Loading...
HomeMy WebLinkAboutItem #04 Award of Bid #B11-01 Montgomery Avenue/White Road Reclaimed Water Main to Andrew Sitework LLC center of Good AGENDA ITEM COVER SHEET Meeting Date: July 19, 2011 Item # Reviewed By: ■ Contact Name: Joyce Tolbert Department Director: . ,.. q r p Contact Number: 1516 City Manager: ` /f�/ Subject: Award of Bid #B11 -01 Montgomery Avenue/White Road Reclaimed Water Main (District 2: Wilsen) Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor for the Montgomery Avenue /White Road reclaimed water main project. The construction generally consists of constructing a new 16 inch reclaimed water main along Montgomery Avenue and White Road as depicted on the plans contained in the Bidding Documents. The work includes installation of new mains and appurtenances, connection to existing mains, testing, sidewalk and pavement restoration and sodding. Issue: Award the contract for the Montgomery Avenue /White Road reclaimed water main project to Andrew Sitework LLC. Recommendations: Staff recommends that the City Commission award Bid #B11-01 to Andrew Sitework LLC. in the amount of $972,084.60 once the required bonds and insurance are obtained, and 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. Andrew Sitework bid 3. Construction Mgmt bid 4. Cornerstone bid 5. Schuller bid 6. Invitation to Bid #B11-01 Financial Impact: There is $1,196,000 remaining for this project in the water /sewer construction fund. Type of Item: (please mark with an 'x') Public Hearing For Cleric'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 2 Mayor t h e center of Good L1 . Commissioners S. Scott Vandergrift g Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager 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: June 30, 2011 RE: Award of Bid #B11-01 Montgomery Avenue /White Road Reclaimed Water Main ISSUE Award the contract for the Montgomery Avenue /White Road reclaimed water main project to Andrew Sitework LLC. BACKGROUND/DISCUSSION The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor for the Montgomery Avenue /White Road reclaimed water main project. The construction generally consists of constructing a new 16 inch reclaimed water main along Montgomery Avenue and White Road as depicted on the plans contained in the Bidding Documents. The work includes installation of new mains and appurtenances, connection to existing mains, testing, sidewalk and pavement restoration and sodding. The bid was publicly advertised on May 22, 2011 and opened on June 21, 2011. There were a total of four (4) bids received. Bidder Total Bid 1. Andrew Sitework LLC $ 972,084.60 2. Schuller Contractors $ 977,000.00 3. Construction Management Assoc. $1,123,456.00 4. Cornerstone Businesses Inc. $1,208,112.82 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 Andrew Sitework LLC offers the lowest responsive and responsible bid in terms of qualifications and price. There is $1,196,000 remaining for this project in the water /sewer construction fund. 1 0 . CO 1 7) 77 0 0 V) V) 0 0 0 (V N A A Cn O) N 0 77 A a) O) N 00)) 0 7J O 0 A o Co Z CO x 3 r a 0 0 0°° o o °° ° 5 5 5 9 9' 9 *>> 3 9 2 0 m m 5 a o 0 N m r m m F O ( n a D W x000" p S= S a c a C) . N 2 a D m �+ >> Q m Q m °°°< F m 0 m 0 v m 17 0 0 0 3 ° 0 m 0 a d " a 7) 77 7J A m x1 0 0 o w 3 0 0 0<<- o A A m m< 3 5 O ` co 3 ° x 3 (D (0 (D 0 ( ° � 0 0 x x x CD 0) > a m m m<<° * ** 71 33 m V Z a) 7 6 N 3 m m 3 3 0 ( ( '< 3 0) 0 0 � _ . f . 3. co a v 2 Q rn a o. n a a rn > w m m a' 0 (n' a. o o 9.1 % N N S n n 0 0 0) o o o cn A J s a a a n n 0 a °° cn m 7J 77 000°'°- Pi. co 0 0 0 co z m 3 * * oo oo 0 0 0 0 cF 'FT} Z n Z o 0 0) (0 G 3 3 (D (D n ( p '+ (D [D O0 0) O V) a 3 < a 0 0 E' N N 0 0 ,e s 0 Q a. n 0 o a ° o 0 0 M cn _, -I CO O O A N W f --' N> Co (n W N W m 0 co CO O A A cc > >> C rn A 0 C z > y) � z ) EA EA EA EA EA EA EA EA 64 EA EA A 17 0 E Is to fA EA j N j to EA EA j O N N .69 G) W 0) 7J 71 Q n co A co -4 00 W W O N (0 W N j EA to 0) W 00 O m N A V (1) 00 N N W O N p p 0) N (D J 0) to A N A O) -, 0) O N C) W Z W O) 0 0 0 00 N N W 0 A N O A CO CO N 0o N co a) A Co A m b (n 0 0 0 OD in 0 O iD -, N O — c f.n A? LID A CO A A to O N > a 0) N N O O O 0) co O O O— O CO 00 N V J O N N co W J 0) O N -CO D .:.� m 00 m m O o A (0 0 E EA EA -, - 0 m t0 09 EA 8 EA EA EA EA 0) EA > J to to EA EA j EA EA EA EA EA j VI to to KJ EA EA W co EA EA A r 70 XI N A W A W t0 N A A V W N W N W CO N O) 0) W 0) T) O lD N A CO A O W W O -+ N N 00 In N W to W In j A A O co Co 0 13 CO A 0) O 00 00 0) cm N 0) O V N 0) 00 Na 0) 00 CO 03 j W N 0) O N 'XI m > A -' 0 0 0 0 0) to (n cn N C) O W (D A J J A N Q' A 0o A n r 0) 0) O O O O in 0 0 0 (D W in N W (D A V N to O (0 00 A N O N m M 0 0 0 0 0 0 CO O O O O W O A 0) N N O O N O N N 00 0) O N ,_ c C co Efl CG EA Z 1 EA EA EA EA EA CO co EA EA EA CO Efl Efl E 4 Cn EA CO N CO W > W > N N O) > N V (n y) N CO CO ffl en A W A O °) W W 0) J V (D N °) in N Co EA EA EA EA > O j A C) m Q V 0) O Co O (P A (n N co O O A (D CO CO CO V N (n j CO O CO W O - D (D O CO A CO CO (P O O O A A O CO Ut G) (n U) V> (D CO CO CO W -- N > Z CO PO It CD COOObo000o 0 ob boE0000 Obbbbm Co OZ(, N C 0 CO 0 0 0 0 0 0 0 0 0 0 0 O o o o O O O O O O 0 0 0 0 0 >a Q D - .O EA ON < O 0 0 -- - EA EA EA EA to EA EA EA EA EA a) to EA D 0 ' (" m H N CO CO W EA A en EA fA Efl en EA EA EA EA Efl > -4 A CO 09 A - En > J r r Z W O O A (n O CO N (n O) (n Co N N (n (n N V o1 Q) co N Cn N W (.W r- 1 0 Z r � cn O N O W W (D J A (n A W> N N W Cn (-4 O) O N O Co cn W -• W ,4 O) O O O m O) A Cn O O Co N O O O (.n O O O N O A O N W Co co C 7 O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b O O m 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 E c 0 m z o 0 69 E; 69 1 Z < en EA EA E; EA EA EA EA EA EA EA EA EA EA m N N CO -• N EA j> N (P C) EA N O) O Z1 m 1> EA EA in 4 > O (D 0) J J > 0) co 01 0) Co Co EA EA EA EA N 0) A (r co N V> Co O CO W m O O-4 V A O o) N N A O> A Co O C7 N m N - 4 (D > o) W 0.) N (D N A A A cn W > (.) CO o) A CO CO V O 0 CO H 7) O O O O O O O O O O O O O O O O O O W o) Co -+ V b 0 0 p_ O O O O O O O O O O O O O O O O O O O O O O - V 0 0 0 ,, ] Z EA o �m ° mn w D N EA EA EA EA EA EA EA - EA EA V EA EA D a (/) Z— O > > > EA > EA EA EA EA CO -+ EA EA EA > (r CO CO EA EA A > EA -• °) f- W (D W (P (r A W EA N (l1 co co co N N A (n (D A CO 00 A O N O O Z - V (n N N> O (D 0) A V A O V N J CO O - Co 00 A 0) 0) j IN in 4 73 m > m O (D A> W CO O J CO O N O N N A CO W O W> O A CO O (/) N O O O A N tD CO N Co N N O Co Co (n O) O CO A N> CO O CO v O () (1) W N 0 0 0 0 0 0 0 ) 0 0 0 0 0 0 0 0 0 O O O O O O O O O O W O O O N O A Is O N O O (0 M (/) C Z_ (n 0 EA EA 1 1 EA EA Efl EA CO En EA > A 10 C Efl EA EA EA EA EA EA co EA EA EA f Co Cr) Co Cn W > N .'�J r EA EA co co O (n (n co o) (D A 6 J— v N U' J EA EA EA en > A A Co m co W O O O o J (T co cn co W A A O W W O cn m V O N O A c) CO A m - A N o (n A O) V CD O V O N (n O O J CO O O O m co 77 0 0 0 0 O O 0 0 0 O O 0 0 O O O O 0 0 O O O O 0 0 0 0 O O O 0 0 0 0 O -< 0 °- Z O o 0 p m Oz 0 0 EA EA 1 a O 6/8 EA EA EA EA EA EA EA EA O) EA en D J en EA EA CR EA En EA EA EA en 0) N N EA CO A CA A V A J Co W> EA Efl ('') • A N N (P O (n W (n O) -' o) m W > N 1 0 O - CO O o) N in 0 (n co W (D - O IV N W W () D7 0 V> O A N A A - CO O N 0 0 0 0) O V (n o) (n -4 N Co O Oo N A O N A O J N O A 70 o O O O O A Co o) O (n W O> (n Co O O O O A O O co N O O co n O o 0 0 0 0 0 0 0 o b b 0 o b b o 0 0 0 0 0 0 0 0 0 o m (n 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 Z 1 17 M 1 o °' 1 > r v EA to EA EA 09 EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 77 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 O O 0 0 O 0 0 0 O 0 O O 0 0 0 O O 0 0 O 0 0 0 m SECTION 00020 INVITATION TO BID #B11 -01 Montgomery Ave/White Rd Reclaimed Water Main OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance/Purchasing Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on June 21, 2011. Sealed bids must be date and time stamped at the office of the Purchasing Agent 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 the Purchasing Agent 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 constructed in accordance with the drawings and specifications prepared by Inwood Consulting Engineers, 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 16 inch reclaimed water main along Montgomery Avenue and White Road as depicted on the plans contained in the Bidding Documents. The work includes installation of new mains and appurtenances, connection to existing mains, testing, sidewalk and pavement restoration, sodding. All work is to be conducted in accordance with the Bidding Documents. 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. Persons inspecting the documents at the City Clerk's Office that request copies 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 00020 -1 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: A pre -bid conference will be held on June 7, 2011, at 10:00 am (local time) in the City Commission Chambers, City Hall, 150 North Lakeshore Drive, Ocoee, Florida 34761. Questions shall be submitted in accordance with the Bidding Documents. 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 B11-01 for Construction of the "Montgomery Ave /White Rd Reclaimed Water Main" 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 the Purchasing Agent, City of Ocoee, 2 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 END OF SECTION 00020 -2 SECTION 00300.0 BID FORM SUBMITTED: £ -02r- (Date) PROJECT IDENTIFICATION: CITY OF OCOEE MONTGOMERY AVE /WHITE RD RECLAIMED WATER MAIN NAME OF BIDDER: �/VDRELV SdewoRK tee . BUSINESS ADDRESS:,?8 /)ia=scFL ,be # 9 PHONE NO(J3q 5 WS"- 76 CITY,STATE,ZIP: &ni,A S mc F2. 3e//3 CONTRACTOR'S FLORIDA LICENSE NO.: C (le / 2-- 2 y 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 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. 00300 -1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes, Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder 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 terms and conditions for performing and furnishing the Work for which this Bid is submitted. 00300 -2 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) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non - segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 00300 -3 - N g � (4 �u 1A � O + 4 In a M 00 a s • o ° � M,P'' ' O .3 N NO0 '' ." � � N �■- ,N w a s r` ^ 0 0 0 0 0 co 'Cr ( r r r co r- m N M oo (D Cl N M l(') 07 r N r c- 07 N l Q O C Cl (d as c v) cncnu_ u_ LI_LL LL zWQ <CWQQaWQWWW�QQ> - > - ,, J J J J J _.J J J I- W W W W W W W W W W W W Un fit 13 E E O a , U 0) E O v 1 s c -c a d o Q (o c Q >- o 2 0 W> c o ` U > cu W W U) ❑ >>W W W > >V U HH ?- ` L E O 00000 0 _- > W W a y W o a UUU a s >w u.i UU v zz00 22aawcn U C • . ¢ ZZU wH OO E b 5 ❑ X X X X X " Z Q a? ~ Q 2 2 7 E 0 mm 000 } °N cfl 5 p a UU 0 m m m J p W p Z Z t - CO , 1ZHF-I-F-H_m� ZZZ��� W't0 J 0 ". W W i ��coJ UU) CO -- 0 0 LL WO Z »WWW mXXXUWJoJJ 3 U> 2OJ.� > > >❑ WWW Q WQ a W Www '1) oaa > > > _ » » >o n000 W� 2 �� O-`7— o_ W w�r W W W ¢ �Q ZZ 2 !'11 . Z f = ❑ U❑ ❑ a a.a F-QQF - F F- UO > J II 1 I D 2 T 0 0 ❑ 0 0 0 Q Q Q W J a H H 1- - z ❑ Ct 222p C7 U' U' amQUU Q - O l 1 JW r wF- ❑22 Ww1- -con» W - 0 ',44\ ` O -UU 00TT Q W mozzzUUU2zzUU e, O W O Z z 2; - z Z Z Z Z Z 0 0 0 2 2 0 0 W W 0 Q 6 (D N , T i CO N i i i i �aU rr ao(D �a�c - OD(D� vNNUUUU)U) JJa 2' W E Z o a� a E d N Cf) Tr ti 00 D7 O r N M v In (D Ns- OD D) O r N c 7 In (D Z N • N N N N N N N �1J a , iii 2 g p 2 Z p a D » p i i i i i i i 2❑ 2� p � 2 2 2 ❑ 2 2 2 ❑❑ � o >, Z -J 0 CO ■ 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 -5 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. 00300 -6 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: SOLE PROPRIETORSHIP (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 address: Phone No.: Florida License No.: 00300 -7 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 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 (Corporation Name) 4 S7`C —wioRk LLC . (State of Incorporation) B Y FloRiLA (Name of person authorized to sign) Aof /ph C', l9.vcxe w (Title) 765/61e,4 7 (Authorized - ,�ure) .A �/ (Corporate Seal / 'oh e Attest (... , 13rw+dr%s -A s (Secretary) / h ick r Business address: 8 ES L L s 4.) r T 4 ew 80nr/A a pR i45 S FL 3Y/3,ar Phone No(' 3 g) q0 7c,37 Corporation President: RA /4 e. /9iv >,e(c'c.J z Florida License No.: (i/ /l'4 00300 -8 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: Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: .(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: 00300 -9 12. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: (41 d4 /icy Su"- 6y1;04°147 Surety's Address: / D. &y /4934 1 ,/4' n ?e, , 37b Name and address of Surety's resident agent for service of process in Florida: d /06:-/.5 A/ 4w/9u5 f 4s:roe' 5s. 57e , sr e. zni //We GtioR7/ FL- 33 y1 00300 -10 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HE,EBY CERTIFY that a meeting of the Board of Directors of _ �7i�/laQ�i) ,S itihg.K (IC . ,, a corporation under (Contractor's Corporate Name), the laws of the State of f L , held on the day of JAM. , 2011, the following resolution was du ,, • sed and adopted: 1 "RESOLVED, that ;'I /�, - ' (sign. 'ure of individual) (typed name of individual) as 7 KCS /dC- - W 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 Montgomery Ave /White Rd Reclaimed Water Main 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 �� day of (jire- , 2011. (CORPORA,' AL 4.4 i' (Corporate Secretary) ;` STATE OF I-- ! urn c1a_) Am 4 rretJ CITY OF UJe l&)c.2C The foregoing instrument was acknowledged before me this 21 day of J u.ti fit_ , 2011 by gal ph 0 , nd re +U (name of officer or agent, title of officer or agent), of AndC'2 (name of corporation acknowledging), a Fl (state or place of incorporation) corporation, on behalf of the corporation. He /She is personally known to me or has produced identification c- L DL A SA9 130'kl_Th(type of identification) as identification and did/did not take an oath. NOW SARDO Notary Public, Stated Florida "Ik$' OommisslonUDD7566BB (Notary ' ubl1C My comm. expires Feb. 07, 2012 } � My Commission Expires: .END OF SECTION 00300 -11 SECTION 00301 QUESTIONNAIRE DATE: 4 -20 PROJECT IDENTIFICATION: City of Ocoee Montgomery Ave /White Rd Reclaimed Water Main NAME OF BIDDER: 44x6- -.) ---53 (CC . BUSINESS ADDRESS: .06 S.S/ ,b/ C_JOrt, St//7T # � Bor•i1 rtv /7fs , C2- 3 Y/36 Telephone No.:C239) VO5 - 7637 CONTRACTOR'S FLORIDA LICENSE NO. £ (Je 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 Contractor? �d (erS 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? A/6 fei(e /4476= RC'E / 4/u- 7 /- '1 ' &(JNry, ' 3. Have 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: /7 l /aN9 6 ✓1 0o 0)9 ire - rarer ` 09or+ a n -Os ) 7S5/ - ti(D .37 .. - - / / ; `'/ 7 .- , 3 - / /.. *� o MIRIEffb 7 - ' 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? A/QWE 00301 -1 6. Will you Sukouract any part of this Work? If so, describe which portions: �/CS r '_/ )reefrpnq .242i / /ins/Z / /didf, oL » APE, 7. What equipment do you own that is available for the Work? dully /9// F tornenf ,/ €Sew ., 8. What equipment will you purchase for the Work? Nor e 9. What equipment will you rent for the Work? sloorr 10. State the true and act, correct, and complete name under which you do business. Bidder is: &A/DREW .Sift =t it( ICC END OF SECTION 00301 -2 SECTION 00301 -A SUBCONTRACTOR/SUPPLIER LIST Will your firm be doing all. the Work with your own forces? Yes No (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Wor 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 I E�{ RO Ci 2.& Ak.A. p Nei j 4 Hl�v><c t� l'C ft uAlG 1) ,.� 7>/3 t � 7 ood • 1os}1 /vv13E 2 r u Son rr) ? tr 1 i S, 0044 -cr-w or K.5 .5109 064 - thi± 3 oge E di a.fslzc 5itf f1:nce.e. Q. Box 7'10 2 i Ore-456 Ct4t', Ft. 3277 fraston Con%}ru 1 $ U77) `/3S 7N5$ 2, a a0 tA)8 4 �ot n,n $t►SP1AIDf ?2.S c9. Denvum P2 • Ls. yo crf # &k 11 1) IA ter AA, c. 32781 $ , yo75 422-93 x2, 9 , Co '" / 5 6 7 END OF SECTION 00301 -A -1 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 /rC/tcI frbi< LF 2000 $ / $ zoo B .5"."- f e s //,o -c. c F So a $ / $ !p , Co o c $ $ D $ $ TOTAL $ S-0 BIDDER: SAZ (Lea . SIGNED: BY: 4q /M A 9r✓Q2eu/_ZZ- (Print or type name) TITLE: 7r DATE: 6 - 2c. - // 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 00302 -1 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 00303 -1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: /INS - '' e ��-�o 11-4 ii / Signed: /'r OP" By i/p'A e. 4N1 44) .27- (Print or Type Nainc) Title: 7(.-.Side/i7 Date: (o ,2 s - / / END OF SECTION 00303 -2 • SECTION 00410 - • BZD BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ANDREW S 1 TE WORK , LLC , as Principal, . and OLD REPUBL I C SURETY COMPANY as Surety, are hereby held and firmly bound unto the City of Ocoee, • Florida, as Owner, in the penal suutu of, (5 percent of the 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. . • Signed, this 91 ST day of JUNE , 20 . 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 Reserve Reclaimed. Water Distribution System. 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 sbail 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 Docuinents (or any extension thereof agreed to in writing by Owner) the executed Amendment to the Agreement required' by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. • • 00410 -I . 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 clue. 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 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith , shall continue in full force and effect 11. . The term "bid" as used herein includes a bid, offer, or proposal as applicable, IN WITNESS WHEREOF, the Principal and. the Surety have hereunto set theix hands and seals, and such of thaw. as art 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 sat forth above. BIDDER: Strike out (X) non- applicable signature blocks and complete applicable block. All si_ natures must have their names •rinted or , below their signature. • If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (T'eJephone No.) (Florida License No.) 00410 -3 If Bidder is PARTNERSRIP, complete this sieLture block. ( (Partnership Nam) (Witness) (2) (General Partner's Signature) . (Witness) (General Partner's None) • (SEAL) (Business Address) Tele.hone No. Florida License No. • 00410 -4 If Bidder is CORPORATION, complete this signs - block. ANDREW SITE WORK, LLC (1 / ti (Corporation Name) A, r ,OK A �V i n ss) FLORIDA - ( / (btu) (State of Incorporation) / (Witness) By: 4/41/1/1-k6 (Name of Person Authorized to Sign - See Note 1) (SEAL) W Arl g (Au ' •zed Signature) (Corporation President) 28651 DIESEL SR., STE. 4, BONITA SPRINGS, FL (Business Address) 34135 • 239- 222 -6787 [,"UC /ZZ `Ai& Tele.bone No. lorida License No. • • • • • 00410 -5 • SURETY Witness: (If agency is not a Corporation) . OLD REPUBLIC SURETY .COMPANY _ . (Surety Business Name) (1) AS PER ATTACHED POWER OF ATTORNEY - (Witness) P.O. BOX 1635, MILWAUKEE, WI 53201 / (principal P usmess) ( , �1J i i , , (Witness) By: , (Surety Agent's Signature = See Note 2) Attest. (If ency i Corporation) . . BRETT ROSENHAUS .. I • (Surety Agent's Name) (C rporate Secretary Signature) ATTORNEY IN FACT / 7 f / ! Ej (Surety Agent's Title) Corporate Secretary Name) N "1ELSON, ROSENHAUS & ASSOCIATES _ • (Business Name Of Local Agent for Surety) . . (Corporate Seal) ' • k000 S. 57TH AVE., STE. 201, .LAKE WORTH, FL . - (Business Address) 33463 • . 561- 432 -5550 N/A . (Telephone No.) (Bond No.) - NOTES: • (1) Courrplet° and attach "Corporate Authority 13i Execute Documents" if execut 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) Surety Companies, executing bonds mus( appear on tbo Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is , located. ' . . . , 44414 -6 ATTORNEY -IN- FACT AFFIDAVIT STATE OR COMMONWEALTH OF FLOR 1 DA . ) COUNTY OR CITY OF LAKE WORTH ) Before me, a Notary Public, personally carne BRETT ROSENHAUS ` known to me, and known to be the Attorney -in -Fact of OLD REPUBLIC SURETY COMPANY , a • W Corporation, which (Surety Company) (State) oxeouted the attached bond as surety, who deposed and said - that his signature and the corporate seal of said OLD REPUBLIC SURETY 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 OLD REPUBLIC SURETY COMPANY (Surety Company) Given under my hand and seal this 21ST day of • .TUNE Zdeift, 2011 • EhtflaytirM (Notary Public) ELIZABETH TANNER Commission Expires 5/3/14 p�lo Elizabeth Tanner END OF SECTION . 4 e �� = COMMISSION # DD987439 %- • ^ EXPIRES: 'MAY 03,2014 1NWW,AARONNOTARY.cOrt1 00410 -7 * * * ......#:::: i::; -- - c-.. * -.. • . • ., * :.„COLD REPUBLIC SURETY COMPANY ..,‘ •4- .•.:?, e,..„ m.. .,,,, ro::, .:,..:,11 :.,::, ,'::. :':': ..,..... : •.., . . ........ . , ;* -:::<.,* :.:,.. ..H .!,.:;. ;: ::.; ':;.;.;. ;:.::: 0,... .. .:7, ',..... .,-,:. :', :4 1 f4 * --,,,::-' ,:::*, ::: .:2: ., .1:k ''' ......''' ••: POWER OF ATTORNEY .W ' ri '.1 .r ,..f .'',',.. ... , '`,. • ,?. -... .(k -:,::,: 1. •:::,:: ;:r KNOW ALL MEN BY THESE . ,.PRE$ENTS:"'That , OLD REPUBLIC SORET:Y COMPANY, a Wisconsin stock 1nsureribitbrpbration, does make, constitute and appoint i'W -....-... . •".;" %:%:. ,..,. % ,:v• ::.:', ::, :'..'% .,....,..,.. -,.... ._::::..,,,.:::::. ...: ,,, . !.k. ' :!..kAg # 7 .% '.. 'F' BRETT M ROSENHA . ftS; OF LAKE WORTH, FL f ,..,....:...: .:; A : .,....' :::p:; ....:•:,:;,i - N its true and lawful Attorney(s)-in-Fact, with full power and authority, not exceeding $10,000,000, for and on behalf of the company as surety to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (otherthan bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of Installment paper and note guaranty bonds, self-Insura.nce workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: .. .. .,......Ir '..b ALL WRITTEN IN AN AMOUNT NOT TO EXCEED AN AGGR TE EGAOF% ,. ..-. , . FIVEMILLTONTDOLTARS).($5.;:. '..i;. F( AY 41SbtE ,,. ...1.-" • 4; ..,,,' - -4. :•.:. 1 .P: .,..,, OBL IOAT:I 0.14 , ::.iRE4ARDLES S .OF'':': THE NUMBER OF I NSTRUIv1ENTS 1.8 Segb FORd'''TH04L ISAT ION 4 .:::::.. ;h ..:::''' • .*;.::.. :,. -:•,....:::' .' ..''... :!'4 n .. ... ,. and to biNti OW REPUBLIC SURETY COMPANY thodo:-.iiii&o.of the acts of saic pUtitigint to thee'e pi'eseqe,?'eittiVr'''x.*: ratified ant..cdnfirMed. This document is not::::Valic unless printed or colored background and is multi-colored. This appOihtment i*iniade... under and by authority of the board of director at special meeting heti on February 1 8,•.1.982,1this Power of Attorney is sidnedinct$ealed .. "?. i by facsimile 'Under and by the authority of tffe-following resolutions dopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18 1982. i ::::..,,,,...,-, • ,.;:::::' •,...., .!: „::. RESOLVED that, the president, any vice-presidentor assistant vice president In conjunction with the secretary or any as istant,,,• secretary, .inay..appoint attorneys-in-fact or agents with 'atithority as defined or limited,„(ix.the, instrument evidencing the appointfrienf" •'• • in each ':case, for and on behalf of the company to execute and deliver and affix the seal of the to bonds, undertakings, recog- nlzaribes„.and:suretyship obligations of all kinds; and said officers may removoi.any or agent and revoke any Power of Attorney previously...granted to such person. ........................ :•::-:::::::.:. •:- :.:, .'' ..:. i' ' • t ..•: . RESOLVED. FURTHERthatany bond undertaking, recognizance, or suretyship obligatioi0011 be valid and binging.4pOrrthe Company .- :: - • -' .:. ' (1) ikhen signed' by the preskient'any vice president or assistant vice preStier*and.;#ttested and .sealed seat be required) by any secretaryor assistant :i 4,:- ,..'•• ....,.. „.... „.. ..... .. . i secretary; or::: :::,.:: a; ...., ..,........,..:,, ......,:..: ..,',!;, (i i) when signed by the preSident anyi'vfoetireSicientqr assistant vice present 'Secretary or assistant an coUflteietfd ''Seekliti(if a seal be required) by a duly AUthdrizedattorney*fact4ragent; or ••4 "''' ..::::' 'n :4?..I •••'.' :-., "'''.:;.:., %.:. • - ....." (iii) when duly executed aKcypEiOled 0 a seal bdrequiiad) by one or more aftornl eAn-fact or agents pursuant tolihet *Rhin The limits of: the authority • .....: ,. evidenced by the Power OfAftomay issued by the company to such person persons. :.:.:. 4: •:i ....: RESOLVED FURTHER,that the signature of any.:60thorged officer and the seal of the company may be affixed by facsimile tO,any Power•Of Attimey or certification thereof authorizing the exeCUtiop„artipleliVery of any bond, undertaking, recognizance, or other suretyship obligationOiofffiecompWand such • ,.„.„,....... „.......... signature and seal when so used shaithaVeltie same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by Its proper officer, and its corporate seal to be affixed this 25TH day of APRIL, 2011. 17 . . s .•4..:::,M.:'.• .... ,,,,,,.,....,,,,„, OLD REPUBLIC SURETY COMPANY 1 :,.,:r . , :: . •::.: , ‘: : :. :. „ , ?5 t.... rum., g % 0 k...; ....,• ,•?:.: 4.. I SEAL 1% E . - . ' - 6 ..../: - - ...... ... % i , 9., , , ,4 Se4rptary,::::: !..' .. . .. . . '-.----- '' I' '..: ...'1* . . ''i:. ... ::!:::: . ... :,':.• • STATE , ',O.F WISCON IN,'GOVNTY OF WAUKESHA - SS .:... .:':::.:- :.:,:. ,.:•:,• t-• • .,.'',.... r ,... :•:::: .'1,.:.• •:: ...::: - ::;;:* AiN.V On this. 25TH day of APRIL::: 2011 7 q' , personally carne before me, GERALD C LEACH:a and RICK k:4:1OHNSON to me known to be the lnelvidUals and officers the OLD REPUIJL1C.SURETY COMPANY who exettited-the*boVe . i , .. . .. . . . Instrument, and they each acknowledged the execu ...of the sarne, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesakland that the seat affixed to the above Instrument is the seal of the corpot'ation, ...........,... ,...•4.:4,,,,,... and that said corporate seal and their signatures as subli duly affixed and subscribed to the said instrument by the autikinlYer- . ,.... : . . . the board edireatOratif...sald corporation. . , 011 4 ' \- ";.*:'..:;;‘...,..' ..... .., , ., ..!'. :;.,' ' ... ''.‹:... 1 ,,, .:...". '.6'''''9 ,::,:':Vg-f ,:;.:: ...,: .';', :';:.: ? ig: t ioTAR b.) V ; :or'..-: : .;. •.:.: • :".,.., r;.* •-.. – — - NbtalPublic • • – , ... ,.:.. .4 .v. :.43 ::;; .. ;:...., .s? /e, k . v:::::.,:e-• . .., i t , ;i;: e l'O' °00,3° l r -... M -.:::::: .V .':"'. '''' . ir .. ... ,• ''. • ,:,... •:::. 0 „.. •.' • :.;'.:-:, v f, , 0 .,., <,::.• 5 .,: MY't - 12 / 0 2 / 2 012 .,,.., .,4 ;:.. • 4.e„ ,,,,,''.', 4 ' 4 V - Op m gt . 1 ...," • 1 ..,•.". ..(& ' '''''' : ' eg ) ,..'" ?,. :.i '..Pii:,V:M5i:W. .........,..' :T. V;:.:V ;:.:. ,-,' :::.:': f:.:0:V,U fe....ibtifiTIFICATE :::::: .r.i..; :::r • • • " , i:.% . ... :0•:: i.; - 'Vt. ' ..„......... ::::1 I, the undersigned, assiSt4n tc se4retafy • Cif;the 'PLO REPUBLIC $011p* COMPANY, a Wisconsirtgorporetion,EATIFY4hat the foregoing and attached Powei'tif Attorney remains In ftill force and has nottieeri-revoked; and furthermore, that he ReSolutk3ns cf the lroard of directors set forth in the Power of Attdthey, are now iriforce. .M 9 2 - 2 3 9 8 0 0.......,,, .A - 2 .:1"— ,.. ,„. 7 2:0T1 A ,.....•::•:::::-.'- City . -- d a y of N i uty bigned and sealed at the City of Brookfield, Wl this _ / 1-) NIELSON, ROANifiNsg & ASSOCIATES Assistant S.cretary THIS DOCUMENT HAS A COLORED BACKGROUND AND IS MULTI-COLORED ON THE FACE. THE COMPANY LOGO APPEARS ON THE BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT, THIS DOCUMENT IS VOID. ORSC 22262 (9/08) SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF fZ aR tbe9 ) COUNTY OF Z.-1.5 ) .414 , being first duly swore deposes and says: 1. He (it) is the ie 'A. 2si'e o,7/ (Owner, Partner, ffice, Representative or Agent) of /9iV/)l2Cr.✓ �,i c e.✓o+Q.,C< p (_LC . g ) , 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./ late � �,. By; f � FL— D Title: d ' 2ai% Sworn and subscribed to before me this 2 1 day of3L t.. , 3:068; in the State of Fl a t. t GI eX , , City of 1k Viaclsik HOLLISAADO 411111b. 3,•4 / .J L " — �% Notary Public, State of Florida • ,i L. \ CA E% Notary Public 0..t. Commisfi8f3 My comm. expires D758 Feb. 07, 2012 My Commission Expires: Feb b1 r3,0 1 c� END OF SECTION 00480 -1 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 �P — ZO ' Zo 11 ,z99g. /�/G7R v` S 7 v C C . By: 49 /Ph L'. (Title) Official Address (including Zip Code): 2geS/ s- 4. r1,9_spa/ ,,s , ,� 3y/ 3s ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. .END OF SECTION 00481 -1 SECTION 00482 SWORN STA'IEMENT 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 �NC 1 .f g(i A04 e ,9,v A &(A- ) �dc:� &3.,r (Print individual' ame & Title) whose business address is 2- 0s/ 2 #c 3 L _ : . Sv/7Z= �i739 S gin's, re. 34//3_1 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 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. 00482 -1 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any na tura l per son 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 age nts wh o are active in management of an entity. 6. Based on information an d 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, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS 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 THE I • ' +' TION CONTAINED IN THIS FORM. ,c4/,,/ 0. AvviNeod 77-- (Signature) Date: G — Za — /i 00482 -2 Name of Bidder (Contractor) STA'L'E OF F bn 4A1 0 g w COUNTY OF “erRG0.b, Ok) PERSONALLY APPEARED BEFORE ME, the dersigned authority, 'A (' Avikebo . who, after first being sworn by me, (Name of Individual Signing) affixed his /her signature in the place provided above on this 2_1 day of •2_c>[1 3 ak_SL , gees: 1 `1■ Notary Public `S' r Woe ' 17� Alt Nolary K O c S a e My Commission Expires: 'Feb r' 1 Commisslon #DD756668 My comm. expires Feb. 07, 2012 END OF SECTION 00482 -3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I have/ have not participated in a previous contract or subcontract subject o the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I have/ have not filed with the Joint Reporting Committee, the Director of th 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 retai/ c ertifications in my files. 1/ Date 6- 20 —2o //2 t g By: l /I/ - A e.A.Afired.4) (Si _nature of Authorized Official) S bgeb) S 11 �r.Joex a (Name of Prospective Construction Contractor or Subcontractor) Ze'(0S .Dies Et . Sw7E , 64.1k f s;ft 3V /3' (Address of Prospective Construction Contractor or Subcontractor) (239) W05. 7C '3 7 2C, — 321/ — 32 — ' 8 - 7/ (Telephone Number) (Employer Identification Number) END OF SECTION 00483 -1 STATE OF FLORIDA � +►'r .. , r�•d=- ,��s - -• DEPARTMENT OF SUSXNESB AND PROFE9SIO2•FAL REGULATION 1= "��'r�` CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 • 1940 NORTH MONROE STREET 'flu ? TALLAHASSEE FL 32399 -0783 ANDREW, RALPH CHANCEY 111 ANDREW SITE WORK LLC 848 WOODRIDQE CIR FORT MYERS FL 33913 ' fir "f::.;. r ��3�'- ,- ��i�'� "�f� '_ �'•' .- f � •� Congratulations! With this llcense you become one of the nearly one milllon NF_ >� , it Floridians licensed by the Department of Business and Professional RegutatIOn. t'gi`3,,_- _; �,. + •' '\ ,} �.' h r'( Our professionals and businesses range from erchitecG4 to yacht brokers, from ' `.:A� *.', boxers tO barbeque restaurants, and they keep Florida's economy strong, '1u ^ ;a7 �:. �° • ' f ".`'`'" . Evry day we work to improve the way we do business in order to serve you better. f,,<tl �. ; v'r ;`� ;: For Information about our services ptease log onto www.myfloridaltcBnsercom. *'�� ,e. " ' r �'� « r 1 There you can find more information abou ou t r divisions and the regulations that , ,,_ -, ; y; ! impact you, subscribe to department newsletters and Iearn more about the "i, ' kt 3 • �" Department's init Dhves, ,fir ,, � f` °. L S O °' " Our mission at the Department is: License Efficiency, Reeutale Fairly. We :�i Bo K.; a ws f ` 'f',+r constantly strive to serve you better so that you can serve your cu m stoers. -� y : c a ;�.,. d ►�; Thank you for doing business In Florida, and congralulattons on our new license!) ' •'Ir > ►! �' •� , }4 mo t'.: DETACH HERE �+ r ( "' r . - ' l 1 - Ur� .qq,, \\ .. I • - � J �'`�1�td�ii�:`>�i� .�T1yI'��•'� �v�sr fi�.tr. .. ..�. t ,! '� ,1r�06f3iYE•.��r .�1�!(� '. r �+sGJt' '11 `� � Y � / �1 .. .-� �1 Pr Y �11 a 'i ( . . ` �y vl4 e X` r d p °* 1# y,. 'Q � � � ��- } , _ �.t i• • �j ; � t►Ne o'i��)t• ii''al''r 'rl) � � . "" g. •r V i ` !• ll --, --, c , ti!, ,r�•r 1'`��11 ?�3 ,, a �` C1 a :�. �Cj9' 1 r:. 1.':ri �� Y. 4y,�'.. �._`. -� `--t \� �fi1�����at% :4.. r 'r A..•. �'fE �,.� . alt' �f xf,T! ^iJ - C{ ' 1 •:: yr��f,T�, .- y�.3��t;�._*....• �1, �f4��ir};y+`�i ?3r��py� `�3`' *''^ `��"`c„lrF t E� 3 1��i:f� ` ' V/. It ^.ti•� L•r.; =�: C�::: `•L': -;1 r�. ?'r�i 3 �t X 1; :1 c�"n71-i:ILr%� 1� ..1' =•.�, '•..; r� - 1! = L ' %'�_, ,•yCrlW � � y {!4 �Y /rf "4} f \'V.L..Yr F :�a� /tw �' �y ^,• 7 Y o r�; •��' �' ��`S�>•jt.! yY .'�•�!ti. l S r�k � • .�)1'>:"t�+o�y�.'iI`f'�3�c���� •r,� r ' mot, x.3r�r� 57 rr±.l'?q; , r { 1 •: r /,' a ��.ree It r „7 r r " 1 •; f ` r� •'�' i ^.):�) �C �J ���G��;�. �..Yl°�•� *�F�i i +�N / � � -_ - s r � `�� F l •- ; .,' ,.d b Y. �• '� � C ��'r ,���'FMlirr €.�..'•j;,�l!�,i1 ,��: - ;� �, �.r�''r:.},y•. �r c� , - •�>. - .t3�'� �'•F ��fGO3, .x.1,5 y� - "' ;� ; �?�r... ��;�: 7 , 4�' fr �°•Gf', ri�9; \.. ? �r y : S'^� � �; � r ;�� /fP. -• r4Cr.C��.,r���) f• .�v �' ' 1 ��. f �r_�R�},�`•+� 1 � ~�' _ "tr f R , w •. /y) .��r'`'1 lilt /,'i ;cz '�r�1 1�,,�. / {t. .,ice ^,�;vy�. , � }n�1 - •f��/�„�: °..I•'.�F '`�`,�� ,` l 'i i ! �� � = ��`�- _ _ r. �`�'�� 4y y(.+P •-~v: yA • , x 1' A l � Ir , I , F r_ tL� �•' S <,+•" �� r !:• : 1 �! � �G',..,` �. i.�_ r �I lSx � Y1_ ,.r.l r . � : rX _�( f r J i ' f• .J � 'jA, y h fr:� (v. 1 , - _ 1, J": �7 1d •!i / hti'� p$T''tlf G aAs �"' }/i n eL CYf �� ) 1 l l4k�� d q'( cylpyR��� .1 1 ,'' i_..�l�Y+� .. rim ,y ,ts�Jy /�; •�; Wit. � _ �'� a r •c- ��1'('/�- r7 (�J�(�}) r � 19 r : ' J _ r K r, :�•V�S lIG� 1 rb.� CS `1f '�« 1 "?k' �•-' . _.^�Jw`�t+Rt� f ;h(r�'�2 ,J:s:D��a t.54.. 11 "�.t '; -yy� l _ ? M �rr1�' � .. .:,.t.� , >j� '�'., `���/y:! � ~'� ,1.,ti � ° ,!r''�: :'�:�fi� y'i� "' ^ j•ica:f: :'� `= �7�.. rl:x: _[.: • f', • . .. i Acorn). CERTIFICATE OF LIABILITY INSURANCE catem RATE (l4UbO(YYYY) 04/19/10 vr>tJc� THIS CERTWCATE IS iSSOE0 AS A MATTER OP INFORMATION ON1LY A}4D CONFERS NO R)GHTS E$PQN THE CERTIFICATE Oswald grippe and Cony, Inc HOLDER. THIS CERT1HCATE DOES MOT AMEND, EXTEND OR R. o. Box 60138 ALTER THE COVERAGE AFFORDED BY THE POLICIES ElELOW_ Ft. Myers FL 33906 -6139 Phone:239- 433 -4535 fax: 239 - 453 -4148 INSURERS AFFORDING COVERAGE NW INfILFIED INSURER A vrstJYeld mm aaoae Ceapaey 24112 INSI.RER 8 YUB>i _. Andrew Site Work Ralph lndrow HonjtaMSp3 in �1 #4 ass RER Q. IxSI.RER >_ COVERAGES THE POLICIES CF INSURANCE LIS ItU 6ELOW HAVE BEEN ISSUED 7O THE INS NAMED ABOVE FOR TIE FOXY PERKA) 11101CA1ED. NOT AINNSTANDINO AN GLARELE NT,1V ,1 OR COMMON OF MY CONTRACT OR OTIFR Mae/ENT WITH Y TO W - CJ-1 TM C137>&TCATE Loy EIE ISSUED OR MAY PERTAIN, T}-E INBL.RANCE AFFORNJED OY 11-E POLICIES DESalre D HEREIN Ifi &E ECT TO All T)-E TKPIAS, EXCLUSIONS Pn7 CQVDtf0N6 OF SOCJ-I POLICIES AA'7CREGATE LIMITS 5HOVMN MAY H41E BEEN RIMMED BY PAID CtA.1148. nun wuf, - next Fti`E4:L .E 'PO{�.'Y QY�VIT1 LYR MRS, 7VVE OF Wgt.RgHcF 'Y 1 ,T BATE (111Mx VY) DATE tMoIIYY7 LIMB cs HIA L1.BLRY EACH OCCLRRE4CE $ 1,000,000 A X cccUAERCIAL PEERALUABILm CWr4547425 O11/15/09 09/15/10 k; . ) $ 150,000 I w o w s r4tkoE L OCCUR € o ow Easy ono pwccn) S10 ,000 X Contractual Ziab POI cNAL a ADV INARY $ 1,000,000 GENERAL AGGREGATE s 2,000,000 GFNt AGGREGATE UM1T APPI IFS PER: PRODUCTS - COMP/Or AAO 12 , 0 0 0 , 00 0 POLICY Z fi LOC _ - _- _— ALrreILOBILEI LIABII.MI Lwrc 41,000,000 A X hNYaro Cs4P4547425 09/15/09 09 /15/lt iti DYJIED AUTOS BODILY INJURY __.-"" $ IRO' pw�oal SCi'EDI lH7 Al1TD8 X HIRED AUTOS 8OOLY NARY X uoarraaul�ac �` $ w TE �NdNC� $ ~ GARAGE VARSITY AUTO ONLY - EA ACCIDENT $ AM AUTO _ CIII ER THAN $ AUTO °WY: AGG $ _ EXCESSAM+BR91ALTNJLTTY EACH OCCURRENCE $ 2,000,000 A X IocctsZ I Ir_LAnt,f.IAOE CMP4547425 09/15/09 09 /15/10 AGGREGATE $ 2,000,000 $ LEtY cTIBLE $ " -- Y— X RETEKION $ 0 s woRa s COMPENSATION AMP X 1 7061 LtM11 I 01 ESP X 1O1 L � "`T 10644921 04/01/10 04/01/11 ELEA0lAcclogiT $1,000,000 ANY PROPRIE MPARTTER .ITNE utlLLHNE OE I EXCLUDED? E.L. OL ALSV • EA EMPLOYEE $ 1,000 , 0 00 If G Yee. A R I E p'xicyUMrr $1,000,000 aP[crgL PROwurLS bekr. - -- OTHER .- DEsciwr16N or N]PERAT1ON8r LOCATIONS I V QCLES 1 EJLCLlJB10WS Aa7ED nY fNDORSRB(r 1 8PEcIAL mammas - CERTIFICATE HOLDER CANCELLATSON 12x0 *sotto /we a OF THE ABOVE oDsco ro vaULEa INE cANGR LFA BGFORG nig ExppoT1aN DATE THENEOP, TIC WRING NSUREt 1M L eNOCAVOR 7D Ww 10 DAYS WRITTEN mace TO TIC CERTIFICATE HDLnr,Ti MM® TO THE Let BUT FALLURG TO Do so $HALL Tnf ommationa 1 Purposes Only PE NO OBLIGATION OR UUBIJTY OF ANY laND UPON TIE KAMER, ITS AG6(TS OR u ■ ACORD 25 (20011Ae► D ACORD CORPORATION 1988 , O, . SECTION 00300.0 % a' BID FORM SUBMITTED: (y - 31 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE MONTGOMERY AVE/WHITE RD RECLAIMED WATER MAIN NAME OF BIDDER:J(j 5 \I 1itryIL 7 Co X15 4- u o f Qlt i'f'len G�SSO BUSINESS ADDRESS: 42 (,{.S) PHONE NO.: 3211 o3R8t CITY,STATE,ZIP: ; p k _ A i ' CONTRACTOR'S FLORIDA LICENSE NO.: C( / C,O iD Q 011 C_ - 22 2,, 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. 0:1 Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. 00300 -1 —N,i- --.- --------- .„.. .,....... OZ 4 c r IiHIiI •• 11�• N E t111111 co ` I c c : o u) A 2 N M a0 O (O co N co U) co r- N , C7 v- O in co c d v i - � Q aQ Q Q Q QQ Q¢ Q !94 (" CO J LL J J J J F— W W W I I) W W W W LLJ W W W W W w u) u) 6 N .E J v a) v w- -0 O o IY w } i:3- o ¢ L >-• p a) 0 w> a, N i c) , III (S co Q I CC CC U j v U��ilw W �1 c »www > I--I- >- O o 00 >>> �aW j fr w W U) U E ar 0 0000 w I CY >r o a 00 000 CC C - woo • 'E w cn ct U) o p XXQQQ ZZO I- -<WH00 E �O0XXX cr5(VZ`S�}QQS2 7 E 0 co op OOO >- r.--(6 0 C) c) J U) (n z zZ� W d (D CD � F = F = ~ 2� Ww -;-.- � o.) W 6: v) J CD (, g, 0 j 22� pz _a� » > o Q 2wwwWWg „ a5 w Z . „�J u- w W0 00� a w Ww w a ` ) v z 0wwwxzwww >>>oU)E -1-I- J J rx w wi J O2F-- Wa.W W W JF- - F— W WLLI QZ ZZO[nW Ja0 I — OUO CL a1= Q¢I- I- hUO >000 _ Z �oalZZ J • D TTQOOUC 0«<WJfY_h1 -F-- ° 221D CD CD CDc000 <000 W W .c • 7:1WI'(� o�222000222TTIW W WHF' J 0 A E5 ZZCJ U U2zz0C)C)C.) C)0 OOzz CD H uj 01 l zZ Z ; ; ZZZZZZ owo�� 000 I=oOww (DN o Q a, 2aU,- m(D V ar- ao(O44NN000U)U) :Li Ja'IXI` W E N Z o a ,C E - ,- N co u? I` a0 O) O r N M V ID CD I's' CO O) O c- N CO d' In (D Z c i i 7 7 7 7 7 r r r N N N N N N N m ° ) 3 5 > >> D D D D D>>> n a a>>> D 0 ILI 0_ E Z J 0 m SECTION 00300.0 BID FORM SUBMITTED: 6/21/2011 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE MONTGOMERY AVE/WHITE RD RECLAIMED WATER MAIN NAME OF BIDDER: Cornerstone Businesses, Inc. BUSINESS ADDRESS: 3936 Paul S Buchman Highway PHONE NO.: 813 -715 -0808 CITY,STATE,ZW: Zephyrhilts, FL 33542 CONTRACTOR'S FLORIDA LICENSE NO.: CGC045446 THIS BID IS SUBMIT1ED 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 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. 00300 -1 CO ------ Lc 0 r Z o c ccc c cc cccccccccc cr��cccccc c — i--. "a m ' N N N N N- - -. 1 j • z OOlt ?W N1oOD Co-.JCOcn.PWN A O (OOy Q>OT S�WN� d 0 p 0 c .. -- - — ' :/ m D OmmOO22000 '� 9) 4 'N in 5 __°rn1_N Zzzzzz- — cZ zzz =— �' m D ��Z I c r..00 immrn = = =nnammi0 mm0Zpcn000 >oo73000 " — X0 N Z Zw 0 — O21Q ° 0 --I)'> jl10131300C) -- p O OP2R1W 0222 i g mmm - + �m mrn� 0 0 m r- � - 1 - i cn o�«< mm m� ��m mO � Z 70 x � � 9 ' mm 7J m cnmRDDD« — 71�z — m 1313P Dpmmm« <_GZi CD m mm � > -- -1 -A m -Am<mc -- -- -- * * o `� y 1- ��v0 W = = 22 X 2 Z s ZZ *O p� ii 000 WmG) 22D XXXOO xx OOm � m D2C)C) zzz>Z v ° c ZZ " 22 pOC7 3 73 7 m M CO 73 O O O 0 0 • �� < < � ���� mmm < u mmn x Xmo Dcn ov'm mm <0 N e m C) n' m '-mac °o -< >D p 7.: m 1. o a)a co sv z1 ON a co cnm�r1mmrn lI�nnmI�nmmmiI�mnm��nm m�nnrn -I rrr r rrrr C M - < -< >>>> A>>>>>>DDz x -, 3 o 0 v, c m CO 1 1 Co 0 1 A' " `W -�iN �W O n co N ' W CD CO NO0- 1pp -a-a 3 ."t 000 N O al O� 01 O. ` '•< 4,,,4k if fib►. tea, . --( 4,E4. y •(v,, ( = ,-, UA; „~ ` `` -,-- „ ...u...--.7.--,1 .- N �' ND .: .N ■ ∎ 1� F c \5 t 1 . 0 1 ►N n �,.C.t 1 CtuS`1 I N p t 1 l t l l l 1 1 �I a, v al W - &� iiVfA tarp 4' � ( `4 4-4'4 4 4' M � �`�`C `� J o o Ni J � o � y 6 e ` O Q o 3 'o 1 i '� a ��N�11N1� o W oq � � W b N °q. ,�, n l 1 i 1i ■% I l 1 l l 1 0 l` o, 1 to `A� 1 19 i OR SECTION 00300.0 BID FORM SUBMITTED: lat 11 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE MONTGOMERY AVE /WHITE RD RECLAIMED WATER �MAIN � n� n NAME OF BIDDER: RCN LlE2 CAS! [ Krn , c UK J I�'.C�KI�d iTb r BUSINESS ADDRESS: 40-kpf} .w �t✓ ' PHONE NO.: 1 0. j,55 CITY,STATE,ZIP: I! Q , b .1 / CONTRACTOR'S FLORIDA LICENSE NO.: e • 3(DJ(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 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. 00300 -1 rr�� o �} r� (, p 1 d E O� a � m rz t-1s .s m _ in �— e rr' — ri � -S" c r p ppQ -- , V` m � 8 0� 8 °��202 �2 S2S3c — m c �C` Q 9 /� 9 {y - ._ Z �f M � _ � - — > c If7{I' �a?c r() ' . � O C ,- '- '<" ,r, WU N M CO Co M N M It) M 1 N . -- M N O O co W 3 40 cr c - r r to M = a E cb c v)cn <<<<>- s M J - W W W W W W W W W (f) co cc V ca E E a) E = U d . a) d (�/' m� c) I o _ Y } i O a) a) O J < (6 M : 1-1 >, < ›- g 13 _ — W 2 O CD U W> co c w oE 01 CI)a wwl�W U_U00w ( n CT o o 00 000 w ��� o o. UU 000 �c�cn WOO E 1/ o o X K¢¢ Q z z Z I-< W 1-O O Q22 : E 0 03 fn 0 0 00 0 00 0 0 >- "r c ° 0 0 S zz J �, .' ZST UC.0C7 W ❑ F- h = z 2 ZZZ ❑ W d cC o P � � F- F— ~ aw r1 F= r = = - 2 2 ww o -�� _ ' r .......-- - 5 J()J(0(0(0 -00 Z ❑ Z » J JJ � I.I_w W W W W 0 U� a_ N Oct ct o �a- »¢QQ2u -v) Li.i W0_WW 0 /C Z wW W w W »> -- 0(01"1 -1- J e D uj UJ ! J p = a a w w w- w w w Q Z Z Z O m J J❑❑ u � <<F- F- I- Up > OOO Z ❑ c....., zz=❑❑QUOpaaQ F - F- I - zp QQ _ ❑12 T22D COLDOC_CO<OCDO W W x �� - ) o~UUSST❑UU1IIIII W W WTI -� >> m0w zZ ZzUUUUUU OOzZ ZZZO_0_(90 < w p 0Z O - zz , ZZZZZ �I — rU�--r00(64 -aD644 N NUUUco co O J O Jwx H W :A...— i as N ❑ > 'O E� - NM tn(DtiaDp) O`"'NM�tf)CO(�aO� -`,..11.1g; M CD Z @ m - � � O � =O = = = � O c -- NN NN w > » » » ❑ » > a » »a❑ w 0 Z - U 0o .I - _