Loading...
HomeMy WebLinkAboutItem #04 Award of B14-01 Peach Lake Manor Drainage Improvements (Phases 3, 4, and 5)I kz N %/� C)C 0(>F' Florida AGENDA ITEM COVER SHEET Meeting Date: December 3, 2013 Item # I Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B14 -01 Peach Lake Manor Drainage Improvements Phases 3, 4 and 5 (District 1: Grooan) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for improvements to the roadways and drainage infrastructure within the Peach Lake Manor subdivision; for improvements shown for Phases 3, 4 and 5 in the Construction Plans and Specifications prepared by Singhofen & Associates Inc. The work for these Phases include improvements to the secondary drainage system consisting of new storm water pipes, structures, curb & gutter, and re- grading and paving of existing roadways along Mona Avenue, Maureen Avenue, Jemima Avenue, Sal Street, Lady Avenue Perce Street and Ursula Street. The work consists of approximately 2,000 FT of new pipes, 24 new inlets, and 4,800 FT of roadway restoration. The project is located in the Wekiva River Basin area, and the improvements will provide treatment of stormwater in an area where existing treatment is limited. The bid was publicly advertised on September 22, 2013, and opened on October 22, 2013. There were a total of five (5) bids submitted; however, Masci General Contractor Inc. withdrew their bid due to erroneous calculation errors. Masci's actual bid was $479,444.75 less their intended bid; therefore, the City recognizes there had been a material and substantial mistake in the preparation of the bid. The mistake is of such great consequence that to enforce the bid would be unconscionable, as a result Masci's bid bond will be returned. The Public Works and Finance Departments reviewed the remaining four (4) bids and all were considered responsive, see the attached bid tabulation. All bids are available in the Finance Department for review. The bids ranged from $1,267,462.06 to $1,465,370.30. Staff recommends awarding the bid to Dewitt Excavating for $1,267,462.06 as the most responsive and responsible bidder, per the attached recommendation from Steve Krug, Public Works Director. Dewitt's bid is $248,537.94 lower than the $1,516,000.00 Engineer's estimate for this project. The table below is a listing of the responsive bids received. Bidder Total Bid 1. Dewitt Excavating Inc. $1,267,462.06 2. Allstate Paving Inc. $1,333,333.00 3. Schuller Contractors Inc. $1,385,000.00 4. Westwind Contracting Inc. $1,465,370.30 Issue: Should the City Commission award the bid for Peach Lake Manor Drainage Improvements Phases 3, 4 and 5 to Dewitt Excavating Inc., as recommended by the Public Works Director? Recommendations: Staff recommends that the City Commission award Bid #1314-01 Peach Lake Manor Drainage Improvements Phases 3, 4, and 5 to Dewitt Excavating Inc. in the amount of $1,267,462.06 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Masci's Withdrawal Letter 3. Award Recommendation from Public Works Dept. 4. Dewitt Excavating Bid 5. Invitation to Bid #1314-01 6. Phase Map Financial Impact: There is $1,791,242.60 available in the Stormwater Capital Improvement Program to fund this project, leaving a balance of $523,780.54 for this project and future phases. Type of Item: (please mark with an 'Y) Public Hearing For C lerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. = 5140 1 7 N/A Reviewed by ( ) N/A 2 WE\ / Oco(?e Florida Ma MEMORANDUM S. Scott Vandergrift Commissioners Date: November 19, 2013 John Grogan District 1 o pee Public Works Team Rosemary Wilsen To: Joyce Tolbert, Purchasing Agent District 2 Rusty Johnson From: Stephen C. Krug, Public Works Dire or District 3 Improving o great community RE: Contract Award Recommendation. Joel F. Keller District 4 City Manager Public Works recommends award of the Peach Lake Manor Project Robert D. Frank Phases 3, 4 & 5 to the lowest responsive bidder, Dewitt Excavating, Inc., of Winter Garden, Florida, in the amount of $1,267,462.06. The City received four responsive bids from contractors with the low bid below the Engineer's estimate. The Contractor has been in business for over 30 years in Central Florida. The City is currently working with Dewitt Excavating through Orange County's Clarcona Ocoee Road project to complete intersection improvements at City roads. Public Works contacted other municipalities in Central Florida to confirm Dewitt Excavating has successfully completed projects of similar size and scope. Prior to joining Public Works, Team Members have had positive contracting experiences with Dewitt Excavating on projects of similar size and complexity. This project is adequately funded in the Stormwater Capital Improvement Program. Peach Lake Manor Phases 3, 4 and 5 include improvements to the secondary drainage system along Sal Street, Jemima Avenue, Lady Avenue, and portions of Mona and Maureen Avenues, consisting of new stormwater pipes, structures, curb & gutter, and re- grading and paving of existing roadways. The work incorporates approximately 2,000 FT of new pipes, 24 new inlets and 4,800 FT of roadway restoration. The project is located in the Wekiva River Basin area and the improvements will provide treatment of stormwater in an area where existing treatment is limited. This project, along with the remaining Phases 6 through 8, allow the City to meet the treatment requirements, and support the recommendations, described in the Wekiva Parkway and Protection Act Master Stormwater Program. City of Ocoee • 301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905 -3170 - www.ocoee.org BID #614-01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 3,4 and 5 BID TAB Allstate Paving Inc Dewitt Ex=waltlnu Inc. Masci General Contractor Inc. Schuller Contractors Inc Westwind Contracting Inc asci withdrew their bia due o calculation errors-letter on file. The total bid price intended was Acknowledged Addenda #1 ✓ ✓ $1,470,559.81 ✓ ✓ Bid Security bid bond bid bond bid bond will be returned bid bond bid bond License Check active active active Required Forms missim form 501 ✓ ✓ DESCRIPTION - PHASE 3 EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE T UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE MOBILIZATION (5% OF BASE BID) 1 $30.000.00 $30,000.001 $30,500.00 $30,500.00 $25-008:08 $25 7 0990 $29,870.00 $29,870.00 $3,825.00 $3,825.00 MAINTENANCE OF TRAFFIC 1 $22,000.00 $22,000.00 $10,000.00 $10, 000.00 $5 -88&00 $5-000,00 $24 $24 $14 $14,210.00 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 $9,500.00 $9,500.00 $5,000.00 $5,000.00 $4408:00 $4888-00 $30,000.00 $30,000.00 $10,540.00 $10,540.00 CLEARING & GRUBBING 3 $12, 500.00 $37 $12,000.00 $36,000.00 $6- 000:00 W.009.991 $6,000.00 $18.000.00 $21.810.00. $65,430.00 EXCAVATION, EMBANKMENT, AND GRADING 1 $30,000.00 $30,000.00 $45,508.00 $45,508.00 $5- 008:88 $900.09 $54 $54,000.00 $42,680.00 $42 STABILIZATION, TYPE B (LBR 40 (12 ') 5,955 $4.00 $23,820.00 $2.50 $14,887.50 $3.00 $29 47588 $6.00 $35,730.00 $5.50 $32,752.50 BASE OPTIONAL GROUP 4 5,519 $9.00 $49,671.00 $8.40 $46,359.60 $41-00 $64708.09 $15.00 $82,785.00 $7.80 $43,048.20 SUPERPAVE ASPHALTIC CONCRETE SP -9.5 5,519 $7.00 $38.633.00 $14.75 $81,405.25 $30-79 $59450,84 $13.00 $71 $12.00 $66,228.00 INLETS DT BOT TYPED <10' 2 $2,500.00 $5,000.00 $2,250.00 $4,500.00 $2-, 5 $5 X06,09 $3,917.00 $7,834.00 $2 $5,600.00 INLETS (DT BOT TYPE D) >10' 1 $5,500.00 $5,500.00 $2,250.00 $2,250.00 $4- 957-99 $4- 957.89 $5,371.00 $5,371.00 $3,075.00 $3,075.00 INLETS DT BOT TYPED J BOTTOM >10' 5 $6,000.00 $30,000.00 $3,000.00 $15,000.00 $5 -437.00 $27- 285.00 $5,155.00 $25.775.00 $5,435.00 $27175.00 MANHOLES (J -8) ( <10') 1 $5,000.00 $5,000.00 $3,500.00 $3,500.00 $4.442 -99 $4-7 -92,90 $3,350.00 $3,350.00 $4,925.00 $4 MANHOLES (J-8) ( >10') 2 $5,700.00 $11 $4,200.00 $8,400.00 $6-792.00 $41- 584,09 $3,350.00 $6,700.00 $4 $9,850.00 PIPE CONC CULV CLASS III 15" SS 317 $30.00 $9,510.00 $60.50 $19,178.50 $33.86 $3043362 $27.00 $8,559.00 $46.50 $14 PIPE CONC CULV CLASS III 18" SS 366 $44.00 $16,104.00 $71.00 $25,986.00 $39.53 434 -46G-% $36.00 $13,176.00 $52.00 $19.032.00 PIPE CONC CULV (CLASS III) (48" SS) 1,050 $210.00 $220500.00 $175.00 $183,750.00 $324.56 $338438 -00 $93.00 $97 $232.00 $243,600.00 PIPE PLUG TEMPORARY STA. 205 +25 1 $500.00 $500.00 $600.00 $600.00 $7GG.G9 $799.00 $6,000.00 $6.000.00 $352.00 $352.00 CURB CONC (RIBBON) 3,930 $16.00 $62880.00 $15.00 $58 950.00 $40.00 $39- 300.89 $16.00 $62,880.00 $17.00 $66,810.00 CONCRETE SIDEWALK, 4" THICK 145 $35.00 $5075.00 $23.95 $3,472.75 $27.99 $393508 $36.00 $5,220.00 $26.50 $3 CONCRETE SIDEWALK, 6" THICK 791 $50.00 $39,550.00 $35.00 $27 685.00 $32.90 $25332-90 $39.00 $30,849.00 $33.00 $26,103.00 PERFORMANCE TURF (SODDING) 5,422 $3.00 $16.266.001 $3.27 $17729 .94 $2 48 $43 $4.00 $21 688.00 $2.70 $14.639.40 SUBTOTAL PHASE 3 $668,409.00 $640,662.54 $80444&07 $641,184.00 5718,45e.10 DESCRIPTION -PHASE 4 MOBILIZATION (5% OF BASE BID) 1 $24.874.00 $24,874.00 $23,000.00 $23,000.00 $39. 500.08 $19,500.091 $27,600.00 $27,600.00 $3,825.00 $3,825.00 MAINTENANCE OF TRAFFIC 1 $25.000.00 $25,000.00 _ $10,000.00 $10,000.00 $5- 000.00 $24 $24 $28 $28,410.00 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 $7, 500.00 $7,500.00 $5,000.00 $5,000.00 $4- 990.00 $4 -009 -W $30,000.00 $30,000.00 $11 $11 CLEARING & GRUBBING 2 $15,0 0.00 $30,000.00 $22175.00 S",350.00 $5- G90.00 $48499&98 $6,000.00 $12,000.00 $54 $109,220.00 EXCAVATION, EMBANKMENT, AND GRADING 1 $45,000.001 $45,000.00 $38184.00 $38184.00 $5- 099.80 $5499.99 $48,000.00 $48,000.00 $44,680.00 $44 STABILIZATION, TYPE B (LBR 40 12" 6,364 $4.00 $25,456.00 $2.50 $15,910.00 $589 $31- 829.99 $6.00 $38,184.00 $5.50 $35,002.00 BASE OPTIONAL GROUP 4 5,479 $9.00 $49,311.00 $8.40 $46.023.60 $11.00 $6G- 269.00 $15.001 $82,185.00 $7.80 $42 SUPERPAVE ASPHALTIC CONCRETE SP -9.5 5,479 $10.00 $54,790.00 $14.75 $80,815.25 $30:79 $59- 118.41 $17.00 $93.143.00 $12.00 $65,748.00 INLETS CURB TYPE P -5 <10' 3 $3,000.00 $9,000.00 $4 500.00 $13,500.00 $3- 339,00 $10-047-.09 $3,300.00 $9,900.00 $2 $8,895.00 INLETS (CURB TYPE P -5) ( >10') 1 $3,700.00 $3,700.00 $4 $4,700.00 $3 839.09 $3-839,90 $6,000.00 $6,000.00 $2 $2.965.00 INLETS CURB TYPE P-6 <10' 2 $4 $9,000.00 $4,700.00 $9,400.00 $3418:90 $7436.09 $3,870.00 $7 $3,685.00 $7 INLETS (CURB TYPE P-6) ( >10') 1 $5,700.00 $5,700.00 $5,200.00 $5,200.00 $4738 -00 $4448,90 $6 $6,000.00 $3,685.00 $3,685.00 INLETS (CURB TYPE J -5) ( <10') 1 $6,400.00 $6,400.00 $4,700.00 $4,700.00 $4&37 -99 $4 -6490 $6,000.00 $6,000.00 $7110.00 $7 INLETS CURB TYPE J -5 >10' 1 $6.700.00 0 $5 200.00 $5,200.00 $5707:09 $6- 707:00 $6,180.00 $6,180.001 $10,090.00 $10,090.00 INLETS CURB TYPE J-6 >10' 1 $7 0 $5 200.00 $5,200.00 $6-628,00 $6. 620.90 $6,300.00 $6,300.001 $10,540.00 $10,540.00 INLETS DT BOT TYPED <10' 4 $3,0 00.00 0 $4 700.00 $18 800.00 $3- G3G.G9 $32 X29 G9 $4 260.00 $17 040.00 $3 480.00 $13 920.00 MANHOLES P-8 <10' 2 $2 400.00 0 $3 000.00 WO $6 000.00 $2- 900:99 $5-818,09 $1 410.00 $2 820.00 $2 500.00 $5 000.00 MANHOLES J-8 <10' 1 $4 00.00 0 $4 000.00 $4 000.00 $4- 244 -G9 $4-244 -G9 $3 000.00 $3 000.00 $3 715.00 $3 715.00 MANHOLES J-8 >10' 2 $6 000.00 $4 200.00 $8 400.00 $5- 774 -G0 $13-542.88 $3 540.00 $7 080.00 $4 900.00 $9 800.00 PIPE CONC CULV CLASS III 15" SS 21 $30.00 0 $60.50 $1 270.50 $33.86 $714.06 $27.00 $567.00 $66.00 $1 386.00 PIPE CONC CULV CLASS III 18" SS 43 $35.00 .0 $71.00 $3,053.00 $39.51 $4.698.93 $36.00 $1 $68.00 $2,924.00 PIPE CONC CULV CLASS III 24" SS 31 $40.00 $1,240.00 $80.50 $2,495.50 $53.97 $1.673.97 $50.00 $1.550.00 $92.50 $2 PIPE CONC CULV CLASS III 42" SS 85 $300.00 $25,500.00 $155.00 $13175.00 $44736 $9. 958.60 $89.00 $7,565.00, $185.00 $15.725.00 PIPE CONC CULV CLASS III 48" SS 55 $320.00 $17,600.00 $175.00 $9,625.00 $134.66 $723589 $98.00 $5,390.00 $232.00 $12.760.00. PIPE PLUG TEMPORARY STA. 218 +90 1 $1.000.00 $1 $600.00 $600.00 $790,90 $700,98 $6,000.00 $6,000.00 $352.00 $352.00 CURB & GUTTER CONC TYPE F 2,946 $15.001 $44190.00 $15.00 $44190.00 $32.09 $36- 362:00 $18.00 $53,028.00 $16.50 $48,609.00 CURB CONC RIBBON 597 $16.001 $9,552.00 $15.00 $8,955.00 $40:80 4507998 $17.00 $10,149.00 $17.00 $10,149.00 CONCRETE SIDEWALK, 4" THICK 1 564 $35.00 $19.740.00 $23.95 $13,507.80 $2700 $4b 228:99 $36.00 $20,304.00 $26.50 $14 CONCRETE SIDEWALK, 6" THICK 420 $50.00 $21 $35.00 $14 700.00 $52:00 $4344409 $39.00 $16,380.00 $33.00 $13,860.00 PATTERNED/TEXTURED ASPHALT PAVEMENT 54 $120.00 $6,480.00 $300.001 $16,200.00 $489.90 $5- 886,09 $89.00 $4 806.00 $96.00 $5 184.00 PERFORMANCE TURF SODDING 4 717 $3.00 $14 151.00 $3.27 $15 424.59 $2.49 $13- 45.85 $4.00 $18 868.00 $2.70 $1273590 SUBTOTAL PHASE 4 $504,819.00 1 $491,579.24 ia89 e8a28 $579,327.00 E566,039.60 BID #13114-011 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 3,4 and 5 DESC N -PHASE 5 Allstate Dewitt Masci Schuller Westwind MOBILI N (59 OF BASE BID) 1 $8,000.00 $8,000.00 $6, 400.00 $6,400.00 $5 000 06 $S49G-0G $7 $7 $3,825.00 $3,825.00 MAINTENANCE OF TRAFFIC PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUIIQ 1 $15 000.00 $15 000.00 $7,500.00 $7,500.00 $a SGG-GG $3 $4,800.00 $4 $28,410.00 $28,410.00 1 $4,500.00 $4 $4,500.00 $4, 500.00 $2- 500.09 $2- 500,00 $12 $12,000.00 $3,280.00 $3,280.00 CLEARING & GRUBBING EXCAVATION, EMBANKMENT, AND GRADING STABILIZATION, TYPE B (LBR 40 12" 1 $12 $12.500.00 $12120.00 $12,120.00 $5-000-00 $5-000.00 $6,000.00 $6,000.00 $38,800.00 $38,800.00 1 $35.000.00 $35.000.00 $15,680.00 $15,680.00 $5- 090.90 $5.999.001 $12,000.00 $12,000.00 $14,870.001 $14.870.00 2.071 $4.00 $8,284.00 $2.50 $5177.50 $5-90 $:1 9 -200 $6.00 $12 $5.50 $11 BASE OPTIONAL GROUP 4 SUPERPAVE ASPHALTIC CONCRETE SP -9.5 1,911 $9.00 $17,199.00 $8.40 $16,052.40 $!1:1.99 $21-� $19.00 $36,309.00 $7.80 $14 1 $10.00 $19,110.00 $14.75 $28187.25 $48 9 $2G-s}14" $15.00 $28,665.00 $12.00 $22,932.00 INLETS DT BOT TYPED <10' 2 $3,000.00 $6,000.00 $2, 250.00 $4, 500.00 $3463.09 $7- 786,90 $3,857.00 $7,714.00 $3,285.00 $6,570.00 MANHOLES (P-8) ( <10') 1 $2 $2.200.00 $3, 500.00 $3, 500.00 $34414 G 13447-.W $1,500.00 $1 $1,995.00 $1,995.00 PIPE CONC CULV (CLASS 111) (18" SS) 29 $35.00 1 $1 $71.00 $2. 059.00 $37-51 $1- 987-79 $37.00 $1 $89.00 $2,581.00 CURB CONC (RIBBON) 1,440 $23,040.00 $15.00 $21,600.00 $10.00 $14- 400.00 $17.00 $24,480.00 $17.00 $24,480.00 CONCRETE SIDEWALK, 4" THICK 20 $800.00 $23.95 $479.00 $27-90 $549 -GG $36.00 $720.00 $26.50 $530.00 CONCRETE SIDEWALK, 6" THICK 34 E$40.00 $1 700.00 $35.00 $1 190.00 $32-00 $*G88 -G9 $39.00 $1 326.00 $33.00 $1 122.00 PERFORMANCE TURF SODDING 1 919 $5,757.00 $3.27 $6,275.13 $149 $4878.34 $4.00 $7,676.00 $2.70 $5,181.30 SUBTO AL PHASE 5 $160,105.00 $135,220.28 $30532:79 $164,489.00 $180,872.60 TOTAL BASE BID 1 $1,333,333.00 $1,267,462.06 1 1 $1,385,000.00 $1,465,370.30 Bids are listed in alphabetical order. Ra „n License check, submitted forms & references verified only on lowest three fines. Missing form is considered a minor irregularity. Highlighted amounts are price discrepancies on bid form. MASCI GENERAL CONTRACTOR, INC. GENERAL CONTRACTORS 5752 S. Ridgewood Ave., Port Orange, FL 32127 Tel. (386) 322 -4500: FAX (386) 322 -4600 Estimators Fax: (386) 322 -4543 October 28, 2013 Ms. Joyce Tolbert Finance /Purchasing Department City of Ocoee 150 North Lakeshore Drive Ocoee, FL 34761 RE: B14 -01 Peach Lake Manor Drainage Improvements (Phases 3, 4 and 5) Dear Ms. Tolbert; This letter is in reference to the above mentioned project. Due to an unexpended error on our in house excel spreadsheet, our bid total was erroneously calculated. It was our intention to submit the bid price of one million, four hundred seventy thousand five hundred fifty nine dollars and eighty -one cents as written on page 00300 -8 of our bid. Please accept this letter as our official withdraw request with the understanding that our bid bond will be returned to us. We apologize for our clerical error and look forward in future bidding with The City of Ocoee. If you should have any questions, please do not hesitate to contact us Sincerely, Cam` Leticia Masci Vice President SECTION 00020 INVITATION TO BID B14 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 3, 4, AND 5 OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance /Purchasing Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on October 22, 2013. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by Singhofen & Associates, Inc. as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the following: • The Base Bid to be submitted by a proposed contractor will be for improvements to the roadways and drainage infrastructure within the Peach Lake Manor subdivision. All work is to be conducted in accordance with the Bidding Documents. • The Base Bid shall be for improvements shown for Phases 3, 4 and 5 as depicted on FIGURE 1 and in the Construction Plans. The work for these Phases include improvements to the secondary drainage system consisting of new stormwater pipes, structures, curb & gutter, and re- grading and paving of existing roadways along Mona Avenue, Maureen Avenue, Jemima Avenue, Sal Street, Lady Avenue Perce Street and Ursula Street. The work consists of approximately 3,046 FT of new storm drain piping and structures, along with 12,909 SY of asphaltic concrete roadway work as depicted in the construction plans contained in the Bidding Documents. 00020 -1 Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/Demandstar by accessing the City's website at http: / /www.ocoee.org /Departments /Finance /Purchasing /home.htm Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. Demandstar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre -bid Conference: None is scheduled at this time. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B14 -01 for Construction of Peach Lake Manor Drainage Improvements" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 00020 -2 287.017 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.] 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. END OF SECTION 00020 -3 N !! t 0 400 FEET LAVI =1 i l .. _. _ _ ._ ._ ... ...........,1.., i 7 i i i i ►i ......, .,....,__._.__,_._.._,...,...., 1 12 ! i i _ �' i i i i i i i i� i i i i � ^'• "'�'� � 1 ,�ee ! [ i i i i ! ■■ ,q_y�..�'� ��ar'vl�ur "eY � �Srr'711�Ve"'eT� �111�Ur "e>F� ���II_Y!"!M ;t!! .... ..�.�r � � ���..�i.y,nfl•1yy�nr E _ �_ s.. �. ��.. ......�.e_e.....�....�.i.,_s.LCUX Mel UeR ww [ LEGEND Peem L le[ — - [11STING sTamp mice We Sruw u.a ee.0 ■MP FIGURE • PEACH LAKE MANOR PHASE MAP 1 Project No, 2008 - 017.10 V \000- Pea<IMyu OGN \PM- Plmeyop -Gq.. 10/11/2011 or�m C SECTION 00300.0 BID FORM SUBMITTED: 0: L (Date) PROJECT IDENTIFICATION: CITY OF OCOEE B 14 -01 PEACH LAKE MANOR DRAINAGE A IMPROVEMENTS (PHASES 3,4 AND 5) NAME OF BUSINESS ADDRESS: CITY,STATE,ZIP: NO.: CONTRACTOR'S FLORIDA LICENSE NO.: THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. / Dated /t� /5 �3 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.42 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f.. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. Peach Lake Manor Drainage Jmprovements PH 3,4 & 5 00300 -2 h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non - segregated Facilities (Section 00481) S. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 7. Corporate Authority to execute Bid (Section 00501) 6. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -3 absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 7. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 8. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased pipe sizes, additional sidewalk, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 10. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and /or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City's needs. The City of Ocoee encourages the use of minorities and women -owned businesses as subcontractors. Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -4 B14 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS BIDFORM 1 of 4 Phase 3 - Purple Mona Ave. (Sta. 115 +86 to 126 +50), Maureen Ave. (Sta. 200 +00 to 205 +15), Jemima Ave. (226 +10 to 230 +84), Sal St. (Sta. 300 +00 to 300 +72) !TPRA NO DESCRIPTION QTY. UNIT UNIT PRICE PRICE 101 -1 MOBILIZATION (5 OF BASE BID) 1 LS - 61, V ✓O J 60, 00 102 -1 MAINTENANCE OF TRAFFIC 1 LS It? 6W M00' 00 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 LS 110 -1 -1 CLEARING & GRUBBING 3 AC A �"' M1 C54 "I X 120.10 EXCAVATION, EMBANKMENT, AND GRADING 1 LS 01 X , � �' 5� P0 160 -4 STABILIZATION, TYPE B (LBR 40),(12 ") 6,955 SY 01 1:5L 1 p '� 285 -704 BASE OPTIONAL GROUP 4 5,519 SY a• 40 A01 �'� /•"�� 334 -1 SUPERPAVE ASPHALTIC CONCRETE (SP -9,5) 5,619 SY 1 4 ,745 9/ 425 -1 -541 INLETS (DT BOT TYPE D) ( <10') 2 EA 0 `/ ° '7, 4J0 0 425 -1 -542 1NLETS (DT BOT TYPE D) ( >1Y) 1 EA 00,00 4a 425 -1 -544 INLETS (DT BOT TYPE D) (J BOTTOM) ( >10') 5 EA c5' a 425 -2 -91 MANHOLES (J -8) ( <10') 1 EA 0, "U 0 �Aw' e0 425 -2 -92 , MANHOLES (J -8) ( > 10) 2 EA �/ a60� B 1V /G 430 -171 -115 PIPE CONC CULV (CLASS III) (15" SS) 317 LF 60, L n ' 430 -171 -118 PIPE CONC CULV (CLASS 111) (18" SS) 366 LF �+""`' 430- 171 -148 PIPE CONC CULV (CLASS III) (48" SS) 1,050 LF '�`� �� IRI 72 d 430 -830 -1 PIPE PLUG (TEMPORARY) (STA. 205 +25) 1 EA � 00 520 -2 -9 CURB CONC (RIBBON) 3,930 LF ��• 6 V 5X NO- 410 522 -1 CONCRETE SIDEWALK, 4" THICK 146 SY ✓• Y6 4 4 2, '7 6 , 522 -2 CONCRE SID EWALK, 6" THICK 791 SY 000 7 66 00 570 -1 -2 PERFORMANCE TURF (SODDING) 5,422 SY L '' �d SUB- TOTAL. PHASE 3 $ �(0.if Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -5 B14 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS BIDFORM 2 of Phase 4 - Yellow Lady Ave. (Sta. 13+•00 to 27 +40), Maureen Ave, (Sta. 205 +15 to 206 +70), Perce St, (Sta. 217 +45 to 218 +90), Ursula St. (105 +55 to 108 +65) ITEM NO. DESCRIPTION QTY I INIT 11NIT PPIf:F PPV"tF 101 -1 MOBILIZATION (5% OF BASE BID) 1 LS I'iJ GL(/- (��( C81av 00 102 -1 MAINTENANCE OF TRAFFIC 1 LS /01 (N l0 •0� 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 LS �gVa? 00 110 -1 -1 CLEARING &GRUBBING Z AC 120 -10 EXCAVATION, EMBANKMENT, AND GRADING 1 LS 160 -4 STABILIZATION, TYPE B (LBR 40) (12 ") 6,364 SY o/� �f� 16 9lO w 285 -704 BASE OPTIONAL GROUP 6 SY — 0 /P1 �O 334 -1 SUPERPAVE ASPHALTIC CONCRETE (SP -9.5) 6,479 1 SY � CJ�� /'> >v 6 ngl� 425 -1 -351 INLETS (CURB TYPE P -5) ( <10') 3 EA LLV 60 �� 00 425 -1 -352 INLETS (CURB TYPE P -5) ( >10') 1 EA 4 7 M D '% 7 60 425 -1 -361 INLETS (CURB TYPE P-6) ( <10') 2 EA -4, 70 0 �DU 425 -1 -362 INLETS (CURB TYPE P -6) ( >10') 1 EA V do +5".Ico a2 425-1 -451 INLETS (CURB TYPE J -5) ( <19) 1 EA 'Y; W60 .4, 425 -1 -452 INLETS (CURB TYPE J -5) ( >10') 1 EA D 60 5,r9 40 425 -1 -462 INLETS (CURB TYPE J -6) ( >10') 1 EA s aq o- 425 -1 -541 INLETS (DT BOT TYPE D) ( < 4 EA /I / �V �vx� 425 -2 -61 MANHOLES (P -8) ( <10') 2 EA 3, " 425 -2 -91 MANHOLES (J-8)(<10 1 EA n � 4, Q�(J►� 41 AAV, 425 -2 -92 MANHOLES (J -8) ( >10') 2 EA . 430- 171 -115 PIPE CONC CULV (CLASS III) (15" SS) 21 LF 600 70 1(V 430 -171 -118 PIPE CONIC CULV (CLASS III) (18" SS) 43 LF 0 3 % 69LlJt� x 430 - 171 -124 PIPE CONC CULV (CLASS III) (24" SS) 31 LF Q '/l, C�V� /CJ f 0 430 - 171 -142 PIPE CONC CULV (CLASS III) (42" SS) 85 LF I��g? /& / �70 Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -6 814 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS BIDFORM 3 of Phase 4 — Yellow (cont.) Lady Ave. (Sta. 13 +00 to 27 +40), Maureen Ave, (Sta. 205 +15 to 206 +70), Perce St. (Sta. 217 +45 to 218 +90), Ursula St. (105 +55 to 108 +65) ITEM NO DFSCRIPTION QTY. UNIT UNIT PRICE PRICE 430- 171 -148 PIPE CONC CULV (CLASS III) (48" SS) 55 LF /1 ✓' ?, 0! ✓ -'vo 430 -830 -1 PIPE PLUG (TEMPORARY) (STA. 218+90) 1 EA low. (f ! IV 520 -1 -10 CURB & GUTTER CONC (TYPE F) 2,946 LF 115X) 1 , � / Moe n 520 -2 -9 CURB CONC (RIBBON) 697 LF 15% C, ?,, , , V 522 -1 CONCRETE SIDEWALK, 4" THICK 564 SY X 00 /� � ✓ . 522 -2 CONCRETE SIDEWALK, V' THICK 420 SY X35.00 /��A� NG /� do 523 -1 -1 PATTERNED /TEXTURED ASPHALT PAVEMENT 54 SY M00 //P, � - 1) 0 570 -1 -2 PERFORMANCE TURF (SODDING) 4,717 SY ��� ! - 1 4 RR SUB -TOTAL PHASE 4 ft �vw Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -7 B14 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS BIDFORM 4 of 4 Phase 5 - Orange Perce St, / Jemima Ave. (Sta. 218 +90 to 226 +10) ITC \A Kin nc:01 - ri ki r)TV I INIT I INIT PRIrF PRIM: 101 -1 MOBILIZATION 5% OF BASE BID 1 LS rW� �n4 00 102 -1 MAINTENANCE OF TRAFFIC 1 LS �`�� 11) /�( 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 LS 4 1 'Ti �� 110 -1 -1 CLEARING & GRUBBING 1 AC 1A a o0) J /' I 120 -10 EXCAVATION, EMBANKMENT AND GRADING 1 LS /v ,wl M 4 0 160 -4 STABILIZATION TYPE B LBR 40 12" 2,071 SY 1 ci ��� � 50 285 -704 BASE OPTIONAL GROUP 4 1 911 SY j v / Oo 334 -1 S ASPHALTIC CONCRETE SP -9.5 1,911 SY n -40 !� !� A, A l 425 -1 -541 INLETS DT BOT TYPED <10' 2 EA �' 4 25 -2 -61 MANHOLES P -8 <10' 1 EA� 430 - 171 -118 PIPE CONC CULV CLASS ill 18" SS 29 LF 11 49 a, 0f9. oo 520 -2 -9 CURB CONC RIBBON 1,440 LF `vim�' � 17 1 0, 522 -1 CONCRETE SIDEWALK, 4" THICK 20 SY 4X01' 15 .4 522 -2 CONCRETE SIDEWALK 6" THICK 34 SY 95,n00 440, x 570 -1 -2 PERFORMANCE TURF SODDING 1 SY SUB -TOTAL PHASE 6 TOTAL BASE BID — PHASES 3,4 & 5 1$ /, 0 1'4a2r (Xp 1 BID SUBMITTED BY '� 1 �6 R /o - /3 Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -8 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 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -9 Strike out (X) non - applicable signature block and complete applicable block, (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Indivi al's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) N, (Partn rship Name) (General P rtner's Sig ture) (General rt is Name) Business address: Phone No.: Florida License No.: Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -10 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION (Corporation Name) 0 � e .L v � (State of Incorporation) By � 60 o0. A . (Name of person authorized to sign) (Title) //z fLlW Authorized ignatu� }/'Y,�� (Corporate Seal) Attest { ecretary ) ,q Business address: Phone No,: Corporation President: Florida License No,: Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -11 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE I: Business Address: Phone No.: Florida License No.: (Each joint venturer must sib corporation that is a party to Florida License No.: 'ng for each individual, partnership, and I be in the manner indicated above.) Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -12 1 I. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address; V1 ACO 04� JoL • � r �o Name and address of Surety's resident agent for service of process in Florida: L% END OF SECTION Peach Lake Manor Drainage Improvements PH 3,4 & 5 00300 -13 SECTION 00301 QUESTIONNAIRE DATE: 0 1t PROJECT IDENTIFICATION: City of Ocoee Peach Lake Manor Drainage Improvements (Phases 3, 4 and 5) li1C. BUSINESS ADDRESS:-4;&W1&W,&JF i i T- 96 CONTRACT FL ORIDA LICENSE NO. Z� OJ L The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 2. Describe and give the date and owner of the last project that you have completed similar in type, size and nature as the one proposed? 1 .. _ . % ,1 3. Have you ever failed to complete work awarded to you? If so, where and why? 4. Name three (3) municipalities for which you have performed work and to which you refer: 5. Peach Lake Manor Drainage Improvements 00301 -1 9/18/2013 Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and y our pr9po sed solutions 6. Will yotj Subcontract any part of this Work? If so, describe which portions: Is 7 8. What equipment do you own that is available for the Work? -- rlafe - ftl I 9. What equipment will you rent for the Work? 10. State the true rid�exagt,por_rgct, and ,,cotnplete name rider which you do business. Bidder is: Glii'Co� ! . END OF SECTION Peach Lake Manor Drainage Improvements 00301 -2 9/18/2013 What equipment will you purchase for the Work? SECTION 00301 -A SUBCONTRACTOR /SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no subcontracting opportunities exist, if you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), dollar amount of work, and M/WBE designation or Majority (Non- M /WBE) owned company. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. �G1 1A44" ''; ESTIMATED DOLLAR AMOUNT M/WBE DESIGNATION OR MAJORITY OWNER END OF SECTION Peach Lake Manor Drainage Improvements 00301 -A -1 9/18/2013 COMPANY NAME, WORK TO BE CONTACT PERFORMED (TRADE) ADDRESS, PHONE OR COMMODITY TO NUMBER BE SUPPLIED SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Measure ( Description) Unit of Measure LF , SY Unit (Quantity) Unit Cost Extended Cost A 16 $ 5626 $ 995 B $ $ C $ $ D $ $ TOTAL $�/i/' BIDDER: SIGNED; ; BY: D TITLE: DATE: Z0_ y - 13 THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION Peach Lake Manor Drainage Improvements 00302 -1 9/18/2013 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation progratn is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Peach Lake Manor Drainage Improvements 00303 -1 9/18/2013 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bi& Sign Tint or Type Name) Title: ,{ Date: 0 cm G>c �LJ END OF SECTION Peach Lake Manor Drainage Improvements 00303 -2 9/1 8/2013 SECTION 00410 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Dgwitt Excavating Inc. , as Principal, and Westfield Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ Five_ Pe rcent o Bid ----------------------------------------------------------- - - - - -- (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 22nd day of . 20 13 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Peach Lake Manor Drainage Improvements Phases 3.4 and 5 (Project). NOW THEREFORE I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents acid Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or Peach Lake Manor Drainage Improvements 00410 -1 91I M013 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days fi•om the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. - Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date, 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned, 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in ful I force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Peach Lake Manor Drainage Improvements 00410 -2 9/18/1013 BIDDER. Strike out (X) non - applicable signature blocks and complete applicable block. All signatures niusthavo their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP complete this signature block. (Wltn s) nd' i all ignature} (2) (In viduars Sig ature) Witness) doing business as (SEAL) usi N s Address) (T elephone No. (Florida License No, Peach Lake Manor Drainage bnprovetnents 00410 -3 9/18/2013 If Bidder is PARTNERSHIP complete this signature block. (Part r ip N e) (1} Witness (2) (General ner's S aturc) (W ess) (Gen 1 Par is Name) (SEAL) vain s Address) ( Telephone No. Florida License NO Peach Lake Manor Drainage Improvements 00410 -4 9/1 8/2013 If Bidder is CORPORATION com 's signature block. DeWitt Excayatin2. Inc. __ itness) (Corporation Name) Michigan (Witness) (State of Incorporation) BY: t°Ql , b , (Name of Person Authorized to Sign - See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) 14463 W. Colonial Drive Winter Garden, E, 34787 (Business Address) 407 -656 -1799 wtf 0%0� ( Telephone No. Florida License No. Peach lake Manor Drainage Improvements 00410 -5 9/18/2013 SURETY Westfield Insurance Compa]1y (Surety Business Name) PO Box 5001 Westfield Center, OH 442 Principal Plac afBusiness) By: LJ (Sur Agent's Signature - See Note 2) CIO d W. Barnes (Surety Agent's Name) Attorney —in —fact (Surety Agent's Title) WI '­ I , I I •... Attest: (If enc r a Corpora #ion) orporate Secretar ignature) Judith M. Peterson (Corporate Secretary Name) David Chapman: (Business Name of local Agent for Surety) 5700 W Mt Hope Hwy Lansing. MI 48917 (Business Address) (Corporate Seal) 517 -321 -4600 na (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney4n -Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. Peach Lake Manor Drainage Improvements 00410 -6 9/1812013 ATTORNEYAN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Michigan - _ ) COUNTY OR CITY OF Eaton ) Before me, allotary Public, personally came Cloyd W. Barnes known to me, and known to be the Attorney-in-Fact of W estfield Insurance CO ,a Ohio Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Westf Insurance Comvany affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Westfield Insura Company (Surety Company) Given under my hand and seal this 22nd day of October , 2013. My Commission Expires C JULIA C. FERRE (Nosy Public) NOTARY PUBLIC . STATE OF MICHIGAN COUNTY OF EAT`ONf,,. Acting In the County o _ r-LY+ - END OF SECTION Peach Lake Manor Drainage Improvements 00410 -7 9/18/2013 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02109/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 2141182 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by Those Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint DAVID G. CHAPMAN, ROBERT G. CHAPMAN, CLOYD W. BARNES, MARCIA J. MILLER, NATHAN G. CHAPMAN, JOINTLY OR SEVERALLY of LANSING and State of MI its true and lawful Attorney(s) -In -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship. - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - • - - - - - - -- - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE bUTRANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the some extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity 81 Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions The Attorney -in -Fact. may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognlzances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary' "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of FEBRUARY A.D., 2011 . Corporate �,wlll,wry„� Seals ATTixed �v�• +•• "40.. gyp SEAL�� �• o^ State of Ohio County of Medina ss.: - .0" - N - Al, FN SE�. m : �. �; •'o ',''•/11 111111,g P 111111„1j WESTFIELD INSURANCE COMPANY J �. su •• y�' WESTFIELD NATIONAL INSURANCE COMPANY ;`. �hAilTf$fp OHIO FARMERS INSURANCE COMPANY . 11348 t /'♦ "•• ..;1111,1,•• •'',• Y: Richard L. Kinnalyd, Jr., Natronal Surety Leader and Senior Executive On this 0811h day of FEBRUARY A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument; that he knows the seals of sold Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notari " " „IIIINI„ Seal At A l S r Affixed —. • Will J. Kahelin, A rney at Law, Notary Public State of Ohio ��O My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: ..T 0 : I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby Certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which is still In full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Powor or Attorney are In full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, th1322nd day of October AD. 2613 "y1.1 ti ,tom �ds�R�p •� & O + ••' O SEAL 1 •1 „11 1,,,,, 1,,• SEAL ' 1 , " 1 1 1 1111 1] � �,,�'' 111SUA,�; •.N : i 1646 � ♦ ♦ip „ lira Nn / ► ' Sary Frank A. Carrino, Secretary i3POAC2 (combined) (05 -02) SECTION 00480 - COLLUSION AFFIDAVIT STATE OF i3) COUNTY OF I being first duly swore deposes and says: 1. He (i T ���/IZA— L X� OY� P� er _e;�tepresentative or Agent} of ��0 . the Bidder that has submitted the attached Bid; He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. By: ore Title Peach Lake Manor Drainage Improvements 00480 -1 9/18/2013 Swo and s bscribed to before me this day of , 2013, in the State of , Xil City of oP w NOWY Pubko Stag of Florida * % Lisa Jones Notary Public s , My COMMISS n EE076971 cr r Expiraa pgftiM" My Commi n Expires: Yf l END OF SECTION Peach Lake Manor Drainage Improvements 00480 -2 9/18/2013 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in o r Date / / , 2013. (Title) Official Address (inch. ding Zip Code) ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Peach Lake Manor Drainage Improvements 00481 -1 9/18/2013 SECTION 00482 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. �- L 1. This sworn statement is submitted to City of Ocoee, Florida by C by (Print individual's Name && Title) whose business address is 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Peach Lake Manor Drainage Improvements 00482 -1 9/18/2013 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the ent' bmitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH f I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Peach Lake Manor Drainage Improvements 004822 9/18/2013 , a WI1 �, G 1, � A,, 1; � 2 , Name of Bidder (Contr r) STATE OF W a,) c COUNTY OF PERSONALLY A V T" ARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (Name of Individual Signing) affixed his /her signature in the place provided above on this day of 2013. Notary Pu Commi lie My ssion Expires; END OF SECTION Peach Lake Manor Drainage Improvements 00482 -3 9/18/2013 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigns respective construction contractor or subcontractor. I certify that: (1) I have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have par 'ci ed in a previous contract or subcontract subject to the Equal Opportunity Clause, I have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certifications in my files. Date 1 L9-0&2 , 2013 END OF SECTION Peach Lake Manor Drainage Improvements 00483 -1 9/18/2013 (Address of Prospective Construction Contractor or Subcontractor) j� 4LO (Telephone Number) (Employer Identification Number) SECTION 00501 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS of the Board of Directors of a corporation under (Contractor's Corpor t Name) the laws of the State of , held on the �(� day of 2013, the following resolution was duly Kassed and adopted: l J �� "RESOLVED, that I %rr� ;Y� f-�. YY /_ _ signature of individual) (typed name of individual) as of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE B14 -01 Peach Lake Manor Drainage Improvements (Phases 3, 4 and S) between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHE F, I have hereunto set y hand d affixed the official seal of the corporation this day of�013. (CORPORATE SEAL) lVI (Corporate Secretary) b GeV STATE OF CITY OF 1?k2lhiko- The fore ��2� '' trument was a wledged before me thisaY of 2013 by �'!'L7cui,� �iw (name of officer or agent, title of offic r o agent), of a (name of corporation acknowledging), a N (state or place of ' icorporation) corporation, on behalf f he corporation. He /She is ersonall known to me or has produced identification /1/� (type of identification) ap�4dentifiication and did /did not take an oath. 0 I Notary Public Slats ot Flo ■ �✓� Use Jove: (Not y ublic} My Commlplon EE076DZ1 �j� OF M1 Explraa 04122/2016 y Commis ' n Expires: �"7 END OF SECTION Peach Lake Manor Drainage Improvements 00501 -1 Maw S. Scott Vandergrift City ]Manager Robert Frank October 15, 2013 Commissioners John Grogan, District 1 Rosemary Wilson, District 2 Rusty Johnson, District 3 Joel F. Feller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B14 -01 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 3, 4 and 5 This addendum shall modify and become a part of the original bid documents for the Peach lake Manor Drainage Improvements Phases 3, 4, and 5 project. This addendum consists of one 1 page, Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are as follows; Q1. Will there be a pre -bid meeting for this project? Al, No. Q2. Are there MWBE requirements for this project? A2. No. Q3, I need clarification on having phase (phases 3 thru 5) finished completely before moving on to the next phase. For example, if pipe crews finish with storm system in phase 3, would the pipe crew have to wait, until road restoration and asphalt is completed, before moving to Phase 4? A3. The project shall be consttltcted as one entire project, not three individual projects. Meaning each phase does not need to be completed to start construction of the next phase. Q4. Can we get the soil borings for this bid please? A4. This report is listed in the Table of Contents and attached to the end of the bid documents. Clarifications from Eneineer: No vibratory compaction shall be allowed within 50' of any residential structure. dy c'l ctt, CPPB Purchasing Agent cc: Richard Cnmpanale, P.E., Streets and Stormwater Operations Manager City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (4107) 905 -3100 • fax: (407) 905 -3194 - www.ocoee.org s STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET wa l TALLAHASSEE FL 32399 -0783 (850) 487 -1395 DE WITT, THEODORE DALE DEWITT EXCAVATING INC 14463 W COLONIAL DR. WINTER GARDEN FL 34787 Congratulations( With this license you become one of the nearly one million Floridians licensed by the Department of Buslness and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myftoridalleense.com There you can find more Information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. i Our mission at the Department is; License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new licensel L DETACH HERE 06/262'OZ °:13.0438353; CU�.0572�6' JUN 2 0 2012 DEVvIl IrXC:. INC. ; AC #' 6'.';6 ':'I:•.5 `t ;�EpAitTNl1;1JT +5�' : `AID ..; t ROi'E$9ZONAL 1EGULATION' r o CUCO57296 06/20/12 110438353 ;.: CE`RT tJ EW410UND &, EXCAV CNTA DE ' ;ri'fiEODORE iDALE t ; DEWITT E#AVATI14G IIQC' IS •CERTIFIED undgr. Via p{ovieio4g 8l.ch:489 FS..." Fxa ;x.eion oata� _AUG '31, 2014 ilaoeZVO'�i5a Registration Letters ocoee florlda CONTRACTOR REGISTRATION 2013 -2014 Page 68 of 80 RECEIVED OCT 10 2Q13 DEWITT ExC. INC., Registration # 50 -3477 Underground Utility and Excavation Contractor DEWITT EXCAVATING INC 14463 W COLONIAL DRIVE WINTER GARDEN FLORIDA This Contractor Registration does not permit the holder to operate in violation of any State Law, City Ordinance or Federal Regulation. Any change in location of ownership must be approved by the City, subject to zoning restrictions. This Registration does not constitute an endorsement, approval or disapproval of the holder's skill or of the the compliance or non - compliance of the holder with other laws, regulations, or standards. FEE PAID: $5.00 ISSUED: 10/9/2013 0 04 ---------------------------------------------- BUILDING OFFICIAL VALID OCTOBER 1st THROUGH SEPTEMBER 30th Your registration number is required for the issuance of permits. If your state license, local business tax, or insurance has expired, it is your responsibility to submit current information to the City of Ocoee. Permits will not be issued unless all the information is current. Our online portal is at http: / /permits.ocoee.org /CitizenPortal You can associate this contractor record with your user account once you have created one. Provide this PIN during the registration process: X G 3 4 0 5 N W D 7 THEODORE D DEWITT 14463 W COLONIAL DRIVE WINTER GARDEN, FLORIDA http: //s age- serverlsagelBuildingI Contractor l0enerateRegistrationLetters. aspx ?contractorN... 10/9/2013 , �i11 iM f .cy STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399 -0783 NATTRASS, JAMES EDWARD DE WITT EXCAVATING INC 14463 WEST COLONIAL DR. WINTER GARDEN FL 34787 Congratulations With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. - Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www.myfforidalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department Is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers i Thank you for doing business in Florida, and congratulations on your new icensel DETACH HERE (8 50) 487 -1395 F•'11 C� �. Y r -� � ��� v :$7'AYE OF`FCaRIfaA �j7rP,�iTMENT OP BUSINESS AND , �; . ' �3�OFESS•xOhTAL �EGULA�ION 5 CGC06 1 86 06/2:U/12 7.1043835 CERTIPIE: QENERAL CONTRACTOR N}!'ITRASE;1 'JAMES . EI)WA DE ` „WI;T kidAVATIN4 INC . IS CERTIFIED under ,the'pFaviaioae of,Ch 489 70. ' 04 xetion dater 31. L1206$0'0; }032 Registration Letters s`��i Ocoee florlda CONTRACTOR REGISTRATION 2013 -2014 Registration # 50 -3477 General Contractor DEWITT EXCAVATING INC 14463 W COLONIAL DRIVE WINTER GARDEN FLORIDA Page 69 of 80 RECEIVED OCT 10 2013 DEWITT EXC. INC. This Contractor Registration does not permit the holder to operate in violation of any State Law, City Ordinance or Federal Regulation. Any change in location of ownership must be approved by the City, subject to zoning restrictions. This Registration does not constitute an endorsement, approval or disapproval of the holder's skill or of the the compliance or non - compliance of the holder with other laws, regulations, or standards. FEE PAID: $5.00 ISSUED: 10/9/2013 ---------------------------------------------- BUILDING OFFICIAL VALID OCTOBER 1st THROUGH SEPTEMBER 30th Your registration number is required for the issuance of permits. If your state license, local business tax, or insurance has expired, it is your responsibility to submit current information to the City of Ocoee. Permits will not be issued unless all the information is current. Our online portal is at http:/ /permits.ocoee.org/CitizenPortal You can associate this contractor record with your user account once you have created one. Provide this PIN during the registration process X G 3 4 0 5 N W D 7 JAMES E, NATTRASS 14463 W COLONIAL DRIVE WINTER GARDEN, FLORIDA http:/ /sage- server /sagelBui ldingI Contractor IGenerateRegistrationLetters. aspx ?contractorN... 10/9/2013 JeffAtwater Casia Sinca CHIEF FINANCIAL OFFICER BUREAU CHIEF Julius Halos Keith McCarthy DIVISION DIRECTOR SAFETY PROGRAM MANAGER FLORIDA ]DEPARTMENT OF !FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street - Tallahassee, Florida 32399 -0342 Tel. 850-413-3644 - Fax. 850- 410 -2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: James E Nattrass 14463 W Colonial Dr Winter Garden FL 34787 BUSINESS ORGANIZATION: DeWitt Excavating, Inc Contractor V means a contractor whose business is limited to the execution of contracts requiring the ability to fabricate, uistall, inspect, alter, repair and service the underground piping for a fire protection system using wafter as the extinguishing agent beginning at the point of service as defined in the act and ending no more than 1 foot above the finished floor. Issue Date: Type: Class: County: License/Permit 4: Expiration Date: • � I nW nJN •.^ Chief Financial Officer 07/01/2012 09 14 Orange 799768 - 0001 -2002 06/30/2014 ZLC W/17. ju C 77 r�w�� �kr:AV�riNetr�l� Florida Department of Transportation RICK SCOTT 605 Suwannee Street ANANTR pRA P.E. GOVERNOR Tallahassee, FL 32399 - 0450 SECRETARY June 5, 2013 DEWITT EXCAVATING, INC. 14463 W COLONIAL DR WINTER GARDEN, FLORIDA 34787 Dear Sir /Madam: RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2014. However, the new application is due 4/30/2014 In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant' s audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S, provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14- 22.005(3), Florida Administrative Code. Your company's maximum capacity rating has been established based on X Audited Reviewed financial statements. To access it, please log into the Contractor Prequalification Application System via the following link: https: / /www3.dot. state. fl .us /ContractorPreQualificatioa/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING FDOT APPROVED SPECIALITY CLASSES OF WORK: CONCRETE CURBS, SIDEWALK AND MISCELLANEOUS STRUCTURES. You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14- 22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, Juanita Moore, Manager Contracts Administration Office JM;cj www.dot.state.fl.us cott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida s local business tax receipt Is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and othr Yful authorities. This receipt Is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1. ** *ORIGINAL * ** 2013 EXPIRES 9/30/2014 1814- 0007230 1814 CONTR - UNDERGROUND UTI $40.00 11 EMPLOYEE TOTAL TAX $40,00 HAZARDOUS WASTE $50.00 PREVIOUSLY PAID $90.00 TOTAL DUE $0.00 DEWITT THEODORE D MNPf1' UCAVATINC,INC 14463 W COLONIAL DR C - WINTER GARDEN, 34787 PAID: $90.00 099 - 00597544 8/22/2013 DEWITT EXCAVATING INC DEWITT THEODORE D 14463 W COLONIAL DR WINTER GARDEN FL 34787 -4214 106 2 b 20V Cott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida s local business tax receipt is In addition to and not In lieu of any other tax required by law or municipal ordinance, Businesses are subject to regulation of zoning, health and otht dul authorities. This receipt Is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1. ** *ORIGINAL * ** 2013 1814 CONTR - UNDERGROUND UTI $40.00 11 TOTAL TAX $40.00 HAZARDOUS WASTE $50.00 PREVIOUSLY PAID $90.00 TOTAL DUE $0.00 14463 W COLONIAL DR C - WINTER GARDEN, 34787 PAID: $90.00 099 - 00597544 8/22/2013 EXPI0E-8 2014 1814 - 0007230 ;bEWITT THEODORE D `�,. +;`•�;? J DEWITT EXCAVATING INC 't�,� ........,.:.', ;.. DEWITT THEODORE D ♦w ' 17IY 14463 W COLONIAL DR - •• WINTER GARDEN FL 34787 -4214 This receipt Is off Iola] when validated by the Tax Collector. I t?EWM EXCAVATIWI33MC MOM W I D T I R GflRDfR CITY OF WINTER GARDEN 300 WEST PLANT STREET WINTER GARDEN, FL 34787 P. 407.656.4111 WWW. WINTERGARDEN -FL. GOV LOCAL BUSINESS TAX RECEIPT FOR CITY OF WINTER GARDEN Business Name: DEWITT EXCAVATING INC Location: 14463 W COLONIAL DR Receipt No: 14- 00001884 Class: LAND CLEARING /EXCAVATION Tax/Add'tl Tax: $ 86.00 $ Issue Date: August 22, 2013 Late Penalty: $ 0.00 Expires: September 30, 2014 Total Paid: $ 0.00 Restrictions: MAX OF 1 VEHICLE Comments: MUST COMPLY WTH LOCAL ONESS TAX REWREMENTS DE:WITT EXCAVATING INC 14463 W COLONIAL DR WINTER GARDEN FL 34787 BUSINESS TAX RECEIPT MUST BE POSTED IN CONSPICUOUS PLACE AT ALL TIMES. 'PLEASE NOTE THE TOP PORTION IS YOUR 2013 LOCAL BUSINESS TAX RECEIPT AND IS PAID THRU SEPTEMBER 30, 2014 *'"* 1. Business Tax Year Is from October 1 through September 30. Tax fees are prorated after April 1 for a half -year fee. 2. All new commercial business tax must be inspected by the Fire Department to meet all applicable state and city code requirements. You will be contacted to make arrangements for your inspection. 3. An Orange County Business Tax must be paid AFTER YOU HAVE BEEN ISSUED THE WINTER GARDEN BUSINESS TAX RECEIPT. They are located at 201 S Rosalind Ave, 2nd FL, Orlando, (407) 836 -5650.