HomeMy WebLinkAboutItem #14 Approval of Award of Bid #B11-02 Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project } c of (Jood Gib
OC
Ark g
AGENDA ITEM COVER SHEET
Meeting Date: January 4, 2011
Item #
Reviewed By:
Contact Name: Joyce Tolbert Department Director: Al . % ■, !
Contact Number: 1516 City Manager:
Subject: Award of Bid #B11 -02 Pioneer Key Phase 1 Mobile Home Par i ano ject
(District 3: Johnson)
Background Summary:
The City of Ocoee received an Orange County Community Development Block Grant (CDBG) award of
$1,200,000 in FY 2010 to reconstruct the public infrastructure in the Pioneer Key I subdivision and undertook to
develop construction bid documents for the project using City funds. The scope of work generally consists of the
construction of a new sanitary sewer collection system, a relocated sanitary sewer Lift Station 22 with force main,
a new water distribution system, an extension to the existing stormwater sewer collection system, replacement
sidewalks, roadway improvements, reconstruction of the subdivision entrance on Silver Star Road, and other
miscellaneous improvements, as shown in the Drawings and Bidding Documents.
Issue:
Award the contract for the rehabilitation of Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project to
Mercon Construction Company in the amount of $1,600,018.28 and establish a remaining project budget of
$1,968,000.00.
Recommendations
1) Staff recommends that the City Commission award Bid #B11 -02 to Mercon Construction Company in the
amount of $1,600,018.28 once the required bonds and insurance are obtained. Due to the time constraints of the
CDBG Grant, in the event . Mercon fails to execute the contract and post the required bonds and insurance, and
tender the necessary documents within ten (10) business days, Staff recommends that the contract then be awarded
to the second low bidder, Pospiech Contracting, Inc., in the amount of $1,763,056.15.
2) Staff additionally recommends that the City Commission authorize the Mayor, City Clerk, and Staff to execute
the required contract documents once the required bonds and insurance are received, to establish a remaining
project budget of $1,968,000.00, and to authorize the City Manager to approve change orders to this contract up to
the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all
change orders.
Attachments:
1. Bid Tabulation
2. Mercon bid
3. Pospiech bid
4. Invitation to Bid #B11
5. Addendum #1
6. Addendum #2
Financial Impact:
This project is funded in part through a Community Development Block Grant (CDBG) of $1,200,000. The
remaining $768,000 in City funds is required to provide the total project budget of $1,968,000. The Pioneer Key
I project was established in FY 2009 to provide roadwork improvements in the subdivision. The Reconstruction
of Lift Station 22 project funds will also be used for this project. These two projects have a combined City
funding of $548,045.05 available for the subject work. An additional Stormwater fund allocation of $100,000 for
land purchase for easements for the pipeline link to the regional stormwater pond near Pioneer Key I is not
available for the construction effort but will remain part of overall project funding. CDBG funds have been
allocated to Water, Sewer, Stormwater, and Roads. Additional City funds of $219,954.95 are required for this
project: Utilities funds are $34,000 left from the Lift Station 7 project, $49,000 from the Pioneer Key II project,
and $41,209.46 from the Utilities Capital Projects fund; Stormwater funds are $20,000 from the Spring Lake
West to Clarke Road drainage study, and $23,559.77 from Stormwater Small Projects fund; and Roads has
$52,185.72 remaining in Capital Projects.
Type of Item: (please mark with an "x')
Public Hearing For Clerk's Dept Use:
Ordinance First Reading Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
X Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. N/A
Reviewed by ( ) N/A
Mayor Center of Caoo�i << Commissioners
S. Scott Vandergrift e• Gary Hood, District 1
0J Rosemary Wilsen, District 2
City Manager O__ _ , +_ Rusty Johnson, District 3
Robert Frank Joel Keller, District 4
STAFF REPORT
TO: The Honorable Mayor and City Commissioners
FROM: Joyce Tolbert, Purchasing Agent
DATE: December 29, 2010
RE: Award of Bid #B11 -02 Pioneer Key Phase 1 Mobile Home Park Rehabilitation Project
ISSUE
Award the contract for the rehabilitation of Pioneer Key Phase 1 Mobile Home Park Project to Mercon
Construction Company.
BACKGROUND/DISCUSSION
Bids were received for the rehabilitation of Pioneer Key Phase 1 Mobile Home Park Project. The project consists
of furnishing the labor, material, equipment, tools, services and other incidentals required for the rehabilitation
of Pioneer Key Phase 1 Mobile Home Park. The construction generally consists of the construction of a new
sanitary sewer collection system, sanitary sewer pump station with force main, water distribution system, storm -
sewer collection system, sidewalks, roadway improvements, and other miscellaneous improvements as shown in
the Drawings and Bidding Documents. The Contractor shall perform the work complete, in place and ready for
continuous service, and shall include repairs, tie -ins, by -pass pumping, testing, permits, cleanup, replacements,
and restoration required as a result of damages caused during this construction.
The bid was publicly advertised on November 14, 2010 and opened on December 14, 2010. There were a total
of five (5) bids received, and one (1) non - responsive bid for failing to complete the bid form. The lowest three
(3) bids, after adjustment of city paid items and mathematical errors, are:
Bidder Total Bid
1. Mercon Construction Company $1,600,018.28
2. Pospiech Contracting Inc. $1,763,056.15
3. Central Florida Environmental Corp. $1,964,240.79
Other bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review.
The Engineering and Finance Departments reviewed all bids received. It is staff's recommendation that Mercon
Construction Company offers the lowest responsive and responsible bid in terms of qualifications and price.
Due to the time constraints of the CDBG Grant, in the event the low bidder fails to execute the contract and post
the required bonds and insurance, and tender the necessary documents within ten (10) business days, Staff
recommends that the contract then be awarded to the second low bidder, Pospiech Contracting, Inc.
This project is funded in part through a Community Developm ent Block Grant (CDBG) of $1,200,000. The
1
responsive and responsible low bid was submitted by Mercon Construction Co. (Oviedo, FL) in the amount of
$1,600,018.28. The City will directly provide the labor and materials at an estimated cost of $110,471.93 to
connect existing utility customers to the new utility service mains being installed, bringing the total known costs
to $1,796,014.72, including a 5% contingency of $85,524.51. Staff is establishing a remaining project budget of
$1,968,000 sufficient to award the construction contract to either of the two lowest responsive and responsible
bidders. The total City financial contribution would be $768,000 from a combination of Roads, Stormwater,
Water, and Sewer accounts.
2
cio m 3 a) m w m m m > Q m c >> > > > 0 0 0 0 m o v v o o w O 3 i 5 5 5 5 M O T m vim ;; O A 7 ' W D W
>>> 5 a lc .3 m m m m >> 1 9 m v- ali m, o mils, i 8
�(pp D o D c) o o n, n . O Z ') 3 m 5 Q > r
Z n n a 4 n . C a' 9 . 2 W N - 9 tP 0 T<<<<<< m m v 0 0 0 a 0 m O d c. N 0 0 W O 3 a' 8 O v
O 77 77 77 o G n ' c ' A f3 N ta F,,, >
p0 I U:U ▪ O A m (p v m' w' of m c o o^ o o S o v n m m m m D m c 3 Z y Or D
< '-1 n ' o o N O F co 3 7 7 7 7 O O O n N'0 N j t� 0 O.
• m m F m x r a o -- -- o Y o 0 0 0 ° °� - '. in m m m m m m n ro 3 G7 D
m ;- aR- , § o g a a D-i V 1 m m m m m 4 °. o 3 a. ° 2 g o
Z 5 > > > > N .� d. ut C ? m 7)
1 y y H to m 5 j o F F c7 v o 0 v '~ 0 Q o 3
m o - r in - D M M .71 .c7 .77 ,71 3 m g d z
D c'; rn N 9 n o R b> � r D o o D o o m 3 a 2 ' O
A y b, O C C C n C C N 77 a 9
7C 2 (v 3 3. m °,- 3 s i n 5nn om (; u'1 ii
0 F m .�^ -p _ '• ` a t 0 . g 5 .7 D D n ro m ;. N
" m o 5 O Z v a v v v D .. C
o • N m o o v r
D t N .... > v N N O W ) O v 9 ON 0 0. p
r ° 10 X ° o
co �°
D
f .a
m
W w 1111111111 111111111111111011101111 4 111i
c
A a 3 . Z -
En EA EA EA En EA EA EA EA EA EA EA fn V) En EA EA EA EA EA EA En EA EA EA EA EA EA EA EA EA En EA En EA EA ` 0 O n
0 0 0 0 0 0 C. 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Co C. 0 0 0 0 0 Co 0 0 0 0 0 7n o. o
008800 88888888888888888888888888888888� Na
0
D i <' 0 m Z
— "° m
En EA OR EA EA 69 En EA EA EA EA EA EA EA EA EA En EA EA EA EA EA 69 60 EA EA EA EA EA EA .77 C r W
0 0 0 Co 0 0 0 0 0 o O o O o EA En EA EA EA EA to EA EA O O o 0 o O O C) o 0 0 0 o 0 o o O O o 0 0 0 0 o O o a r
0 0 0 0 0 0 0 0 0 0 o 0 0 0 8 0 0 0 O co 0 0 Co 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0
in 0 E C) 0 0 o m m 69 to so Z a 13
EEpp EA o E o A f An En EA O W E ( t0 LI 4 m x 69 to W EA EA O EA V ? Co O N � + � + EA N EA co o 44 63 N W CO A A N cn cm • EA A EA A "co N V 0 01 77 —
O O U) CO O 01 co 0 0 N co A co co -+ oo 0 c0 0 A a, N co 01 co 01 O co V V A V 0 0 0 0) 0 n O m
0 ° 00 050 ° 8 0 (n ° i 7 � di 6 to oo ° o ° 0 00 0 ° oc�i ° ol ° i o ° o ° o ° o� { p �
to Si 3 W 8. o 'a 7 0
1 EEA EA � En En Ep (A E EAE EA EA EA En yi no N EA 60 E g g s to to too x. a .► co CO
no V/ 6y -• NNppp p v 6. EA EA CO A A N W Cr) J V O A 1 CO C CO QONoD N ( W -9 p � (CT O CD co 0 cn - + + -, O . 7 v r
C.3 ?. 300 ( 071 CO N , 0 0 1 N7 A 0 co o 01 . co A W W 0) NJ A 4o co co A Cn ( co O O W CO cn CO V O 0) O co O ( 7 j t -I = 0
t$0 888 888888Boo `b'0 ;8888888888 - o p D p O
C NC3W
z 0 m .
5
Eft *ft En EA EA EA N fA to 64 W A -4 C 7 D ). N
co W OD CO 01 0) •
Eq EA 0) 09 V N H EA 60 H N in in to to En to to (.3 W a V 10 V to EA A N 00 to C1 n g 0 X
EA 60 A EA EA W En 0 V Wp N En N .100 W N N N co co N N A co co co En -4 0 0) O1 O Z
- V W A N A co N W W c0 A- W A 0 co O N oo N 0 V 10 (, o1 V O 0 N N 6 co m (7 8 m
$ 4 N V N $ 3 (71 A - 01 y2 44 V N 0 ccpp V V . 3+ 4J in 6 $0 O011 1+. V 01 O 70 A Co V Co .7 > co 0 0 m
V V 0 c0 V W V CO O 0 CO CO 0 0 c0 O N coo CD V 0 (O W 0 V 0 01 -. W Co 0- CO 01 0 A j» <
En EA EA "'7 . C CO
((0 EA 0 60 EA NI E to to 60 49 60 EA EA EA to in in En D
EA M EA 0 En A A -4 co o N EA N EA EA EA W EA EA d/ CO EA -7 N EA EA W 1- - F-
4' 6 ., 6 7 c0 0 CO N Eq CO A A N V N A N 0 -I 49 01 N 0 0 W -7 CO CO 01 0
f E E49 ( T .) ( A ( N Oo p O N Al C) In nn C A W A 'co 0 W 10 N O) (7A1 <O A c N Co p j
O Ot A V A W 4D W A co V 0 A CO CCoo 0 N A O) CM -4 Q CO -I CO CO O O O O A o -4 O V v W co A c co -, N c W 0 -4
W V (p 4 i0 in 0 On A o V 01 N go o 00 00 - 14 0 01 N V ■ cc1� Co N V N ao ▪ O f0 Co Co V Co V
0) N 0 0 V- 0 - . 00 o V 0 0 A co co N 01 0 CO 0 0 0 O W co 0 A 0 W 01 co 0-• 0 co co A 5
0
. CO 0 z
Z_ -0
r E Opp EA s n -o 7 M
.( (A (n J) A A N W W 4 ,,, Co W A ∎I -• 73 0 : 0
E44 p U01 Off) ( NJ N ( N 7 to d1 60 in in in to to in in in to N 01 o in _ EA ▪ (n N (0 00 -
in O A W O o
IV W O W Oo V 0 0 cWO U1 UOO O O O W 2 a; O N O N A 0 N cT .c�O � OV) A Oa .c A m N m
c0 0 Co O N • W Co 0011 Co 0 V V p A 0) Co O 0 A c(pp N Co O W Ko N A 0 4 N Co' 0 N N
CO V 0 V V V O CO A CO CD 0 CO CO A O O -+ N 0 0 8 0 W O V 0 0 0 W 0 8 N V 0i V - O < a
-1 d N y C
0 a
EA
EA EA A En EA EA 69 G- EA in EA EA to EA in EA EA EA in - W An EA EA EA in in D d
V 0 � EA EA H Q V Oo A W EA 69 A cD EA v A 00 c� ( 7
A W A A ED in c0 011 (n W O A N 0 0 0 0 0) N 01 N 0 N O V V V Oo A O) A V
N N E A v- pp --49.-4 Oo pp NNp Co CO W Q c0 0 A+ V rn N CO O-. OD N OD 0 0 A (
V O A 00 A O co W 0 V 0 0 W OO W c - o O o 9, to co cn c V A W W Of 0) T coo -4 cn 0
01 O 0 (O cI N 0 CO -4 oo W 5.3 V
CO A 0 0) ) N O C) O 0 Co Co N CO O CO Of A N Co O 0 CO 4. Co 0 0 Co Co W co 0 0 0 CO ( 0
) Co O) CO o N Co - m
01 V
A 0 EA A Z
EA EA EA En EA EA A 0 - - N
E A A E A A N3 CO 01 - A ( A .) W O y
Eft V EA EA (9 1 EA EA EA O 00 N W EA EA in in - . - W EA co ff 07 W W N om + A N V N W A co 00 EEpA EA 0 EA 0 A (
71 0 •
W k - O L. W 0 0) N O O co 01 A O W c Co 0 Oa O -4 V cn O N O 0 O V Co CD O V 0 0 0 0 0 • •
O 08 O 0 0 0 c 0
00 0 0 0 0 080 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 00 > 0
69 °yP = ER 09
ER to 0 E p En EA EA EA EA EA On EA 6 En E E EEn D
O s n 6 A O v, W 01 N (( N c0 o. A _ (NO :-., V w NJ N yc OA N ( + a, A co W 4. 0 co 8 4. A co O Ti 1 to la o to W ▪ W c0 N '1 ( W 0 0 0 0 PI 0 0 00 O Of A (T P1 N O O O(0 co 01 0 0 0 O O ( 0 A o 0 0 co
( O o 0 (0)
00 000
O Oo W V O W 01 4. 0 0
0000 000 0 08 0 0 0 0 8 0 08080 0 08 0 880 0
c
EA EA N EA En -.- a
EA E EA An A W p W N N N c C.) 8 v 8 W NJ NJ S O 8 O 40 0 0
fA EA EA ((31 EA EA o 69 NJ ( 0 V O N EA N EA 01 0) A W W N 0 0 0 O O 0 c0 6 . O V O O O O - o
- W A -, N W 00 01 CO. W A A (D W Oo 01 — V -7 o co es
0) 0 0 o 0 00 0 0 0 00 0 0 0 0 O 0 0 0 o 01 0 o ((31 000 0 0 '" CO 2
O d O a m o
r) 4, 60 of. EA EtO EA 69 EA EA En in EA - EA � EA E; EA VE N EA En G� D
EA En a
EA - EA EA EA O s ) A O N 64 A 0 A p A N Co) 0 V W A ((0 C A ( v to 000 to 0p co h co 0 A - 4 p W W v pp W 0 0 0 C ID lo lo po N 0 A C0 0 v � CO A A O A 01 N ,0 8
co V QC, o. co CO CO A . ( 0 T V o 0. O 0 N 0 0 0 0 0 0 CO O o 0 0 0 8 0 0 C) j
0 N W W N W o 8 N
8 0 0 0 8 0 0 0 0 0 0 0 0 0 00 0 0 0 00 . 80 8 0 0 0 0 0 0 8 0 0 8 8 0 0 0 0 0 0 0 0 0 0 0 0 0 8 8 8 8 0 0 8 0 0 0 0 0 o m
2 - g Q ri r C .ZI T r C D T 1 1 N N N Q (/) r r D N r A A W i W N
' C D i Ci m ^) o 0 0 vv 4 4 4� cc�c�c� ci� �����DoN pm co
m a o m EE 3 m 7 7 7 0 Q ( 1 7 a a n C O m g g 7 7 Z Z Z 7 7 7 5 7 g C oo a ' 3 3 3 3 3 3 X7 �p 3 5 3
^ N m < 0 O S 0: 0 x 1- 0 _ m S Q 0 7 7 0 C) C g g 7 g 7' S .Oa O O O O O 7^ g g C)
m� 'xi! < K m �- m p (n (� m � �' S 2 2 < <<< 7
3 o N Omao � i ,� 0 , `2, - mdm v to A (nX mmm mmvSvvv >
mm m { CO a 7 '" X prQ °) °) o E m 1
gFI c 94m •� c m o XXXC7 C7 gg2.g � . m m13 ° D
D 3 : m a (D i Er CD C D' 7 � CD Q .m,� C0 ' �. co � � C7 C7 i. � C C T <
x 7 Q., O' 1 :s p f !. m N In _ 1E. 2 ( p 4 p �p 7 7 7 7 X, g .f U. W G if 3 1 co
N C (� ' 7 N N n O N 0<i m . 221
`� < N C O m 7 ID f 0' Z o o tO f0 !C - 7 f0 f0 0 t0 > 0 7 7 3 0 O n
Q ? 0 ) z ta o < � - v <E nv (n m CD (n Co0O CD m � nrn Cp Cp B � rA °'°° (r^' b� D � D � m
3 •••� O m_ p) m m 7 (n m (� d X% < 2 2 2 (D CD m m d m 7 7 7 7 7 tp QD N
Oi ?] 3 m o A f a c0 m C) -A m Co gg go 4 '4 ME
a a > •• m • N - S m >r , �, U) m m m ' > j m > 2 gi d ° < C C ( 7 � [ [ > > (n ? 5 ' g °-'.
ID r D 2 0 < r m 2 m z 0 7' 7 C m a a m 6 m G y< p < S a 7 S 7 7
r c � Q m r (u 2 . 2 0 o ( n' 0 7 4 7 )D ric co
ry ID `2" 7 ' K D < m 5 m (n m (n m' m
a m D 5 5 M. M. U CD 3
mm S J m m Co.
a ND m ID 5 co 5 co m
n �' Q a < 5 5 W
a
N < [U < m (1
I 7. O m 7
a
m a
a N
0 7
n
• y
g o
7
• V.. -' N-. N J g 0 (O O W 8 071 - �, v W-- -- CD -, -. N 0j N 0 N W C N O V v A ( O O " N N
D
Go
M
cn
o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C)
0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 8
0 00 0 o O 00 O 0 O 8 O o 0 0 0 0 00 0 0 8
0 0 O O O 0 0 8 O O 0 0
0 00 0 0 0
0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0
0 0 0 q
p O
7 Z
1 o m
171
AR EA En EA EA EA EA EA EA 00 EA EA EA EA EA 00 EA EA En En EA En EA AR EA En En EA EA En En En EA EA En EA EA EA EA EA EA EA EA EA En EA En EA EA EA En EA r Xi
0 0 0 0 0 0 0 0 0 0 0 Co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r
0 0 0 0 0 0 0 0 Co 0 0 0 0 0 0 0 C) O O D O 0 0 8 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 0 0 0 0 0 0 0 0 0 0 0 00 CO C) m
En 0 -<
69 0 49 69 EA 64 EA fp En O� EA 44 7 E4 44 ER EA EA
O 01 O O Co 41 O O O O O 01 ND N 0 ( 0 ( co o O O O C V n C o n ( O O O ( 0 n o V W ,O W . t 0 O W N N N N � 0 A 01 , 4.9 V c 0 O W 01 OD -n N
8888 8 808888888 88 8888 8 8888888( N 7 ( ND00OO888.48O`O"):88.888(,88 na m
-
.0 i
EA • r EA EA EA EA EA EA EA EA EA A • EA - �
+ S. J co W W
( V f V EA N O EA EA EA EA 60 EA W EA EA A W EA EA .64 O) EA EA EA EA EA Al 43 y' 60 N N M
N
A 10 O 01 N CD W N W W A 01 O) 01 _ - CD m A A - "P -4 into 69 EA En 0 EA 0 En ._ W N ie co v W P _ 0o O V 7
V OD C W n co -• O O) IV . 4. (n O ND 8 - (O to p (n in N ( N W W 0 p Iv -+ C 0 W O W (n Co A � a, j A y 01 C3 3 _, v m W
O ( O CD O O CO co C O O 0 O 0V1 CO C o n O O co N -, 0 0 0 0 • ( N )1 01 . ( C T O co O CD O N A A CO O O W W O CD C O CO (O . C A )1 ± 4. ER co in A 7 D S W
0 0 W O o CD 0 CJ $ 0 0 0 0 0 0 0 0 0 0 8 0 S O 0 0 O O 0 0 0 0 0 0 CO 0 0 0 0 O 0 0 O O 0 0 O O O O O CJ1 ( 0 0 W 0#
N m (DOOO , PO C3 W
oft 05
17 •
CO CO
in W ' H W W � ' in on En H in fA in N . in in EA EA EA ER EA EA En En EA EA CO Z O W N
A o V CO0 - 0 ( A W W CO _ co ( W 0 pp� CO N W W N C W N N p N N-• N EA in E EA EA EA AR En 69 a
CO O N O A V 00) 0 N O+ O O) 001 W O O) o O O N fD 0 V 0 0) v - A . C O O CO A 0) . C O O A A A V 0 A A O CO O W CO ( 01 W
N Cl C0 7
O in i0 N CA W j 0 CO V CO A W O Al Cp K) O pD N C ND O CO j V Co Co V CD , 7 O A V O A IV Co A V A is) 6 in in 0 W
V W 01 0 CO V O A 0- (D 01 O N-4 CD A O 0 O -4 W A V O CD CO W -• V W 01 CD V O -. N O CO CO O O -, N CO CD co 3 0 =
E N N D
• EA EA EA 7 C CO
pp� En EA EA to EA EA f A EA EA EA EA _
O V N N O W O A N W A CA y EA W M EA EA Eft 60 W W EA EA EA 2 64 EA En EA EA EA fn 0 Eq EA , r
pp N O A CA W V W N O) jp Aa, V pA co 0 N 1 0 V C
1 O 4 Q W F6' C N Cn °' ri X.
CO W ( ND W N O a. N 0 W-4 0 CO A 0 Cp o W V A Q) ,. 0 0 -• OD ± co V 01 0) V CD A 0 N A 0 co O CO Co 0 Co A A N O in -+ CO O) 74 W Co 071 7
0 0 -I ▪ O V CM E A A AV ( ND A _. N (D EA EA Co Ch O N Cn (( V1 01 . V pp 1 CC
m - A + N-• N O 10 A O Co 0 -. 0 0 4. 0 0 N CM CD U 0 0 0 N W V A V 0 ( A W - ( N O V co CO O 0 C 0 Co O O O 0 0) ) O O 0) 0) Co co A 0
Z
10
60 W
A ▪ • 0 rt. EA AR pp Eq Cn 01 p� En p E4 69 C . A � C,� fp A A CO 7 0
A 01 co -1 W 0) 51) N O 63 N N A 71) 0 o O A 50 co 0 go CA 0 0 0 7 A A W p OOpo O CO O CO O 0 0 W EA A W N V v � - V V 0 04 CO 1 O A A ' m
N C A C CO O OD CO V 0 O) O V 0 0 071 W V CD CO C. 0 0 0 0 O V ) V A 0 A O 0 A Co CO O A V N O C o n A CA 0) V 14 C4 C.11 C C D 01 W O a)) W O 0. -1
C_
0
N EA EA EA EA a
to EA EA EA EA EA EA E EA EA Al
CO A C E0 A CD H En EA in to 00 V N Eft EA E EA V EA EA ( � En En AR O) EA EA EA EA EA -. p 0 0 A W is N 0)) O 0 ) ff
O
CA C 0) A CA co. C f
. Z.) V 0) 10 0 A In ( 4 , - co (J <O A EA EA W ( 0 A O O W N O . ( 0 71 N N U � 4, C n CO O AA A -4 CO W CO O C O O W ( O n N O O
)
O C O 0) 0 ) CO A V V O) N O EA 0) N O 0 V V N co 0 W CO O CO N± C N in O p 5D Co V 0 ( O (pp 41 N N N Co Qt r N (D 0 p � (n p �
( C N W A ( 0) T O N V o 0 ( A n O + O ( Co O S O N Co W A 8 4, 0 + O o A N A 0 co 4. 0) 0 0 CO Co O co N CA Cn CO 0 0 V N
EA
N ( W ( N D N 0CD1 E [. � A � N � ' � (( ((pp EA n EA 00 EA 44. EA 670 EA 4,9 44 o N EA 43 .00 ((10 0 0 1 O C O co ,0 0 (n O ( 0 CO O CD 00 , 0 0 71 ( 0 0 0 O C CD 0 0 • ( 0 71 • C A 71 CD CO 01 CD O O O N O T T A A O o 4. 000 p W p V O O ff ) N O
O O O V gp CD O O o CO 0 0 0 0 0 CD b 0 O 0 O CO 0 0 0 8 8 V O 0 0 0 O O 0 Co 0 O 0 co gp O O O CD CD O N O 0 C )1 O co O o CM 0 0 0
0
7
O g
En 64 En EA En EA 69 EA
)) ( O D EA N N « EA EA EA EA EA EA EA (A N 69 ER (n EA EA 0 EA M EA EA EA EA Al CO D En A A A/ Q
0
o CD N 0 ((0 0 W ( O N W ( W D 0 7 70 0 A A (D (J A En EA EA EA W ER EA p L 4 EA tO A 0 " N N 0 CD (J (D N ( A
O v 0 . ( 0 71 0 GO .( O O ,C 0 01 0 O O O) 001 0 0 00 • ( 0 71 O O O 0 .( co 0 ( . CCD O co . ( 6 71 O 4. N A 0 - 01 N N - Co N O 0 A r CO O W 1C N 0
5
CD C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Co 0 O O 0 0 0 O O O O 0 0 0 op 0 8 0 0 0 O O ( 0 71 0 0 01 0 0 0 0 ( O O
10
EA 7.
O O O O O
( C O O • C O 44 in in En EA E O 0 EA C p p O EA EEEn ( 4. O ,t E A 3
O O 8 0 0 0 O O O O 0 (D O O W p W N N O 8 O 0 0 71 9 E p (A 00 V 12 0) � - A R � V 0 T N �0 (
O O A (D W W 47 4 + ( A O OD (O 09 W
3
8 0 0 0 O o 0 O O 0 0 O O O O 0 0 0 CO 0 O O O 0 O O 0 Co 0 0 8 0 O O o CO O O O V O V V 0 0 0 0 0 0 O C
N AR D
0 7
CT 0 EA EA OD A. EA EA EA EA EA EA W W N W � - EA EA EA A 01 EA EA EA A EA EA EA 69 f4. W 69 (0 EA - N EA 3
In D CO ( D 4 _ 0 ! 1 CO t0 Co CD p oo lo N 0 (D C) 10 N no p -. (3 T p W p W CD W 0 7 011 to V A 'co A IV L1 W N (D O [0 N co C A p N (O (O V N a
888888888888888888888888888888888 N 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0. , 0 0 0 0 0 0 0 0 0 8 0 CCD 0 41 . ( 0 71 0 0 17 N 0 ( C CD 0)) O U U1 1 S �i O W Co 1 AN+ j
0 0 8 0 0 0 0 CO 0 0 0 0 0 0 CO 0 0 0 p
SECTION 00020
INVITATION TO B11) #B11 -02
PIONEER KEY PHASE I
MOBILE HOME PARK REHABILITATION PROJECT
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of Crystal Conley, Purchasing Technician,
Finance /Purchasing Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee,
Florida 34761, until 2:00 pm, local time, on December 14, 2010. Sealed bids must be date and time
stamped at the office of Crystal Conley Purchasing Technician before that time. Bids received after
that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is
received will be resolved against the bidder. Bids submitted after the designated time will be
returned unopened. All bids received before the due date and time will be publicly opened and read
aloud by Crystal Conley Purchasing Technician or her designee in the City of Ocoee City Hall
Conference Room at approximately 2:01 pm.
Description of Work: All work for the project shall be designed and constructed in accordance with
the drawings and specifications prepared by Inwood Consulting Engineers, Inc., as subsequently
modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is
made, in conformance with the plans and specifications. Bids shall be deemed to include all items
necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and
services, including all labor, for the work, which is generally described as the following:
• The Base Bid to be submitted by a proposed contractor will construct a new sanitary sewer
collection system, sanitary sewer pump station with force main, water distribution system,
stormsewer collection system, sidewalks, roadway improvements, and other miscellaneous
improvements as shown in the Drawings and Bidding Documents. The Contractor shall
perform the work complete, in place and ready for continuous service, and shall include
repairs, tie -ins, by -pass pumping, testing, permits, cleanup, replacements, and restoration
required as a result of damages caused during this construction. The Contractor shall
furnish and install all incidental materials, equipment, and labor which is reasonably and
properly inferable and necessary for the proper completion of the work, whether
specifically indicated in the Contract Documents or not. The Contractor shall comply with
all County, State, Federal, and other codes and regulations applicable to the above
construction work.
• It is the City's intent to procure all electrical material /appurtenances and perform
construction of all electrical improvements itself. The contractor shall include within the
Base Bid all necessary efforts to coordinate and schedule his efforts with the City's
undertaking.
PKI B1102
00020 -1
Prospective bidders may secure a copy of the documents required for submitting a bid through
Onvia/Demandstar by accessing the City's website at
http: / /www.ocoee.org/Departments /Finance /Purchasing /home.htm. 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 project requirements; 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.
Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents.
Addenda will be posted on DemandStar. Demandstar will transmit addenda to all holders of
complete contract documents not later than twenty -four (24) hours before bid time via facsimile or
U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify
addendums and acknowledge receipt of all addenda in the bid submittal.
Pre - bid Conference: None is scheduled at this time.
Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond
shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to
the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days
after bid closing time.
Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be
submitted for the work by each proposing contractor. The contract will be awarded pursuant to the
requirements of applicable state and federal laws and regulations and pursuant to any applicable City
of Ocoee purchasing rules and procedures and the contract documents.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Bid No. B11-02 for Construction of Pioneer Key Phase I Mobile Home
Park Rehabilitation Project" and the bidder's name, address, and State of Florida contractor's license
number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in
the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure
to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to
the attention of Crystal Conley, Purchasing Technician, City of Ocoee, 2nd Floor, 150 North
Lakeshore Drive, Ocoee, FL 34761.
Award of Contract(s): The City of Ocoee reserves the right to waive technicalities or irregularities,
to reject any or all bids, and/or to accept that bid which is in the best interest of the City, price,
qualifications and other factors taken into consideration. The City reserves the right to award the
contract to the bidder which, in the sole discretion of the City, is the most responsive and responsible
considering price, qualifications, and other factors.
City Clerk OCOEE, FLORIDA November 14, 2010
PKIB 1 102
00020 -2
END OF SECTION
PKI_B 1102
00020 -3
Mayor She Center
) Good -- Li pjng Commissioners
S. Scott Vandergrift ....11?7lItl Gary Hood, District 1
City Manager
er 1 Rosemary Wilsen, District 2
` �, j Rusty Johnson, District 3
Robert Frank `
+4,__r► Joel Keller, District 4
November 22, 2011
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B11 -02
PIONEER KEY PHASE I MOBILE
HOME PARK REHABILITATION
This addendum shall modify and become a part of the original bid documents for the construction of
improvements at Pioneer Key Phase I. This addendum consists of four (4) pages including attachments.
Bidders shall acknowledge receipt of Addendum One (I) in the space provided in Section 00300 -1 of the
bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the
same.
Plan Chances:
Included with Addendum No. One (1) are additional plan sheets as follows:
OVERALL -Notes & Specific Site -LS 1 — 1 page
OVERALL- Station Details LS2 — 1 page
OVERALL Electrical Scada LS3 — 1 page
Attachments are posted on Demandstar as a .pdf file.
Crys " I Conley
Purchasing Technician
attachments: revised plan sheets as listed above
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 - 3100 • fax: (407) 905 -3194 • www.ocoec.org
e C of Good z ,
Mayor fll
S. Scott Vandergrift 464 „, , _ Commissioners
wt�ao +� „ Gary Hood, District 1
1 Rosemary Wilsen, District 2
City Manager Rusty Johnson District 3
Robert Frank —� ,_
Joel Keller, District 4
Florida
December 9, 2010
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #B11 -02
PIONEER KEY PHASE I MOBILE
HOME PARK REHABILITATION
This addendum shall modify and become a part of the original bid documents for the construction of
improvements at Pioneer Key Phase I. This addendum consists of three (3) pages including attachments.
Bidders shall acknowledge receipt of Addendum Two (2) in the space provided in Section 00300 -1 of the
bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the
same.
Answers to questions received and /or amendments to the bid documents are:
Q1. In the invitation to bid outlined on sheet 0020 -1, paragraph 4, states that "It is the City's intent to procure all
electrical material /appurtenances and perform construction of all electrical improvements itself." Does this
scope include de- energizing the existing Lift Station and removing all electrical items? Does this scope
include purchasing and installing the submersible pumps in the new Lift Station? Please identify the City's
complete intent and electrical scope.
A1. The stated section does not refer to any material /appurtenances relating to the Lift Station, Contractor will
supply and install all materials relating to the Lift Station.
Q2. Sheet #16 of the contract drawings notes in the upper left corner "Existing Lift Station to be removed ". If this
work is to be completed as part of this contract, please clarify the complete demolition scope and dimensions
of the existing LS. Is it the City's intent to remove the LS completely? Or remove a portion and backfill
inside the existing LS?
A2. The City will demo and remove the lift station.
Q3. The bid form shows fence and gate installations with various lengths, sizes and materials. These proposed
fences are not shown or located in the contract drawings, nor a detail and specification. Are we to assume that
each resident will require their existing fence to be removed and replaced with a new fence? Due to the fact
that not all residents have an existing fence, is it the City's intent to replace all fencing, in kind?
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org
A3. Yes, demolition and construction of new sidewalks will require removal and replacement of ROW fencing.
Fences will be replaced in kind with regard to material, height, and length. Fences and gates are not to be
added where they do not presently exist. Gate configuration, hinges, and latches shall match the style and
number originally present. For chain link fencing, the fence fabric shall be 2 -inch diamond weave (knuckled
top and bottom edges) using 6 -gauge galvanized wire. Posts are to be constructed from Schedule -40
galvanized metal. Minimum nominal height is to be 48 inches. Space tie wires vertically at 12 " -15" O.C, and
within 4" of top & bottom fabric edges; space tie wires horizontally at 18" - 20" O.C. and within 12" of fabric
ends. The diameter of gate and end posts is to be 2.5 -inch nominal (2.875 inches actual outside diameter)
with 2.0 -inch nominal diameter (2.375 inches actual outside diameter) line posts. All posts are to be set at
least 24 inches into the ground with a minimum 8 -inch diameter concrete footer. A 1.25 -inch nominal
diameter (1.660 inches actual diameter) galvanized top rail is to be provided with a bottom tension wire.
Hardware shall be institutional /commercial grade galvanized new materials otherwise specified by engineer.
Stretcher bars are to be 3/16 -inch thick by 3/4 -inch wide galvanized steel; space tension bands at 12 " -15"
O.C. and within 4" of top & bottom fabric edges. Tension rods of 3/8 -inch galvanized steel are to be installed
at all end posts. Separate end posts may be required to terminate adjacent fence panels at property lines. New
fence shall be tied to any existing side property line fence at the corner post. Replacement of top rail or
attaching hardware on side lot fencing may be required to tie to new ROW fence, but other repairs are not
expected.
Q4. Spec. sect. 02744, paragraph 44.1 General, notes that "A leakage test and /or video inspection may be required
for gravity sewers, solely at the direction of the City." Is the possibility of the leakage test and /or vide
inspection to be based upon contractor performance and workmanship during construction?
A4. Yes, it will be based on contractor performance as well as visual inspection of the installed gravity sewers.
Q5. Sheet 55 of the contract documents indicate Geotechnical information provided by PSI. Although this boring
information is helpful, we can not find the specific locations of where these borings were taken. Please
provide these locations if not already provided.
A5. The soil borings are shown on the plan sheets (shaded back in gray) as part of the survey and on the cross
section closest to each particular soil boring.
Q6. Sheet 7 of the contract documents shows the alignment of the proposed 24" RCP on the west side of the site.
Please provide the limits of clearing and grubbing required for installation and grading.
A6. The limits of the clearing and grubbing will be the minimum necessary for installation.
Q7. Sheet 31 of the contract documents shows the alignment of the proposed 8" DIP WM to be installed within
the existing swale between sta. 1080 +00 to 1103 +30. There is a decent amount of existing trees and
vegetation. Please provide the limits of clearing and grubbing required for installation and grading.
A7. The limits of the clearing and grubbing will be the minimum necessary for installation,
Q8. It appears that there is not enough contract time (270 days) to complete the entire sewer, drainage and water
systems, along with all of the proposed restorations. We respectfully request that the contract time should he
extended to 390 days for substantial completion
A8. This is not possible as we must adhere to the 270 -day schedule set by Orange County.
Q9. Please confirm that the City will be responsible for furnishing and installing the proposed submersible
pumps, control panels, floats, wet well hatch, SCADA system, SCADA tower, etc. at the proposed Lift
Station.
A9. Contractor will supply and install all materials relating to the Lift Station.
B11 Pioneer Key Phase I Addendum 2 2
Q10. Which manholes get which covers?
A10. Storm manholes are to follow City Detail Figure 202 on sheet 60. The Lift Station receiving manhole will be
the USF= 1300AB -M detail on sheet 61 and the remaining sanitary manholes will be the USF= 1295 -AB -M
detail on sheet 61.
Q11. Bid items 1080 -101 & 1080 -102 Will the city be furnishing the meter boxes and meters? It says in
section 01010 item 1.04 that the city will install meters and boxes is this correct!
A 11. The City will be providing and installing meters and meter boxes.
Q12, When you issue Addendum #2 will you be including a Bid Unit Price Schedule in Excel Format?
Al2. No, a bid tab in Excel format is not available.
Q13. On the plans, Sheets 27, 12, and 15, it is shown to cap and fill existing 24" CMP but there is no line item for
that. Will a line item be added for that or does the contractor include that in another bid item already on the
hid form?
A13, The cost of removing, capping, and filling the existing corrugated metal stormwater pipe (CMP) is covered
by the instructions related to Pay Item groups 425 and 430, which address the new stormwater collection and
conveyance system; i.e., the cost of dealing with the existing material should be part of installing the new
material.
/ 0, /# ,
_
Crys . 1 Conley
Purchasin g Technician
B11-02 Pioneer Key Phase I Addendum 2 3
SECTION 00300.0
BID FORM
SUBMITTED: - i `t ` ?c,/{)
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE
PIONEER KEY PHASE T
MOBILE HOME PARK
REHABILITATION PROJECT
NAME OF BIDDER: x-7 6 -72 047/-7
BUSINESS ADDRESS: 8/6 CT k e't}7ri.)e 4,z,L.k_r"PHONE NO.: `/C 7/e
CITY,STATE,ZIP: , • 32 26. S
CONTRACTOR'S FLORIDA LICENSE NO.: L.! C> 5 0
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. / Dated 2 2 - ' CI No. Dated:
No. 2 Dated / 2 ` > .' D No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
Bid #B1 -02 00300 -
n,., nfhnr 1 Ica is Ctrirtly PrnhihifPrl
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of infornation and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
'explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site, reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
Documents are generally sufficient to indicate and convey understanding of all
Bid #B11-02
00300-2
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
project within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be substantially complete within the Contract Time
specified in Article 3.1 of the Proposed Scope of Work Agreement
(Section 00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.2 of the Proposed Scope of Work Agreement (Section 00500).
4, All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as
required by the Drawings and Specifications.
5. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
4. Non - collusion Affidavit (Section 00480)
5. Certification of Non - segregated Facilities (Section 00481)
6. Sworn Statement on Public Entity Crimes (Section 00482)
7. Certification of Nondiscriminatory Labor Practices (Section 00483)
3. Corporate Authority to execute Bid (Section 00501)
Bid #B 11 -02 00300 -
rush, nn., rlthar i IRP is Strictly Prohibited
1
BID UNIT PRICE SCHEDULE
Pioneer Key Phase I Mobile Home Park Rehabilitation Project
Description Unit Estimated Unit Cost Total
Pay Item No. Quantity
101-1 MOBILIZATION / DEMOBILIZATION AND
LS 1 f ;) '( !(; (= .- - 7 y
ADMINISTRATION
102 -1
MAINTENANCE OF TRAFFIC LS 1 /.`3, Cc` S , ( / i f`
104 -14 EROSION CONTROL
LS 1 /,j, ?. 2 : l (- / 3 2 e — / a-
-
110 -1 -1 STANDARD CLEARING & GRUBBING LS 1 :- ' , / ) /- r : 5 1 2 / ; '
110 -4
REMOVAL OF EXISTING CONCRETE PAVEMENT SY 3200 2. y y - ` (t . C„C.
120 -1 EXCAVATION, EMBANKMENT, AND GRADING LS 1 2 j - r7 2 3, ,( %s cr/
OPTIONAL BASE (BASE GROUP 11) (12" CRUSHED SY 17552 /p /•, ; t (.
285 -711 CONCRETE)
327-70 5 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. SY 852
DEPTH) -, f' c; �(/' 5'(‘:;. / (.
j-
334-1-11 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC A) TN 1,711.9 ) . / 3 ; , (':;.; • (-
425 -1 -523 INLET (DBI) (TYPE C) (J- BOTTOM) ( <10') EA
425-1-541 INLET (DBI) (TYPE D) ( <10')
EA 4 i / % 1'1. '7, 5 - 2, // - t ; I . ,
425 -1 -561 INLET (DBI) (TYPE F) ( <10')
425 -1 -571 INLET (DBI) (TYPE G) ( <10') EA 3 / � f ;1 , / 7. 7 / <! f' -
425 -2 -91 MANHOLE (J-8) ( <10')
425 -2 -92 MANHOLE (J -8) ( >10')
430 - 175 -115 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (15 ")
430 -175 -118 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (18 ") LF 1,065 ? ("2 . ,1 c" 2 ) , <' /9, C
430 - 175 -124 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (24 ")
LF 810 =',!:" ; 7 22, 5!!. Jr"
195 ` . ,j G• /; Vg <IC
237 .
430 - 175 -130 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (30 ') LF ` ,4; { , / > > g '/'
430 - 175 -136 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (36 ") LF (
430 - 175 -142 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (42 ") LF 869 ,), , / ' ( ` ' /`'' ) ( E
/ / */ 5 '� >� D,'` >
4,703 . /�
520 -2 -9 CONCRETE CURB (SPECIAL) (RIBBON) (12 "x8') LF LF 2,865 03 `/ '1 i '7(- ','`W' /(
522 -2 CONCRETE SIDEWALK (6" THICK) LF 4,602 j l l /, �`(� G
550 -10 -210 FENCING, TYPE B (CHAIN LINK) (0' -5' HEIGHT) 204 . :3. ZG' 2, "?/ Pc:
550 -10 -910 FENCING, SPECIAL (WOOD) (0' -5' HEIGHT) LF
J 306 77 ;' /42/6 .L
550 -10 -920 FENCING, SPECIAL (WOOD) (5.1' 6' HEIGHT) LF 186 /7 ` . /
550 -10 -929 FENCING, SPECIAL (VINYL) (5.1' -6' HEIGHT) LF
82 / %( i C'' / � 1, 2 C
2
550 -60 -211 FENCE GATE, TYPE B (CHAIN LINK) (0' -6' OPENING) EA 5 / ' �( it ,1 , r; 7`( r_
550- 60 -911a FENCE GATE, SPECIAL (WOOD) (0' -6' OPENING) EA
550- 60 -911b FENCE GATE, SPECIAL (VINYL) (0' -6' OPENING)
JACK AND BORE (42" I.D. STEEL CARRIER PIPE) LF 100 ,,- ,,,f / j (•''l `/ 1 c?(
5561 -6 ( STORMSEWER)
570 -1 -2
PERFORMANCE TURF (SOD) SY 4,536 / ` / ij 5, `/' /'(` . `/ (•
ROADW . VP), 5 ` /'l. /
TOTAL
Bid #B 11 -02 00300 -4
.. .. .. -.- -- r,:a.r.,,-. o „r,,nrae cu-du _ Any rlthar Ilse is Strictly Prohibited
SIGNING & PAVEMENT ITEMS
700 -20 -11 SIGN SINGLE POST 113 / <' / /`;
710 -11 -121 PAINTED PAVEMENT MARKINGS (6" WHITE) LF
710 -11 -125 PAINTED PAVEMENT MARKINGS (24" WHITE)
LF 193 . , . 2 V 6.: ri /
PAINTED PAVEMENT MARKINGS (WHITE) LF 1 / , f �'
710 -11 -160 (MESSAGE)
LF 248 j . 7 •% � �i � /. `r �'
710 -11 -221 PAINTED PAVEMENT MARKINGS (6" YELLOW) LF 36 / / / .l
710 -11 -421 PAINTED PAVEMENT MARKINGS (6" BLUE)
SIGNING & PAVEMENT MARKING .:� (7 i f (1 :3('
TOTAL
UTILITY DESIGN ITEMS
LF 427 ( 2,L=E ;C, YC �., , ..,::'2 •
1050 -11 -213 6 -INCH PVC FORCE MAIN 4889 -' ! > �: 7
LF 7
1050 -11 -214 8 -INCH DIP WATER MAIN _ 2125 '>" `2,Y / 2,/r, �. - '`'
LF
1050 -11 -322 2 -fNCH PE WATER MAIN 81 47 �, � �, 7 �j rK( IV 1050 -11 -324 DIRECTIONAL BORE OF 8 -INCH HDPE WATER MAIN LF g881 LF ( "' <' `, 4 ��"
1050 -11 -414 8 -INCH PVC SANITARY SEWER
LF 1049 7 7 t •� )�' � c � : � ���, �,
LF 1504 C • 1050 -16 -002 REMOVE EXISTING 2 -INCH WATER MAIN ,. 7 �' ! ? �
1050 -16 -003 REMOVE EXISTING 6 -INCH SANITARY SEWER LF 47 - r", ' e }
1050 -16 -004 REMOVE EXISTING 6 -INCH WATER MAIN
1050 -16 -005 REMOVE EXISTING 8 -INCH SANITARY SEWER
LF 2780 C- - 2' / ,1 e(-, ,�:` /i'
LF 671
1050-16-006 REMOVE EXISTING 8-INCH WATER MAIN — — 1705 ` / � ' L _, L (
_r _
LF _ �—
- 1050-18 -002 GROUT EXISTING 2 -INCH WATER MAIN LF 728 ( - * '
- 1050 -18 -003 GROUT •
EXISTING 6 -INCH SANITARY SEWER LF 28 7 lF' / � - r7 1050 -18 -004 GROUT EXISTING 6 -INCH WATER MAIN 375
1050 -18 -005 GROUT EXISTING 8 -INCH SANITARY SEWER LF 2 2 375 `(• J 7 /, -17 . ` " �
2 �1
1050 -18 -006 GROUT EXISTING 8 -INCH WATER MAIN LF I s < �,
1055 -11 -234 8 -INCH X 6 -INCH REDUCER EA 302 i ` t 7 - / -�
1055 -11 -272 4 -INCH SANITARY LATERAL CLEANOUT 4 7 , l ) � 2 , 3e f /
EA EA 4 K
1055 -11 -413 6 -INCH 45- DEGREE BEND - c -�, • ��
EA 29
1055 -11 -414 8 -INCH 22.5 - DEGREE BEND ,(.- �,; ' ` / �� I 5'27.'2?
EA 1 ? -;
1055 -11 -415 8 -INCH 45- DEGREE BEND ,/� ?S'2. 7/
EA 1 3 �, (-7 /
1055 -11 -416 8 -INCH 90- DEGREE BEND _ 2 - / 3
1055-11-423 6-INCH x 6-INCH TEE EA 6 / /, � ' 7 . S y
1055 -11 -424 8 -INCH x 8 -INCH TEE � �- ,;•� ��
�,
1055 -11 -425 8-INCH x 8 -INCH CROSS EA 1 ; EA 1 .75-../ ? .ESC' • 7. C�>
1055 -11 -443 6 -INCH SOLID SLEEVE
EA 1 - ��..,;). Z 7 ter. J.1
1055 - 11-453 6 -INCH CAP
1055 -11 -454 8 -INCH PLUG
1060 -11 -111 4' SANITARY SEWER MANHOLE ( <6') EA 13 Z 6"r5'. 2 / : �' /
1060 -11 -222 4' SANITARY SEWER MANHOLE ( <6.1' - 12') EA 2 :�j. / 7, 2 , 7 � `�• '
2
EA
1060 -16 REMOVE EXISTING MANHOLE 67 s '�G 7 , jij (i 2
1080 -11 -101 SINGLE ME BOX EA 38 G 7 67 s� i •' /L•. ;
1080 -11 -102 DOUBLE METER BOX
00300 -5
Bid #B11-02
. , , . ,, /I .,.„1,,,r.. Di, -dir,n pi ■nncpc only - Anv Other Use is Strictly Prohibited
.. 1080 -11 - _ 2 INCH TAPPING SADDLE E A 11 ) c ( -`; j���
1080-11-201 SHORT SINGLE WATER SERVICE EA c — 15 j t . ;� �` � S
1080 -11 -202 SHORT DOUBLE WATER SERVICE 46 = ,_-1 7 / <'1 l�, - 1- 3
1080 -11 -203 LONG SINGLE WATER SERVICE EA
1080 -11 -204 LONG DOUBLE WATER SERVICE EA 102 51( S ' , , l (
1 -11 -205 SINGLE SANITARY SEWER LATERAL 19 Y . •7( �/ . ( 1 �
1080 - - 206 DOUBLE SANITARY SEWER LATERAL EA
1080 -11 -301 2 -INCH CURB STOP �:
G tr. 7
.., i,.`
1080 -11 -302 2 -INCH DOUBLE CHECK VALVE EA 133 11 .)• <a( 1' '".l" }
1080 -11 -303 2 -INCH GATE VALVE EA
EA 2 / l,c;(,. -�<r .tr/ 1,J.i4
1080 -11 -304 6 -INCH GATE VALVE EA 1080 -11 -307 6 -INCH LINE STOP 1
2 � �� - 1 - � 6 / c (� � • .3 q ,
1080 -11 -402 6 -INCH x 6 -INCH TAPPING SLEEVE AND VALVE EA 1 �
1080 -11 -403 12 -INCH x 8 -INCH TAPPING SLEEVE AND VALVE EA
1080 -11 -404 8 -INCH GATE VALVE
LS 1 j// )a2.`rs / //, /52.')
1501 -1 LIFT STATION #22 CONSTRUCTION EA 7 j J ); p ; y / / '(C ) /
1644- 113 -08 FIRE HYDRANT ASSEMBLY / ,_ el.."
c e
1644 -900 REMOVE EXISTING FIRE HYDRANT ASSEMBLY
EA 6 'i i,e'i
UTILITY DESIGN 76'2, `� - �' J
TOTAL
* CITY PAY - ITEM NUMBER
TOTAL ESTIMATED PROJECT COST = (ROADWAY TOTAL + SIGNING AND MARKINGS TOTAL+ SIGNALIZATION
TOTAL+ LIGHTING TOTAL+ LANDSCAPING TOTAL) 4 /� (;c -/ // / 2 ;2. .c `�
LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. Ton
Company Name: >
By ---r
--„,
1
c
`,
.\01°; �
00300 -6
Bid #B11-02
__ _ - - rl.d„ An„ llthcr 1 IRa iR Strictly Prohibited
7. The Bidder acknowledges that the City specifically reserves the right to accept and make
an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and
absolute discretion, it determines that action to be in its best interest. The terms used in
this Invitation to Bid, which are defined in the General Conditions and included as part of
the Contract Documents, have the meanings assigned to them in the General Conditions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid license(s) is provided.
9. It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose
an alternate manufacturer /supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer /supplier. If the Bidder fails to indicate which
listed manufacturer /supplier he intends to use if an alternate is rejected, he must use the
manufacturer /supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must
use the first manufacturer /supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers /suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers /suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
00300 -7
Bid #B11-02
n i,. A,,,, nfhar 1 Ica is Strictly Prohibited
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12, As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City' s
needs. The City of Ocoee encourages the use of minorities and women -owned businesses
as subcontractors.
SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS
Specification Section and Equipment Item Manufacturer /Supplier
15050 — Process & Utility Piping, Fittings, Valves,
and Accessories
Ductile Iron Pipe A. American
B. Mc Wane
C. U.S. Pipe
D. Griffin
Fittings A. Union
B. U.S. Pipe
C. Nappco
D. American
E. Tyler
F. Trinity Valley
G. Sigma
H. EBAA
I. Smith -Blair
HDPE Pipe A. Plexco
B. Driscopipe
Bid #1311-02 00300 -8
'rovided for CFBE Members Bidding Purposes Only - Any Other Use is Strictly Prohibited
C. Lamson Vylon
HDPE Stiffeners A. JDM
Gate Valves A. Clow
B. Mueller
C. U.S. Pipe
D. Waterous
E. American Darling
F. M &H
G. ITT Kennedy
PVC Pipe A. CertainTeed
B. Can -Tex
C. North Star
D. J -M
E. Capco
F. H &W Industries
Valve Boxes A. Tyler
Valve Pads A. Sigma
Valve Markers A. Wagco
Service Connections A. Mueller
Meter Valves/ Corporation Valves A. Mueller
Polyethylene Pipe A. EndoCore
Trace Wire A, Kris -Tech
Bid #B11 -02 00300 -9
n: d: n, le.,.,crao fink/ - Cinu (lfhAr I ISA is Strictly Prohibited
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Deductible Amount*
Equipment Alternative (Indicate Whether
Item or Spec Manufacturer /Supplier Lump Sum or
Material Section (List One Only) Unit Price)
`V
Represents 50 percent of the difference in cost in accordance with the General Conditions
(Minimum Deductible Amount per Substitution Item shall be $1,000)
(Bidder may make additional copies of this page as required.)
Bid #B11-02 00300 - 10
n. ,. ("Ink, - Anv rlthar 1 Isa is Strictly Prohibited
St • e out (X) non - applicable signature block and complete applicable block. (ALL
SIGN TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW TH '
SIGN URES)
If Bidder i :
SOLE PROPR • TORSHIP
(SEAL)
(Individual's Signature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A PARTNERSHIP
(SEAL)
(Partnership Name)
(General Partner's Signature)
(General Partner's Name)
Business a + ress:
Phop No.:
/ rida License No.: _
Bid #B1 1-02 00300 - 11
- .. , , - .._._L.,, -- C"'";''' 0.,r"necc Only - Anv Other Use is Strictly Prohibited
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORATION
; t(7 (2)'(&)1
(Corporation Name)
(State of Incorporation)
By /-.4) ./
(Name of person authorized to sign)
(Authorize&Signature) —
(Corporate Seal)
A (
Attest
(Secretary)
Business address:
0/6 elCz &Tr/
12 2 6
Phone No.: 4:{ 7 - 2 ecc
Corporation President: HQ tN cio QY
Florida License No.: C...„ C 05 70 is
Bid #B1 1-02 00300-12
_ , , Diirnner.c Clnly - Anv Other Use is Strictly Prohibited
Stri : out (X) non - applicable signature block and complete applicable block. (ALL
SIGN ORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW T IR
SIGNAT ► • S)
If Bidder is:
A JOINT VENTU
By (Name)
ddre :
13y
a.me)
(Address)
Business Address:
Phone No.:
Florida License 10.:
(Each join enturer must sign. The manner of signing for each individual, partne ip, and
corpora' en that is a party to the joint venture should be in the manner indicated abo
Flo da License No.:
00300 - 13
Bid #B11 -02
.. - nnn - Anv Other Use is Strictly Prohibited
12. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: _ t'r c�Tc � ;TA/ !s ( ? e": "' 9 e
(7 S" = C'f /G'' C,.I;r_.mod •S'G;•. /e'm
Surety's Address: ! '
/VCL) i %'�''U , 7 y" 7 7 L',
Name and address of Surety's resident agent for service of process in Florida:
4 / /c - S nil/ /2 ( ;),Sc //7 &Y
3 ''.
Bid #B11-02 00300 -14
'rovided for CFBE Members Bidding Purposes Only - Any Other Use is Strictly Prohibited
SECTION 00301
QUESTIONNAIRE
DATE:
2 / _ice
PROJECT IDENTIFICATION: City of Ocoee
Pioneer Key Phase I Mobile Home Park Rehabilitation
Project
NAME OF BIDDER: °`6= 'e':2 ^.6/ �' G%5 ��% i,,�cgr% 'eeve' •-
BUSINESS ADDRESS:, 8/t,-. . `z_
32 7 $ Telephone No.: `707 `' 6 - 7/
CONTRACTOR'S FLORIDA LICENSE NO. (We' C> 7 5 7C" / 5
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
2. Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed?
,) C✓�lrG� s ` ' y "4 :5 /a--- 420.. e 7 J - Ii,t') GJj�i�f rc off"
§ 5 2z, o > ct , e -. (c %Aft
Cte%rrrY� .SCrsc":�efc �' i..� � :� �
v 67 , 'v t, 011\114 a Rs.j /4L, f 2:5"t20;ce)e
3. Have you ever failed to complete work awarded to you? If so, where and why?
4. Name three (3) municipalities for which you have performed work and to which you
refer:
f2,4it 'c' r7" (fC ) ,-(-7 7Y.
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Project B11 -02 00301 -1 11/12/2010
nrn• AA hn.n {7irlr7inn Rurnncoc Only - Anv Other Use is Strictly Prohibited
6. Will you Subcontract any part of this Work? If so, describe which portions:
4- . r' ✓"e° rte: G'�� ` C/. `�r.0 Jr /j J / L Z! ?rt 'LC � C� /t
7. What equipment do you own that is available for the Work?
(Cite r }rCf - . ' 1�') c>> _ / 2.e
8. What equipment will you purchase for the Work?
r ( e,)
9. What e uipment will you rent for the Work?
10. State the true and exact, correct, and complete name under which you do business.
Bidder is: /�'r� v' l�� 7'.''e' .
END OF SECTION
Project B11-02 003 01 -2 11/12/2010
_, _ _i r__ nrnr_ irn.,QpC nniv - Any Other Use is Strictly Prohibited
SECTION 00301 -A
SUBCONTRACTOR/SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes No t/ (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor license
number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), dollar
amount of work, and M /WBE designation or Majority (Non - M/WBE) owned company. See Instructions
to Bidders for M/WBE requirements. Provide all information requested. Use additional sheets if
necessary.
Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final
Subcontractor /Supplier List with Final Payment Request.
COMPANY NAME, WORK TO BE M/WBE
CONTACT PERFORMED (TRADE) ESTIMATED DESIGNATION
ADDRESS, PHONE OR COMMODITY TO DOLLAR OR MAJORITY
NUMBER BE SUPPLIED AMOUNT OWNER
/2 0,04 S 1 12? - 7 r, S . r,r,:),) e
(- ,C1. X ' %y
eef.c" r /o2 —A/, c
2 ,c /,l .c' /6,0(/1c76" PMcz:� l
exy6.' e7zs' ( 357)4/G6 cs?o. s7,26c 4 :..- /(/,-/r%c , '"fr-
,Q/ 7e t ' el r
3 Z - LA C '//u i ').rr-;,) ✓e,7, / /1/ r i Oh�
• - 2 5 c cc. -- t
4 /3 /_� . i rr; / rc�.c -t.,i <` ,' ,� , : ,
�r ? ‘ s.r e 3 ,:, 17-4)0 :5; , u.ti ,1t« ,r 1e W , f .
c'i(Wegt :: PC
L/ , }J n
� c?CC'"
6 c S. .rca e .,. < (: 4 - 1, �,�., •
r
7 ( -', ., ( '04' 7 /,),/,471,0e, 4 11 'f t f' ijd' .41/41
1-7,111i9g4. 7k
g6.3- a ,
L.f�ee. ii. .
END OF SECTION
Project B11-02 00301 - - 11/12/2010
♦ - -. :J -.1 [.... r•CDC hAnmhcrc RirirIinn Pi irnnsAs Only - Any Other Use Is Strictly Prohibited
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90 -96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Trench Safety Unit of
Measure Measure Unit Unit Extended
Description) (LF, SY) (Quantity) Cost _ Cost
r 7 ; - ).: ' ee> es $ $ 3 see.
r. , e4z .3e7 :3, ee e,r- ,- t $ - . ` $ eee.
c $ $
D $ $
TOTAL $/.j.'.
BIDDER: /ei/:'r2_C'e ( . ; ,)c? %ckr, ((9., , .
r
SIGNED: _ ... '?.
BY: •.l,. /v2i,) 7 r - 'e') , -P. ! <J/
(Print or type naive)
TITLE: /'7;/0Z he
DATE: / 2 — - /G
THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.)
END OF SECTION
Project B11 -02 00302 -1 11/12/2010
.. .. —_—...., D.A.4i.,,, Di irnr.coc nniv - Anv C)ther Use is Strictly Prohibited
SECTION 00303
DRUG -FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug -free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug -free workplace program (Florida Statutes Section
287.037). In order to have a drug -free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
Project B11 -02 00303 - 11/12/2010
D;.+,rr,. D umncoc nnhi - Anv Other Use is Strictly Prohibited
As the person authorized to sign the statement,1 certify that this firm complies fully with
the above requirements.
Bidder: `'
Signed: "` te
(Print or Type Name)
Title: ,'`r
Date: /
END OF SECTION
Project B11 - O2
00303 - 11/12/2010
. p; + +; Pi irrvICPC nniv - Anv Other Use is Strictly Prohibited
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENT'S, that we, the undersigned, . MERCON CONSTRUCT I ON COMPANY
, as Principal, and SURETEC INSURANCE COMPANY
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of th e Contract Bid) $
FIVE PERCENT OF AMOUNT BID
(written amount in dollars and cents)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Y
Signed, this
14TH d o f DECEMBER , 20 1 °. The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for
the Pioneer Key Phase I Mobile Home Park Rehabilitation Project.
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure ahereof agreed to in writing by within
required by the Bidding Documents (or any extension
nt to the Agreement required by the Bidding Documents
Owner) the executed Amendment g
and any performance and payment bonds required by the Bidding Docume nts and
Contract Documents,
Project B11-02
00410 -1 11/12/2010
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Amendment to the Agreement required by the Bidding Documents and
any performance and payment bonds required by the Bidding Documents and
Contract Documents, or
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
Project B11 -02 00410 -2 11/12/2010
•
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect,
11. The terns "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of then/ as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above,
BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block,
All signatures must have their naines printed or type below their signature.
If Bidder is SOLIL PROPRIETORSHIP, complete this signature block.
(1)
(Indivi 's Signature) (Witness ' f
(2)
(Individual's Signature) (Witness)
doing business as
(SEAL)
r (Bt�siness Address)
(Telephone No.) (Florida License No.)
Project B11 -02
00410 -3 11/12/2010
If Bidder is PARTNERSHIP, complete this signature block.
-,, (
''''' Name) (Witness)
(2) /
(General Partner's _ nature) (Witness)
(General Partner's Name) ,-----)<"'-,-,,,, ,.,,, (SEAL)
,
(BusipeSs Address) '
(Telephone No.) (Florida License No.)
Project B11-02
00410 -4 11/12/2010
. , , , _ _ „r.....,,...„ o;,l,r;.,,, of i.,,ncAc Only - Anv Other Use is Strictly Prohibited
If Bidder is CORPORATION, complete this signature block,
MERCON CONSTRUCTION COMPANY (1) Vc(I t �¢ C0.44,Le
(Corporation Name) (Witness)
FLORIDA (2) 77)N-17r
(State of Incorporation) (Witness)
By: : �: -, ,:) .7 -0 /
(Name of of Person Authorized to Sign - See Note 1) (SEAL)
(Title)
,✓ ' i )
r.
(Authorized Si_ d ature)
(Corporatibn President)
816 EXECUTIVE DR., OVIEDO, FL 32765
(Business Address)
407- 260 -6710 C.,0 I2 5/
(Telephone No,) (Florida License No)
Project B11-02
00410 -5 11/12/2010
SURETY I
Witness :. (If agency is not a Corporation)
SURETEC INSURANCE COMPANY (1) AS PER ATTACHED POWER OF ATTORNEY
(Surety Business Name) () (Witness)
TX
(Principal Plac- • - ss) (
(Wi tness)
By
(Surety Agent's Signature - See Note 2) Attest: (If Agency is a Corporation)
BRETT ROSENHAUS
(Surety Agent's Name) (Corporate Secretary Signature)
ATTORNEY IN FACT
(Surety Agent's Title) (Corporate Secretary Name)
NIELSON, ROSENHAUS & ASSOCIATES
(Business Name of Local Agent for Surety) (Corporate Seal)
4000 S. 57TH AVE., STE. 201, LAKE WORTH, FL
(Business Address) 33463
561 -432 -5550 N /A. ._
(Telephone No,) (Bond No.)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice - president.
(2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing
individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney -in- Fact ".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
(5) (Circular 570 �as amended) and be authorized to I t transact business n business state where the prof ct
(C
located,
Project B11-02
00410 -6 11/12/2010
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF FLOR I DA
COUNTY OR CITY OF PALM BEACH
Before me, a Notary Public, personally came BRETT ROSENHAUS known to me, and
known to be the Attorney -in -Fact of SURETEC I NSURANCE COMPANY , a TX
Corporation, which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
SURETEC INSURANCE COMPANY were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bond is the free act and deed of SIIRFTFC I NSURANCF cnMPANY
(Surety Company)
•
2 01 0
Given under my hand and seal this 14TH day of DECEMBER 20k14.
Elizabeth Tanner
.=3.* u 4
_ a : COMMISSION S DD987439 /n
EXPIRES: MAY 03, 2014 .. .�, . ' � "/
WWN.AARONNOTARYcom
(Notary Public)
ELIZABETH TANNER
' n Expires Conuniss ices 5/3/14 ro p
My
END OF SECTION
Project B11 -02 00410 -7 11/12/2010
pop N: 910004 - Lake Worth
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Brett Rosenhaus
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety, providing the bond penalty does not exceed
Five Million Dollars and no /100 ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming i alt t the e r and tt authority c ( s) - in- th e ma y d i the
premi Said appointment shall continue in force until
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice - President, any Assistant Vice - President, any Secretary or any Assistant Secretary shall be and is
hereby vested with Lull power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Auornev-in -Fact may he given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at 0 meeting held on 20 of April,
1999.)
In Witness Whereof; SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 28th day of October, A.D. 2008.
SURETEC INS A CE COMPANY
, y 13y; i
B.J. Ki esident
State of Texas ss: a ,
County of Harris °*
On this 28h day of October, 2008 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides
in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;
that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of
Directors of said Company; and that he signed his name thereto by like order.
Michelle Denny
rit Notary Public'
State t A Texas MA al e
Expire" ExpireAwait 8T, ttOtA
Michelle Denny, Notary P lic
My commission expires August 27, 2012
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
` DrC� a b E'Y
Given under my hand and the seal of said Company at Houston, Texas this .1 day of ' 20 I 0 , A.D.
2: /
.�1. 1� ♦ 1! AN
M. Brent B • aty, Assts ant Secretary
Any instrument issued in excess of the penalty stated above Is totalty void and without any validity.
For verification of the authority of this power you may call (713) 812.0300 any buslnete day between 8 :00 am and 5:00 pm CST.
SECTION 00480
NON- COLLUSION AFFIDAVIT
STATE OF /::( 2 4J )
COUNTY OF / » ( ( c (: c-
i)!� •�TC %j?.•;� `� ,r` , being first duly swore deposes and says:
1. He (it) is the `
(Owner, Partner, Office, Representative or Agent)
of ' t '' e ^7 � {,1�57/2v 6.0 ' • , the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, owners, employees or parties in interest, including
this affidavit.
By Y y
Title: �'• )z' T.
Project B11 - 00480 -1 11/12/2010
Di irnneoc ()nix/ - any (lthar Use is Strictly Prohibited
Sworn and subscribed to before me this l' day of b 2c , 20 in the State of _
F►a.«s cs , City of dvk¢da
Via-IA-14k k C 2 (ayva Notary Public ._...�____.
_iRA C DIAMOND
•
(��` � f � � , 1-3 e MY COMMISSION # DD762386
My Commission Expires: : 4,. EXPI April 06. 2012
'". ( Cnnr.�P..COr�
407 598 -01 S: r bridalloa• y
END OF SECTION
Project B11-02 00480 -2 11/12/2010
.. .. _. o +a:,,. o, ormneac ()nil/ - Any nthRr Ilse is Strictly Prohibited
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of rules and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Date / 2 /'1 i2 , 2008.
B
(Title)
Official Address (including Zip Code):
F /6 c
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
Project B11-02
00481 -1 11/12/2010
,,. ao a a rGRF M mhPrs Purposes Only - Any Other Use is Strictly Prohibited
SECTION 00482
(Page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City of Ocoee, Florida by by
(Print individual's Name & Title)
whose business address is c /C= �k�" �'�''l�� 1 '7/ „.
.k? C 3 ? .7K5
2. I understand that a "public entity crime” as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes., means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
Project B11 - 00482 -1 11/12/2010
n.irlorl fnr
(`P RP u mhArc Ridding Purooses Only - Any Other Use is Strictly Prohibited
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
S. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
2( Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
h entity, an affiliate of this entity ft the tY has been
are active in management of ty,
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTTS FOR
CATEGORY TWO OF CHANGE IN THE INFORMATION CONT D IN THIS FORM.
/"-
(Signaturm -
Date: ' / 1�/c//.>°�+~?
Project B11 00482 -2 11/12/2010
3rr..,irlorl fnr !`F RP Me=mhprq Rirldinn Purposes Only - Any Other Use is Strictly Prohibited
('e 'L Tre-C> Vic`?
Name of Bidder (Contractor)
STATE OF - l_
COUNTY OF e o
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
o fact who, after first being sworn by me,
(Name of Individual Signing)
affixed his/her signature in the place provided above on this •l day of
� e_ c 0—An t it% D' , 2605.
Notary Public 4 GI C° ) (a.- 4440 Y�
''"l >�e L AURA G DIAMOND My Commission Expires: (4/(.41-1--
"c MY COMMISSION ft DD762386
.;t EXPIRES April 06. 2012
(407;398. 0153 1:.100 , 1:%'-.. • - END OF SECTION
Project B11 00482 -3 11/12/2010
i .....ca,..4 s.... rrcoc nnornhcore Rirlrlinn Pi trnnsa.S Oniv - Ally Other Use is Strictly Prohibited
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and /or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. i certify that:
(1) I have/ have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participated in a previ us contract or subcontract subject to the Equal Opportunity
Clause, I have/ V have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed.
I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I
receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price
exceeding $10,000. I also agree that I will retain such certifications i y files)
Date l 2-7/V1 By:
(Signature of Authorized Official)
(Name of Prospective Construction Contractor or Subcontractor)
() (Lp t1tr( L fI Ve )r. (JAI C t .5
(Address of Prospective Construction Contractor or Subcontractor)
1 S (0 e11 3J
(Telephone Number) (Employer Identification Number)
END OF SECTION
Project B11 - 00483 -1 11/12/2010
, ,,; fnr ("PRP rAamnarc Riddinn Purposes Only - Any Other Use is Strictly Prohibited
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of MC.lrCOrt
tio y“, t t , ci-;(1 -A c , a corporation under
(Contractor's Corporate Name)
the laws of the State of I ; cv, , held on the 1 day of 6 , 2008, 2-c-r7 O
the following resolution was duly passed -and adopted
.
"RESOLVED, that - ,- _ -_ --' ' ' _ O .V 1 (■� AV 'C A
(signature ojindividualr (typed name of individual)
as CVQ 5 &'v of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
Pioneer Key Phase I Mobile Horne Rehabilitation Project
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this 1 Y day of 0-e- C , 200& 2 v (-)
(CORPORATE SEAL)
y(, ., - A (Corporate Secretary)
STATE OF �
CITY OF v vk do
The foregoing instrument was acknowledged before me this " day of i c c ax - h Q - , 2010
b 0,4, , /,,iG a Mo,.-c,J;
(name of officer or agent, title of officer or agent), of t'ke -'w' Co slw. -tvo� cc . (name
of corporation acknowledging), a F pr, a c. (state or place of incorporation)
corporation, on behalf of the corporation. He /She is personally known to me or has produced
identification (type of identification) as identification and did /did
not take an oath.
; w• ' ; = LAURA C DIAMOND
(N
; �; ' ' MY COMMISSION # DD78238fi 1r4 / /- Ex ires.
io. EXPIRES April 06, 2012 y p
(407) 398- Ui5o y., ,. Flor +daNrnary , ,,, otary Public)
My Commission E ,ND. F SECTION
Bid #B 11 -02 00300 -15
'rovided for CFBE Members Bidding Purposes Only - Any Other Use is Strictly Prohibited
ORIGINAL
SECTION 00300.0
BID FORM
SUBMITTED: ( 'a. 14. A x l e
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE
PIONEER KEY PHASE I
MOBILE HOME PARK
REHABILITATION PROJECT
NAME OF BIDDER: Po s 21f G(- Ccrn-fretC, yt5 , 1 nG
BUSINESS ADDRESS: ; D I S . A re. • PHONE NO.: 352..- 32 & - ,3/ 4 1P
CITY,STATE,ZIP: I v x at, S'S , Fl.. 3 5 2-
CONTRACTOR'S FLORIDA LICENSE NO.: Cele 0 5 $12 , CRC p 5110 D
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
further warrants and represents that:
Bidders and the Agreement and fiat p
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. Dated I I (AA 1 I D No. J Dated: lc / 10 f ID
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
Bid #B11-02 00300 -
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site, reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
Documents are generally sufficient to indicate and convey understanding of all
Bid #B11 -02 00300 -
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
i. Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
project within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be substantially complete within the Contract Time
specified in Article 3.1 of the Proposed Scope of Work Agreement
(Section 00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.2 of the Proposed Scope of Work Agreement (Section 00500).
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as
required by the Drawings and Specifications.
5. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
✓1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303)
✓2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
4. Non - collusion Affidavit (Section 00480)
v 5. Certification of Non - segregated Facilities (Section 00481)
✓6. Sworn Statement on Public Entity Crimes (Section 00482)
✓ 7. Certification of Nondiscriminatory Labor Practices (Section 00483)
. Corporate Authority to execute Bid (Section 00501)
pith' cam (ac so Is-Hni f '
Bid #B11 -02 00300 -
BID UNIT PRICE SCHEDULE
Pioneer Key Phase I Mobile Home Park Rehabilitation Project
Pay Item No. Description Unit Estimated Unit Cost Total
Quantity
MOBILIZATION / DEMOBILIZATION AND
101 -1 ADMINISTRATION LS 1 /,2 0, 000.06 /20 Oa a d
102 -1 MAINTENANCE OF TRAFFIC LS 1 /3 69.0d /3/6/57).06
104 -14 EROSION CONTROL LS 1 /e/ 34 65 /t/,30
110 -1 -1 STANDARD CLEARING & GRUBBING LS 1 sy 600.6 b S4 0M. OO
0
110 -4 REMOVAL OF EXISTING CONCRETE PAVEMENT SY 3200 1 .3° 23,36a. 60
120 -1 EXCAVATION, EMBANKMENT, AND GRADING LS 1 i f / i 0 Q0. GO NI ow -6 O
285 711 OPTIONAL BASE (BASE GROUP 11) (12" CRUSHED SY 17552
CONCRETE) 91$b /66, 71#l6 d
327 -70- 5 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. SY 852 �j
DEPTH) O • p d CD /(e.d D
334 -1 -11 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC A) TN 1,711.9 y7. 06 / f #35.30
425 -1 -523 INLET (DBI) (TYPE C) (J- BOTTOM) ( <10') EA 3 /j /16.00 ` / I tozO, 625
425 -1 -541 INLET (DBI) (TYPE D) ( <10') EA 4 /530' (, 17A , 00
425 -1 -561 INLET (DBI) (TYPE F) (<10') EA 4 t 1 72e , 60 f FEM. .66
425 -1 -571 INLET (DBI) (TYPE G) ( <10') EA 10 3 , / 7S. 00 3) D SO, as
425 -2 -91 MANHOLE (J -8) ( <10') EA 3 / 72i. 06 �/ /6�d. Da
425 -2 -92 MANHOLE (J -8) ( >10') EA 1 4 oils". DO 2., 6t z
430 - 175 -115 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (15 ") LF 49 1.7.s g51, SO
430 - 175 -118 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (18 ") LF 1,065 2 / . Sa 2 2 g57 So
430 - 175 -124 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (24 ") LF 810 36. 0d 2ff 36c). d0
430 - 175 -130 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (30 ") LF 195 3s', 00 '7 ell D. 00
430 - 175 -136 PIPE CULVERT ( STORMSEWER) (ROUND) (RCP) (36 ") LF 237 VI. CO / / S 2). d v
430 - 175 -142 PIPE CULVERT (STORMSEWER) (ROUND) (RCP) (42 ") LF 869 be, 60 5 00
520 -2 -9 CONCRETE CURB (SPECIAL) (RIBBON) (12 "x8 ") LF 4,703 965 G./( / t 67 r, Sd
522 -2 CONCRETE SIDEWALK (6" THICK) SY 2,865 33.E ''7 Sq& d0
550 -10 -210 FENCING, TYPE B (CHAIN LINK) (0' -5' HEIGHT) LF 4,602 / v. 7( q9 47/, o rb
550 -10 -910 FENCING, SPECIAL (WOOD) (0' -5' HEIGHT) LF 204 / 4. OD .2 F6,.60
550 -10 -920 FENCING, SPECIAL (WOOD) (5.1' -6' HEIGHT) LF 306 /s � d o
550 -10 -929 FENCING, SPECIAL (VINYL) (5.1' -6' HEIGHT) LF 186 /3. o o2, ` 00
550 -60 -211 FENCE GATE, TYPE B (CHAIN LINK) (0' -6' OPENING) EA 82 La .3O, 00 3S, 2L 0 d
550- 60 -911a FENCE GATE, SPECIAL (WOOD) (0' -6' OPENING) EA 5 � J 2D• r 6 oz . o
550- 60 -911b FENCE GATE, SPECIAL (VINYL) (0' -6' OPENING) EA 3 I 82. 00 / 0 G
556 1 -6 JACK AND BORE (42" I.D. STEEL CARRIER PIPE) LF 100 6, b �- / Sib o a
570 -1 -2 PERFORMANCE TURF (SOD) SY 4,536 / .50 4s 201. 00
ROADWAY TOTAL 56 / 6 SS - q 96.3
Bid #B11 -02 00300 -4
SIGNING & PAVEMENT ITEMS
700 -20 -11 SIGN SINGLE POST AS 23 4 111. D D /0,133.6o
710 -11 -121 PAINTED PAVEMENT MARKINGS (6" WHITE) LF 113 0 8' g0•1/O
710 -11 -125 PAINTED PAVEMENT MARKINGS (24" WHITE) LF 193 3.'10 to (7. 6 0
710 -11 -160 PAINTED PAVEMENT MARKINGS (WHITE) LF 1
(MESSAGE) 53.66 53.4
710 -11 -221 PAINTED PAVEMENT MARKINGS (6" YELLOW) LF 248 0 •e0 ig 2S
710 -11 -421 PAINTED PAVEMENT MARKINGS (6" BLUE) LF 36 /. fj 31. 6.0
TOTAL SIGNING & PAVEMENT MARKING /I , n . (0
UTILITY DESIGN ITEMS
1050 -11 -213 6 -INCH PVC FORCE MAIN LF 427 /0. 1-40 t,! a6Sy
1050 -11 -214 8 -INCH DIP WATER MAIN LF 4889 22 . 1/1 Wpe!. Zo
1050 -11 -322 2 -INCH PE WATER MAIN LF 2125 lo .76 1 4, 3 1 J /
1050 -11 -324 DIRECTIONAL BORE OF 8 -INCH HDPE WATER MAIN LF 81 3 o 0 A, (1,31. 00
1050 -11 -414 8 -INCH PVC SANITARY SEWER LF 4806 17 7o f 6;644.26
1050 -16 -002 REMOVE EXISTING 2 -INCH WATER MAIN LF 1049 3 -oa 3, I'f 7 ea
1050 -16 -003 REMOVE EXISTING 6 -INCH SANITARY SEWER LF 1504 fp . 6 9, 0 Z[/. 0d
1050 -16 -004 REMOVE EXISTING 6 -INCH WATER MAIN LF 47 S, 6' 27 6. ?.0
1050 -16 -005 REMOVE EXISTING 8 -INCH SANITARY SEWER LF 2780 4. SQ /2, l90.06
1050 -16 -006 REMOVE EXISTING 8 -INCH WATER MAIN LF 671 Co . 6. 0 SLZS! fp(}
1050 -18 -002 GROUT EXISTING 2 -INCH WATER MAIN LF 1705 `. 25" 2 ' 13/. Z J
1050 -18 -003 GROUT EXISTING 6 -INCH SANITARY SEWER LF 728 Cl,o 0 2,91i. a
1050 -18 -004 GROUT EXISTING 6 -INCH WATER MAIN LF 70 4. 4, 322, O 6
1050 -18 -005 GROUT EXISTING 8 -INCH SANITARY SEWER LF 2375 l .Z / 115 00
1050 -18 -006 GROUT EXISTING 8 -INCH WATER MAIN LF 1568 6. q 21.6 0
1055 -11 -234 8 -INCH X 6 -INCH REDUCER EA 2 // 0. 0 o ZZO. Dd
1055 -11 -272 4 -INCH SANITARY LATERAL CLEANOUT EA 302 ,3112. 0 6 /03, 00
1055 -11 -413 6 -INCH 45- DEGREE BEND EA 4 188 2.0 C
1055 -11 -414 8 -INCH 22.5- DEGREE BEND EA 3 /Z$ vo ,382e. 00
1055 -11 -415 8 -INCH 45- DEGREE BEND EA 29 ( 56.00 3 I 7/a. d D
1055 -11 -416 8 -INCH 90- DEGREE BEND EA 1 /45.04 (q5. O b
1055 -11 -423 6 -INCH x 6 -INCH TEE EA 1 / re4,00 /)d d
1055 -11 -424 8 -INCH x 8 -INCH TEE EA 6 2/6 ! M) • 60
1055 -11 -425 8 -INCH x 8 -INCH CROSS EA 1 e2 c�, 00
/
1055 -11 -443 6 -INCH SOLID SLEEVE EA 1 9� 06 C. CYO
1055 -11 -453 6 -INCH CAP EA 1 90. O6 fd . oD
1055 -11 -454 8 -INCH PLUG EA 1 £ .5t. D ? L SO. oa
1060 -11 -111 4' SANITARY SEWER MANHOLE ( <6') EA 19 / (, c 3 31
106 . LSSOO
1060 -11 -222 4' SANITARY SEWER MANHOLE ( <6.1' - 12') EA 13 1 3,3' QO i 665, 0 0
1060 -16 REMOVE EXISTING MANHOLE EA 2 6f�O. � Od. 00
1080 -11 -101 SINGLE METER BOX EA 67 /0 .60 676 .00
1080 -11 -102 DOUBLE METER BOX EA 38 10. DO 3 (To • Oa ,)F
Bid #B11 -02 00300 -5
1080 -11 -200 2 -INCH TAPPING SADDLE EA 9 ( /g3.60 y/4- - .0
1080 -11 -201 SHORT SINGLE WATER SERVICE EA 11 33 -- .0L3. 2 S. 60
1080 -11 -202 SHORT DOUBLE WATER SERVICE EA 15 MS-06. , j L 77,5".60
1080 -11 -203 LONG SINGLE WATER SERVICE EA 46 5ZS. Ob 1,V). 60
1080 -11 -204 LONG DOUBLE WATER SERVICE EA 23 , / 5• b O / : / r• 60
1080 -11 -205 SINGLE SANITARY SEWER LATERAL EA 102 rx. Od 016 (}d
1080 -11 -206 DOUBLE SANITARY SEWER LATERAL EA 19 / / O.0 Z) 9, si d -O0
1080 -11 -301 2 -INCH CURB STOP EA 10 356. 00 3 , 3Sao �
1080 -11 -302 2 -INCH DOUBLE CHECK VALVE EA 133 / rya D .24i, Le5.0o X-
1080-11-303 1080 -11 -303 2 -INCH GATE VALVE EA 11 $. 50 3
1080 -11 -304 6 -INCH GATE VALVE EA 2 &S - 0.66 / 306.0
1080-11-307 6 -INCH LINE STOP EA 1 9. t 9 _ ��0�
�00
1080 -11 -402 6 -INCH x 6 -INCH TAPPING SLEEVE AND VALVE EA 2 ? 7 000.0 6 S ,,S - 6o. Da
1080 -11 -403 12 -INCH x 8 -INCH TAPPING SLEEVE AND VALVE EA 1 3 ' 2,s 0 b 3 C & Ov
1080 -11 -404 8 -INCH GATE VALVE EA 11 '3 / O o7 8S 0 a
1501 -1 LIFT STATION #22 CONSTRUCTION LS 1 /29, OdU. 66 [2c 000. aG
1644 - 113 -08 FIRE HYDRANT ASSEMBLY EA 7 a g .00 2-
1644 -900 REMOVE EXISTING FIRE HYDRANT ASSEMBLY EA 6 33. OQ Zo /0. d a
UTILITY DESIGN t.,,,
TOTAL T
`#. '12; fr2. 2 =-,,,,
* CITY PAY -ITEM NUMBER
TOTAL ESTIMATED PROJECT COST = (ROADWAY TOTAL + SIGNING AND MARKINGS TOTAL+ SIGNALIZATION
TOTAL+ LIGHTING TOTAL+ LANDSCAPING TOTAL)
f ®,7 / /, /f
LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. T
Company Name: OS' ‘ i..v Q. ' s,; r7 G • /
By u //
/ x 6 1 -*1 M . CA s w- U , Y - P.
Bid #B 1 1 -02 00300 -
h the City specifically reserves the right accept and make ht to acce
7. The Bidder acknowledges that th ty p y g p
an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and
absolute discretion, it determines that action to be in its best interest. The terms used in
this Invitation to Bid, which are defined in the General Conditions and included as part of
the Contract Documents, have the meanings assigned to them in the General Conditions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid license(s) is provided.
9. It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose
an alternate manufacturer /supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer /supplier. If the Bidder fails to indicate which
listed manufacturer /supplier he intends to use if an alternate is rejected, he must use the
as the City may
or such other listed manufacturer s
manufacturer /supplier listed as "A," o s y y
approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must
use the first manufacturer /supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers /suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers /suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
Bid #B11 -02 00300 -7
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City s
needs. The City of Ocoee encourages the use of minorities and women -owned businesses
as subcontractors.
SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS
Specification Section and Equipment Item Manufacturer /Supplier
15050 — Process & Utility Piping, Fittings, Valves,
and Accessories
Ductile Iron Pipe A. American
B. Mc Wane
C. U.S. Pipe
D. Griffin
Fittings A. Union
B. U.S. Pipe
C. Nappco
D. American
E. Tyler
F. Trinity Valley
G. Sigma
H. EBAA
I. Smith -Blair
HDPE Pipe A. Plexco
B. Driscopipe
Bid #B11 -02 00300 -
C. Lamson Vylon
HDPE Stiffeners A. JDM
Gate Valves A. Clow
B. Mueller
C. U.S. Pipe
D. Waterous
E. American Darling
F. M &H
G. ITT Kennedy
PVC Pipe A. CertainTeed
B. Can -Tex
C. North Star
D. J -M
E. Capco
F. H &W Industries
Valve Boxes A. Tyler
Valve Pads A. Sigma
Valve Markers A. Wagco
Service Connections A. Mueller
Meter Valves/ Corporation Valves A. Mueller
Polyethylene Pipe A. EndoCore
Trace Wire A. Kris -Tech
Bid #B11-02 00300 -9
a
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Deductibl Amount*
Equipment Alternative (Indic a Whether
Item or Spec Manufacturer /Supplier mp Sum or
Material Section (List One Only) Unit Price)
Re - resents 50 percent of the difference in cost in accordance with the General Conditions
inimum Deductible Amount per Substitution Item shall be $1,000)
(Bidder may make additional copies of this page as required.)
Bid #B11-02 00300 - 10
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
' • LE PROPRIETORSHIP
(SEAL)
(Individual's Signature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A ' ' TNERSHIP
(SEAL)
(Partnership Name)
(Gen .1 Partner's Signature)
(General Partner's me)
Business address:
Phone No.:
Florida License No.:
Bid #B11-02 00300 - 11
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORATION
l)cspiec/t Cmfr , I vie,
(Corporation Name)
F IOVieLa-
(State of Incorporation)
By 6 h-h M. Cater
(Name of person authorized to sign)
J i ce Pr e s i oL1- 4 J" s cFP
y
itle)
�) .
(Authorized Signature)
ff (Corporate Seal)
Attest a
ASSt .(Secretary - i U j it- r ( OYL-
Business address: p S � KCB- kye
Wei re $s, fi,. 3f`45
PhoneNo.: 35 2 - 3 1
Corporation President: k; GkL L_. PPS ei C
Florida License No.: Q b505.2 $
Bid # B11 -02
00300 -12
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A J • T VENTURE
By
(Name)
(Address)
By
ame)
(Addres
Business Address:
Phone No.:
Florida License No.:
(Each joint venturer must sign. The manner of signing for each individual, partner g i s, and
corporation that is a party to the joint venture should be in the manner indicated above.
Florida License No.:
Bid #B 11 -02 00300 - 13
12. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: e5,et fcCQ I'n.slt --k cc CD Of me v i C et—
Surety's Address: /QD/ / r kvt . J fc e 0
Scaf/ft, rill. 98/ 'y
Name and address of Surety's resident agent for service of process in Florida:
AmvirU Fr -ena C� 'dale/yr f f tkr,e., ti
Prita
5®A 3 sj1€ .
dicunesv;Ue, FZ • 321€05
Bid #B11 -02 00300 - 14
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
Po s pi ( fi f ra c-fi vt , / v c • , a corporation under
(Contractor's Corporate Name) 2004
the laws of the State of f /Pr / v(a.. , held on the ,? D I
day of N // O YL Mkt' , 2008,
the following resolution -was duly passe. and ado ed:
"RESOLVED, that ' VY!' /wel .70 Jul %"( CCLVS (,U l l4
( 'gnature of individual) (typed name of individual)
as Vi C2 ere S S of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
Pioneer Key Phase I Mobile Home Rehabilitation Project
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this / 0 day of 2Caty>, kw( ,-203-8.7 oZ DI 0
ORPO: e EAL)
au— (Corporate Secretary)
81 14 ,f3wrr Oz '
STATE OF : 1-4-
CITY OF ,9"rtt - Ci►'K.t�' -�
The foregoing instrument was acknowledged before me this , day of , 2010
by /t- ( SGi1..� n
2Q Gc( fr O
6!t/l'tt
(name of officer r agent, title of officer or agent), of 6 Sp te C 4. Cril+ ct /P 7 e (name
of corporation acknowledging), a 1 (state or place of i corporation)
corporation, on behalf of the corporation. He /She is personally known to ne c- has produced
identification (type of identification) as identification and did/did
not take an oath.
— — ,mss
4 r i ,'n',,',, MELINDA BRESNAHAN •
Notary Public - State of Florida M Q
• My Comm. Expires Aug 22, 2014 k (N ota ry Public )
0 ' Z Z�
= ;�, Commission 1 EE 7933 My Commission Expires: /
1 ''• 8 ;. _ Bonded Through National Notary Assn. 0
F SECTION
Bid #B11 -02 00300 - 15
SECTION 00301
QUESTIONNAIRE
DATE: /A I / p 110
PROJECT IDENTIFICATION: City of Ocoee
Pioneer Key Phase I Mobile Home Park Rehabilitation
Project //��
NAME OF BIDDER: 6, i <GGt- C„,- -k/( J ►'1G.
BUSINESS ADDRESS: A01 S . >I Q - 1 . ' ___ A-ve , I !WV ne .544 5
Telephone No.: (56 2. (t - ,311 -
CONTRACTOR'S FLORIDA LICENSE NO. C L C 0-9g1 2 i WC. C511, .9 0
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
�A7 vs .
2. Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed?
f
3. Have you ever failed to complete work awarded to you? If so, where and why?
rip
4. Name three (3) municipalities for which you have performed work and to which you
refer: D
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
1 \ 1 0 # A t , k w e d to r 4 ose s+re,* ' oujk. ( 4.
Project B11 -02 00301 -1 11/12/2010
6. Will you Subcontract any part of this Work? If so, describe which portions:
yes: dspha,/t pavin1C , intakry /hu.id; vbi
7. What equipment do you own that is available for the Work?
7 1r4 - h f ki.c L
8. What equipment will you purchase for the Work?
fD
9. What equipment will you rent for the Work?
14
10. State the true and exact, correct, and coniplete name under which you do business.
Bidder is: 3Jf2J(tIt. CDnfG4G 'y Jvic .
END OF SECTION
Project B11 -02 00301 -2 11/12/2010
li
k
2
c
co \
# / _ / r0
0 CU - -
® '
} . /
\ / ®
E / , /
® & g
6 / / \
8
\ / \ /
o
z \ \ \ \
C \ y
\ = E
0 - to 9 •
0 0 » 0 \ %
$ \ f
z
rt • cu
, tea
o & 2 2 /
U \ - j� §
2 6 w o g e
S \ [ e = CO
/ R = 2
Z ¥ G o o o / t f
§ ) § .g \ °
Q > ƒ L M \ k / /
- 2 \ / % /
2 ƒ 0 s \:
O $ o I /
U > \ % \ 0
O / a 1- e j / « ®
U ƒ p < z / = w
W 0 / / 0 / ./ / $
a. \ E § 2 ¥ c E
cd ru CL
O ° - 0 /
\ ) § m
- a = E
/ /
/ § \ y •
§ \ °
«
° c 2 .\
\ U \
0 c
tuD c \
z
0 \ : / CU
y
CU \ \
e S °
) / e / 3
/ > /
H « [ q a
o 0 a CC c § < 0 ° § °
o o ¥ _ }
\0 c \ c
w 0 \ • / & • /
2 / o - #
} f \$ E ® 0
e g 7
CO H Z c � /\
V • 201 S. Apopka Ave.
i 1 a Inverness, FL 34452
Phone: (352) 726 -3940
Contracting
U �_• www.pospiechcontracting.com Fax: (352) 726 - 5250
MUNICIPALITY REFERENCES:
CITY OF INVERNESS CITY OF DUNEDIN
SCOTT CARSON Joan Rice, PE
212 W. MAIN STREET 737 Louden Ave
INVERNESS, FL 34450 Dunedin, FL 34698
352 - 726 -2321 727- 298 -3179
352- 726 -0949 (Fax Number) jrice @dunedinfl.net
PASCO COUNTY CITY OF NEW PORT RICHEY
JOSEPH M. CHOA, JR., P.E. LAYNE C. CADY, P.E. /CRAIG PERRY
KCCS C & D ENGINEERING
201 N. FRANKLIN ST., STE 400 TAMPA, FL 33624 -1833
813 - 871 -5331 813- 269 -9777
813 - 871 -5135 (Fax Number) 813 - 269 -9776 (Fax Number)
Equipment List
Pospiech Contracting, Inc.
Unit Description Make Model Year Serial Number
CCA c,LASS - CVO
CV7415 Pickup Ford F150 Ford 1996 1FTEF14Y9TNA35900
CV7447 Pickup Ford F250 XL Ford 2001 1FTNW21L71ED03919
CV7452 Pickup Ford F350 Ford 2004 1FTSW31P84EB97965
CV7453 Pickup Ford F350 Ford 2004 1FTSW31P14EB97967
CV7457 Pickup Ford F150 Extcab Ford 2004 1FTRX14W24NB22875
CV7461 Pickup Ford Supercab Ford 2004 1FTRX14W64NB25926
CV7467 Pickup Ford F150XL TR Ford F150XL 2005 1FTRF14W15NA81000
CV7468 Pickup Ford F150XL Ford F150XL 2005 1FTRF12275NB17949
CV7469 Pickup Ford F150XL Ford F150XL 2004 1FTRX14W94NA70600
CV7470 Pickup F350XL Super Duty Ford 2005 1FTWW31P55EC59079
CV7476 Pickup Ford F -150 Ford Ford F150 2006 1FTRF14W46NA31564
CV7478 Pickup Ford F -150 Ford Ford F150 2006 1FTRF12256NA56215
CV7479 Pickup Ford F -150 Ford Ford F150 2006 1FTRF122X6NA56291
CV7480 Pickup Ford F -150 XL Ford F150XL 2006 1FTRF12W86NA61735
CV7481 Pickup Ford F -150 Ford Ford F150 2006 1FTRF12W16NA69451
CV7482 Pickup SD F -350 4X4 Crew Ford Ford F350 2006 1FTWW31P16EC40899
CV7483 Pickup SD F -350 4X4 Crew Ford Ford F350 2006 1FTWW31P36EC40936
CV7485 Pickup Ford F -150 Ford Ford F150 2001 1FTZF17221NB74773
CV7487 Pickup Ford F -150 4 X 4 Ford Ford F150 2006 1FTRF14W26NA68385
CV7488 Pickup Ford F -150 4 X 4 Ford Ford F150 2006 1FTRF14W46NA70543
CV7489 Pickup Ford F -150 4 X 4 Ford Ford F150 2006 1FTRF14W56NA31069
CV7490 Pickup Ford F -150 Ford Ford F150 2006 1FTRF14W86NA34645
CV7493 Pickup 2007 Chevy Silverado Chevrolet Chevrolet 2007 1GCHK23637F512156
CV7494 Pickup 2007 GMC 1500 GMC GMC 1500 2007 1FTRY14W94NA70600
CV7495 Pickup Chevy Silverado Chevrolet Chevrolet 2007 2GCEK13C271595184
CV7496 Pickup
Chevy Silverado Chevrolet Chevrolet 2007 2GCEK13CX71581310
CV7498 Pickup Chevrolet Silverado Chevrolet Chevrolet 2007 1GCHK23647F538068
CCA CLASS - CV1
CV7455 Vehicle Jeep CJ -7 Jeep 1983 1JCCN87A6DT077048
CV7477 Pickup Ford F -150 Ford Ford F150 2006 1FTRF14W96NA31740
CV7492 Vehicle Toyota Highlander Vehicle SUV 2006 JTEDDZ1A760112248
CV7499 Vehicle Chevrolet Suburan Chevrolet Suburan 2010 1 GNUKKE37AR102670
CV7700 Vehicle Ford Club Wagon Ford Club Wagon 1998 1FBS531S3WHB99533
CCA CLASS - CV2
DT7001 Dump Truck -Tri Axel Ford Ford 1998 1 FDZS96T2WVA41390
DT7005 Dump Truck -Tri Axle Ford Ford 1997 1FDZS96T1W31335
DT7007 Dump Truck -F8000 Ford Ford 0000 U81UVGD8434
DT7014 Dump Truck- Tri-Axle Peterbilt Peterbilt Tri Axle 2003 1 NPFXUEXX3D806923
DT7015 Dump Truck - Tri-Axle Peterbilt Peterbilt Tri Axle 2003 1 NPFXUEX13D806924
DT7016 Dump Truck - Tri -Axle Peterbilt Peterbilt Tri Axle 2003 1NPFXUEX73D806927
DT7017 Dump Truck- Tri -Axle Peterbilt Peterbilt Tri Axle 2003 1NPFXUEX93D806928
DT7018 Dump Truck-Tri-Axle Peterbilt Peterbilt Tri Axle 2003 1NPFXUEX03D806929
DT7019 Dump Truck- Tri-Axle Peterbilt Peterbilt Tri Axle 2003 1 NPFXUEX73D806930
DT7020 Dump Truck- Tri -Axle Peterbilt Peterbilt Tri Axle 2003 1 NPFXUEX93D806931
DT7021 Dump Truck - Tri-Axle Peterbilt Peterbilt Tri Axle 2003 1NPFXUEX03D806932
DT7022 Dump Truck -Tri Axl Westem Star Dump Truck 2000 2WLPCD1F1YK961309
DT7023 Dump Truck- Tri -Axle Kenworth Kenworth 1997 1 NKDXTEXXVJ742698
DT7612 Dump Truck Tandum International International Truck International 1991 1HTSAZPP3MH333848
DT7613 Dump Truck Mack Mack Truck 1996 1M2P264C7TMD19847
DT7614 Dump Truck Mack Mack Truck 1995 1M2P264C5SM018789
DT7615 Dump Truck Mack Mack Truck 1986 1M2B120C3GA057126
DT7616 Dump Truck International International Truck 0000 2HTTG33T2NC061501
DT7617 Dump Truck Kodiac Chevrolet Chevy Kodiac 1993 1 GBG6H1J3PJ107281
CCA CLASS - CV3
TL9500 Transport Trailer - Liddell Liddell Trailer Liddell Trailer 1988 1L74R5139JAB01231
TL9501 Transport Trailer -Eager Beaver Eager Beaver Trailer Eager Beaver Trailer 1998 112SD2483WL050846
TL9526 Trailer Transport- SpecializedXL Trailer 2002 XL TRAILER 2002 4U3J052352L003523
TP7107 Transport Trailer- Kenworth T800 Kenworth 1999 1XKDDU9X9XJ819207
TP7108 Transport Trailer - Peterbilt Peterbilt Tri Axle 2006 1 XPFD4TX16N646849
CCA CLASS - CV4
TL9504 Trailer- Tri- Axle - Pintle 0000
TL9506 Trailer- Homemade Homemade 2000 NOVINO2000073615
TL9508 Trailer TagALong - Wallace Wallace Trailer Wallace Trailer 1994 TBT22244009400223
TL9509 Trailer Tag A Long -FEAT Semi Flatbed 1996 4FGL32200TA262722
TL9511 Trailer - Crosley Trailer 1998 CTLCR6225WS009111
TL9519 Trailer -Ditch Witch Ditch Witch 1997 1DS0000C1U17P1525
TL9523 Trailer- Dorsey Trailer 1988 1DTV61Z21JQA184012
TL9524 Trailer -Great Dane Trailer 0000 1GRGA9628EB145927
TL9529 Trailer -Home made Not Applicable 2007 NOV1NO200568879
TL9530 Trailer -Better Built 0000 49NDP252130000300
TL9531 Trailer- Ditch Witch (Red)
2010.05.21 08:38 am Page 1
Equipment List
Pospiech Contracting, Inc.
Unit Description Make Model Year Serial Number
CCA CLASS - CV4
TL9535 Trailer- Homemade 2003 NOV1NO200328992
CCA CLASS - CV5
F17303 On Site Fuel Truck Mack Truck 1977 Mack (3/02 Ritchie) 1977 R685ST65745
FT7611 Fuel Truck Kenworth Kenworth 1993 1XKBD59X3PJ593467
TL9515 Trailer Fuel - 500 GI Homemade 0000 NOVINO200394091
TL9516 Trailer Fuel- Homemade Homemade TR 0000 NOVINO200394090
CCA CLASS - CV6
TL9517 Trailer Dump -Rogers Rogers Trailer 1991 1R9D30202M1009672
TL9525 Trailer Dump -GMC GMC 1994 4E7BA2620RATS0296
CCA CLASS -CV7
TL9527 Trailer- Concrete Crew Trailer 2002 NOVINO0200323333
CCA CLASS - CV8
TL7608 Trailer Flatbed- Fontaine Semi Flatbed Fontaine Semi Flatbed 1994 13N145200R1561966 i
TL7609 Trailer Flatbed- Fontaine Semi Flatbed Fontaine Semi Flatbed T3 1995 13N1482C5S1566632
TL7610 Trailer Flatbed - Freuhauf Semi Flatbed 1998 Fruehauf Semi Flatbed 1998 1JJF482F5WS457759
CCA CLASS - DDN
RO8005 Roller Vibratory-Bomag Bomag Bomag Roller 1994 101400280368
CCA CLASS - E01
AP1101 Asphalt Paver LeeBoy Lee Boy LeeBoy Asphalt Paver 1996 100081726
AP1102 Asphalt Paver Cedarapids CR351 1995 44734
ST7010 Sandspreader #2 Ford Ford F600 1983 1 FDNF60H4DVA40437
ST7012 Sandspreader #3 International Truck 1985 1 HTLAHEM6FHA37395
117203 Tack Tank - Homemade Homemade 2003 NOVINO200308570
CCA CLASS - E02
BH3132 CAT 416E Catepillar CAT 416E Loader Hoe 2007 SHA02815
BH3133 CAT 416E Catepillar CAT 416E Loader Hoe 2007 SHA02802
BH3134 CAT 416E Catepillar CAT 416E Loader Hoe 2007 SHA02795
BH3135 CAT 416E Catepillar CAT 416E Loader Hoe 2007 SHA02733
CCA CLASS - E03
BL9401 Air Cutrain GMC/Trane GMC Blower 0000 238649
BL9402 Air Curtain -Roto Clone American Air 0000 W740278
BL9405 Blower Manhole -30 amp 92 Multi 1992 4664195
BL9406 Blower Manhole -RF2 Garden City 0000 204520
CCA CLASS - E04
BM8304 Boring Machine Boring Machine Vermeer Trencher 2004 040586 -01
CCA CLASS - E05
BT9101 Broom Tractor Broce -RJ300 Broce 0000 RJ300 -86557
BT9103 Broom Tractor Broce Broce Broce 2002 302024
BT9104 Broom Tractor Lay -Mor Lay -Mor 0000 8B2208881378
BT9105 Broom Tractor Lay -Mor Lay -Mor Lay -Mor Self Propelled 0000 27373 -003
CCA CLASS - E06
CB5000 Kurber Curb Machine Kurber 5000 Kurber 5000 2006 PKCP1215 -05
CCA CLASS - E07
CR9301 Air Compressor Smith 200 Smith Diesel Air 0000 200A158
CR9304 Air Compressor Multiquip Multiquip 0000 DPS- 180SST- 3512852
CR9305 Air Compressor Ingersoll Ingersoll -Rand 0000 163683U87957
CCA CLASS - E09
DW3201 Trencher Ditch Witch 4010DD Ditch Witch 0000 410111
DW3203 Trencher Ditch Witch 2300 Ditch Witch DITCH WITCH 1986 303810
DW3205 Trencher Vermeer Vermeer Vermeer Trencher 0000 1VRF102RG1000143
DW3206 Trencher Ditch Witch 1030H Ditch Witch 0000 1P3591
DW3209 Trencher (CaseKey) Ditch Witch DITCH WITCH 0000 CO241
CA CLAS,I- E10
55.218ggl D9H Catepillar 0000 90V7181 Page 2
DZ4030 Dozer CAT D3GLGP Catepillar D3 Dozer 2007 BYR01949
DZ4031 Dozer CAT D3GLGP Catepillar D3 Dozer 2007 BYR01965
DZ4032 Dozer CAT D3GLGP Catepillar D3 Dozer 2007 BYR01970
DZ4033 Dozer CAT D3GLGP Catepillar D3 Dozer 2007 BYR01971
CCA CLASS - Ell
EX3005 Excavator Komatsu PC40 -7 Komatsu 2001 M22680
1
Equipment List
Pospiech Contracting, Inc.
Unit Description Make Model Year Serial Number
CCA CLASS - El l
EX3019 Excavator Hitachi 550LC Hitachi 2002 EX550LCE317B6009
EX3022 Excavator Komatsu PC75 Komatsu PC75 Excavator 2001 22E5200709
EX3042 Excavator, JD 330CLC John Deere John Deere 330 Series Excavatr 2004 FF330CX083177
EX3043 Excavator- JD200DLC John Deere John Deere 200 Series Excavatr 2008 FF200DX511620
EX3044 Excavator- JD200DLC John Deere John Deere 200 Series Excavatr 2008 FF200DX511621
EX3045 Excavator- JD200DLC John Deere John Deere 200 Series Excavatr 2008 FF200OX511622
EX3046 Excavator Case CX330 Case Case Excavator 2005 DAC331405
EX3047 Excavator Case CX330 Case Case Excavator 2005 DAC331419
EX3048 Excavator Case CX330 Case Case Excavator 2005 DAC331381
EX3049 Excavator Kobelco SK8OCS Kobelco Excavator 0000 LF01- 000540
CCA CLASS - E12
GN9302 Generator Generac 0000
CCA CLASS - E13
GPS0001 GPS Base Station Trimble GPS Systems GPS Base Station 2007 4722k06108/30477037
GPS0002 GPS Base Station Trimble GPS Systems GPS Base Station 2007 472250617/3051482
GPS0003 GPS SPS880 Rover Trimble GPS Systems GPS Rover 2007 4720132510/SS30001986
GPS0004 GPS SPS880 Rover Trimble GPS Systems GPS Rover 2007 4720132519/SS31CO3963
GPS0005 GPS Dozer Control DZ4028 Trimble GPS Systems Dozer Control 2007 C01148
GPS0006 GPS Dozer Control DZ4027 Trimble GPS Systems Dozer Control 2007 C01019
GPS0007 GPS Dozer Control DZ4026 Trimble GPS Systems Dozer Control 2007 C01013
GPS0008 GPS Dozer Control DZ4029 Trimble GPS Systems Dozer Control 2007 C01165
GPS0009 GPS Grader Control GR1024 Trimble GPS Systems Motor Grader Control for GPS 2007 C01688
GPS0010 GPS Grader Control GR1027 Trimble GPS Systems Motor Grader Control for GPS 2007
GPS0011 GPS Dozer Control Trimble GPS Systems GPS Dozer Control 2005 220303661
GPS0012 GPS Base Station Trimble GPS Systems GPS Sitenet 900 Base Station 2005 220299737
GPS0013 GPS Rover Trimble GPS Systems GPS Rover 2005 4307118042/25899
GPS0014 GPS Grader Control Trimble GPS Systems GPS Grader Control 2005 1622
GPS0015 GPS Dozer Control Trimble GPS Systems Sitetech GPS Dozer Control 2005 4439B39205
GPS0016 GPS Base Station Trimble GPS Systems GPS Sitenet 900 Base Station 2005 220343022
GPS0017 GPS Grader Control Trimble GPS Systems GPS Grader Control System 2005 4608B05517
GPS0018 GPS Grader Control Trimble GPS Systems GPS Grader Control System 2005 4403B30826
GPS0019 GPS Grader Control Trimble GPS Systems GPS Grader Control System 2005 4612A67429
CCA CLASS - E14
GR1005 Grader Komatsu GD530A Komatsu 1999 210181M U04652
GR1008 Grader Galion T400 0000
GR1021 Grader JD672DX Deere John Deere 672 John Deere Grader 2005 DW672DX600286
GR1023 Grader Dresser 830 Dresser Grader Dresser Grader 1991 G380001 U102430
GR1028 Grader Case 865 Case Case Grader 2006 N5AF04123
GR1029 Grader Case 845 CASE CASE Grader 0000 N5AF03138
CCA CLASS - E15
LO2075 Loader JD 544H John Deere 544 JOHN DEERE LOADER 1991 DW544HX575357
LO2077 Loader CAT 950H Catepillar Cat Loader 950H 2008 K5K01877
LO2078 Loader CAT 950H Catepillar Cat Loader 950H 2008 K5K01945
LO20 79 Loader CAT 950H Catepillar illar Cat Loader 950H 2008 K5K02039
p
LO2080 Loader CAT 950H
Catepillar Cat Loader 950H 2008 K5K02041
LO2081 Loader JD 544K John Deere Whee Loader 544K 2009 DW544KZ625021
LO2082 Loader JD 544K John Deere Whee Loader 544K 2009 DW544KZ625006
LO2083 Loader JD 544K John Deere Whee Loader 544K 2009 DW544KZ624998
LO2084 Loader JD 544K John Deere Whee Loader 544K 2009 DW544KZ625023
LO2085 Loader JD 544K John Deere Whee Loader 544K 2009 DW544K2625039
LO2086 Loader JD 644K John Deere Whee Loader 644K 2009 DW644KZ624951
LO2087 Loader JD 644K John Deere Whee Loader 644K 2009 DW644KZ624949
CCA CLASS - E1@
MX9604 Mixer -Bros BROS Mixer 0000 FB205- 143 -4525
MX9605 Mixer -Bomag Bomag Bomag Mixer 1981 90109
CCA CLASS - E18
PP7513 6" Pump - Hyd - Thompson Thompson Pumps 0000 gHS127
PP7514 6" Pump -Vac -Red Griffin Water Pu 0000 2685593
PP9403 Pump Thompson Pumps 0000 6V288
CCA CLASS - E19
PS6004 Pan /Scraper -Cat 613C Catepillar 1988 92X01471
PS6005 Pan /Scraper JD762B John Deere 1998 TO762BX840586
PS6006 Pan /Scraper- JD762B John Deere 0000 X826606
CCA CLASS- E20
r i r iac - nav rs WUU flume, 'URA LUduer UUVU t</./1.164 1 Page 3
2�71�.tj5.21 0��� am
Equipment List
Pospiech Contracting, Inc.
Unit Description Make Model Year Serial Number
CCA CLASS - E22
RO8001 Roller Vibratory- BW142D Bomag Bomag Roller 0000 110365
RO8002 Roller Vibratory- Duo-Pact 600 Champion 0000 0374
RO8004 Roller Vibratory- Bomag BW172D Bomag Bomag BW172D 0000 120188P
RO8006 Roller Vibratory Dual Drum SP40 Rex Model SP400 -Rex 0000 4GL205
RO8007 Roller Vibratory- Bitelli BA80D Bitelli Bitelli Mdl BA80D 0000 58930181
RO8204 Roller Vibratory-Bomag BW212D -3 Bomag Roller 0000 101580350213
RO8211 Roller Vibratory- BW212 D -2 Bomag Bomag Roller 0000 109400940144U
RO8213 Roller Vibratory BW211 -D -3 Bomag 0000 861060
RO8214 Roller Vibratory-BW211 D -3 Bomag Bomag Roller 861189
RO8215 Roller Vibratory-BW145 D -3 Bomag Vibratory Smooth Drum Roller 2005 901581471175
CCA CLASS - E23
RO8103 Roller 3 Steel Wheel - Koehring Koehring Koehring Model 3W10 0000 74513
RO8205 Roller Static -IR ST80 Ingersoll -Rand 0000 5142
RO8209 RollerTandem Ingram Ingram 0000
RO8210 Roller Gallion Gallion 0000 TH3 -5G -57143
CCA CLASS - E24
RO8206 Roller Traffic - Hyster C530A Hyster Hyster C530A 0000 A91 C3993K
RO8212 Roller Traffic- Hyster C530A Hyster Hyster C530A 0000 A91 C3962J
CCA CLASS - E26
TR9002 Tractor Grade -MF253 Massey Ferguson 0000 5485- N33116
TR9004 Tractor Grade- MF263 Massey Ferguson 0000 J02136
TR9005 Tractor Grade - Kubota L4850DT Kubota Kubota Tractor 2000 60231
TR9012 Tractor Grade -MF 461-4 Massey Ferguson 2005 EN32139
TR9018 Tractor Grade- Kubota- L4630D Kubota 2005 34574
TR9102 Tractor Farm -MRS 0000 070553
TR9105 Tractor Grade- Kubota -L4850 Kubota 1996 1FTWW31P55EC59079
TR9106 Tractor Grade- Kubota -L5450 Kubota 1991 SN60078
TR9107 Tractor Grade - Kubota -M8950 Kubota 1995 SN661491
CCA CLASS - E27
WT7106 Water Truck Ford 4000Gal Ford 1997 1 FTYA90XOVVAl2421
WT7504 Water Truck Mack 6X6 3000 GI Mack Truck 0000 U152478
WT7506 Water Wagon CAT 613B 5000Gal Catepillar 0000 38W6000
WT7510 Water Wagon - Portable 500 gal 0000 NOVINO200308420
WT7516 Water Wagon CAT 633 10000 gal Catepillar 1967 44J504
WT7517 Water Truck GMC 2000 Gal GMC 1992 1GDM7H1J2NJ519034
CCA CLASS - E50
LL2200 Log Loader Log Loader 210P23731
MM1200 Cutting Edge 3.5 Asphalt Cutte Milling Suregon 0000 B7A111A
MU1001 Mulcher- Magnum Mulcher Mulcher
PP7515 Pump Vac Wagon- Vacuum Hatz Di Hatz Pump 0000 1F9FS1222X1025188
SV7011 Sewer Vac - Tandem Axle Ford 1993 1FDZW85E3PVA27571
CCA CLASS - EQO
JT9801 Jet Machine 0000
Last Page "
2010.05.21 08:38 am Page 4
SECTION 00301 -A
SUBCONTRACTOR/SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes No ✓ (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor license
number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), dollar
amount of work, and M/WBE designation or Majority (Non- M/WBE) owned company. See Instructions
to Bidders for M/WBE requirements. Provide all information requested. Use additional sheets if
necessary.
Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final
Subcontractor /Supplier List with Final Payment Request.
COMPANY NAME, WORK TO BE M/WBE
CONTACT PERFORMED (TRADE) ESTIMATED DESIGNATION
ADDRESS, PHONE OR COMMODITY TO DOLLAR OR MAJORITY
NUMBER . BE S�JPP AMOUNT OWNER
1 �iMii�J`� /`Y34. / /� �i•
2 , r. ri e nti :! `. ✓.ccI. 7.
[:.1L.!11. / L. , �.
03
�1 zs�. - ry
3 Sn �
d
vsn,s 14 /40, onJ
y. , / .¢
3 2 28- `i8 . .'� • ,�.•� 2oG a
5
6
7
END OF SECTION
Project B11 - 00301 -A -1 11/12/2010
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90 -96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Trench Safety Unit of
Measure Measure Unit Unit Extended
(Description) (LF, SY) (Quantity) Cost Cost
A Sale SI D/O - c-S F 3 2,25 $ / • 1,° $ 3 225 , E
B $ $
c $ $
D $ $
TOTAL $ z ' bD
BIDDER: P• pit l`,it, • &c 4- V nc_
SIGNED:' / - .. �✓
BY:Z IVY.
(Print or type name)
TITLE: 'l el 19reS i G( 144—
DATE: ls3 1 /3 I O
THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.)
END OF SECTION
Project B11 -02 00302 -1 11/12/2010
SECTION 00303
DRUG -FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug -free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug -free workplace program (Florida Statutes Section
287.037). In order to have a drug -free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
Project B11 00303 -1 11/12/2010
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Bidder: f0 r iot Con , i 1 .
�1�
l
Signe �! ' “{4/
By: : r6 h, M. CC'S WtU
(Print or Type Name)
Title: Vi (J `{ {Sl/.�
Date: Ia J l .3 /AO /O
END OF SECTION
Project B11 -02 00303 -2 11/12/2010
i
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Pospiech Contracting, Inc_
, as Principal, and Safeco Insurance Company of America
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ FIVE Percent (5 %) of the
amount bid
(written amount in dollars and cents)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed, this 14th day of December , 2010. The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for
the Pioneer Key Phase I Mobile Home Park Rehabilitation Project.
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Amendment to the Agreement required by the Bidding Documents
and any performance and payment bonds required by the Bidding Documents and
I q Y g
Y P Y
Contract Documents.
Project B11 -02 00410 -1 11/12/2010
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Amendment to the Agreement required by the Bidding Documents and
any performance and payment bonds required by the Bidding Documents and
Contract Documents, or
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
ed to this Bond, Surety shall cause to be attached , a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conforn to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
Project B11 -02 00410 -2 11/12/2010
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP, complete this signature block.
(I)
(Individual's Signature) (W• ess)
(2)
(Individual's Signature) (Witness)
doing business as
(SEAL)
(Bu • ess Address)
elephone No.) (Florida License No.)
Project B11 -02 00410 -3 11/12/2010
If Bidder is PARTNERSHIP, complete this signature block.
(1)
(Partnership Name) (Wi ss)
(2)
(General Partner's Signature) (Witness)
(General Partner's Na • -
(SEAL)
:usiness Address)
(Telephone No.) (Florida License No.)
Project B11 -02 00410 -4 11/12/2010
If Bidder is CORPORATION, complete this signature block.
Pospiech Contracting, Inc. (1) G g •
(Corporation Name) (Witness)
Florida (2)
(State of Incorporation) (Witness)
By: J ?J J Y1 M eaX,S14 c(
(Name of Person Authorized to Sign - See Note 1)
(SEAL)
\ 1i - Pus i d e vd
(Title)
VYl •
(Authorized Signature)
Gh,A -) I L . eaS pl rc k.
(Corporation President)
201 S. Apopka Avenue, Inverness, FL 34452
(Business Address)
(352) 726 -3940 fie 50548 Cqcoc 1z
(Telephone No.) (Florida License No.)
Project B11 -02 00410 -5 11/12/2010
SURETY
Witness: (If agency is not a Corporation)
Safeco Insurance Company of America
(Surety Business Name) (1)
(Witness)
1001 4th Ave., Safeco Plaza, Seattle, WA 98154
(Principal Place of Business) (2)
(Witness)
By
(Surety Agent's Signature - See Note 2)
Attest: (If Agency is a Corporation)
,7 � Y
Benjamin H. French
(Surety Agent's Name) (Corporate Secretary Signature)
Attorney -In -Fact & FL Resident Agent Magen Baker
(Surety Agent's Title) (Corporate Secretary Name)
Waldorff Insurance & Bonding, Inc.
(Business Name of Local Agent for Surety)
(Corporate Seal)
5023 NW 8th Ave., Suite B, Gainesville, FL 32605
(Business Address)
(352) 374 -7779 N/A
(Telephone No.) (Bond No.)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
to ee other than president or vice-president.
resident. y p P
(2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing
individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney -in- Fact ".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
(5) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state where the project is
located.
Project B11 -02 00410 -6 11/12/2010
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF FLORIDA )
COUNTY OR CITY OF ALACHUA )
Before me, a Notary Public, personally came Benjamin H. French known to me, and
known to be the Attorney -in -Fact of Safeco Insurance Company of America , a Washington
Corporation, which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
Safeco Insurance Company of America were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bond is the free act and deed of Safeco Insurance Company of America
(Surety Company)
Given under my hand and seal this 14th day of December , 2010 .
(Notlly Public)
My Commission Expires 06 - 30 - 12 MAGEN BAKER
Notary Public, State of Florida
My conlrn. exp. June 30, 2012
Comm. No. DD 802046
END OF SECTION
Project B11 -02 00410 -7 11/12/2010
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4205453 1
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent
herein stated.
SAFECO INSURANCE COMPANY OF AMERICA
SEATTLE, WASHINGTON
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company "), a Washington stock insurance company,
pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint BENJAMIN H. FRENCH,
PAUL A. LOCASCIO, SHEREE W. LEWIS, ALL OF THE CITY OF GAINESVILLE, STATE OF FLORIDA
, each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as
surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00/100 * * * ** * * * * ** DOLLARS ($ 100,000,000.00 * * * * * * * * * * * * * ** * * * * * *) each, and the execution of such
undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed
by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By -law and Authorization:
co
C ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings. co
co Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations y
Q . as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, e
d execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in-
a
Y c o fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and -
St c executed, such instruments shall be as binding as if signed by the president and attested by the secretary. c co
t_ " By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: — o
a
L = Pursuant to Article IV, Section 12 of the By laws, Garnet W. Elliott, Assistant Secretary of Safeco Insurance Company of America, is authorized to c O i N
v 0 appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety AW
O ▪ 2 any and all undertakings, bonds, recognizances and other surety obligations. L E
0 — That the By-law and the Authorization set forth above are true copies t and are now in full forc. O o
, � cs1 Y e and effect � co
6:2 0
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
C • w Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 27th day of October , d C
— L 2010 .
O
0 a E
C w.01rot SAFECO INSURANCE COMPANY OF AMERICA o CO
C L _ ' o ° O rF ° • O oi
cot r ss� Garnet W. Elliott, Assistant Secretary
�4-. t W 41�Y.�,,w:0',.
O c COMMONWEALTH OF PENNSYLVANIA ss .:r7 S
E COUNTY OF MONTGOMERY
.:(113' On this 27th day of October , 2010 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and e 4
a v acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seal of said corporation; and that he .c cV
e executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the E co
• E direction of said corporation. ` c"
O co
Z 0 IN TESTIMONY WHEREO .hlave o. subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year 0 o
first above written. 44. oNty �{ / O co
+ I Notarial Seal T / /� /G i I— I—
1 0 � i Teresa Pastelle, Notary Pub:ic B
OF Plymouth iatr�„ Montgomery County
My Commission Expires Mar, 28, 2013 Tere / 14J4J
a stella, Notary Public
CERTIFICATE e member, Pennsylvania AaocietonofNct<,res
I, the undersigned, Assis a Cr rgtdf`'1�,- Safeco Insurance Company of America, do hereby certify that the original power of attorney of which the
foregoing is a full, true and cc$rreet•topy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who
executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as
provided in Article IV, Section 12 of the By -laws of Safeco Insurance Company of America.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the
same force and effect as though manually affixed.
��
IN TESTIMONY WHEREOF, 1 have hereunto subscribed my na e,,anrrA,fVxed the corporate seal of the said company, this__ __ 4 th ____day of
December , 2010. 'e<. »4;,
3 s
Y
705 Dav M. Carey, A s Secretary
J,
SECTION 00480
NON- COLLUSION AFFIDAVIT
STATE OF r/o r! Gi a. )
COUNTY OF 'h 14.S )
�l o
it-h A/r • (a,r,.S 14)1 -/, ( , being first duly swore deposes and says:
1. He (it) is the Vi Ct l es 1 G'</.2 id
(Owner, Partner, Office, Representative or Agent)
of fi S I PC k Cori �Y�C7 it-1 /-. , the Bidder that has
submitted the attached Bid;
-'
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, owners, employees or parties in interest, including
this affidavit.
By: yYl
y'
Title: h.{) M . Ctzr'S Witt , Y. P.
Project B11 -02 00480 -1 11/12/2010
Sworn nd subscribed to before me this /U day of 6J'- , 20 /o in the State of _
its , City of
/ / / Notary Public
My Commission Expires: g- Z 4/V
---- - - - - -- - -
' ,,pNYP�i,, MELINDA BRESNAHAN
END OF SECTION t ; o t"" ,1, y
i o , Notary Public -State of Florida florlda
• •? My Comm. Expires Aug 22. 2014
,� - = Commission # EE 7933
' ,, , , Bonded Through National Notary Assn. 0
Project B11 -02 00480 -2 11/12/2010
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of rules and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in of rs is prescribed in 18 .S.C. 1001
Date IA 113 /47 )•
2,0,D
/td. Cars we. L(
'\/ Pi PY NI
(Title)
Official Address (including Zip Code):
2,0 l S • A p o Imo- Aye
I over rt /SS. fL. 34fs z•
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
Project B11 -02 00481 -1 11/12/2010
SECTION 00482
(Page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
ens p ea,, Cti ra.di , 1 n� .
1. This sworn statement is submitted to City of Ocoee, Florida by by
kM 10. Ca,Yswtu, v. P.
(Print individual's Name & Title)
whose business address is 2- 1 S• kpd i1 C . , 1 n i't.Z SS,
,5x{45
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
Project B11-02 00482 -1 11/12/2010
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
Neither the entity submitting this sworn statement, or one or more of its officers,
i partners, shareholders, employees, members, or agents who
directors, executives, p g
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR
CATEGORY TWO OF CHANGE IN T INFORMATION C I% AINED THIS FORM.
/ /2.
(Signature)
Date: 11,5 I IV
Project B11 -02 00482 -2 11/12/2010
P ospigCe k r.67'ciYCtCT1 rij r l oc.
Name of Bidder (Contractor)
STATE OF /Xi
COUNTY OF f U
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
a ttrsu J LL _ who, after first being sworn by me,
(Na of Individual Signing)
affixed his/her signature in the place provided above on this /� 7-- day of
, 2008.
Notary Public ' /
My Commission Expires: r' Z01G
END OF SECTION , ,,�� 0141,;,, MELINDA BRESNAHAN
0 Notary Public - State of Florida My Comm. Expires Aug 22, 2014
Commission # EE 7933
pluimpispqmpmempwwwwwwii Rai Bo TAroupA National Notary Assn.
Project B11 -02 00482 -3 11/12/2010
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and /or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I a the undersigned prospective construction contractor or subcontractor. I certify that:
(1) I / have/ participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have particip ted in a previous contract or subcontract subject to the Equal Opportunity
Clause, I V h�e/ ,. -ve not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed.
I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I
receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price
exceeding $10,000. I also agree that I will retain such certificatio mmy files.
Date I lit' q za /4'96O By
{ ' �'� .
2.v I 0 Signature of Authorized Official)
- Pd›SIJt.Pr,ln 0 ■(✓�lA i
(Name of Prospective Construction bntractor or Subcontractor)
QC) t ..c. A e.., I). 5 ...—f I ro I ./A t k u c,,c t----7
(Address of Prospective Construction Contractor or Subcontractor)
- 55 - z 72. G 3 S tic SI - 30 2S3C.Cr)
(Telephone Number) (Employer Identification Number)
END OF SECTION
Project B11 -02 00483 -1 11/12/2010
AC# 4 7 9 8 9 3 STATIz OF FLORIDA
,. DEtPAw.kkg `T p : BUS INESS `AND PROF ;SSIO2+ iL REGUL4TION - ;
_ INDUSTRY LICENSIN4 BOARI3
;, ;; ,, CONSTRUCTION s 1.:- SEQ#.L144603A1.244
DATE BATCH NUMBER LICENSE NBR 0: 'fk1l �t
r
06/01 .2010 .098169240' CUCO5167 • , �'� 4 -... . - " `',: t ; .
The UNbERt3R017Ni TJ',CI LITY • ilk ER ZON f CC 7=- « ' V : ' - ... 1 ..
Named , bel+ W= IS' CERTIF'IE0 ' , }` :, _ t ,
-.h :the
ider' proY' : elona of : Chap te#x 48,9 t J F 3 'p -1'
. Expiration dates AUG 31, '2012: � ;1 7 , - . •• - ..... ,, il
EOSP EC R RICHARD LESTE t ,eta'✓ - _ t
S E � GQ�TrgACZ' TG 'I! O c i�, ;- q _ .•., .
`i 201• •S OII AFOPRA AVE ' f�U!) l a..----, '•-'L`` *7 ,•''' ` .r. ;
INVERNESS FL' 3 452 • :CI `ktr5i •_E ICRI'ST _ --• •c i CHARLIE LIEM is
! V RMi R : �r •DaBPI . iNi 4 ..4 1 ! RIM SECRETARY' ' •
.. • - 8Y LAW
•
•
ac# ' ' � STATE OF FLORIDA ;,
` DEPAR `iyIED T OF U _ rrppRO. . xItAL G I 3'10*; _ ' ' t : 1
: c N ST I=1 � � 7t Ensili4 1 _ -
� TR � - S
•__.,., ,.. BATCH NBt z - • DATE CH NUMBER L ICENSE ' i ` :}}h C ez+ • •
C1,6./01/2010 09,8169240 CGCL05,7,$.9 : ? s• + .� i ',
Thie i GENEF:AL CUNTRACTD-1�' _, .... y. c • �, y � l
' fixed' below IS .CE�2TIr gD _ = ,, , _ -
tTaider the tovi:s'ions .d:f:� ChWpt� t 49 " -
"piratiou : date 012 , 2 ``yy..�77JJa •ifi 1 �, 4..._-
, . .,,-, { . '
Ex C N
' .. 1 � l ".) �' • i AUG AU -' ;fir • .� i• C.. - .A • .. '; Qa I: \,
t
POPE, RICHARD LESTER - -Yr. i „ 1-* :, , .
P, S.P C CONTRACTING INC G � � °� 1 # z , - '
C NT 'N,
=tG3 ° :SO ?OPKA AVE i.iii .....5.:0'• !• ..- .. . .,,
INVERNESS . FL 34452 • - .
• „.
-C• L FIST RLIE • LIEM
1 - r • , OR VE,RNPE , 1
t 1 ZN M Og "'RE'tARY '
a :., ” "� • '. . : ..DIS P LA ' A S F EQUIRED-')3YLAW. ; ; . •
o tY STATE OF FLORIDA
9r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
t �► CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395
` .. 1940 NORTH MONROE STREET
coau.7< TALLAHASSEE FL 32399 -0783
POSPIECH CONTRACTING INC
201 SOUTH APOPKA AVE
INVERNESS FL 34452
.�' ` STATE OF FLORIDA AC# 4529621.
Congratulations! With this license you become one of the nearly one million o DEPARTMENT OF BUSINESS AND
Floridians licensed by the Department of Business and Professional Regulation. - =. PROFESSIONAL REGULATION
Our professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida's economy strong.
QB50528 08/21/09 090094069
Every day we work to improve the way we do business in order to serve you better.
For information about our services, please log onto www.myfloridalicense.com. QUALIFIED BUSINESS ORGANIZATION
There you can find more information about our divisions and the regulations that POSPIECH CONTRACTING INC
impact you, subscribe to department newsletters and learn more about the
Department's initiatives. (NOT A LICENSE TO PERFORM WORK.
Our mission at the Department is: License Efficiently, Regulate Fairly. We ALLOWS COMPANY TO DO LUFINRSS IF
constantly strive to serve you better so that you can serve your customers. IT HAS A LICENSED QUALIFIER. )
Thank you for doing business in Florida, and congratulations on your new license! Is QUALIFIED under the provisions at ch.489 PS
Expir■tton date: AUG 31, 2011 L09082101670
DETACH HERE
AC# 4 5 2 2625 STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD SEQ #L09082101670
DATE BATCH NUMBER LICENSE NBR
08/21/2009 090094069 QB50528
The BUSINESS ORGANIZATION
Named below IS QUALIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2011
(THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS THE
COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER.)
POSPIECH CONTRACTING INC
1975 PIPER LANE
INVERNESS FL 34450
CHARLIE CRIST CHARLES W. DRAGO
GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY
MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS OF
POSPIECH CONTRACTING, INC.
A special meeting of the Board of Directors of Pospiech Contracting, Inc. was held at 201
South Apopka Avenue Inverness Florida 34452 on July 31. 2009 at 10:00 a.m.
The following were present and by their signatures below all waive notice of the meeting:
RICHARD POSPIECH
Richard Pospiech called the meeting to order and stated that a quorum of Directors was
present for the conduct of business and after discussion, it was
Further Resolved, that the following person be, and is hereby elected to the corporate
office indicated opposite his name below to serve for the term provided in the by -laws or until
his earlier death, resignation or removal from office:
Title Name
Assistant Secretary William (Bill) J. Barron
1Th WITNESS WHEREOF, the undersigned directors of Pospiech Contracting, Inc.
executed these Minutes this 1 day of 34 . 2009.
RICHARD POSPIECH, Di - ector
C \M FJU\ POSP ,SPEC.MEETiN'Gt7.\It147,bIWSi .p4
\YordOO - posp-spcc mcnmEI,.'I.tIY)
i
MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS OF
POSPIECH CONTRACTING, INC.
A special meeting of the Board of Directors of Pospiech Contracting, Inc. Was held at
201 South Apopka Avenue, Inverness, Florida 34452 on November 20, 2006 at 10:00 a.m.
The following were present and by their signatures below all waive notice of the meeting:
RICHARD POSPIECH
Richard Pospiech called the meeting to order and stated that a quorum of Directors was
present for the conduct of business and after discussion it was
Resolved, that the following persons be, and are hereby elected to the corporate offices
indicated opposite his or her name below to serve for the term provided in the by -laws or until
his or her earlier death, resignation or removal from office:
Title Name
Vice- President /CFO John Carswell
IN WITNESS WHEREOF, the undersigned shareholders and directors of Pospiech
Contracting, Inc. executed these Minutes this 20 day of November, 2006.
SHAREHOLDERS:
RICHARD POSP it 7
/1-IN CARSWELL