Loading...
HomeMy WebLinkAboutItem #10 Approval of Award of Bid #B11-05 Blackwood Avenue Lightning Project to Traffic Control Products fo Florida Sre center of Good z ;2r m...� y /f -•;\.` �"`�/.y{' lull '4%w AGENDA ITEM COVER SHEET Meeting Date: September 6, 2011 Item # 0 Reviewed By: Contact Name: Joyce Tolbert Department Director: r 1 W a t4 ■ Contact Number: 1516 City Manager: c / Subject: Award of Bid #B11 -05 Blackwood Avenue Lighting (District 3: Johnson) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to construct the Blackwood Avenue Lighting. All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by Pegasus Engineering. Bids include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor. The project consists of the construction of a lighting system along this roadway from Old Winter Garden Road to State Road 50 (approximately 0.25 miles) including 18 light poles which will be furnished by the City through a direct purchase, a load center, and the associated conduit, pull boxes, and conductors. The project also includes connecting power service to two existing irrigation controllers and a decorative lighted sign. The bid was publicly advertised on July 31, 2011 and opened on August 23, 2011. There were a total of ten (10) bids received with one (1) considered non - responsive for failure to provide a bid security. Bidder Total Bid 1. Traffic Control Products of Florida $ 81,138.27 Inc. 2. Chinchor Electric Inc. $ 88,852.13 3. United Signs & Signals Inc. $ 90,833.12 4. Himes Electric Company Inc. $ 91,834.58 5. Traffic Control Devices Inc. $105,260.00 6. American Lighting & Signalization Inc. $121,776.00 7. Southwest Signal Inc. $123,891.00 8. Control Engineering Group Inc. $128,083.55 9. Carl Hankins Inc. d /b /a Sheppard $132,615.78 Electrical Services All bids are available in the Finance Department for review. The Engineering and Finance Departments reviewed all bids received. It is staffs recommendation that Traffic Control Products of Florida Inc. offers the lowest responsive and responsible bid in terms of qualifications and price. Issue: IftwAward the contract for the construction of the Blackwood Avenue Lighting to Traffic Control Products of Florida Inc. Recommendations: Staff recommends that the City Commission award the bid to Traffic Control Products of Florida Inc., in the amount of $81,138.27 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received. Staff also recommends that the City Manager be authorized to approve *kw 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. Traffic Control Products Bid 3. Invitation to Bid #B11-05 4. Addendum #1 Financial Impact: Funding of $100,000 is available for the electrical installation from the CRA Blackwood Avenue Streetscape Project budget. 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 Slow 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 lkirow 2 ,.m3 ' - 47 �E .o. r m 0 W m �D N -f ON(0 a • m mom y a (D m o am a.agaa.,aao. cy m . c , oQaoo Wvm ,acomTR.00 mOo2o'D°'OEm W •• 3° g m o 0 o o E >>>> m o o m = t o m.z a W °-•x o '�� 0 3 v 'n c c 2 2' ?. 2 0 209 x D o a a 3• c m o' 4i T o _m m to j a a •= 0 3 rn m E4o oRow a o m m D) T‘ ,ER a 0 0 c Ag O •�P 3 o °^`° o � �.o o am aZZpoC z o d 3 m m p Ella 0 5353 a o a = y o o0a---50 0 D, 0• (D w co 0 y d <� a O (D m 0 N , (D .� O 41 c O o a FD ages. > > n m 2 Pi o 5 30 :% @ rn a a m m 0 N? — N y a N. (n 5) a< (D C O O O' < - .o CD a p D N - 7 7 E .2a gi ( W 7 ) 0 0 N m 2 a C d a yD <3 0 5 5 CS 5-5 (0 (0 o 0 7 0 m m 0 ✓ 3 a c cc a a 943 o 0 > 5 O C (D a a R. m o y m 2 • ^N _ O c N d 0 co O a3 3 J-< N m _ ( N -s ; O) (O N 1 Cs C Z 69 q N N fi A ( W W 3 O O 6169.5A 69 ()1 0 0 0 A W CD W o o o cn o -• < A < A t o <A o O o o C) 9 • r - o CO O O O O 4, -a O 4 0 0 0 0 m . m N D O CO o CO O o 0 o in O O O o O O 0 0 0 0 CO 0 0 0 0 0 0 0 O O co c o t0 0. 7 0 j) <A 64 69 D m 0 0 0) to N <A 69 69 <A <A 69 N 69 69 m O Q m W co ()1 V (n o W T _ A W W m "-sib O ,p N O 0 o A O (n 0 0 0 D. W CO O V O 0 0 01 O O C O V N O O O O .Z 00 0 0000 CA 0 > W 00 0 000000000000 -,W CCI EA LA VI fA � ? 0- N W .{ W r R1 y ((0 ((0 W A 0) 69 .93 '0 0 � V a N 0 r r N N co - (n -' 69 69 to6A0) N - O A ) 0. D O (n U) N V W N 0) N 0) (n V N O n a x Cn in A ioAA0O in0 Wo0 0 v m m O S A A 4 - N O O -+ V A (O O O O a m -� FR. Z o 00a, z n O N CO N W N N _( P N W ((0 W A W m (o 0) V (O WOO) W N(OA V K)mT -+-0 CD 0. 0 co j co (O N K3 -s CO A co N 0 Z CA O (n 0) W A co Co co V NO S N y R`I V in O V LA 0 00 Co Co N CO O C O m y CO 0) 0) N(O N O 00 A 0 (0000 C -I Z 1 EA EA A N2 N 0 69EA <A_ 2 _ S 01 N (00) W- (0(0(0(0 - O N A 0 0 N A 01 CO AAA O W 0 W V V m Q 0- i ) - ' 0 . 0 ) ( 7 ( 0 0 0 in Co Co Co , d 0 CO CO 4 00 W 00 A (0 0 0 0 O .< 51 -12z8 m - 1 m a c3 69 69 (9 <A D n' N W N (O N A V 0 T 4/0 69 � 69 � N m 7 13 P co o 0 W - -0 0 ( W 0 - W -aO N co X N (O CO N (O A- -+ O CO O CO 4) V V 0 W N O N O 0 0 0 0 CO W 0)1 m C ? 0 1 a 99 S9 69 69 696960 m a ..pp 6969 V N N VN (p N O, -' O O N� EA ER O O O O C7 m (n Co -+ O 0 CO A N Cn co co co 0 m Q . � O CO 000 A A ( ( a N O 0 0 2. 69 -1 a .=O 49 69 69 o Co C A D W V -' _( W N N V N m a co O CO -a ( ( V Q7 CO ( O OO 77 '0 W 0 N CO CO CI -a 01 V (0 (O O O O O a in o b 000 ? (O - , IV io 000C m 0 (n O 0 0 C 0 CD 0 0 CD cn O0o0 C E9 69 <A N 69 -.4 3 N W co (D N W N V 0(01 -(A�0 0 CO CO (0 EA 696900 CD CD 73 in V V (n0 N OO W OO(n0 m O O 0 0 00 W (O in Cn 0000 O O 0 0 0 0 0 0 A 0 O 0 O CO m SE G j 1 0.70 o e CO o *41111100, to o to <4 D a 3 Co--, oo o O W V O(n No(0001 W m = W A '.4-'0,0)0)0--.-'000)02 < 4, co CO 0 0 0 CO 0 A CO O CO cn 0 0 5 CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m /3 = K. 1 r r r r r r r r r r m m 0 r v, C O 0 ..: m 3 m :i1 Co o W o o c T m " ° -m °° m d m '- y A2 ton f m 3° g c p A 0 0 g g', >>>> m o ° g 1 gig _ O - W g-92.6 O 3 3E gm 0000 a z CD ?mto m a v mx v_o� 2 0- m 0. to aa3 v m mp m-R a m (n 3 a co �'� ='-7.: 3 ST 5 1, 4.9 lw s-° 43 J a W m J - N T T ?. n x m mo o- o W W `a n 0 c to m 0 a m m a:t1° OC - - T m 3 NNW g :Z= 3 E of o m o o m Oo z 6 m 0 0 0 - o-+ 0 53 N N .a W O 9. c 6 0 - 0 3 m 3 - o -o 0 a J. p n m 8 ` .a. m o to 3 o3 a a m 6 N m 3 CD m' o o to J >• a -0 a n O N ci, 8 S 01 0- c a d a m < 3 o o m J J to to 0 g o J O O o a 9426 o o . n 3 J N N N n 3 a J. .y.. O O ° i a j N (D n J', m m m N jp a)co -1 A A o0 -.- t NCn -s ....-' ....00 O C N EA 699 N N�6Adi d Z Q W IA (o a) W o EA co N N T o co t C o to o W W (A N 69 (A N O a) A X1 M M O O O V M N M M O O O o O O O - O o 0 O C) t 1 * CO O 0 0 ooa)oa)0) 4,0000 m 3 m • v o D O m (1) n O. _ - _ _ _ - _ _ _ r o T = Q o o _ z w m W q a d m Z z S N c m W NOV _ _ __- _____ a C) oD r' m 3 V -I G7 c O m p D C) r ° - T tv m .Z1 X c m , o 0 0 9 C-, m m c n _z ■ai -I - m w 0 to iiiii K n N O m m J m D a *0 WOW A Ac�o�V0- G c EA (Ao o - w to 0 0 ) (ON(J 0 0) 0) 0 . ( O A Z1 w 4, A ,c o W V t 4 cocoo O 0i 90) C) n - :. O (o co O O N O ()1 N IV O O O O m *)0 a) a) N 0 0 0 0 0 o 0 0 0 O c z z 1 m 'D 00 0) 22 m m O m we. 3 -) a = d 0 a CD o y m o m I - � T 5 m m rT . C N m 0 i Mayor • Commissioners S. Scott Vanclergrift \1e Colter of Good 1j ��1 2 g S g . g Gary Hood, District 1 i Rosemary Wilsen, District 2 City Manager O, Rusty Johnson, District 3 Robert Frank }'_ — f Joel Feller, District 4 e r CITY OF OCOEE INVITATION TO I 11 ®05 .. , BLACKWOOD AVENUE LIGHTING PROJECT y / \ k d - - 4 ___) / / ,,i '§1rrr City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org '20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY `fir NAME /ADDRESS/FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: Sp/ vey GC.- 1-7' / /7 22i-L G'oiya4t •, fix. 3335 _!r) Ike_v? Rocc odesseL, FL 333s6 #�9- 74 3 39 Rob f gern S/3 -9;z6 - 8846 (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of perfouuing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of 41 4rs, 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK - I The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perfoim services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT •' B11-05 Blackwood Lighting 16 Have you any similar work in progress at this time? Yes No 41,„ Length of time in business d•S" Bank or othe financial references: (D (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. �V c o ,V 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: s olikrr► No. 1 Dated zs I f L ( �0 1 i No. Dated No. Dated No. Dated No. Dated (remainder of page left blank intentionally) B11-05 Blackwood Lighting 17 N M 00 N N M 0) co 0 O 0 N r- O M O 0) O CO 0) O co N �- O co W 'zr ( r 00 CO �t CO C N N O T N N O 0 : co CO 0) r CO °M) Lo co O CO M Cn c0 T O O 0 ) O C O CO CO CO CO d• CO C° O Ln Lo M p N O co N O co W U W W W U W WW W W W W L W W W W W W W W W o W Z W W W Z • (0 II U_ 1.1 `i' a te . (X a IX LL >->- U U L a u- 0 Lt I 00 n co rn M LL LO LL C CL LL LO LL L L • M" L CO L V O t C) N . 4 . '..4- m- co co co CO U) W N M .4 LL X x 5 LL LL.. L. W LL LL. L LL W LL LL LL W L LL LL W LL W Ll u_ u_ LL LL L.L. W LL LL L.L. W W 0 W W W U W 1- LL U_ o U- N- r r r r r r r r r r r r r r T r r r r T r r r r r () F- a) O O O f J W O 1- p Z W p cn II p U) 0 z 0 0 L O W --. a- > m' z z ' a ¢ �^ z m z z a '� > W o � � aaaWo � a 2 aQ �aaa CD Li w Li O a Li O p O F- F 0 U_ W -� 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 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > co Lo O 0 O O O 0 co 0 0 O L`) 0 0 O O LL) 0 0 O O O O O L() O U L co In CO L`) CO CO CO co co co 00 CO CO to LC) LO M N O co co CO co O 00 co to r N r r r r r r r r r r T r T N r T r r r r r r r 73 a) r , r r r r r T r r r r r r T r N r r T W ..-- r T r T r T r r r T r r r r T r r r r O � z \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ 'CV-- \ -61--- \ .C.-- \ \ \ ...C' \ N N N N N N N N N N N N N N N N CV N N N N N O N N N r r r T T r r T T r r T r r r r O T r r C LL N U U U 0 W a N UL 8 } N= U) U 2-, O J Y UL 2 U C � �- W Z N C� O Q r in V O N �t V O O O 0 co r-(0 0 N. o 1- 0 r 0 �' c rn j F es - H j I-- -) m CO X H N. v r 0 _ < < O D W U) U) O) (n U) u ) U) > < U) Cn U) U) CO U) (n U) < U) U) U) W U) co o co r N co d' Lo CO N- co 0) 0) O r N M V' in CO O r N CO , c7 - co W co L 0) 10 LO 10 0 10 L L� r up N [0 0 10 L j 14 ) LO LO � C LO ( 0 L N N N N N 0 O Cn n .4- O O LC) LL) O 10 CO a O co co W n U o 10 (7) up Co Lo CO Z 0 0 v 0 v co 0 0 In 0 L a O 0 .1- o LL u) Q LL 0 CD 0 0 W Lo 0 0 Lo 0 1 in co p m L Ln • W LL L v IS) c , fx L° I L`) 1" o L U M `? 0 L_ 1. `� v • C (0 n. LL 7 LL Q Q �t LL LL U i LL LL 0 W Ln L'? I-0 u- LL LL U M LL LL- LL LL 70 `O 0 cc •° a O O o f r Lc) N a W 1 2 R' O o LL p a ce LL O W cc Q ' C7 p - Q ' :D L� w o o o LL LL x p p p o p u. 0 LL ct O u O p p cc 2 p o o O N p LL. u- 0) 0) 0 LL. LL 0 LL u- LL N r 0 LL r LL LL LL 0 O L.L. LL LL- LL. Q O) O) LL 0 W N 0 0 W o ° co 0 c o CA 0 N 0 N N co Li_ N U 7 'O O O Q r CO 0) 0) 0) C)) CO 00 CO CO CO 0) r 0) r r CO N r 00 0p r 0) 10 K) CO ti CO CL r_ 0 0 O) 0) C)) 0 0 O O 0 0 r 0) 0 0 0 0 0 0 0 r 0 O 0 0 0 0 LU O O O °) 0) O) O O O O O O O C)) O O O O O O O O O O O O O O O (-3 >. N N N r r r N N N N N N N r N N N N N N N N N N N N N N O W o m U U r N co ' :t 10 CO f-- co CA 0 r N M �f Lc)1 I- N- CO °) O N co c1' in CO r-- 00 °) F T r r r r r L.L r r r N N N N N N N N N �• H up O fir, N 0 N O 03 _,1'.-- .- v n co N co co co N p p p N M co o co Lo LL() co N CO co M _ O M O r 0 .4- Gr0 co O O O < 0 D r U U m U 0 o M o 0 0 0 0 0 oo 8 T `r 0 o ° o r W W w w `- W W W W L U_ U_ r r L r ti ti >> U m `a r qt z r 0 000 CO N ti LO l0 r N .4- .4. CO › - '� () O! LO N LO L N O O X X co N 0 O u_ O_ d> 0_ a L d co co co M ch O V CO CO U CO co CO CO 0 CO CO CO T r r r r r r r r r X W O_ LL. r r r c c) r C) -4 - t V LL LL. LL CO CO u. CO CO CO CO 0 0 Co V LL. LL U X X 0 LL. X X LL, h. co w w C Ln L0 Lc) to D L. LL m CO N` LL LL LL LL 0 p 0 LL LLLL 0 0 0 Ca Q 0 0 0 Q Q Q 0 0 0 0 C) ~ U' 0 r r r r N r r r r r t7' r n - 7 V _) -, _) - W LL W LL. r CD r , r r L L co Z L 1..1. O 1 r .- co CC I- CO I- W I- f- r W r r r I- f- n > , —� W Q J U > U w U U � cn to u) a) rn u) III O Q Q O a a a Q 0' 0.. a n. a a. a s Li Li U • I- L% W I- I- Li W C) I- W H W H H H f- F- F- J J J J U CV 0 o O o 00 0 o O o 0) O 0) 0) 0 0) 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0) 11) 0 0 0 0 0 0 0 0 0 0) 0 0 0 0 CO > 0 0 0 0 N N M '4) LO 111 LO LO LO 10 L 0 cr t M r r r T r r r r N N N N N N N CV N CV K) co N N CV N CO ` r r r r r r r r r r r r - r r r r r r r r r r r r r ,t W r r r r r T T r r r r r r r r r r r r r T r r r r T CJ W N N N N N N N N N N N • N N N N N N N N N N N N N N N N T T T r r r r r r T r r r r r r r ... r T r r r r C IL }} Z Z > 0 I-> a z N w Z >°- 7 w S Z CL a _ _. Z z z T . Q co O ( N M N O .Ti. M r, N CO (0) v> M O r 00 ti N 00 d O 0 0 ,-- o 0) CO CO N r r N) CO 0 CO M V U N > f C) fn ti o O_ 0 > 2 v 0. 0 Z: > v , :t. Z J -) -) -) -) -, _) _) -, -, = _) _) -) - 3 _) _) -) - >- _) _) _) -) _) -) Q CO Cr) (/) v) cn v) Cr) u) CO > CO CO CO CO CO Cr) CO CO CO CO CO CO ( CO CO 0 0 CO F- 0 0 r N CO M v:1 LO CO -. CO 0 O r N co r- N N N N co co co co co N M CO co co -qt. d' O ':t' Wit' '[Y W 10 LO 14) L0 10 L0 LO L0 L0 - L0 L0 LL) LO L0 LO L) 10 CO L0 10 L0 '4) LO LO 0 CO CO m Q F- >- 0 N M o o Z Q 0 cr O o W 0 Q o_ n O_ > o 0 0 0 tin M 00 = ❑ o L0 Ln E 2 D_ w Z c fI ix o u) Z = O in - c La d U Q U L VI Q O Q > M „'t .' LL Ct U N 0 _ 0 z N H N Z Z. 0 0 0 W LL -,D„ a re o = O M o= Ln 2= w 0 0 0 F 0 0 0= 0 0 0 Z o O C7 a - LL U LL U O u M U U U O O_ LL > co U ? cn cA N N= O u° 0 N o p L w 0 U W o I- N 0 0 0 O 0) LL O w L O = N N = N 0 LL c u. 0 0 0 a Q 'Cr N R O CO CO N 10 N- L0 in r N -4- d' CO O V' CO V' L0 N L0 10 N O O 0 O O O 0 O 0 O O 0 O O O O 0 O 0 CO 0 0 O 0 0 O LL1 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 } N N N N N N N N N N N N N N CV N N N N r r N N N N N - E o U a O r N CO I' LO CO CO 0) 0 1 r N M LO CO N- 0O 0) r N CO LO CO V H CO M co co co co co co co NI- d V d d V V �t NI- ) O co 10 L0 10 to I n N r - Lo k CO O p M N N o 0 N N O 0)) N 00 CO 0 M N O CD co M r N 0 00 co) V' M LLO 0 CO CO 0 0 N 0) O N 0 0) N N M LL Lc_ 2 2 2 2 2 2 2 2 2 �J `n ° m M -J g m N. co Q o N 0)) 0 W r 3 co 0) a) F co 0 o > co M 0 Q 2 Q � U a co 0 >- 0 >- >- a> 2 CC ( (0 0 0 00 !L Z Q Q co Q �7 U 0 U Q QQ 0 U 0 U) U) U) U) CO U) U) S V) U) co 0 X 0 > co 0 0 0 D 0 0 0 I-- F- F- F- I F- I- H F- I- co CO 0 a 2 0 2 2 U) r -) r 2 2 2 2 2 2 2 2 2 W X L.L. LL, LL LL U) LL 2 r r r r r r T r r r N r r r T r r (V r r 0 0 a CO CO Ill Q m m Q' a Q Q Q m CO a m m m m m m CO m 0_ Cl_ •< f- CO E- n ��� a aa a aaaaaa CL a a a a a Cl_ Cl. a a a N J J L� I- H F- F- F- F- F- F- F- F- I- • _U o 0) o o O) o 0) o 0) o 0 o 0) 0 o o o O O o o O o CD j 2f o 0) CD 0) o 0) o 0) o 10 o a) 0 0 0 0 0 0 0 0 0 0 0 0 o o a, o Lt) 0) 0 0) Lf) 0) o 0) co a) 0 0 0 0 0 o 0 co 0 0 M 00 LO LO M co L0 LO (O LO LO Lf) O O LC) O p` p 0 0 O O O M N LO N N co N N N N N N N o0 co r o co co (0 00 co 00 00 CD T r r- r T r T r r r r r r r r r r r r r r r r r W r r r T r r T r r T T r T T T r T r r r r r r r O O W (NI N N N N N -- (Si N N N N N N N N N N N N N N N N N co CC r r r r r r r r r r r r r r r r r r r T r r r r C ( 6 Q } co N 0 0 U ) a a 0 2 N N fX } O Y i z d' > d 2 E- W W Y Z U) co W 0 Y 0 2 Z F- co Q t 00 O CO Q v v N 0) L L ° M ) v I� d c o O M 0) co l'--- a a) ) 0 ) I- co — Z 0 Q Z of N C l >, N m m > F - ti ft D 2 v V) a) in U J -) -, - - 3 - 3 -) - 7 - 3 - 3 - 3 - 7 - 3 - 3 - 3 - 7 < - 3 - - 3 -) - 3 } Q CO CO (n () U) U) V) CO U) V) U) CO U) U) U) CO >- U) U) U) Cn V) U) co O r N CO d' co o N- 0) a) O T N co a) co Ti) co co co co co co co () co o N o (0 (0 co CO (00 ( (0 0 N. 0 Q co co co co co co co '4) '4) 14) '4) co co co a) co (0 L co L O LO 10 10 LO 0) O J m J O O o ° 2 v Z Z Z Z Z o Q v I _ F- NY = o ( Z co - 0 g O _O O O O Z -.-..-10 J J W W 2 2 J J co 0 o Q p is Q < Z 2 Z 2 Q Q c7 0- �4t 21-- U cc o Z Z Z Z _J Q o O_F- _O �0 F Z LU Z _ O 0 O Lo N 0 U J 0 I- F- W V- - o C CC CC W Z N• F - O 2 . O W 2 F - 2 1 - J J F - ce F - L L= III U p W Z Z H H H p W U Z J Z W W U W U == Z z _ a O 0 W (0 2 Z Z Z Z 2 Z 2 W O W NY I NY e U 0 W NY E. o r F- o LL F- LL H. CC Q ' F- FW- Y 0 z a) o, 0 a 0) Z a) Z LL LL Z Z U 7'p - 0 ccl O O NY (0 r r-- 00 (0 r co r - a LO a) ) a) (0 co 00 co O a) (0 N. 10 LS) LO a r Q o O O 0) 0) 0) 0) O a) a) O a) 0) a) O O O O a) a) a) O a) O W O O O a) a) a) a) O 0) a) O a) a) a) O O O O a) a) a) O a) O O U >- N N N r r r r N r r N r r r N N N N r r r N r N CO E m 0 44%60 U U V 0C) 0) 0 — N co 't LO CO N - CO 0 L = r N ` 7 d' LS) CO 1*--- 00 N a) .1 - LO «) 10 CO CO CO CO CO CO CO CO CO o O (` f� L7) N- I-- LO Piro 10 v "4- o CO CT D- M CO in (0 003 O N in N L j LO O In , co 0 L0 N O V N co O M ,- co , N r 0 0 O co 0 , co O r 10 Y Q} ID p O O O== O 2 p P. m N W - � Q > Q 2 W > W W W Lo 1.0 W Lo r 2 ° 2 N Ll. CO co Z Y p CO } V r co co c co V' co r- O X 10 co 0)) a. Y Q U I L L U d a. a. - Q ' - v' cc ¢ Y M r > c 0 < �. O O CO r CO C O C O 5 5 CO 45 r co N.- 1` W W Q Lo 2 J Q X u. N . u_ u_ u_ 2 g u_ 2 m< CO D Y p p 2 X U' Q -) X X X 2 2 X 2 O - p N rY N Q r L N L Q LL L N L = Ia. (( 0 U F._ _ LL LL I__ 04 co co U r r O N r N r r r r r r r r r N r T- T- V- I- C) v) v) C) in v) v) v) U) Q Q) UD W < a� W a a as a s aaaO a a 1- I - F HHH N c) H F- F- I- H 1- 1- F- F- F- F- H. H _U ...r > O O O 0) 0 O o a) a) O O O O O o a) O j o in o a) 0 o Orn O O o 0 0 o a) o CO (0 rn co a) o a) O o Ln rn n Lc o a) o r` LO O Ln O N r` Ln m co CO o 0 0 0 L Ln Ln o Ln Ln o 0) 0) N CO N 00 CO r CV U r r r N N r N r Cr) Cr) Cr) C r r r r r r r r r t- r r r ,- r r N N N V W r r r r r r r Q Z t)' O W N N N N N N N N N N N N N N N N CO O CO r r r r r r r r r r r r r r r r 0 0 O (B CC CC C N Z 2 � Y 2 0 2> O m --I J E 0 > > C) I- M N N > N N v > O O Q L W N O CO J Q r N J ` c O CC CO C A .� 1..... in 1.10 r _ r N 3 CO co o p I- v N Z Lo Z v Z r d N co O U' co cr U Z J -) -) -, -, -) -) -) -, -, -, >-- N Z Q CO CO CO CO CO U) CO CO U) U) co U) co co n (n X X X X X M t ti rr---. 00 0) o r M Ln CO r- 10 0 N. CO X X X X X X r- r. CO () h. co CO CO CO CO 00 O 0) d' CD X X X X W Q in LO LO LO LCD Ln LCD LCD LO LO 10 LO M a) CA LO X X X5 X>X a Y 1-- o Q J o o Z CC p rn 0[ 2 Z Y ° o Q J o Z ° o F _ O F- m 0 Q Y Y J Q O O U Ln Ln O Q Lo p M p co O J 0 Ch f " CO U) U U Q 2 W ° a ¢ 1 ' - U L I Li F- Z I F= * U `t U ° ft ° 2 ce rt O Z U Q w 2 0 0 0 0 0 Z O Z W 0 W _i O ... m 6- o U Ln U I 1- F- < 2 L.L. Z W L.0 (t CC c[ r t Q r 0 2 Li > J 2 I.L W LL U < ) m 0 1-- O O p� ZZ 0 H p U 0 CO D D Z U p Z 0 U UJ 17_ ° CO N Q 0) 0 Z F Z � 0 0 co ° O Z rn 0 Z 0 O O W CO N CO r. 0) O CO LCD CO CO co cc) co LO r ti LO 10 r r < O 0) o 0) O C)) 0 0) O O O O O 0 O O O 0 0 r N- UJ o CA o 0) O 0) o CS) O O O O O 0 0 o 0 0 0 O O • U >' N r N r N r N r N N N N N N N N CV N N N CV Ca U U d O r .:1 LC) CO F CO O r N M V) L ( ID O O 0 C6 1 1" - 0 < CO 00 00 CO CO CO 00 CD CA 0) 0) 0)) O O) r (NI E F-- Lc) - I l1rr d- (NI Z LO 00 * M o) o N 0 o Z co o N st % O N co > w LO X m _1 2 o co 2 I U) U) U) (n O) U) Waaaa 0 H I- F- H I- I- Z r r r r r r H it co (o cfl o m ( CO —� N v ° r'M J J H LL Q CD ((0 0) 00 M d) W I 1XX; ) J z 0 Q H U -� Z m H 0 r-i I O Q = w o 0 m f2 U + n g o Q w r o VC0mz(VI :2 o U-) Q 0) 2 o 0 U a ii c i w w Q u)) W ° E a a u F - 0 = H o 0 CO IY d o r` co N. ° - Q on o rn o 0 0 O V W o N N N C E 7 L U a o C N M 1- In CA:: l v (0 (000DOCO CO 1- I- F- LO • _I A LL_ - O • 1 O N J LL O p n " . J CO U w r L o L O O y an O E CC O (0 LO C V_ 0 _ 0 0 Z O • a) � N > Q o C C n m t O. • a (1) N C U Oa LU - o " a� col CT O > al CO C ^ a) J "a an CO a0 O - N Ln Tr 'C N a) p M ( f ) ,-.4 N Q N v) O M aO M f0 Lin N ,--I O N M O i LA �4- J 0 C l0 2 M E. LL g 00 R CO co - N O ' ,-I Li p L L •0 Q o, ro L 001 • ( (19 N ' , -l -I -; U L co - O Y o M O o 0 t0 0 0 0 0 - a0 n = 4 O M N Ln 0 O , - I N aP 00 lc° E N Ln 06 In Q N [Y CO C Z; O a) _ C C V • Q) 0 U O U a U y E .c. L d a) L U ,, C F H F- -O vi 0 0 0 > c p 0 0 0 0 L as .r2 E 0 0 0 0 N N N N Z in Ln Ln U , o u , -I N O (f O � d O M M M N J M N N N Ln Li M .1 N W C fa rti 2:2 - O ` >' 1 • _O O LL f0 o al C OZS (0 -Q E 0 N O 0 I- III 0 Cl � m o U @J a v f6 LY >- a) a) O v O 'O U C E O O v'� 0 LY L9 0 fa u U F , W O co as - -6 U O \ O O O @ L 4.... CO M M 0 t— �n C to - O N o N N ,--i 0 I EXHIBIT B 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) j /yo' Represents 50 percent of the difference in cost (Minimum Deductible Amount per Substitution Item shall be $1,000; Bidder may make additional copies of this page, as required.) B11-05 Blackwood Lighting 19 i r v w e r 0 n \� Cr. C p O 0 Q t'Ci ■ \ \:..,,,..N.,, N o n o W � oO a 0 8 N 1 z A NNN ' ` � � � � �• •° A i o N co < co O - O O ch ZJ E F-, r r r In c- r NI,- i a N co (O N N N - 7. (3 0 Q Q c g J co co < J J J J J u� uJ � CT r� - �\ co H I- m m J J E \, —° • w 0 W Q Q i tiltsev X J Z Z U W Q y III QQ < Q to D WZ Z 0 1 L 1J z CO m 0 w z z A i 0 0 A 0 0 0 < (1) � Q � CNS 0) 0 z >- O F-- O z O WE w O O m co 0 O >❑ z ❑ ❑❑Z F, CI OO W 0 (0 < < ° E Ili 0 5Q1DO06v000nD cL 11 `� I *4 W u- z • U cn f A Q O � w 0 u s -1 ti i,Vl l m lY � U O O v v o w<w< • � co W l Z 5 U U 1- 1- X w J ❑ J ❑ O Gzi Ct O (y ❑ ❑ ❑ ❑ m Q QO000 c6 li kik Z C�a❑UJ z z Z Z J OZO u O IL ■ ! 0 0 0 6 0 0 0 0 D 0 C i 1= Q Q C < U U U U H d w_ J (� J O a _ Vl �` G z z U0 0 0 0 0 0 w O Oz0zOz II �' r 4 I w �c z z z z U z a wa ❑a 0 0 d c mzww❑w ❑ Q =i Z10 1 0 H � ' d O Q J J= J 0 U C� C� 0 0 0 0 C7 z 2 z O 'a u 2 2 U W W J J 1 J J J _1 .� J �. J I-- 6 a &DA W s, ri -4 Il p C Sr, 0 i 44 1 r N r ` N r N T. c r N N LO L !� Qr C N N Q ■ W r r i N i r r r r p r r l ,t-:, 0, N 7 7 r N- N N l a' OP r r- ❑ A _ a 1 a O O M CO r r r r r Lc) � V O = (10 N- (- N- 1 N- 0) t0 ( � ,- r r W � a ,---+ ti J = H w f:A i Bid #B11 -05 COMPANY INFORMATION /SIGNATURE SHEET lik FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. Tc ct , C (f,\ � � cic c g t3 — (f)a 1- BH,S4 COMPANY NAME TELEPHONE (INCLUDE AREA CODE) 3[3- (pal -Li-oi FAX (INCLUDE AREA CODE) E -MAIL ADDRESS /,' IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Ka:re r-N U ieie 6 - (es`ictQ1ti+" NAME /TITLE (PLEASE PRINT) F5t' -1 OGtrrnaoiK ea. STREET ADDRESS 'limp FL 334e i CITY STATE ZIP FEDERAL ID # 5f-j - as 2,ws Individual ✓ Corporation Partnership Other (Specify) Sworn to and subscribed before me this as day of JC,I,S+ , 20 t . • Personally Known Ie or Produced Identification Notary Public - State of i O <'rl ,,t/ om, (Type of Identification) County of '∎ \ • 0-) Signature o j otaiy Public Printed, typed or stamped Commissioned name of Notary Public �:Y P BOBBIE JO STRONG " ': *`_ FAY COMMISSION # DD 890812 +, *,,7•A.9 . EXPIRES: September 18, 2013 ''' Bonded Thru Notary Public Underwriters BI 1 -05 Blackwood Lighting '. -. -.. 30 rry TRAFFIC CONTROL PRODUCTS /TRAFFIC CONTROL MAINTENANCE DRUG -FREE WORKPLACE POLICY SUMMARY In a commitment to safeguard the health of our employees and to provide a safe working environment for everyone, we have establish a Drug -Free Workplace Policy for Our Company. This policy implemented pursuant to the Drug -Free Workplace Program requirements under F.S. §440.102 and the proposed rule of the Labor and Employment Security, Division of Workers' Compensation. The essential parts of this policy are: 1. The Company prohibits the illegal use, possession, sale, manufacture or distribution, of drugs, alcohol, or other controlled substances on its property. It is also against Company policy to report to work or to work under the influence of drugs or alcohol. 2. Drug Testing of Applicants. a. All applicants considered as candidates for a position will be tested for the presence of drugs as part of the application process. b. Applicants will be asked to sign the Consent to Pre - Employment form. If an applicant refuses, he or she will not be considered for employment and the employment application process will be terminated. '4011" c. If an applicant's test is confirmed positive, the applicant will not be considered for employment at that time and will be informed that he or she has failed to meet employment standards. 3. Testing of Employees a. Reasonable Suspicion Testing: Employees will be tested when there is a reasonable suspicion that an employee is using or has used drugs. b. Random Testing: c. Post- Accident Testing: (Vehicle and Equipment) d. Follow -Up Testing: All employees who have been determined to have used drugs or alcohol and are permitted by the Company to return to work will be subject to unannounced follow -up tests. e. Return to Duty Testing: f. Additional Testing: Additional testing may also be conducted as required by applicable state or federal laws, rules or regulations or as deemed necessary by the Company. 4. Alcohol and Drug Use Prohibitions: 1 Drug -Free Workplace Policy Summary 'fir,,. Traffic Control Products/ Traffic Control Maintenance 10. A list of names, addresses, and telephone numbers of employee assistance programs and local alcohol and drug rehabilitation programs available to employees will be provided upon request. 11. A job applicant or employee who receives a positive confirmed drug test result may contest or explain the result to the employer within 5 days after written notification of the positive test result. If a job applicant's or employee's explanation or challenge is unsatisfactory to the employer, the person may contest the test results. 12. A job applicant or employee has the responsibility of notifying the drug testing laboratory of any administrative or civil action brought pursuant to Chapter. 440, Florida Statues. The lab will maintain the sample until the case or administrative appeal is settled. 13. The following is a list of all drugs(described by brand name and /or chemical name) for which the employer may test: Alcohol(booze,drink) Amphetamines(Binhetamine, Desoxyn, Dexedrine) Cannabinoids(marijuana, hashish, hash, hash oil, pot, joint, roach, spleaf, grass, weed, reefer) w Cocaine(coke, blow, nose candy, snow, flake, crack) Phencyclidine(PCP, angel dust, hog) Methaqualone Opiates(opium, dover's powder, paregoric, parepectolin) Barbiturates(Phenobarbital, Tuinal, Amytal) Benzodiazophines(Ativan, Azene, Klonopin, Daimane, Diazepam, Halcion, Librium, Poxipam, Restoril, Serax, Tranxene, Valium, Vertron, Xanax) Methadone(Dolophine, Methadose) Propoxyphene(Darvocet, Darvon N, Dolene) 14. Job applicants and employees have the right to consult the testing laboratory for technical information regarding prescription and non - prescription medication. 15. To ensure that drugs and alcohol do not enter or a affect the Workplace, the Company reserves the right to search all vehicles, container, lockers, or other items on Company property in furtherance of this policy, Individuals may be requested to display person property for visual inspection upon Company request. 16. Failure to consent to search or display for visual inspection will be ground for 3 Sire Mayor Commissioners S. Scott Vandergrift `C ,. 'e Cent tl olGo odll�, ip � Gary Hood, District 1 4toloye -• LOS' Rosemary Wilsen, District 2 City Manager O C Q E j `r Rusty Johnson, District 3 Robert Frank 1 f ;� Joel Keller, District 4 CITY OF OCOEE INVITATION TO BID #B11-05 BLACKWOOD AVENUE LIGHTING PROJECT �Arr City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org TABLE OF CONTENTS - FOR BID #B11 -05' BLACIKWOOD AVENUE LIGHTING PROJECT BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4 - 6 General Terms & Conditions 7 - 17 List of Subcontractors*, p. 16 Equipment Listing *, p. 16 References /Experience *, p. 16 Summary of Litigation*, p. 17 Acknowledgement ofAddenda *, p.17 SCOPE OF WORK, BID FORM, AND PLANSHEETS L-1 — L -7 Section Page Exhibit A — Scope of Work 'torry Exhibit B — Substitution List* 19 Exhibit C — Bid Form * 20 Exhibit D — Plansheets L1 -L7, also available as .pdf attachments on Demandstar 21 Exhibit E — Proposed Contract 22 -27 Exhibit F— Application for Payment Form 28 -29 Company Information and Signature Sheet *, p. 30 *Submit with Bid End Table of Contents B11 -05 Blackwood Lighting 2 LEGAL ADVERTISEMENT Invitation to Bid '`fir.. The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: BID #B11 -05 BLACKWOOD AVENUE LIGHTING PROJECT. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance /Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on August 23, 2011. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. No Pre -bid conference is scheduled at this time. 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 under Finance /Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the 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 fee as prescribed by statute. Beth Eikenberry, City Clerk, July 31, 2011. B11 -05 Blackwood Lighting 3 CITY OF OCOEE INVITATION TO BID #B11 -05 BLACKWOOD AVENUE LIGHTING PROJECT INTENT: Sealed bids for Bid #B11 -05 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". All work to be performed by the bidder that receives the Award shall be performed by a person or persons who are appropriately licensed to perform the work required under the laws or regulations of the appropriate authority(ies) having jurisdiction. The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the Blackwood Avenue Lighting Project in the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation, B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407) 905 -3194, or email jtolbert @ci.ocoee.fl.us and must be received not later than 12:00 PM, local time, August 16, 2011. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only by the Finance Department not later than 2:00 P.M., local time, on August 23, 2011. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e -mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 -2258 at 2:01 P.M., or as soon thereafter as possible, on the above- appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. B11-05 Blackwood Lighting 4 E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: fir.► a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References /Experience; c) List of Subcontractors /Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. G. No Pre -bid conference is scheduled at this time. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder *4 111.■ to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an Stay award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of B11 -05 Blackwood Lighting 5 real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and /or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. ,,,, The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally). B11-05 Blackwood Lighting 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid, A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note that Cashier's /Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other !, requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the bidder's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable bidders will be returned within three (3) days after the City and the successful bidders have executed the contract for work or until the 91 day after bid Sow opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2, PERFORMANCE AND PAYMENT BONDS None Required if contract is under $200,000.00. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the Show City's rights and remedies hereunder. B11-05 Blackwood Lighting 7 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting err discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. B11-05 Blackwood Lighting 8 6. DISCOUNTS: "" a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Warranty offered • Experience with similar work • Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. B11-05 Blackwood Lighting 9 4. The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten (10 %) retainage until the job is fifty (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five (5 %) retainage. All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty -fifth (25 business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C -0; and • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City- issued purchase order. Construction time will be forty -five (45) days for substantial completion and sixty (60) days for final completion from the Notice to Proceed. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, ,,,,,. including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous B11-05 Blackwood Lighting 10 Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from B11 -05 Blackwood Lighting 11 proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in Saw the Bidder's files. The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for Slow an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: r B11 -05 Blackwood Lighting 12 "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public .• building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES /FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the kolirse Contractor, and the amounts of such insurance shall be the minimum limits as follows: B11 -05 Blackwood Lighting 13 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) Slaw • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non- contributory, • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor, The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual 401111w liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: • $100,000 Any (1) Location • $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. B11 - 05 Blackwood Lighting 14 • i ACORO. CE RTIFICATE OF LIABILITY INSURANCE DP ID JC DATE(MAUDmYYYY) FRAZE -1 11/09/09 PRODUCER THIS CERTIFICATE (5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL 0 INSURED INSURER A: AR 5.0 '.EL, A• or 5•ta.r INSURER II: — Contractor's Name INSURER C.: Address USURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW NAVE BEEN LSSUFD TO THE INSURED NAMED A00VE FOR THE POLICY PERIOD INOICATEO, NOTWITHSTANDING NIY FL EOUIREMEIIT, TERM OR CONO/TIOII OF ANY CONTRACT OR OTHER DOCUMENT Wflli RESPECT TO WHICH THIS CERTIFICATE MAY 0E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED OYTHE POLICIES DESCRIBED HEREIN ES SUBJECT TO ALL THE TERMS. EXCLUSIONS AND commons OF SUCH PO110E5. AGGREGATE LIMBS SHOWN MAY HAVE DEER REDUCED BY PAID CLAIMS. TNSRXTATIF`— POLICY NUMBER IMO/WOO/7M CNE- IOIICYE7fPfE L AT�Ti• LIMES N500 TYPE OP BIS URANCE Y O /WOO/ DATEIMUNO/YYI GENERAL LIABILITY EACH OCCURRENCE 51,000,000 X X COMMERCIAL GENERAL VARIETY PREMISES � U ante) 5 50,000 CLAII.IS MAOE El OCCUR MED EXP (Any me pusSn) $ 5,000 PERSONAL dADV INJURY 51,000,000 "-" -- GENERAL AGGREGATE 5 2,000,000 _ OEM AGGREGATE LIMIT APPLIES PER PRODUCTS • COM AGO • 12,000,000 7 POLICY n JEC Ii 100 AUTOMOBILE CAPLET' COMPARED S0IGLE UNIT 51,000,000 (ED a WdeM) • X ANY AUTO ■ ALL OWNED AUTOS lP dp Y INJURY S SCHEDULED AUTOS X HIRED AUTOS 000110 DUURY S X NON-OWNED AUTOS __ PROPERTY DAMAGE S (P81104581) 1 OARAOE LIABILITY AUTO ONLY • EAACCIOEIIT 5 OTHER THAN _ EA ACC I5 ANY AUTO AUTO ONLY: I AGO 5 EXCESYUMORELLA LIABILITY EACH OCCURRENCE S 1, 000, 000 X OC n CLAIMS WOE AGGREGATE $2,000,000 5 DEDUCTIBLE 5 RETENTION 9 5 WORKERS COMPENSATION AND X110 VII0110 ER EMPLOYERS' EACH ACCIDENT 5500, — I Al10 01000IETORlPARTNFJUFXELVTNE E.L. DISEASE • EA EMPLOYEES 500,000 I OFFICEILLIELIBER EXCLUOE07 0 n.4550+0*UndC EA. DISEASE• PORGY LIMB 5500,000 SPECIAL PIIOVI510N5Itlbx OTHER ' 1 Builder/1 Riek Any 1 Loa 100,000 1 Any 1 Occ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL 051085(0(13 The insurance evidenced by this certificate shall name the certificate i holders as an additional insured on the General Liability a Umbrella I Liability. Workers' Compensation, Employers' Liability 0 General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate bolder Lo added an a TT ETEd irEurEd k adi Risk. . CERTIFICATE HOLDER CANCELLATION oeooso 1 3"OVID NIY OF THE *DOVE OEEO RIB ED POLICIES Be CANCELLED BEFORE THE EXP111A110A DATE THERECP, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WM7EH NOTICE TO TIE CERTIFICATE HOLDER NAMED TOOLS LEFT, BUT FAILURE TO DO 50 SHALL City Of Ocoee IMPOSE NO OBLIGATION OR LUBRIIY OF ANY KIND UPON THE INSURER. ITS AGENT'S OR 150 N. Lakeshore Drive RElRE3EMAINES. Ocoee FL 39761 AUTHORIZED REPRE3EHTATNE ® ACORD CORPORATION 1955 ACORD 25 (2001100) s� /4 j ` �' N6 G B11-05 Blackwood Lighting 15 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully - equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Slaw 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT fir.► B11 -05 Blackwood Lighting 16 Have you any similar work in progress at this time? Yes No rr Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated (remainder of page left blank intentionally) i Orr BI 1 -05 Blackwood Lighting 17 EXHIBIT A BID #B11 -05 BLACKWOOD AVENUE LIGHTING PROJECT ' SCOPE OF WORK/BID FORM Scope of Work The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids from qualified contractors to construct the Blackwood Avenue Lighting. All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by Pegasus Engineering. 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 to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as: The project consists of the construction of a lighting system along this roadway from Old Winter Garden Road to State Road 50 (approximately 0.25 miles) including 18 light poles which will be furnished by the City through a direct purchase, a load center, and the associated conduit, pull boxes, and conductors. The project also includes connecting power service to two existing irrigation controllers and a decorative lighted sign. Substitutions: The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by the listed manufacturers. If the Bidder desires to propose an alternate manufacturer, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also supply a price for furnishing the listed manufacturer's product. If the proposed alternate manufacturer /supplier is determined "not equivalent" by Owner, then the Bidder must furnish the listed equipment and /or material by the listed manufacturer. (Remainder of page left blank intentionally) B11 -05 Blackwood Lighting 18 EXHIBIT B 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) Slow Represents 50 percent of the difference in cost (Minimum Deductible Amount per Substitution Item shall be $1,000; Bidder may make additional copies of this page, as required.) Stow B11 -05 Blackwood Lighting 19 1 1 I a F o Z 0 w a N U r4 PA C I o U A F .- .- N 0 0 o M 0 o) co v. d 'a g W W � N W W N N '-- r - 4 N-- } 0 0 1 a QQ < Q D co co co < J J J J J w 1 W (J_) N 1;7 0) E 4 n w H c j o 0— a f - mm a J - E illftv x z o J w CO CO Q U W 0 g Q 63-- cc w z z II - ,6•4 1 ca I- c w z z < A z Q 1- 0w0 Q � 0 U c z O w> WSW E z m r oo O O> 0 u) o ,00W ��o z o QoQ° U U > Q tY L 75 I j Ei ZO Q m co J ■ ■ O O PQ A Q co 0 _ � ' d5 ;ZS cn Lii l e i - Cn W F 1- Q J Z U v LL (n " 0 w< w< o Glo W wa 0 1- 1- 1 _ H Z o w aow o z W ( o_J 0) z z z z w -J<<0000 0 1 O z , o QO Q 0 0 0 0 I- J O w O w 0 t7 —I ° N Z z U0 c_ 0 0 0 O w O Oz OZOZ m II Z LU 2x w Z Z Z Z U Z O..W dada LL 0 Q W W z w 0 0 0 0 p 0 0 0 0 z 0 Z 8 . u 2 2 U W? w J J J J J J .J V J J 1-- co 4 a M W it CA • v 11 Q„ C i w LI, LO N �- N r N r ` ` N N CI Q W r r N r r r c- v- 4 O r r 6 i r N i i t i o i 0 E +, a H O 0 0 r r r N N f� r r r a e Z o M V- "" u) 1 ? 11.1 42 CI; U r r acl co r` ti ti r` r` ti 0 'C .: t` r J =1 H W c2:1 ■ 1 EXHIBIT D PLANSHEETS Ll — L7 (also available as .pdf attachments on Demandstar) ` fir Saw B Bid Name 21 ss OOa NOO NAl 1 y Sby`OZ r ..-:„ M -- m ., E it .l m .� x rn O S a . ` b uo y y r\-, �� J PIP r D mIP m G g m 8 AI 0 • . , t-1 . 51 . 1 " - i t' ' r i 1 \ \R \ © t \ ` �Yj PI '"' ‘ ..-r-,--, . t , l!'. \J,:j 16 , At _ i ` ' ' 1 _I c ' , 6 , iltr , 1., :,. [ .. 4 \ ,- -4 0 N z C3 ir ■ # , di R^ Y • , _i it t , s i } �J � j / `,dl Ril '� �L�j�11, r 9 �� � J ff' _ � � ,.,10....:1; 1 �� X- 11 6 '41160, cp ;is .: L 4, g rt .. ': sue `1 0 Z id b„? ..: . :Jr. t ,,,,, _ _,.__, ;, .., ; .,, r; 0 M n tl 7_ i _ . \\<'- `V&Atalli r=1 a _ L/I 1 F-'" . .;•::-,- ks,.. i ll -,,Irit IV r \ '. V III l , yz.1/4 • : gi g �' R c R n y O t) 1. R 1I tNi y y 1 N - < 1 i o 0 es. n < x O s � o m a i ' SS' ran c o w ,: fit/+ r. M A,xi . ° so �n L" k � 7-1 „ & tl a l y k y c ` z y , 1� DD P illii "' 2 yY ' 8 > = b oo y a� ,, O m br '` 1 - 0 <4 F6 �OQe r � m � � „, G.P og• o Nai -m M o f • k lay I r l !II 5Z, '' ii A , E A 1 / , 1� m e co y 0< ■ 1 = m i g a O m o z n 1 s s O p co P,i NeNowa,<r4W,M:n.VAo,vmvs-mraU.7 uul u� ,— ;1 Hlnln E;W7 ~. , W a 1 _Nri i i fv N � Y.'" Z',2 3� wry `N`` 2, W D 1--- cci�c^S� \ At I Z2xa xm§Ni EP AR Y�IY_Y Y_Y Y�Y ��� c;i Rgic}Sgip o ! Nu p P R i 3�Aq _�_k gam ma Q, gN a — gO�gO r eN � l x 1 li fl. inn iq; a g Y Y o A A n e ill S ,,, " s \ -T A DD `' as hhhi I3 3 �' MX 31 n .9 � ^ Y c � r 4 E n n.nn��S %SPnr�ln ? h M . b y iti.. 6 ro .8 il E 'Z) rt A m 4 2 wm1n HD Z e Ail — a m � a '■ , w mil m + +a 0,p T, `,T O1 In w W ° J �m 2 nn 0 b D mnnbbC - �I m y IAnI FA Y O y Vnl°alV 2x D '.I 2Y q ^ rr . ° N n z '' x '" A rn u' HO 4 la 41 i pnpD 3 r Q 4 rory R m 20 N 0 n vl V b£ 4 r x § g V "'� C 0, T GmiN x` V F D' po p n Q` k -, !-;0- m - Z F P �b >�DD2 Lah p N z co x Y �i�_COm< mla�P �°Im o rD- n O y a m y cx FAZx E - ib = ro rn $ x B Y o m on ^ C m g ° hbi�*i In mg n -0 o m �uiumew gig 3,' o +_ aa'1 _ ro . _ t4, C-7 g oiO , n 2 e�� 1v'u _ •yn -1 m m N Man a 0' n y -1 $ =) °w Man ^ VW $ 1 - ° m /-1 x b, Y �l o ' --2 D N N x R m 8 a, c m t R mM r s'■ N ti rt3 /I[ 4 ,.. ♦v - _ _ P. '40111111," EZ ii .8b q m S iv 3 a C, a 1V �v to W e ,a v ,n W ti .8 Q ■ W D D D D D D D D D D D D D D D D D n ^' d .2 d ry a !It . 1. 'a L, i. L,,, w L, t∎14 a a x a Y f a m w ± + + + + + + + + + + 2 . N L, �+ 1� o + V . w 1 .L ��°v ! ° -a OO N'am D T W, N ry W ,n k. N O it tr., G W Ni 0 ry a',5", l'il a ff ■ N q O, 0, 1 1 ON In v, IT 01 of ON 1 1 O. o, a, o 2a r- ill F i $otiNg zs � 0 gi ww yy� t, � n O O O O a g 0 0 0 0 0 0 0 g 0 0 0-. fn .. O , N 1 mu iA 8 RI N N x'NN v> ',-.^ NN NN W R"S ib b 4 O o :l I k t� 4 u1 m k. w N.e ��{1 y b a a 24 Y A 1 �i gg � � IBS � VI �i Y =1 �1 =, � ' `' � - a Y a y 'i � a ry a >iqe { u u� , In t, om {{H,� , u H . ,. , to 4n H ,-,,' { H T i '- W W t W ,N., W W W W W W t 1 4 W W 1 le Y Ei ' ; r n n^ n m m s i N �" ? i ,, m' i s Z ' ig) „ a ix; S2 v PI 1 rt I , t 1. . AAA it 1 r s 8 b n n . a T $ $ ° �'' o f" m 2 A n g 3 m o ' B n, m o o m ro 8 ' s a a M. `n i.........._______„......„ h x 2 - R1 0 a sz m d 0 o bO Apo � m ° obi n m :7-,-,It —1 .c U o q IMF 1-T, e $ AIL y II Now .z r o� W „,,,.W us,, - F 3 a T O gr srA.20h00.00 I g w, 8 - I 1 I II II . T� _ _ 1 I II II `� q" om • I� I �p5 Ps P PI I I �l 1 11 11 1 i�v U TI ° L @ °. ‘,...0..,,.... �. " I � � �t$T$a`h __ _ 1/ I x ?��cyi'Ammm =rw'; t' bAa ` �7� i c g x.. l0 t xy NA i {V /N 7'ER GARDEN R � r T m 1 � II N � I TNm '''i. f� • o X I I ; oq ii 9kiDic >t q ' 'L I 1 _ /1 o P Y gc. g II 6 _ -• -•nom _ = _.-., � � _ _ _ ,-4-__ �` — _-� -. _ —. F ii - il \ \ \ p� 65' 111 ' � .s I 11 II � .. ; .'.. j ,� ti — -.., oPy 1 II I: • ,^2 Z I I 1 11 II II 1.1 ; hz,a ° 8 it '''§ g b to 3 4T I EA I I $$i'-' .. ER ' O g C, 41,',,I1 . . MNO m I rn :.-4, I ° a n I 1 yy�, y y ( y P. L I m S r3 rn '§ °gv; 1 11 n m ^ rr nn x 2 kR g _: g OP•Y - op o Py • m I L i ^ ›. -- 4 z o I w9> �a 1'III ill 1 ? a ,� m 11 I p I I� I ~� t >N} 11 II I JI 4 I >�� rl 8"''''',%':!2 L. b i$ I i 1 IF " °�"�' a-r.8 r I I D _ � ary$ • I I , �� sra.2on +so.r>{ ' • p ci % a a o 6 II I _ — -.. - __ --_ - • () u u n n n o n a ky II r --- o O N�a NUNN I f - _ - I I = 11_ - r., R Y i{ � , ' , i II 6, • • 1 „ O rn rn agQV�a > tko a •rlshif II Rill: 1 --1 a 'N a ', • 11iI II d sra.zoe +aa. `l• {� �� ` -1 - ' .r: 6 ; ' I d a $ y ofQ °N I I I III I I Ii 11 I I1 I f II o� r o '21, ILI \I Y i.,. . Py p yy � ,r �... �emgreM�n/ aJ��r�uWnnn :ewe,w..p ^t4'.:re�lF.v r�N�za: u_+✓n Lv - - -- 1 IIII ?It o \\ I n;� I l = 11 1 _ llll \\ i 11 I 11 \ -1 V. 1 i �g _.... "'I' J, ' Il lr -- 1 l /I ; "..I . \\ n R ' Y ° `4 1111 - N \ 1 lr 1 3°a rn� 1 "A 11 ` ' 1 0 2 : i .-YP, ? • � ° "8 !I I 1.- IIIJl t .A 9 i"sQ 1 1 11 m 1 1 aCY., , 1 Y 1 h 1 $ , A, 1 . 1 II T� 1 9 I II N BR, IIII m 1 b s I 11 � . 7 Ti N T .s r-A 111 I z � { n 3 #g N �Yot 1 'I ° c- 1 owe yY1, 398 I mi 1 "bS j B a N 1 t lop ! I ! . 111 1, I a�� \ -- - - -° � � Il 1I G � I:: . f 1: `. - - w - Yry 1 YL tl AP >V 1 ! , .1111 2 1111 b"Y l ;� m _ — � , II k1 �� on rn �Y zvaSi .7 C•••••• / � _ I a " = .= I g♦•1:•0.00 0 pp., .;.;.. � ¢ N � � A � — — — ai!u�L•a♦- G•1�AU•rwwwww JJJJm. ` 1 - _ � _ §;,0,0_-- TR ♦ ❖i 1 682 � rs Et* _:A E= o -- - - --- .; II ti: • 3 1? A P ^ • l il 0 ,. - • ::$ ' 1 bb l �" II •o� '‘itior 0 : ... _. - --- =.44, II V t34t:40....MeF ,, ......t.t •:j .� �.♦ �1•Jiii0•iJ�.,.!s, _ .R, (Q Bea F f II 1 -- - � �Q) 14. a° 11.1:.; v i $AU+ n 9r. R ' , N, . 1 • olr 11 1 j s m Yb s7q- 1 D aY� n'�s I ; Is Y w b "g I 1 Y I f I o '� �, i' 111 II III' 3$ rn 2 1 (I � I N( to r i! II � 1 1 9, ° N l r0 n m ' 1 1 1 W I I 1; Yw 3 98 I 11 n a1.1• — 1 ' aa.. 1 1 11 $ o Ill ': .J1 �, III ° Ill y r- mE Ill m 111jf 1 1 1aN 1 1 11 III { ` i 1 I I\' 111! ��J °4g o , 1 �I . 1 11 1 B a 1 • I \ 11fl • 1 1 1 \\ ; I II ? ' - _ _ $,A m V I � f� II III -1 ``,moo • N 1 11 N // ,• I ti ti O • • I E 1 '1 11 1 a YN iz 1 2 o i�w Ia 1 ���� I �I a n•/ P y I o wti I iI I l ' `` ' L —L u �fi� z hell ° " 11 -_ F � v) I II I s II q I I II I' l i om I, IIa II In dl - ________ 1 ,- 0 m Y ��i w _a.aW / nryVVO/ ��: vCC r/.bv�.:nn)v'gYlrN./.vl�� ?lf•� ! /21 /H' P5428 tV 11 1 11 I 1) _A• : „.,, A ,,,,,, , ,,, i , ■ 11 1 . STA. 21/+'• ; .77.--- # :1111H11M4 ■ I ill 7 4 ;:- .' ? I • . I -----','–,— —_-- _ i , i L 1 u '.',,, : tz.,..„-• i 11/ STA. 211+50.8. . * g u • ; R --O. • 4 •-•9_, 2 ?. 4:, r .'N : , - -n, • G eL i '4,' :1 t• 8,1 ,, . q . " f■, 0 1 i . 1 ILI"' ,....... =-, C",?-1 6 1 • 11 -It. ; 1 r , iL• • / R I 6e t r:1 I 1 4 . • 1 (3 <, 1 AS 1 e.,E3 2 A: • •1 r7, j ' 1 . -... iy° 8 F01 A ' • • 1 • n ke 11 8 , v•„-,- ■7 ,,, ,I'Z 4. . - . 8 , 1 li ', " ..11%'"" L. —I, " . t 41 // : •• i ' 1 1 --J 1/ ° ___J tit. Rgi• 1 : 4 4 II ti R;. --.^, -•••: .6 - ■...- ll ii -..t..,,A F.P --,... • lalit ii 'I ci .ii ,:,..- •.. \ LL] , . lillirse. 6 :1'7::'W-7' I , li. ...liti ) \ --: tr-' —.4411.111" _ — / / ._ __ IQ • _ _______ f-r> -- A. ‘,; , • &:".1 i q P I 81 --zi SR 50 rn 1 ' N -, SR 50 . I A 2 1 1 n) rn Ernf V P..T.P<Chq 1 . rl r, rn 1 n 8 " n" i / ---- ,....\ -q-----) r- ---- \ / . 'II ill 1,. \\ . ,.I 1 .• 14 1_ _ _f , - , rir. - 2 - ._ ._. - -< ,--) ----- — 3:0 \ T --- ---- \ 111 1I II . \ i1 1 II I I ' kz, ci & cn DD A s. o 6 s rn rn rrl ii! --I t ill 1 rn -1 (f) 6 440111., . POT STA. 20+00.00 r , 6, -- '" - L" , •; ,,,,- 14 ki .1 R — J i � III' " I ii=i II _ �60! a 111 -L= R 8;t a 0. P" , 11- 111 -11 n � T i l III =11= 111= 111 =111 - 1 IF g z I 1 - 1 =1 =1 1 -1 1— - _J. • 1 i III —III I II �I I I I I — (r( • 6 , ■v, CCCCC y _111_, 1 : • 1 CE _4 I ll -I gy � III L III 111 — III ar�o — g € i# 8 rn III -1- 111=T- -- 111 111 , m k m —II I= 111 M i a 1 11 1=111 —=111 �, p 111 —I 11 -111 =1 u= 1 -311_-L1— II —� •; - 1 la 1 I 11 = 1 11 0 a ll = 1 I-1 I I- g 11 L-_-11 $ m CC 1.1> .g a ''40;11'3 iliallw' 40 II g m ga r R .-.4-•.§.._,k qiiq,-.4 � �xv 2 K I t m 0 ,, °, PV .1. III 1L i 1 11=1 I I— z -1 =TTI —I I f 1 III �11E- _ '1E111:x ' •, I r n ^ .I III — I I I - rn o o _ — H 2 - € a � 1 I11 • • _ " n n r4,' A =111=111—'7 —. s ; = 111=111= : • J :111 -1l !E 1.._ =I11 =111 =1I I =1 • co 11- 111 -111 -1 a 111=1 I L b r a � - 111 I' _ m c 1= 111 - 111 - ° II _" ' o 1 "_� n 4 N z ��� =1 � � e n m z n III v2 A 'g 4 y rr m� 1 — I I � y D, m a ,V-%' y 111— m a e2 ZD DD rn O m m m 2 off % -*1 u) F x a ms r F. n m r o� ■l y )tw.a(•uN / /svx�cscmy� mu[ur[q. -`p• EXHIBIT E PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE B11 -05 BLACKWOOD AVENUE LIGHTING PROJECT Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed Pegasus Engineering; however, the City Engineer or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete (all work complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces) within forty -five (45) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within sixty (60) calendar days. All time periods begin from the effective date of the Notice to Proceed, as provided in paragraph 2.03 of the General Conditions (Commencement of Contract Time; Notice to Proceed). 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar -day period provided the work is considered to be Substantially Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that B11 -05 Blackwood Lighting 22 likaw proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE s law 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, (NUMBERS), which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the General Conditions. Applications for payment will be processed by Engineer, as provided in the General Conditions. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty -fifth (25 business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals. B11-05 Blackwood Lighting 23 Irw 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.02 of the General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to ninety percent (90 %) of the value of work completed, and ninety percent (90 %) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, as provided in paragraph 14.2 of the General Conditions, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50 %) complete, the retainage may not exceed five percent (5 %) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2% ) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the rate of 6% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor 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 or subsurface structures at or contiguous to the site (except Underground Facilities) that are identified in Section 00200 "Information Available to Bidders ". 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional 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 costs, 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 Contractor and safety precautions and programs incident thereto. Contractor does not consider that any B11-05 Blackwood Lighting 24 additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, 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 data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50 %) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: """ 8.1 This Scope of work Agreement (Section 00500). 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Performance Bond, Payment Bonds and Certificates of Insurance 8.4 Notice of Award and Notice to Proceed 8.5 Project Manual bearing the general title "City of Ocoee, Florida, Blackwood Avenue Lighting Project" dated July, 2011. 8.6 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee Blackwood Avenue Lighting Project 8.7 Addenda numbers to , inclusive, 8.8 Contractor's Bid 8.9 Documentation submitted by Contractor prior to Notice to Award. B11 -05 Blackwood Lighting 25 There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, as provided in paragraphs 3.05 and 3.06 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions, 9.2 No assignrnent by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Signature page follows). B11 -05 Blackwood Lighting 26 IN WITNESS WHEREOF, the parties hereto have signed this Agreement for B11 -05 Blackwood Avenue Lighting Project. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: APPROVED: BY: BY: Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE • THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , under Agenda Item • this day of FOLEY & LARDNER, LLP BY: Paul Rosenthal, City Attorney END OF SECTION Bi 1 -05 Blackwood Lighting 27 r► EXHIBIT F APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: P.O. No.: Project Name: Blackwood Avenue Lighting Project Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) B11 -05 Blackwood Lighting 28 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 personally appeared `'fir , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Nota r y Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative B Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) B11-05 Blackwood Lighting 29 Bid #B11 -05 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20_ Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B11 -05 Blackwood Lighting 30 e Ce nter of Good L1,. Mayor (S. ? g Commissioners S. Scott Vandergrift F 011 '� Gary Hood, District 1 g .444, lug" 3 E r Rosemary Wilsen, District 2 r City Mana er Rust y Johnson, District 3 Robert Frank - Joel Keller, District 4 Florida August 16, 2011 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B11 -05 BLACKWOOD AVENUE LIGHTING PROJECT This addendum shall modify and become a part of the original bid documents for the Blackwood Avenue Lighting Project. This addendum consists of two (2) pages. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 17 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: 1. Question DWG. L2 TABULATION OF QUANTITIES SHOWS ITEM 639 -2 -1 AS 255 LF OF ELECTRICAL SERVICE WIRE. WHERE DOES THIS APPEAR ON DWG. L4 ? I ONLY SEE 165 LF OF 2 "C.W /3 #6,1 #6G. TO PE SERVICE POLE. Answer The correct quantity is 255 feet of four conductors which run from the existing power pole to the proposed power service location. The 165' dimension shown on sheet L -4 is hereby revised to 255 feet. 2. Question WHAT SIZE WIRE IS USED FOR THE LIGHT POLES ? Answer The wire size is # 10. 3. Question ARE IN -LINE FUSED REQUIRED AT EACH LIGHT POLE ? Answer No. 4. Question WILL IT BE ACCEPTABLE TO CLOSE OFF BOTH ENDS OF BLACKWOOD AVE. FOR SHORT PERIODS OF TIME DURING SOME PHASES OF CONSTRUCTION? Answer Lane Closures during off -peak periods (9:OOpm- 3:30pm) will be allowed with prior approval of the City. 5. Question IS THE CITY FURNISHING THE POLE ANCHOR BOLTS WITH THE POLES ? Answer Anchor bolts are supplied with the poles. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org 6. Question CAN THE LOAD CENTER SHOWN ON DWG. L7 BE MADE FROM ALUMINUM ? Answer No, Stainless steel will be required. *41111'' 7. Question Does the City have a standard size of Pull Boxes that they require? This is reference to bid item #715 -14 -11 Answer The pull boxes will need to be per FDOT specifications and shall be on the FDOT Approved Products List. 8. Question Please describe what is to be included in Bid item #639 - 1 - 22 and #639 - 2 - 1 ? Answer Bid item 639 -1 -22 is the electrical power service and 639 -2 -1 is the electrical service wire as described in the FDOT Basis of Estimates and FDOT Standard Specifications for Road and Bridge Construction, latest editions. These items include all the labor and materials required for a complete installation. 9. Question In item E, a "Summary of Litigation" is asked for...uncertain of what exactly you are asking. Please clarify. Answer See Page 17, Item 23 of the bid document for explanation. 10. Question I would like to confirm that you are asking for both "Owner's Protective Liability" and "Builders Risk" policies for this project? Please confirm if this is correct or not. Answer No, Builders Risk and Owners Protective Liability will not be required for this project. The City must be listed an additional insured as stated in the bid documents. *lbw A dik �/'' 6' +'e 'Ter .ert, CPPB Purchasing Agent B11-05 Blackwood Lighting Addendum 1 2