciNOcicici
~_,-__mNNNffiffiOffi~ffiOOOOOtF.)OOOO
ffifhfhffiffi~fh~ ~ fA __~MM _N~~
~ ~~ffi~~ ffi~NM
'" '"
~ NO N....
\J OOM 0 OOOCOMOO
C~ OOtCN~~-OM~MO~
~ -NLO M.......
Ul
W
g~~~~mg~,-~~,-gNm__N__~~__'-
m"=tm~"""'-'-N-rnN "=t-m
Q) C
~ c e
:0 0 c.
~8"iV ~ U ~ ~ (I)
iro~t~ ~ ~ ~~ 0
~i~~~ ~i I ~ g~ i & ~~
*~~~~ ~8 ~ ~€~~ ~~ e~O ~ ~~~
b~~~! ju > i! !8=~ ig o~~ ~~ ~~~
g,~.~~u~ ~E ro ,- uc~~ g~ fioro ~~>~n~
~~iii~lQ) l~il~w!~!~I:I,~i~!li :JI~~~~
~~~~~~m~gQ)~~'~~~a~~Q)~~ou~8€~~~~s~~coo~~g~~o~
~~~i~~ ~ b~~~ro~ i~8~~'~~~->'~~'- ~roroOu
~aa'-5~~ ~~c~~~~~ii~g~~_'-ro~~~~~~~&~a~=~
~~~~~~~~oo~eo~~ge~~~*ooce~~~'EO~ I ~~~oo~gg~~
~cccccco~-~-~~-~m~D~OoQc~~~sg~~~~~~~~~-
~roro~rororo-O~~~~M~,~~OO~~~O'.Q)U05~~~S~~~WroO~~~~
~~~~~~~~i~o~~~fi~~~~~N~ >.yO!>~~~~~Q~~>m
~'cooooO~-~~~1 c-l::'(.,)--)(~b"fint5(1) ~~g"'Oz ~~~
~~EEEEE~~aro~~&'Tg~~gg~~ccc~~ggo-'~o~g~~~~
~u~~~~~~8~~~~~~~~~~~~~8~~~58~~~~PP~~s~~
ci
z
~ ,g
'0 '"
~ ~ ~
"'0 0 :0
~ ~EZ~
w O~OQ)
all.gl~ 5~i=~
<.!!~:;:;~~.o
'-~~~,~5~
O~(f)~I~Ul'5
m:tffi8~~~
V>
V>
"<t
C
o
<II
Q)
'0
C
'"
C.
~
U
<II
'0
Q)
u
'C
00 C.
~
~ ~
J2 'E
'C :0
Q) 0
'" E
'E ' '"
.g~~
U)~ E
~ Ql ,2l
~~~~
.t:u_:I:
g 5:fi CD
~ ~ ~ ~ .
;;t:;; ~5:d
I- Q) 0> ro.....
Er6:'~5:~
'C
Q)
""
.C
Q)
>
<II
W
U
C
~
.22
~
Bid #BIO-04 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
~rro..Ot(11Ln~\~ln~ Cor~
COMPANY NAME
( L\O"l "J ?5 14 - 3' (nL\ 4
TELEPHONE (INCLUDE AREA CODE)
LliDI) ~ 14 - 8'Ol\l.j
FAX (INCLUDE AREA CODE)
\(Y',rmr, 'do. bC~ e01tarQf'('()i\,
~ ' Com
HORIZED SI T RE nanual)
-:\(,J&fe~ C . Ilrv.. ~~ l_ --- ~~.
NAME/TITLE (PL~~
JOOD OCDee- ~c~ ~ -4t4(X)
SfI\.E!:T ADDRESS
~~r-~S;L ~:;l(b?
CITY TATE \ ZIP
FEDERAL 1D # \ \0 -\~ \ '\ lo l.\ I
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE iNDICATE BELOW:
_Individual ~ Corporation _Partnership _Other (Specify)
Personally Known
~ or
12 cloy Of~. 20 10.
Sworn to and subscribed before me this
Produced Identification
Notary Public - State of -..;-::[ LoAJ d ~ )
(Type of Identification)
County of
(
\
B 1 0-04 Central Park Area Improvements
22
20. LIST OF SUBCONTRACTORS:
(Attach additional sheets if necessary)
The Bidder certifies that the Bidder has investigated each subcontractor/temporary
worker agency listed and has received and has in the Bidder's files evidence that each
subcontractor/temporary worker agency maintains a fully-equipped organization capable,
technically and financially, of perfonning the pertinent work and that the
subcontractor/temporary agency has done similar work in a satisfactory manner. It is
further acknowledged by the contractor that any CHANGE or OMISSIONS in the
subcontractors listed above shall require the City of Ocoee's approval before any
work shall commence by the additional subcontractor on this project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
propeliies, including whether owned or leased. If leased please provide name of lessor.
~-6- ~ Ucn-
22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK
The Bidder shall complete the following blanks regarding experience with similar type of
work. Bidder must demonstrate ability to perfonn services of similar complexity, nature,
and size of this project within past three years.
B 1 0-04 Central Park Parking Area Improvements
17
0
II) L1l
..... .-t tIl m 00
'<t II) II) L1l II)
en N N en m
0 0 m m .-t
.-t 00 .-t .-t N
0 0 00 N ~ ::::l
.-t 0 en .-t ..... ;::: .....
II) ..... L1l 0 N ..... 0
>t 00 .-t 00 en II) x 0 N
.-t 0 .-t 0 .-t N N II)
Q N a: 0 0 w L1l N :I:
.-t
.-t ~ W a: w N ::::l w
0 w :.:: <( ~ <( ::::l
a:l U l- I- a:l :I:
c: a:l ~ ~ ~ ~ en en
2- -' 9 9 9 N N Z
L1l L1l .-t .-t L1l
~ II) '<t ..... ..... 00 ..... ..... .....
'" 0 0 0 0 0 0 0 0
OJ 0 0 0 0 0 0 0 0
~ N N N N N N N N
...
~ ~
'n; ...
cu
~ ... ~ "C
cu III ~
x "C ... 0
0 III 0 -'
a:l 0 ... 'n; ...
0 -' III Qj ... ... ~ ...
> cu I- 2 'n; 2
l>ll Qj III
.. u .I:: c: 'n; ~ 'n;
- III cu x 3: 3
c: U .I:: w .. ...
OJ 3: .... 0 l- .!!! l-
E ~ ::::l III 0 0 0
c. 0 l:l U U 00 fi. Qj ...
':; .... 0 .-t 00 0 a. Q.
a- u m .-t 0 0 E
~ :> en m en N ex ex
I.C 00 N m en
en en N ..... ..... m en ..... ..... en 00
'<t II) ..... en ..... 0 I.C ..... '<t 00 .-t
..... ..... ..... en m en N ..... 0 0 en N
00 en N ..... ..... en ..... ..... .-t L1l II) N .-t
<( 0 .-t en 0 .-t <( 00 l:l ~ Z 0 II)
Z W .-t m L1l I.C ::::l U m 0
:I: <( <( .-t
..... W > > > > ..... :.:: II) 00 L1l II) N
L1l '<t L1l ..... ..... '<t m ..... >- '<t L1l 00 0 en m N 0
3: .-t .-t 00 ..... .-t W m .-t x m .-t :.:: .-t m .-t ~
>t Q. w u. Z N m N <( > > .-t -' 0 0 m
0 u u 0 VI 0
Q N L1l L1l L1l L1l I.C N a:l -' ~ 0 '<t :I:
.-t N II) II) ..... ..... ::::l .-t -' ~ ~ -' a: <( ~ ~
X u. u. u. u. u. u. :I: ~ <(
0 a: z z z X Q. w a: II) :I: :I: U <( 0 Z ~ ~
c: I- 0 a: a: a: a: ~ I- > N N ~ c:: ~ ~ Q;
2- u. u. u. u. u. u. u. u. u. u. u. 9 w 9 9 cu
.... .-t m m m m .... .-t .... N N VI VI VI
~
t- ..... '<t L1l ..... ..... '<t ..... ..... 0 '<t L1l '<t ..... I.C L1l .....
'" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
OJ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
V) ~ N N N N N N N N N N N N N N N N
-
-I
t- ~ Qj ~
Z u u
:l "C .. III
U.J ... III ... 0 "0
I- 0 cu ... -'
~ E -' "C u .......
~ III III 3:
0 ~ "C u 0 C1.
0 u cu III -' E 0
c.. a:l :l a:l ... Qj 0
~ I- ...
- x ... ... U III ..
cu III cu cu > cu
::> Qj u::: .... E
.'t:: cu VI III "C
c: .... ... :l U ~
III III b C1. C1. VI "C .. X
~ ! Q; N E E "C :.i 0 w l:l
-'
U.J X 0 .. :.i VI :~ >-
- cu :l :l '0
c: 0 0 0 0 0 0 0 .!: 0 0 VI :.:: ~ 0
OJ L1l L1l L1l L1l L1l L1l 0.. L1l -' VI .c
U E .... N II) II) ..... ..... X .-t ~ bO bO ~ VI U cu a:
u. u. u. u. u. u. w u. .I:: .!: .!: N m a: cu u
CO c. u u -'
':; "C "C "C "C "tl "C "C "tl bO -.: -.: a:l N U
CO a- 0 .. 0 ... 0 ... .. 0 'ijj cu cu ..... ..... m '<t L1l L1l
0 0 0 0 ... ... .... '<t L1l VI 0 00 0
~ u. u. u. u. u. u. u. u. u. VI VI N N U m II) m ....
~
o8~2g~8
q~::racit~
~~~~~~<:)~
I- ~ (f If: -~ - -
\
o a 00 o~~ ~8j~N'<S
o<:)O...sG . Oct
o d N~ ~oIO ~Ft~"J-~~2
~~~~~~....g<::)OG~~Nr()
...; N C/:J N l.,{) N --~
o
C"l
Q)
lJ
'i: <J
~ D
~ffi~
rO
"J"
('f)
'J
o <::)
tr' .
\P~
:::I"
OO~NO\f1~$~~~~~
<:) () N ....Q 0 f' ..' ,/\ l'O I'\J :t"-
o -: · ~ . Qo ...3 ~ \&1
~ <::) " N
gSg~~
. .
en
I- a.> t::
en Z CJ) :J C
W ..... 0
:!: :!: :J U 0
0 ~
W W ~ U ro = a.>
!::"'I:t~> ro S ro t) :J
3: ..... -g c .....
000::0 a.> ro ~ a.> en
-0 <CO:: :Q ~ t) ~ ll.. C a.>
aJ.....a.a. (/) .Q (5 - 0 CD
c: CJ) u
u.aJ...J:!: <( en > ro
0 a.> 0:: j; .....
o . <C- .~ g 0: t)
:g CD c :0
wOo::<C c c a.> 0
.Q ..... CD "0 ~
...JZI-W 'i: t) .1Q ~ ~ U a.>
co c ..... a.> CJ) .!:::!
::lozo:: lJ t) .0 a.>
o-w<C III .!:::! 0 x x 'x c CJ) ..... u g ~ 'C ii
Q) U W W W C :J E .....
WaJUC) 0 0 0 ..... ..... ro ro ro a.>
.0 ...... ...... ...... ...... U a.> .!!l I -;:: > U5 :Q
::I: Z 0 g 0 0 0 0 ~ 'C 0 ~ "0 a.>
a.> > ..c :J
U i: E a.> a.> a.> a.> ro > t) a.> ..... CJ) 0 a.> 0 ~ 0
en a.> ii CJ) CJ) CJ) CJ) en ~ c t) ro CJ) <( :J CJ) ..c
0:: g g g g c en ro en ro a.>
<C 0 .0 C W a.> a.> ~ a.> ~ a.> en e a.> (/)
:J ll.. ..... >
.!!l CJ) .!!l CJ) ..... I "0 "0
a. "0 ..... a.> c ll.. <( (/) ro ~ ~
c ~ <.9 0 is 0 is 0:: ro ~ ..... "0 ~ t) a.> ro a.>
co 0:: en ii ..... .~ I 0 CJ) ~ .!:::!
~ "0 "0 "0 "0 "0 "0 (/) ..... 0 CJ) 0 ..... ro Vl
c C C C C C c .8 3: :J ...... <( ..... a.> en .0 ii .......
.Q :J ro ro ro ro ro ro 0 3: I- "0 I- .S1 .~ :J ro c:
co (/) 0 0 C") ::2: ~ (/) U5 OJ
g a.> a.> a.> (!) a.> a.> ..... .~ .....
I ..... (/) ..c I ....J t) c:
.!:::! "S > > > > > "0 a.> I t) (/) ..c 0 ..c
'C 0 0 0 0 0 roo :0 a.> .~ c t) ..c ..... t) ..c OJ
ii ~ E E E E E 9 ~ co ~ t) a.> c u >
ro :J ..c " c c E " c 0
0 ro ~ a.> a.> a.> a.> a.> a.> 0 c 0 ro ~ " " N " ....
::2: ....J U 0:: 0:: 0:: 0::. 0:: 0:: 0 en u: en ~ I- :::::: co =:i ~ co 0...
~
;t::: ro
(/) (/) U ll.. ll.. ll.. (/) ll.. (/) ll.. ll.. ll.. >- >- >- >- >- >- >- >- OJ
c: ....
::l ....J ....J <( (/) (/) ....J ....J ....J ....J ....J ....J ....J (/) (/) (/) CJ) (/) (/) (/) (/) -<
CfJ
c:
Z' :.;2
....
N 0 N I"- ro
:;:: 0 C") 0 0 I.!) co 0...
c: 0 0 0 0 0 co C") co N I.!)
~ ~ """: co co N ~ ~ 0 C") C") 0 0 C") 0 co
III ~ '<:t C") l"- I.!) I"- m '<:t <D I.!) I"- ..::.::
:J T""' C'l I.!) ~ ~ ....
CJ ro
0...
e
; B
....
Q) OJ
E..c 0 N M "'I:t It) l.O t- ee C') 0 U
Q) E ..... N M "'I:t It) 10 t- ee C') .....
..... ..... ..... ..... T""' ..... ..... ..... ..... ..... N ~
::: :l 0
\ Z I
0
CO
~
-T/
{jS~~~~ 0 8 ~ - 0 8 0 .0 .0 8 a 8 () 0 r()
0 \D N
(} . -9 ~ 0 q 0 0 a 0 a-
-..J . . ~ . 9i
. d~~~~ ..,,- \0 ~ c--- 0 I{) \f) ~ ~ (() ... 8
iO g: (()~ \() :r- () ...g 0 -
- :r :r - \[)
0 N - .... \0 ~ -0
l- oa 0'"' .:..: 00 C)" fi) ni - IX) :...
\i) ~ ~ ::;l
N io -........: \.S >--
- N -
- ~~ Q)
:...
::;l
::1
0 0 a u
0 ()o - a 8 ~ 0 a D .. VJ
..g 00 8 0
0 U) Co 0- r- c t- o -c c C 0 a () II
- -..9 ." co
0 , . . >--
Q) \J"" [>Q :r J N .~ t"" 0 ~ ~ I{> .. C"rO 0
(.) . . ~~ )() :r -::J ..J VJ
';: 04 \T 6 ci N - ~--.9 ~ C) <( ......
Do - --. - :t: !'() ~ 0
- ~ - 0 0
'2 -.... ~
:) ~ Q)
:...
::;l
::1
U
VJ
II
~
VJ
,....:'
C
::1
VJ
c 0-
a a
q ::1
<( -J
ro ~ ~ II
co :0-
~ ~ c c a) ~ VJ
a) 0: .....l
> a) UJ ~ en .9 a
:Q .... OJ
.;:: co .... ....
.~ ~ c Ci5 .... ......
0 ti Cf) co ~ :s;;:: <( 0
.0 0
a) ..... '- 'x a) ~ en = OJ ..... a) co
...... ::1 2 Q) '- co c co .2: c a) ~
a) a) c
..... () :; UJ ..... :Q a ...... 32 ~ t:: .2 c :...
() .!:: () .!:: (f) ..... .0 a) ::J ro
c c C) () c ~ () g co "0 E 2:': ...... t5 g Q)
a 0 ro ~ a c ~ c a) c a) C
c: () .0 ~ co () "0 g <( :s;;:: co en .0 a) ..... ~
0 .0 .0 ~ ~ co ~ ..... c c en E () is Ci5
~ "0 ~ "0 0... co .~ <( a) t
a) '- a) a) 32 g a) ~ II
~ :J g 0... E en () () :J
() .0 :Q () '- (f) c
a) () ..... co .~ en .Q ~ :;::; a ~
~ ..... '- a) .g .!::
(.) a ...... :J Cf) .2 0... ti 2 g <( ~ en ()
a) > co co () .....l
I/) - ..... a) () c :c (f) Cf)
c Q) a) c ..... ~ Q3 co c g. Q - c
Q) () g :s;;:: .2: - ..d'
'Qi ...... 'Qi co S 0... g I co ::J
C C ..... a) a a) '- -..... a) a a co
..... a () ..... ..... S .!:: co a) (f) E E .g U rJJ
I ..... I 'E :0 .-J
a) () c 0 () a) s a) OJ Ci5 0... C ..... ..... ro ......
a c a) a) :Q c =~ ::J ~ ro Cl..l ,.....
.:: ..... g a) a) Q)
() a :0 > UJ a
S ~ a) () s 0 a) s ~ a) co 0 .!:: .!:: (5 a II ,.....
N ...... co Q) '- ro ...... s f- f- > co =
u.. a) t5 CIl .~ a Q)
.!:: X I ..... .!:: .!:: en '- .!:: 0... () Z .!:: 2 ~ <C
() ~ u () () a) en () () .Q "0 a) () "0 "0 >
c in c c c Q) co c c a c a c c :c .!:: c C Cl..l 0
" 0 " " ..... a " Z a) co 0 p " s s co co :...
CD l"- f- () "<t CD 0 C) () CD 0::: I CD Cf) Cf) Q)~ 0..
:... .s
u
-< ::;l
:t:: >- u.. u.. u.. u.. u.. <( >- <( u.. <( <( <( <( <( u.. <( <( <( <( II Q)
c: :...
:) (f) .-J .-J .-J (f) Cf) UJ (f) UJ .-J UJ LU UJ UJ UJ .-J UJ UJ UJ UJ U -<
-< 01)
=
~ Q) :.g
:... :...
I"- 0 ::1 ro
... 0 I"- co rJJ 0...
c: en ..-- N l() N ..-- l() ro
C'CI ..-- (Y) I"- ..-- I"- co ..-- "<t_ ..-- OJ ..-- ..-- N ..-- ..-- N co ..-- ..-- ..-- Q) ~
:::s ..-- N l() N CD ~ :...
..-- ro
a ....... c..
0 c:a
C/J
...... :...
~ 'a t::
Q) :J Q)
E.t:l U
..... N M ~ It) <D I'- CX) O'l 0 ..... N M ~ It) lD I'- CX) O'l 0
Q) E N N N N N N N N N M M M M M M M M M M ~ 7
~:::s 0
Z I
0
co
Have you any similar work in progress at this time? YesL No _'
business1-t '1 {1.S
Bank or other financial references: ~\l C~ ~C\('n...
Length of time in
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the Bidder in the past five (5) years which is related to the services that the Bidder
provides in the regular course of business. The summary shall state the nature of the
litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the mon tary amounts involved. If none, please so state.
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
No. J Dated / /?k
W I
No. Dated
No. Dated
No. Da~d
No. Dated
(remainder of page left blank intentionally)
)
B 1 0-04 Central Park Parking Area Improvements
18
CITY OF OCOEE
#810-04 SCOPE OF WORK/BID FORM
CENTRAL PARK PARKING AREA IMPROVEMENTS
Nature of the Work
The City of Ocoee, Florida, in confonnance with the policies and procedures of the City of
Ocoee (City) is soliciting bids from qualified contractors to construct a grass overflow parking
area, raise and realign Armstrong Alley, install parking spaces along the Alley, install sidewalks,
relocate a sand volleyball court, construct a sand boat launch area on Lake Moxie, and make
related improvements. The intent of the project is to provide an overflow parking area for
Central Park activities. The area being impacted previously contained tennis courts (previously
removed) and a volleyball court (to be removed as part of the work).
Access to the parking area is via A1111strong Alley, a City street that suffers from frequent
flooding. Thus, the project includes raising and realigning Armstrong Alley to direct stonnwater
to the north through a swale system. Realigning the alley will allow the construction of angled
parking spaces along the south side of the street. The sidewalk on the nOl1h side of Annstrong
Alley will be rebuilt.
A similar localized flooding area exists in the northwest comer of the existing paved parking
area at the eastern end of Annstrong Alley. The project includes raising this part of the parking
lot and micro-paving the entire lot. The existing sidewalk leading to the nOl1h from the parking
area will be replaced along the same general alignment with a wider sidewalk to provide access
to the recently completed Lake Moxie Boardwalk. A second sidewalk will be constructed from
the west side of the new grass overflow parking area to the boardwalk, thereby providing two
points of access and a continuous walking trail. This second sidewalk follows a curvilinear path
so as to not exceed the maximum grade allowed by ADA accessibility standards.
The project includes a small sand boat launch area located near the junction of the second
sidewalk and the boardwalk. This facility will support boaters using non-motorized vessels. The
volleyball com1 removed from the overflow parking area will be re-established at a new location
north of the paved parking area. A pOl1ion of the work will require removal and storage of a
concrete split-rail fence, which will be reinstalled after earthwork is finished.
Related changes to the Park's streetlights will be accomplished by Progress Energy; the selected
contractor will need to coordinate their activities with those of Progress Energy. There is also a
potential need to coordinate with the Florida Central Railroad when work is undelway in the area
of two grade crossings on Armstrong Alley.
(remainqer of page left blank intentionally)
B 1 0-04 Central Park Parking Area Improvements
19
AlA Document A310
BID BOND
KNOW ALL MEN BY THESE PRESENTS. that we BARRACUDA BUILDING CORPORATION
as Principal. hereinafter called the Principal. MERCHANTS BONDING COMPANY
a corporation duly organized under the laws of the State of IOWA as Surety. hereinafter called the Surety.
are held and firmly bound unto
CITY OF OCOEE
as Obligee. hereinafter called the Obligee. in the sum of FIVE PERCENT OF THE AMOUNT BID Dollars
(5% ),for the payment of which sum well and truly to be made. the said Principal and the said Surety. bind
ourselves. our heirs. executors. administrators. successors and assigns. jointly and severally. firmly by these
presents.
WHEREAS. the Principal has submitted a bid for: CENTRAL PARK PARKING AREA IMPROVEMENTS
NOW. THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid. and give such bond or bonds as may be specified in the bidding or Contract Documents
with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material
furnished in the prosecution thereof, or in the event of failure of the Principal to enter such Contract and give such bond or bonds. if
the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and
such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by the said
bid. then this obligation shall be null and void. otherwise to remain in full force and effect.
Signed and sealed this 4th day of January. 2010.
MOol ~l ~~
BARRACUDA BUILDING CORPORATION
(Principal) (Seal)
MERCHANTS BONDING COMPANY
(Surety) (Se
A TTORNEY-IN-FACT/RESIDENT AGENT
AlA DOCUMENT A310 _ BID BOND _ AIAO'I - FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 N.Y. AVE.. N.W.. WASHIN'':;TON. D.C.
MERCHAN~
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under
the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made,
constituted and appointed, and does by these presents make, constitute and appoint
Jim W. Henderson, M. Decker Youngman, III, Douglas B. Leek
of Daytona Beach and State of Florida its true and lawful Attorney-in-Fact, with full power
and authority hereby conferred in its narne, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any
and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such
instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or
undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of
said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By-
Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002.
ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature
thereof.
ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile
to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the
same force and effect as though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and
its corporate seal to be hereto affixed, this 9th day of June ,2009.
STATE OF IOWA
COUNTY OF POLK ss.
...~G-Co..
.. ~<;)\..... ..~~...
:<l:l~"~ \\p 0 Ii-i.....,~..
..l;,) ..........L.
. ":l:~ (1'..
: ~:- -0- c:--
:4:. 1933 .:g:
.~" :":'t:
. 0;,' -:.~.
.. ".:i'i,~"''''''0-''''..
_.'Y ~ ._
........
MERCHANTS BONDING COMPANY (MUTUAL)
By ~ 7~
President
On this 9th day of June ,2009, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the
Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf
of said Corporation by authority of its Board of Directors. .
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
ij CINDY SMYTH
~ f Commissio~ N~mber 1.13504
I My Commission Expires
o.,~ March 16, 2012
STATE OF IOWA
COUNTY OF POLK ss.
&'1~
Notary Public, Polk County, Iowa
I, William Wamer, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is
still in full force and effect and has not been amended or revoked. .
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 4th day of January ,2010.
POA 0001 (1/09)
.......
...,\\G CO...
. ~().........~~..
:<l:l~..,,"'POIi ...~..
. :/;..)"" ~........-~.
. ":l:~ (1".
. 1--. _ -0- _ :__
.%:: ~'3:.
: 4 ". 1933 .: r:::::
.~. .":'t.
. 0;,' ':q,~.
.. ".:i' i,~' . . . . . . \, ..
..'Y ~ ._
........
p~~~~,
Secretary
in --
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
CITY OF OCOEE
INVITATION TO BID #BIO-04
CENTRAL PARK
PARKING AREA IMPROVEMENTS
City of Ocoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194. www.ocoee.org
TABLE OF CONTENTS
FOR
BID#BI0-04
CENTRAL PARK PARKING AREA IMPROVEMENTS
.,
\I'
BID DOCUMENTS
3
4 thru 6
7 thru I 6
* 1 7 thru I 8
Legal Advertisement
Invitation to Bid #B 1 0-04
General Terms & Conditions
S ubcontractorslEqui pment Listing/References/
Summary of Litigation!
Acknowledgement of Addenda
SCOPE OF WORK/BID FORM
19
*20 thru 21
*22
Scope of Work
Bid Form
Company Information and Signature Sheet
*Submit with bid.
END OF TABLE OF CONTENTS
B 1 0-04 Central Park Parking Area Improvements
2
1--_.
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #BI0-04, CENTRAL PARK PARKING AREA
IMPROVEMENTS, no later than 2:00 P.M., local time, on January 12,2010. Bids received after that
time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject
any and all bids and waive informalities.
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee
(City) is soliciting bids from qualified contractors to construct a grass overflow parking area, raise
and realign Armstrong Alley, install parking spaces along the Alley, install sidewalks, relocate a
sand volleyball court, construct a sand boat launch area on Lake Moxie, and make related
improvements.
No Pre-Bid Conference has been scheduled.
Bid Security: A certified check (no personal or company checks) or bid bond shall accompany each bid,
no cash accepted. The certified check or bid bond shall be for five percent (5%) of the bid price and shall
be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90)
days after bid closing time and will sign a Contract with the City for the Bid Price.
Each Bidder shall submit one (1) original and two (2) copies of the required bid documents, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids
will be received at the City of Ocoee, Attn: Crystal Conley, Purchasing Technician, 150 N. Lakeshore
Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall
Conference Room on the above-appointed date at 2:0 I PM, local time, or as soon thereafter as possible.
Prospective Bidders may secure a copy of the documents required for submitting a bid through
Onvia/Demandstar 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 Onvia/Demandstar,
prospective Bidders will be provided with all addendums and changes to the applicable bid; fees may
apply for non-members. Membership with Onvia/Demandstar is not required to submit a bid.
Persons other than prospective Bidders may inspect the documents required for submitting a bid at the
Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be
required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of
Ocoee.
A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject
any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other
factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which,
in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and
other factors considered. The City may accept any item or group of items of any bid, unless the Bidder
qualifies his/her bid by specific limitations.
No fax or electronic submissions will be accepted.
City Clerk
December 13, 2009
B 1 0-04 Central Park Parking Area Improvements
3
CITY OF OCOEE
INVITATION TO BID #BI0-04
CENTRAL PARK PARKING AREA IMPROVEMENTS
INTENT:
Sealed bids for Bid #B 1 0-04 will be received by the City of Ocoee, hereinafter called "City" or
"Owner," by any person, firm, corporation or agency submitting a bid for the work proposed,
hereinafter called "Bidder".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and
incidentals for the CENTRAL PARK PARKING AREA IMPROVEMENTS in the City of
Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each Bidder shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid, as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed
adjacent and must be initialed and dated by the person signing the bid. Bid documents must
be signed by a legally responsible representative, officer, or employee and should be properly
witnessed and attested. All bids should also include the name and business address of any
person, firm, or corporation interested in the bid, either as a principal, member of a firm, or
general partner. If the Bidder is a corporation, the bid should include the name and business
address of each officer, director, and holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Crystal Conley, Purchasing Technician, (407)
905-3100, extension 1523, fax (407)905-3194, or email cconley((V,ci.ocoee.tlus, and must be
received not later than 12 noon on January 5, 2010. Any clarifications/changes will be made
by way of written addenda only, issued by the Finance Department. Bidders should not
contact other City staff or other City consultants for information before the bid award date.
Any contact with any other member of the City Staff, City Commission, or its agents during
this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and two (2) copies of the required submittals
only by the Finance Department not later than 2:00 P.M., local time, on January 12,2010.
Bids received by the Finance Department after the time and date specified will not be
considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids
transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed
envelope, clearly marked with the bid number, title, and opening date and time to:
City of Ocoee
Finance Department
Attention: Crystal Conley, Purchasing Technician
150 N Lakeshore Drive
Ocoee, FL 34761-2258
D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150
N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:05 P.M., or as soon thereafter as
B 1 0-04 Central Park Parking Area Improvements
4
possible, on the above-appointed date. Bidders or their authorized agents are invited to be
present. The actual contract award will be made by the Ocoee City Commission at a later
date. Please be aware that all City Commission meetings are duly noticed public meetings
and all documents submitted to the City as a part of a bid constitute public records under
Florida law.
E. All Bidders shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of ReferenceslExperience;
c) List of Subcontractors/Temporary Worker Agencies;
d) Equipment Listing;
e) Summary of Litigation;
t) Bid Form
g) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied
with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document
shall in no way relieve it from any obligations under its bid or the contract. No claim for
additional compensation that is based upon a lack of knowledge or understanding of any of
the Contract Documents or the scope of work will be allowed. All items quoted shall be in
compliance with the bid documents/scope of work.
G. No Pre-Bid Conference has been scheduled for this project.
H. Any response by the City to a request by a prospective Bidder for clarification or correction
will be made in the form of a written addendum communicated through OnvialDemandstar
issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility
of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the
right to issue Addenda concerning date and time of bid opening, at any time up to the date
and time set for bid opening. In this case, bids that have been received by the City prior to
such an addendum being issued will be returned to the Bidder unopened. In case any Bidder
fails to acknowledge receipt of any such Addendum in the space provided in the bid
documents, its bid will nevertheless be construed as though the Addendum had been
received and acknowledged. Submission of a bid will constitute acknowledgment of the
receipt of the Bid Documents and all Addenda. Only interpretations or corrections
provided by written Addenda shall be binding on the City. Bidders are cautioned that any
other source by which a Bidder receives information concerning, explaining, or interpreting
the Bid Documents shall not bind the City.
I. Any of the following causes may be considered as sufficient for the disqualification of a
Bidder and the rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
b) Evidence of collusion between or among Bidders;
B 1 0-04 Central Park Parking Area Improvements
5
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any
other party on prior projects that, in the City's judgment and sole discretion, raises
doubts as to Bidder's ability to properly perform the work; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to
justify disqualification of Bidder or the rejection of its bid.
1. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who
has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid on an award to provide any goods or services to a public entity, may
not submit a bid on an award with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant
under a award with any public entity, imd may not transact business with any public entity in
excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00
and greater) for a period of 36 months from the date of being placed on the convicted vendor
list. [See s. 287. 133(2)(a), Florida Statutes.]
K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes,
and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State
and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in
the public domain and are available for public inspection. Bidders are requested, however, to
identify specifically any information contained in their bids that they consider confidential
and/or proprietary and that they believe to be exempt from disclosure, citing specifically the
applicable exempting law. All bids received in response to this Invitation to Bid become the
property of the City and will not be returned. In the event of an award, all documentation
produced as part of the contract will become the exclusive property of the City.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid openine. A request for withdrawal or a modification of a bid may
be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for
submitting bids. After expiration of the deadline for receiving bids, no bid may be
withdrawn or modified.
The City reserves the right to accept or reject any or all bids, to waive informalities
or irregularities, to request clarification of information submitted in any bid, or to
readvertise for new bids. The City may accept any item or group of items of any bid,
unless the Bidder qualifies his/her bid by specific limitations.
Award, if made, will be to the most responsible and responsive Bidder whose bid, in
the City's opinion, will be most advantageous to the City, price and other factors
considered. The City reserves the right, to aid it in determining which bid is
responsible, to require a Bidder to submit such evidence of Bidder's qualifications
as the City may deem necessary, and may consider any evidence available to the
City of the financial, technical, and other qualifications and abilities of a Bidder,
including past performance (experience) with the City and others. The City
Commission shall be the final authority in the award of any and all bids.
B 1 0-04 Central Park Parking Area Improvements
6
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each bid must be accompanied by a Cashier's/Certified Check upon an incorporated
bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the
amount of the bid. A combination of any of the former is not acceptable. Cash or
company check will not be accepted as Bid Security. The cashier's check or Bid
Bond is submitted as a guarantee that the Bidder, if awarded the Contract, will after
written notice of such award, enter into a written Contract with the City and as a
guarantee that the Bidder will not withdraw its bid for a period of ninety (90) days
after the scheduled closing time for the receipt of bids, in accordance with the
accepted bid and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or Bidder's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of Intent to Award by the City, then such Bidder
shall be liable to the City in the full amount of the check or bid bond and the City
shall be entitled to retain the full amount of the check or to demand from the Surety
the penal sum of the bid bond as liquidated damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety and signed by a licensed agent who holds a current Power of Attorney from the
surety company issuing the bond.
d) The cost of the required bond and required insurance coverage is to be included in the
Bidder's overhead and is not eligible for reimbursement as a separate cost by the
City.
e) The checks of the three (3) most favorable Bidders will be returned within three (3)
days after the City and the successful Bidder have executed the contract for work.
The remaining checks will be returned within thirty (30) days after the opening of
bids. Bid Bonds will be returned upon request following the same criteria as a check.
2. PERFORMANCE AND PAYMENT BONDS
None are required for this project unless over $200,000.00.
3. DEFAULT:
As a result of bids received under this Invitation, the award of the contract may be based,
in whole or in part, on delivery and specification factors. Accordingly, should the
Contractor not meet the delivery deadline(s) set forth in the specifications or should the
Contractor fail to perform any of the other provisions of the specifications and/or other
contract documents, the City may declare the Contractor in default and terminate the
whole or any part of the contract. Upon declaring the Contractor in default and the
contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions thereof and the
Contractor shall be liable to the City for any excess costs resulting therefrom. In the
event the Contractor has been declared in default of a portion of the contract, the
B 1 0-04 Central Park Parking Area Improvements
7
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful Bidder agrees to indemnify the City and its
officers, agents, and employees against liability, including costs and expenses for
infringement upon any letters patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City or supplies
furnished or construction work performed hereunder.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of Work/Bid Form. A total shall be entered for each
item bid. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed to be correct. Cost of preparation of a bid is solely that of the
Bidder and the City assumes no responsibility for such costs incurred by the Bidder.
By submission of this bid, the Bidder certifies, and in the case of a joint bid, each party
thereto certifies as to its own organization, that, in connection with this procurement:
a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is
(are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other Bidder or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Bidder and will not knowingly be disclosed by
the Bidder prior to opening, directly or indirectly to any other Bidder or to any
competitor;
d) No attempt has been made or will be made by the Bidder to induce any other person
or firm to submit or not to submit a bid for the purpose of restricting competition.
Every contract, combination or conspiracy in restraint of trade or commerce in this
State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations);
e) Bidder warrants the prices set forth herein do not exceed the prices charged by the
Bidder under a contract with the State of Florida Purchasing Division; and
f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall
be covered by the most favorable commercial warranties the Bidder gives to any
customer for such supplies/services and that rights and remedies provided herein are
in addition to and do not limit any rights offered to the City by any other provision of
the bid award.
B 1 0-04 Central Park Parking Area Improvements
8
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice'is received in
the office of Finance, whichever is later. Payment is deemed to be made, for the
purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and, if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible Bidder according to the following criteria:
· Compliance with scope of work, specifications, terms, and conditions
· Bid price
· Warranty offered
· Experience with similar work
· Successful reference check
9. LITERATURE:
If required by the scope of work, or the specifications, descriptive literaturelbrochures
shall be included with this bid in order to properly evaluate make/model offered. Bids
submitted without same may be considered non-responsive and disqualified.
10. BID PROTESTS:
The City's Finance/Purchasing Department will consider Bid Protests seeking contract
award, damages, and/or any other relief. Any Bidder seeking to file a Bid Protest
SHALL use the following procedures:
a) A Bidder SHALL file a written Bid Protest under this Article, or be barred any relief.
b) A Bid Protest:
(i) must be in writing (oral protests will NOT be acknowledged);
(ii) shall fully state the factual and legal grounds for the protest and the legal basis for
the relief requested; and
B 1 0-04 Central Park Parking Area Improvements
9
i-n
(iii) shall be filed with the Purchasing Agent not later than three (3) calendar days
after the posting of the notice of intent to award or recommendation of award by
staff.
c) After a Bid Protest has been properly filed with the City, the City, by and through its
Finance Department, shall make a determination on the merits of the protest not later
than five (5) business days after receipt of the protest. If the City denies the protest,
the City may proceed with award of the Contract unless enjoined by order of a Court
of competent jurisdiction.
d) A Bid Protest SHALL be limited to the following grounds:
(i) issues arising from the procurement provisions of the Project Manual and/or the
Bid Package or Contract Documents; and/or
(ii) applicable federal, state or local law.
No Bid Protest may be based upon questions concerning the design documents. The
Bidder shall clarify all such questions concerning the design of the project prior to
submitting its bid.
11. PAYMENT TERMS:
Payment will be based upon monthly draws equal to the percentage of work complete
less 10% retainage until the job is 50% complete, then less 5% retainage to be paid when
job is complete, unless otherwise stated in the contract. Payment for work completed will
be made within (30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order
authorization. Payment cannot be made until materials, goods or services, have been
received and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
. Florida Sales & Use Tax Exemption Certificate No. 85-8013 779974C-0; and
. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal
excise, state, and local sales taxes.
12. CONTRACT:
a) The successful Bidder, hereinafter referred to as "Contractor," will be required to
enter into a contract with the City. The contract shall be a written agreement similar
to the ASCE standard construction contract or City-issued purchase order.
Construction time will be one hundred twenty (120) days from the Notice to Proceed.
b) The City may in its sole discretion award any additional work, whether in the existing
area, or in any additional area, to any third party, or such work may be performed by
B 1 0-04 Central Park Parking Area Improvements
10
the City's employees. Contractor will be expected to cooperate with any or all other
Contractors who may be performing work for the City.
13. SAFETY REQUIREMENTS:
The Bidder guarantees that the services to be performed and the goods to be provided
herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards, that are applicable in construction work.
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned dailv; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
0) Per City Ordinance, any Contractor using construction dumpsters within the
City of Ocoee must obtain these services through Superior Waste Services of Florida,
Inc.
B 1 0-04 Central Park Parking Area Improvements
11
14. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work
Place or evidence of an implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Bidder certifies that the Bidder does not and will not maintain or provide for the
Bidder's employees any segregated facilities at any of the Bidder's establishments and
that the Bidder does not permit the Bidder's employees to perform their services at any
location, under the Bidder's 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 room, work areas, time
clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities
provided for employees which are segregated on the basis of race, color, religion,
national origin, habit, local custom, or otherwise. The Bidder agrees that (except where
the Bidder has obtained identical certification from proposed contractors for specific time
periods) the Bidder will obtain identical certifications from proposed subcontractors prior
to the award of such contracts exceeding $10,000 which are not exempt from the
provisions of the Equal Opportunity clause, and that the Bidder will retain such
certifications in the Bidder's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary oflabor, are incorporated herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The Bidder declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The Bidder certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The Bidder certifies that no member of the entity's ownership or management is
presently applying for an employee position or actively seeking an elected position with
the City. In the event that a conflict of interest is identified in the provision of services,
B 1 0-04 Central Park Parking Area Improvements
12
the Bidder agrees to immediately notify the City in writing.
The Bidder further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this bid has occurred, and that the bid is made
according to the provisions of the bid documents, and will meet or exceed the scope of
services, requirements, and standards contained in the Bid documents.
Bidder agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, Bidder offers and agrees that if this negotiation is accepted,
the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in
and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the
United States and the State of Florida for price fixing relating to the particular
commodities or services purchased or acquired by the City. At the City's discretion, such
assignment shall be made and become effective at the time the City tenders final payment
to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the
services as stated.
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of36 months
from the date of being placed on the convicted vendor list."
All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
18. PERMITSILICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made. Permit fees are waived for any City of Ocoee
permits required.
b) The City requires a City of Ocoee registration if permitting is required. Please contact
the City's Building Department at (407)905-3100 extension 1000, directly for
information concerning this requirement.
B 1 0-04 Central Park Parking Area Improvements
13
c) Adherence.to all applicable code regulations (Federal, State, County, and City) is the
responsibility of the contractor.
19. INSURANCE REQUIREMENTS:
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance
shall comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not protected under
the Workers' Compensation statute, the Contractor shall provide, and cause each
subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
· Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Injury Liability & Property Damage Liability
· $1,000,000 Combined single limit per occurrence (each person, each accident)
· All covered automobile will be covered via symbol I
· Liability coverage will include hired & non-owned automobile liability
· Include Waiver of Subrogation in favor of The City ofOcoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of
Ocoee as an additional insured and should indicate that the insurance of the Contractor is
primary and non-contributory.
· $2,000,000 GENERAL AGGREGATE
· $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
· $1,000,000 PER OCCURRENCE
· $1,000,000 PERSONAL & ADVERTISING INJURY
B 1 0-04 Central Park Parking Area Improvements
14
· Include Waiver of Subrogation in favor of the City ofOcoee
3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's
Compensation Insurance: The Contractor shall require each subcontractor to procure and
maintain during the life of this subcontract, insurance of the type specified above or insure the
activities of these subcontractors in the Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing
coverage for the named insured's liability that arises out of operations performed for the
named insured by independent contractors and are directly imposed because of the named
insured's general supervision of the independent contractor. The Contractor shall procure and
furnish an Owner's Protective Liability Insurance Policy with the following limits:
$1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the
Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also
include contractual liability coverage to insure the fulfillment of the contract. NOTE:
PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE,
THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.
· $1,000,000 PER OCCURRENCE
· $2,000,000 AGGREGATE
6) Commercial Umbrella:
· $1,000,000 PER OCCURRENCE
· $2,000,000 Aggregate
· Including Employer's Liability and Contractual Liability
7) Builders Risk:
· $100,000 Any (1) Location
· $1,000,000 Any (1) Occurrence
8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the
City of Ocoee as an additional insured will be furnished by the Contractor upon notice of
award. These shall be completed by the authorized Resident Agent and returned to the Office
of the Purchasing Agent. This certificate shall be dated and show:
9) The name of the Insured contractor, the specific job by name and job number, the name of the
insurer, the number of the policy, its effective date, its termination date.
10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any
material changes in provisions or cancellation of the policy, except ten (10) days written
notice of cancellation for non-payment of premium.
(remainder of page left blank intentionally)
B 1 0-04 Central Park Parking Area Improvements
15
ACORl)_ CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DATE (WWOIYtYYYI
pRAZJl:-1 11/04/04
,ROOUCP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
I HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND DR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAlC.
INSUlUD INSUMR A; ~ ..., ..tlA, Jo,. ... ..ttn'
INSlJRfR '"
Contractor'. Name -'"
Addre..
ItISURERO'
IHSlJReRE;
THE POlICIIiS OF INSURANCE llSTlED IlElOW HAVE BEtH 85UED TO THE ~SUft.ED HAMED ABOVE.'OA: mE POlICY PERIOD iNOICATEC. NOl'WIDtSTAHD>NO
ANY R(OUIREME~T. T&.RM O/lt CONDITION OF AH'f CONT'RACT OR Qnil:R ooe\Jtl4ENT WITH "'SPECT TO WHICH THIS CERTlFICA TIi MAY dlSSUEC Oft
MAY PU1TAIH, THe lNSURAHCi IlffORDED IYTHE ~ICIES CESCRI8ED HEREfI" Su&JECT TO IlLL THe TERMS. EXCLUStONS AND CONomo~S OF StJCH
POl)CIE!. AQGR.EGA TE liMfTB SHOWN aMY HAVE BEEN ~o IY 'AlO CUJrr.&S
~~: =- TYPe or IHSUMHCE I"OL.ICl'NUMIIER . lOA: ... 'A Ulo'lTS
~EAAl. LIA&ll.lTY EACH OCCURRENCE '1,000,000
X 1L 3.......ClAl. G,NERAl. L....'TV PRiUISE! U CICCl.II'~l '50,000
~ CLAIM' lAAOE [i] OCCUR MEa EXP (Any CIfIe perscl'll '5,000
PERSONAL I AfN lNJU~y '1,000,000
QENEIW. AGGREGATE , 2,000,000
~l. AGGREGATE ulMT n'tf"ER:. pRQOVCTS. COUPlOP AGG . .2,000,000
POLICY IXl 18; LOC
~OM06llE UA.I!I1lJJY COM81NED SINGlE L\J,l.T , 1,000,000
~ AAY AUTO lEo-I
f- .A.l.l OWNED AUTOS eoOll '( INJURY
,
$CHECUlED ....UTOS ~""""')
f-
~ loURED Al/TOS aooll Y HJUlillY ,
i.!- HQK-(JWNED AuTOS (P.r.CCidenI)
PROPERTY CAMAGE "
1 (Ptf.i:Oclenl)
I oAllAOf UABlUTY I AUTO ONl. Y . Ell ACCIDENT .
R ANY AUTO OTHER THAN EA ACe . ,
AUTO ONLY: AGO ,
[]~SSIU...R!LIA......UTY I EACH occuMENCE '1,000.000
X X OCCUR 0 CLAIMS MADE AGGREGATl! ,2,000,000
I I , -
~rl DEDUCTIBlE ,
I . i RETEH110N , ,
WOUl"" Co...-!NSATlOH AHD X I~".\'v'.'':':i'. I IV..
EMPI"DYIAS. UAaIUTY E.L EACH ACClOENT ,500,000 I
AHY PROPRJETOrwAA~CUTM
Ofr:ICER.o~U8~ OC\.lJOED'? E.\.. ~$&ASE.(.A. EMPlOYEE $ 500,000
;~~~S~ E.l. OlSEA$E. POUCy LIMIT , 500,000
OTt4!~
Builders Risk Any 1 Lac 100,lXX>
Anv 1 Occ 1,000,000
DUCklPllON 0' Ol"!RATlONS IlOCATION3 IVWlClU I Del.USIONS ADDED IT (NDCHtSlM!HT I 'New.. HtO\1SIOHS
The insurance evidenced by this certificate shall name tha certificate
holden as an additional insurad on the aeneral Liability ~ Ombrella
Liability. Worker.- compensation, Employers' Liability ~ aenere1 Liability
sh.ll contain. Waiver of Subrogation in favor of the certificate ho1dar.
The certificate bolder ie added as a nmrl im.nrl fir a.rl.ltb:s RiSt..
CERTIFICATE HO\.DER
COVERAGES
OCOllllOl
CANCELlATION
&HOUUJ AI('( OF THI A80W De5CIVII!D !tOl..1CIU II CAHCILI.ID IUOAI! TH! EX"AATlOf'.
DAft Tt4I1U!O'. THe ISSIANO lHSUlltf!lt WtlL (NDaAVOR TO MAIl. !!!.- OAYSWRrTfIN
HOllCI TO TWI! CUTIPlCATl! HOLDIIt IU.MID TO THe I.Ul, aUT FAI\.URJ! TO DO so IHAlL
IWOSII NOoaUOATKlM Olt UA8flfTY Of AHT IOHOUfJON f)4( INSUUR. (1'5 AGENTS OR
ItURUINTATIVU.
AIJTMORJUD IItIPMSDfTAT1\IE
City of Oco..
150 N. Lakeshore Drive
Ocoee PL 34761-2258
C) ACORD CORPORAT10N 1981
ACORD 25 (20011081
s~pt. IF
B 1 0-04 Central Park Parking Area Improvements
16
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL 1.0. NO.lCONTACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The Bidder certifies that the Bidder has investigated each subcontractor/temporary
worker agency listed and has received and has in the Bidder's files evidence that each
subcontractor/temporary worker agency maintains a fully-equipped organization capable,
technically and financially, of performing the pertinent work and that the
subcontractor/temporary agency has done similar work in a satisfactory manner. It is
further acknowledged by the contractor that any CHANGE or OMISSIONS in the
subcontractors listed above shall require the City of Ocoee's approval before any
work shall commence by the additional subcontractor on this project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK
The Bidder shall complete the following blanks regarding experience with similar type of
work. Bidder must demonstrate ability to perform services of similar complexity, nature,
and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT
B 1 0-04 Central Park Parking Area Improvements
17
Have you any similar work in progress at this time? Yes_ No
business
Length of time in
Bank or other financial references:
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the Bidder in the past five (5) years which is related to the services that the Bidder
provides in the regular course of business. The summary shall state the nature of the
litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
Dated
Dated
Dated
Dated
Dated
No.
No.
No.
No.
No.
(remainder of page left blank intentionally)
B 1 0-04 Central Park Parking Area Improvements
18
CITY OF OCOEE
#BIO-04 SCOPE OF WORK/BID FORM
CENTRAL PARK PARKING AREA IMPROVEMENTS
Nature of the Work
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of
Ocoee (City) is soliciting bids from qualified contractors to construct a grass overflow parking
area, raise and realign Armstrong Alley, install parking spaces along the Alley, install sidewalks,
relocate a sand volleyball court, construct a sand boat launch area on Lake Moxie, and make
related improvements. The intent of the project is to provide an overflow parking area for
Central Park activities. The area being impacted previously contained tennis courts (previously
removed) and a volleyball court (to be removed as part of the work).
Access to the parking area is via Armstrong Alley, a City street that suffers from frequent
flooding. Thus, the project includes raising and realigning Armstrong Alley to direct stormwater
to the north through a swale system. Realigning the alley will allow the construction of angled
parking spaces along the south side of the street. The sidewalk on the north side of Armstrong
Alley will be rebuilt.
A similar localized flooding area exists in the northwest corner of the existing paved parking
area at the eastern end of Armstrong Alley. The project includes raising this part of the parking
lot and micro-paving the entire lot. The existing sidewalk leading to the north from the parking
area will be replaced along the same general alignment with a wider sidewalk to provide access
to the recently completed Lake Moxie Boardwalk. A second sidewalk will be constructed from
the west side of the new grass overflow parking area to the boardwalk, thereby providing two
points of access and a continuous walking trail. This second sidewalk follows a curvilinear path
so as to not exceed the maximum grade allowed by ADA accessibility standards.
The project includes a small sand boat launch area located near the junction of the second
sidewalk and the boardwalk. This facility will support boaters using non-motorized vessels. The
volleyball court removed from the overflow parking area will be re-established at a new location
north of the paved parking area. A portion of the work will require removal and storage of a
concrete split-rail fence, which will be reinstalled after earthwork is finished.
Related changes to the Park's streetlights will be accomplished by Progress Energy; the selected
contractor will need to coordinate their activities with those of Progress Energy. There is also a
potential need to coordinate with the Florida Central Railroad when work is underway in the area
of two grade crossings on Armstrong Alley.
(remainder of page left blank intentionally)
B 1 0-04 Central Park Parking Area Improvements
19
tJ)
I-
Z
~ W
W ~
!::v~>
000::0
-0<0::
a:I....1l.1l.
u..a:I-l:!:
o .<-
woo::<
-lZI-W
::lOZO::
O-W<
Wa:luC)
J: Z
U -
tJ) ~
<
Il.
iii
....
0
I-
Cl)
u
';:
Il.
....
, 'c
::l
a> 1::
en :J c
L- 0
:J U 0
0 U
~ u CO a>
CO ~ CO U :J
~ ..... ~ C L-
CO a> .....
a> ~ en
:Q ~ u ~ u.. c a>
0 (5 0
c CJ) en '10 U a;
0 a> <{ in > 0:: ~ L-
g U
~ C ~ .~ g a> c :c-
O
... 0 u :;::; u; ti a; "0 U Vi a>
u :;::; c en L- a> .!:::!
(/) co 0 'x 'x 'x u en .0 u iU' a>
.!:::! c L- ~ 'C :c
Cl) u w W w C :J ~ L-
0 0 0 L- ..... CO CO CO a>
:c - - - - U a> .!!1 I i:: > U5 :2
0 0 0 0 :;::; ~
0 01 CO 'C :2 a>
a> 0 > .I::: :J
E c a> a> a> a> co > u a> L- en 0 a> 15. 0
a> :c en en en en u; ~ c u CO en <{ :J en ~ .I:::
0 .0 8- ~ ~ ~ w a> c CO CO CO a> CO a> CJ)
:J C u.. a> ~ a> ..- ..... > CO e. a>
"0 L- en en en .!!1 'w c u.. L- I co ~ ~ "0 "0
0 0 0 ..... <{ CJ) CO a>
c iU' <.9 0 0:: .!l! ..... "0 ~ U a>
CO a.. CJ) :c L- .~ I 0 en ~ .!:::!
c ~ "0 "0 "0 "0 "0 "0 CJ) L- .E en 0 L- CO :c
c c c c c c ~ :J <{ L- a> CO .0
0 0 ~ .5:;! :J
:J CO CO CO CO CO CO ..... 0 I- "0 l- E CO
~ CJ) g a> a> a> a> a> a> L- 0 g 0 C") ~ :.:i ~ CJ) U5
I L- CJ) .I::: I u
.!:::! "5 > > > > > "0 a> I u CJ) .I::: 0 .I:::
'C 0 0 0 0 0 CO :0 a> :;::; .~ c U .I::: L- U .I:::
:c g CO E E E E E ~ ::J "0 CO " .g c u a> c u
.I::: C E " c
0 CO ~ a> a> a> a> a> a> 0 c 0 CO ~ " " N "
~ ....J U 0:: 0:: 0:: 0:: 0:: 0:: 0 en u:: CO ..- I- ~ CD :.:i ..- CD
~ CJ) CJ) U u.. u.. u.. CJ) u.. CJ) u.. u.. u.. >- >- >- >- >- >- >- >-
c
::l ....J ....J <{ CJ) CJ) ....J ....J ....J ....J ....J ....J ....J CJ) CJ) CJ) CJ) CJ) CJ) CJ) CJ)
~ 0 N 0 N f'-
.... C") 0 0 0 N It) 00
C 0 0 0 0 00 C") 00 It)
..- ..- """: 00 CD N ..- ..- 0 C") C") 0 0 C") 0 CD
III ..- -q- C") I'- It) - f'- 0> -q- CD It) I'-
::s ..- N Lri ..- ..-
a
...
Cl)
E.c v It) 0 .... N M V It) co " co en 0
Cl) E .... N M co " co en .... .... .... .... .... .... .... .... .... .... N
==::s
Z
o
N
CIl
.....
c
11)
S
11)
>
o
l-o
0..
S
-
(Ij
11)
l-o
~
OJ}
c
:;;
l-o
(Ij
0.,
~
l-o
(Ij
0.,
~
l-o
......
C
11)
U
'<t
o
I
o
CO
r---
10
....
0
~
..
c
CO
Gl ...J
C..l
';: <(
D.. I-
~ 0
c
::J l-
e:
a
C,
<(
~ ::!: ~ ~
~ ro
~ e:
a> g e: ~ a> ~
> a> ill ~ .9 a
"t:l L-
'C ~ ro L- L-
0 U5 e: U5 L-
+- ro ~ ~ <(
.0 (/) 0
a> L- L- 'x a> ~ (/) L- a> ro
....... ::J a> ....... a> L- ro e: ro ~ e: a>
a> U ~ ill a> a U5 ~ ~ e: e:
L- L- :2 L: a
u ::J .r:. u .r:. L- .0 a> +- ::J
e: e: c.9 e: ~ u g ro "t:l E ~
a a u a e: ~ e: ....... u g
ro ~ a> e: a>
c U .0 06 ro U "t:l g ~ ~ ro (/) .0 a> L-
0 .0 ~ ro ....... E u i:5 U5
.0 ~ L- e: e: (/)
~ "t:l ii: "t:l 0... ro .g <( a> t
a> L- a> a> ~ g a> ~
::J .0 g 0... E (/) u U ::J
() :2 u L- CJ) e:
... L- a> U L- L- ro .~ .g (/) .Q +- ~ a
C..l .E ID ::J CJ) .E 0... ....... a> a> g <( (/) U .r:.
a> U e: (/) :!: > CJ) ~ ro ro u
(/) e: L- ID a> e: L- ~ Qi .r:. ro CJ) e: 0. 0. e:
Q) u g ~
'Q3 e: ID 'Q3 ro a> s: 0... g 'L .g I ro ::J
C L- s: a L- a> a a ro
L- a u L- L- t .r:. ro a> CJ) E E -g
I L- I "g :0 ....J
a> U e: 0 u a> s: a> ....... 0... "E L- L-
L- a e: L- a> a> "t:l e: CJ) "~ ::J a> a> ~ .......
~ ~ U a> a ~ :0 > a> ~ ~ a> g ill a .r:. .r:. (5 ro
U 0 ro 0 a
N ID ro OJ L- ....... ....... s: l- I- > en
LL t5 ro ro .!:1 a
.r:. x I L- .r:. .r:. (/) L- .r:. 0... () Z .r:. a> ~
u ~ u u u a> (/) u u a "t:l a> u :!: "t:l "t:l
e: in e: e: e: ....... ro e: e: a Qi e: a e: e: .r:. .r:. e: e:
" ~ a " " a> L- a " Z ro 0 9 " s: s: ro ro
(!) I"- U 'V (!) 0 c.9 U (!) 0::: I = (!) CJ) CJ)
.... >- <( >- <( <( <( <( <( <( <( <( <( <(
'2 LL LL LL LL LL LL LL
::J CJ) ....J ....J ....J CJ) CJ) ill CJ) ill ....J ill ill ill ill ill ....J ill ill ill ill
~ l"- e
.... e l"- N ex:> l!'l .,....
C O'l .,.... N l!'l
IV .,.... C'I) I"- .,.... I"- ex:> .,.... 'V_ .,.... O'l .,.... .,.... N .,.... .,.... N ex:> .,.... .,.... .,....
.,.... N N (!)
::I l!'i .,....
a
...
Q)
E.c .... N M 'V II) CD """ QO Q) Q .... N M 'OIt II) CD """ QO Q) Q
.sE N N N N N N N N N M M M M M M M M M M 'OIt
-::I
Z
N
"'0
I-<
CIl
>--
(l)
I-<
CIl
::J
0"
C/)
II
>--
C/)
......
0
0
~
(l)
I-<
CIl
::J
0"
C/)
II
~
C/)
a~
::J
C/)
0.
a
::J
......:J
II
C/)
......:J
.....:-
0
0
~
I-<
CIl
(l)
t::
:J
II
~
......:J
..c:f
u <Il
CIl ......
w..l t::
(l)
II a
~ (l)
>
w..l 0
v- I-<
0.
I-< a
u
~ ......
CIl
It (l)
I-<
U ~
~ 0/}
t::
(U :..Q
I-< I-<
::J CIl
<Il 0...
CIl
(l) ~
~ I-<
CIl
....... 0...
0 ~
<Il I-<
...... ......
'8 t::
:::J (l)
U
oo::t
0
I
0
co
I
Bid #BI0-04 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HA VE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
day of
,20_
Sworn to and subscribed before me this
Personally Known
or
Produced Identification
Notary Public - State of
(Type of Identification)
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
B 1 0-04 Central Park Area Improvements
22