HomeMy WebLinkAboutItem #07 Approval of Award of Bid #B14-04 Asphalt Paving Projects for FY 2014a
0
Florida
AGENDA ITEM COVER SHEET
Meeting Date: August 19, 2014
Item # I
Reviewed By:
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager: 7
Subject: Award of B14 -04 Asphalt Paving Projects for FY 2014 (District 3: o nson and
District 4: Keller)
Background Summary:
The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials,
equipment, supplies and incidentals for the asphalt paving projects for fiscal year 2014 for approximately three (3)
miles of roads within the Sawmill Subdivision (Lighterwood Court, Log Wagon Road, Lumberjack Lane, Sawdust
Circle, and Timber Ridge Trail); Johio Shores Road; West Ohio Street; and the A.D. Mims Waste Water
Treatment Plant railroad crossing, entrance drive and internal plant drives. The construction consists of an asphalt
stabilized base course from a mixture of the existing bituminous concrete pavement and existing base course
material. In addition, the contractor shall furnish and install asphalt pavement on the recycled road base. All work
on this contract shall conform to the applicable technical specifications of Florida Department of Transportation
(FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic
Design Standards" Latest Edition including any amendments thereto.
The bid was publicly advertised on June 15, 2014, and opened on July 15, 2014. There was a total of five (5) bids
received ranging from $364,830.00 to $436,917.97. All bids are available in the Finance Department for review.
The Public Works and Finance Departments reviewed all bids received and all were considered responsive. Staff
recommends awarding the bid to Allstate Paving Inc. for $364,830.00 as the most responsive and responsible
bidder, per the attached recommendation from Steve Krug, Public Works Director. Allstate Paving's bid is
$55,170.00 lower than the budgeted amount of $420,000.00.
The table below is a listing of the bids received.
Bidder
Total Bid
1.
Allstate Paving Inc.
$ 364,830.00
2.
Middlesex Corporation
$ 377,708.50
3.
Ranger Construction Industries Inc.
$ 387,607.65
4.
Preferred Materials Inc.
$ 423,789.04
5.
Hubbard Construction Co.
$ 436,917.97
Issue:
Should the City Commission award the bid for Asphalt Paving Projects for FY 2014 to Allstate Paving Inc., as
recommended by the Public Works Director?
Recommendations:
Staff recommends that the City Commission award Bid #1314 -04 Asphalt Paving Projects for FY 2014 to Allstate
Paving Inc. in the amount of $364,830.00 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. Award Recommendation from Public Works Dept.
3. Allstate Paving Bid
4. Invitation to Bid #13 14 -04
5. Plan sheets CI — C7
Financial Impact:
This project is adequately funded in the Streets and Utilities Capital Improvement Program. There is $420,000.00
available in this fiscal year's budget for this project.
Type of Item: (please mark with an `Y)
Public Hearing
For Clerk's Dept Use:
Ordinance First Reading
Consent Agenda
Ordinance Second Reading
Public Hearing
Resolution
Regular Agenda
X Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
N/A
Reviewed by Finance Dept.
N/A
Reviewed by ( ) c
N/A
2
I ka \ %/�
ocoee
florlda
Mayor
S. Scott Vandergrift
Commissioners
John Grogan
District 1
Rosemary Wilsen
District 2
Rusty Johnson
District 3
Joel F. Keller
District 4
City Manager
MEMORANDUM
Date: July 29, 2014
QCpee Public works Tea
To: Joyce Tolbert, Purchasing Agent 1 ;r 1
From: Stephen C. Krug, Public Works Directo ,. F
-
Improving a great community
RE: Contract Award Recommendation.
Public Works recommends award of the Asphalt Paving Projects for FY
Robert D. Frank
2014 to the lowest responsive bidder, Allstate Paving, Inc., of Orlando,
Florida, in the amount of $364,830.00. The City received five responsive
bids from contractors with the low bid below the Engineer's estimate.
The Contractor has been in business for over 20 years in Central Florida.
Public Works contacted other municipalities in Central Florida to confirm
Allstate Paving has successfully completed projects of similar size and
scope. The representatives have had positive contracting experiences
with Allstate Paving. This project is adequately funded in the Streets
and Utilities Capital Improvement Program.
The Asphalt Paving Projects for FY 2014 include milling and resurfacing
the following streets; Lighterwood Court, Log Wagon Road, Lumberjack
Lane, Sawdust Circle, Timber Ridge Trail, Johio Shores Road, West Ohio
Street and the A.D. Mims Road Waste Water Treatment Plant railroad
crossing, entrance drive and internal plant drives. The work
incorporates approximately 3 miles of roadway resurfacing.
City of Ocoee • 301 Maguire Road • Ocoee, Florida 34761
Phone: (407) 905 -3170 • www.ocoee.org
BID #614 -04
ASPHALT PAVING PROJECTS FOR FY 2014
BID TABULATION
7115114 2:00 P.M.
BID TAB
Allstate Paving Inc
Hubbard Construction Co
Middlesex Corporation
Preferred Materials Inc
Ranger Construction Industries Inc
No Addenda Issued
nla
n/a
n/a
n/a
n/a
Bid Security
Bid Bond
Bid Bond
Bid Bond
Bid Bond
Bid Bond
Com an /License Check
Active
n/a
Active
n/a
Active
Required Forms (References /Equipment List etc)
/
n/a
n/a
✓
DESCRIPTION
QTY
UNIT PRICE
TOTAL PRICE
UNIT PRICE
TOTAL PRICE
UNIT PRICE
TOTAL PRICE I
UNIT PRICE
TOTAL PRICE
UNIT PRICE
TOTAL PRICE
Moblloaten /Demobil' -lion & General Construction
Requirements & Restorabon
1
$50,000.00
$50,000.00
522
522,319.91
$20,000.00
521000.00
$37,000.00
$37.000.00
$24,745.00
S24,745.00
SUB -TOTAL
$50,000.00
$22,319.91
$20,000.00
$37,000.00
$24
Sawmill Subdivision- Lighterwood Ct/Log Wagon
Rd /Lumberjack LnlSawdust CirlTimber Ridge Tr
1" Milling (Max.)
26,112
$1.50
$39,168.00
$2.10
$54,835.20
S1.25
$32,640.00
5147
S38,384.64
$1.35
$35,251.20
1" Resurface Type SP -9.5 Asphalt Paving
26,112
$5.00
$130,560.00
$5.87
5153277.44
55.50
5143,616.00
$5.60
S146,227.20
$5.10
$133,171.20
Temporary Striping and Thermoplastic Final Striping
1
$1
$1,500.00
$1,703.51
$1,703.51
51,500.00
$1,500.00
S950.00
S950.00
$1,060.00
$1,060.00
SUB -TOTAL
$171,228.00
$209,816.15
9177,756.00
$185.561.84
$169,482.40
Johio Shores Rd - Old Silver Star Rd to Richfield Cove Dr &
Richfield to City Limit
2 " Milling (Max.)
2,125
$2.00
$4,250.00
S2.94
$6,247.50
52.00
54250.00
52.65
55.631.25
$3.05
$6481.25
2 Type SP -9.5 Asphalt Paving (1 Structure Coarse, 1'
0ver1ay?
2,125
$11.00
$23,375.00
$11.09
523,566.25
$12.50
526,56250
S11.55
524.543.75
511.15
S23,693.75
Temporary Striping and Thermoplastic Final Striping
1
$2,000.00
$2,000.00
$2.424.89
S2,424.89
$1.500.00
S1,500.00
$945.00
5945.00
$1,055.00
$1,055.00
1 Milling (Max.)
5,140
$1.50
$7,710.00
52.42
$12,438.80
51.25
56.425.00
$1.70
$8,738.00
S2.25
$11.565.00
1" Resurface Type SP -9.5 Asphalt Paving
5.140
$5.00
$25,700.00
$5.82
S29,914.80
55.50
$28.270.00
55.70
529.298.00
$5.35
527,499.00
Temporary Striping and Thermoplastic Final Striping
1
$1,500.00
$1,500.00
$518.40
$518.40
$1,500.00
$1,500.00
5945.00
5945.00
$1.055.00
$1,055.00
SUB -TOTAL
$64,535.00
$75,110.64
S68,507.50
$70.101.00
$71,349.00
West Ohio Street
Milling
1,767
$2.00
$3,534.00
S4.38
S7.73946
52.50
54,417.50
S3.65
S6,449.55
$3.60
56.361.20
2" Type SP -9.5 Asphalt Paving (1' Structure Coarse. 1"
Overlay'
1.767
$11.00
$19,437.00
S12.16
521,486.72
$12.50
$22,087.50
511.75
S20,762.251
511.35
$20,055.45
Temporary Striping and Thermoplastic Final Striping
1
$2,000.00
$2,000.00
52,012.68
$2.012.68
$1.000.00
51,000.00
$700.00
$700.00
$780.00
$780.00
SUB-TDTAL
$24,971.00
$31,238.86
$27,505.00
$27,911.80
$27,196.65
AD Mims W WTP Ocoee Utilities - Entrance Drive & RR
Crossing and WWTP Internal Drives
RxR MITI and Resurface (1" SP -9.5) (1.560 SF)
1
$1,557.00
$1,557.D0
52.151.26
$2,151.26
55.000.00
S5,000.00
$6,507.00
S6,507.00
$9.50
$9.50
1.5" Type SP -9.5 Asphalt Paving and 10' Base (Crushed
Concrete)
290
$25.00
$7,250.0D
$72.37
S20,987.30
$50. DID
514.500.00
S85.10
$24,679.00
$23.05
$6,684.50
1" Milling (Max.)
1.510
$3.00
$4,530.00
56.17
$9.316.70
$2.50
53,775.00
$5.05
$7.625.50
$3.70
$5,587.00
1" Resurface Type SP -9.5 Asphalt Paving
1,510
$5.00
$7,550.00
S6.46
59,754.60
56.50
$9,815.00
57.65
$11,551.50
S645
$9,739.50
Temporary Striping and Thermoplastic Final Striping
1
$650.00
$650.00
$3.455.43
$3,455.43
$1,500.00
$1,500.00
$1,210.00
51,210.00
$1,350.00
51,350.00
1 Milling (Me x.)
733
$3.00
$2,199.00
$6.18
S4.529.94
$2.50
S1,832.50
$5.05
$3,701.65
$3.15
$2,308.95
1' Resurface Type SP -9.5 Asphalt Paving
733
$5.00
$3,665.00
$6.42
S4,705.86
$8.00
$5,864.001
512.00
$8,796.00
S6.65
$4,874.45
1" Resurface Type SP -9.5 Asphalt Paving
4,039
$5.00
$20,195.00
$6.44
$26,011.16
56.50
$26,253.50
$6.25
525,243.75
$6.30
$25,445.70
Base Repair(10" Crushed Concrete)
1,800
$2.50
$4,500.00
S8.10
514,580.00
$8.00
$14,400.00
57.25
$13,050.00
$21.05
$37,890.00
Temporary Striping and Thermoplastic Final Striping
1
$2,000.00
$2,000.00
$2,940.16
$2,940.16
51,000.00
$1,000.00
$850.00
5850.00
$945.00
$945.00
SUB -TOTAL
$54,096.00
$98,432.41
$83,940.00
$103,214.40
$94,834.60
TOTAL BID
I
1
$364,830.001
$436,917.97
$377,708.50
S423.789.04
1 $387,607.65
Please Note. Highlighted amounts are p,ice discrepancies on
bid form.
Company check, submitted forms & references verified only on
lowest three firms.
BID 91314 -04 COMPANY INFORMATION /SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
Allstate Paving, Inc.
5284 Patch Road
C At a
qt-;�`1 - I I 2L� _
TELEPHONE (INCLUDE AREA CODE)
4-�n, 2 `7 % t�
ATItHORIZED SIGNATURE (m nua
aLU
NAME /TITI.. (PLEASE PRIN }
A llstate Paving, Inc.
STREET ADDRESS Road
_ Orlando, Florida 32822
CITY STATE ZIP
FEDERAL ID # 5 1 C� l - I C
Individual Corporation — K —
Sworn to,aad_subsoT- ibed -be re me this
Personally Known or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
nature o otary Public
,s
=WF ALL
m of Florida
a ` pr 15.21)18 F 113166 Printed, typed or stamped
.._ _ V �Commissioned name of Notary Public
FAX (INCLUDE AREA CODE)
.��'
E -MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
_Partnership Other (Specify)
h day o 20Y
B14 -04 Asphalt Paving Projects FY 2014 48
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or "TEMPORARY WORKER AGENCY
NAME /ADDRESS /FEDERAL I.D. N0. /CONTACT PERSON/PHONE #:
7 q 0
(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 Ococe's approval before any work shall commence by the
additional subcontractor on this project.
21. EQUIPMENT LISTING:
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/ TELEPHONE
NUMBER/EMAIL ADDRESS/NAME OF CONTACT
17
B14 -04 Asphalt Paving Projects FY 2014
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.
Have you any similar work in progress at this time? Yes No _
Length of time in business _� V�,
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)
18
B14 -04 Asphalt Paving Projects FY 2014
EXHIBIT B
BID FORM
f B14 -04 ASPHALT PAVING PROJECTS FOR FY 2014
Allstate Paving, Inc.
BID SUBMITTED BY 5284 Patch Road FL CONTRACTOR LICENSE 4 e C7
l q
dlvumber� �r, Q uan tl .
1.00
1
Unii
LS
r i ti` v i{f��� ten , escri tYOh ,,
Mobilization / Demob. and General Construction
Requirements and Restoration
nix nc'
56' cao
, ` t gt'e 1131 on o
S O S c�c�c�
Sub -Total =
Sp Uc� J
SAWMILL SUBDIVISION
LIGHTERWOOD CT. / LOG WAGON RD. / LUMBERJACK LN. /
SAWDUST CR / TIMBER RIDGE TR.
2.00
Milling /Re urfacin / Pavement Markings
2.01
26,112
SY
V Milling (Max.)
2.02
26,112
SY
V Resurface Type SP -9.5 Asphalt Paving
3 �� f;Gp
2.0
1 LS
Temporary Striping and Thermoplastic Final
Striping
Sub - Total
B14 -04 Asphalt Paving Projects FY 2014 33
BID SLBNUTTED BY
EXHIBIT B
BID FORM
Allstate Pc�i p� 4SPHALT PAVING PROJECTS FOR FY 2014
5284 Patch Road
— 011a de, FleridGI 32822 FL CONTRACTOR LICENSE #
ON
mbe
Quarti inxt
tension,
JOHIO SHORES ROAD
a. From
Old Silver Star Road to Richfield Cove Drive
b. From Richfield to City Limit, Per Plan
4.00
Milling / Resurfacing Pavement Markings
4.01 a
2,125
SY
2" Millin (Max.)
2" Type SP -9.5 Asphalt Paving (1" Structure
4.02a
2,125
SY
Coarse, 1" Overla
r
� `R '7 S
Temporary Striping and Thermoplastic Final
4.03a
1
LS
Striping
�c> tD,'-
4.04b
5,140
SY
I" Milling (Max.)
4.05b
5,140
1 SY I
1" Resurface Type SP -9.5 Asphalt Paving
Temporary Striping and Thermoplastic Final
4.06b
I
LS
Striping
1 ca�
J
Sub - Total
CUB OS�C��o
B14 -04 Asphalt Paving Projects FY 2014 34
EXHIBIT B
BID FORM
Allstate Fa BJ4-0 n ASPHALT PAVING PROJECTS FOR FY 2014
BID SUBMITTED BY 5284 Patch Road FL CONTRACTOR LICENSE #
C U 7 v` Z)
,-vTr
t rip ,
��lltf 9 �
P�DS10,Ilfi�r!
WEST OHIO STREET.
6.00
Milling / Resurfacing Pavement Markings
6.01
1,767
SY
1" Milling
2" Type SP -9.5 Asphalt Paving (1" Structure
6.02
1,767
SY
Coarse, I" Overlay)
t, r-
Q
1 4 ��
/
Temporary Striping and Thermoplastic Final
6.03
1 LS Striping
2 v� '~
�� C;1 J ' --
Sub -Total =
2
B14 -04 Asphalt Paving Projects FY 2014
35
BID SUBMITTED BY
EXHIBIT B
BID FORM
Allstate PjAd %:� SPHALT PAVING PROJECTS FOR FY 2014
5284 Patch Road
FL CONTRACTOR LICENSE 4
X e ,
'�,,,V � ? �•
Y_t�m,
m ;n� ..� escri hoax �.���
AD MIMS WWTP OCOEE UTILITIES
a. Entrance Drive and RxR Crossing
b.- WWTP Internal Drives
7.00
Milling / Resurfacing Pavement Markings
7.01a
1
LS
RxR Mill and Resurface 1" SP -9.5 (1,560 SF)
.-
1.5" Type SP -9.5 Asphalt Paving and 10" Base
7.02a
290
SY
(Crushed Concrete )
25
7.03a
1,510
SY
1" Milling (Max.
`5 �"
k4i S r�,
7.04a
1,510
SY
I" Resurface Type SP -9.5 Asphalt Pavin
'_7
Temporary Striping and Thermoplastic Final
7.05a
1
LS
Striping
G To r`
7.06b
733
SY
I" Millin Max.)
7.07b
733
SY
1" Resurface Type SP -9.5 Asphalt Paving
7.08b
4,039
SY
I" Resurface Type SP -9.5 Asphalt Paving
7.09b
1,800
SF
Base ' Repair 10" Crushed Concrete
2•S0
Temporary Striping and Thermoplastic Finai
7.1
1
LS
Striping
` 2C� v �.—
-�
2Oe-
Sub - Total
TOTAL BASE BID = 264, E3Ec> �--
(f v C oS 7o`-to
B14 -04 Asphalt Paving Projects FY 2014 36
ALLSTATE PAVING, INC.
5284 PATCH RD. ORLANDO, FL. 32822
407- 277 -5247 FAX 407 - 273 -7146
201.1 REFERENCE LIST
THE FOLLOWING CONTACTS ARE FROM PROJECTS
. THAT ARE CURRENTLY IN PROGRESS
CPG Construction
Paul Haulk
813 -305 -6712
First Builders
Jim Strasburg
407 -599 -7772
Hudson Engineering
Todd Hudson
407 - 342 -8813
Tanner & Company
Phil Tanner
407 -545 -4700
Wharton - Smith, Inc.
Jeffrey Williams
321- 689 -0855
Allstate Paving Inc. & Site .Development
5284 Patch Road
Orlando Florida 32822
(407) 277 5247
(40 7) 2 73- 7146
List of City & County Projects Completed
2007 -2010
City of Edgewood Art Miller 407 841 4084
405 Larue Avenue
Edgewood 407 8414084
Edgewood Improvements 3/27/08 - 11/06/08
Contract #260K
City of Oviedo John Callaway 407 971 5647
400 Alexandria Blvd
Oviedo F1 32765 407 971 5649
Carolyn St 9/04/07 - 1/01/08
Contract#280K
City of Orlando Paul Nethercutt 321 229 0294
400 south Orange Avenue
Orlando F132802 321 229 0294
Thornton & Park Lake Improvements 07/01/09 - 11/25/09
Contract$347K
City of Winter Garden Joe Burton 407 656 4111 x2300
300 W Plant Street
Winter Garden F134787 407656 4111
Dillard Street 12/26/08 - 7/30/09
Contract#230K
9 th Street Wastewater Main 06/14/10 to current
Contract#295K
Page 2
City of Winter Springs
1126 E State Rd 434
Winter Springs Fl 32708 407327 1800
Moss Park 8/31/04 - 4/15/05
Contract#250K
Greg Bishop 407 327 1800
City of Deltona Jeff Elder 386 8048360
2345 Providence Blvd
Deltona FL 32725
Force Main & Water main Improvements
Contract# 345K 3/23/09 - 10/01/09
Mulligan Constructions
Orange County Azalea Park
Contract Amt $523K 2006
Seminole County Fire Station
Contract Amt $275K 2007
Jason Mulligan 407 468 9905
ME &S
1645 Barber Road
Sarasota, F134240
Osceola Senior Aging Center
Contract Amt $700K 2007
Orange County
800 MERCY DRIVE S #4 &5
ORLANDO FL 32808
Eric Clayton 941 650 0052
John Schmidt 407 836 5647
C -7 Canal Detention Pond Const @ Lk Lawne 10/26/09 to current
Contract$517K
Powers Drive & Indian Hill 3/25/10 to Current
Contract$282K
Wallace Rd & Dr Phillips 4/06/10 to current
Contract$ 128K
Seminole County Lynea Gallagher 407- 665 -2015
500 W Lake Mary Blvd
Sanford Fl 32773
Weikva Springs Interconnect 12/01/09- 4/21/10
Contract $ 209K
Page 3
Wharton Smith Mike Morton 407 402 -5471
Seminole Cty Comm College
Contract Amt $400K 2008 -2009
Orange County Fire #81
Contact Amt $380K 2006 -2007
Orange County Fire 455
Contract Arnt $200K 2007
Orange County Fire #77
Contract Amt $350K 2007
Zander Park Improvements
Contract Amt $152K 2007
i
Estate Waving Inc. (3Z Site (Development
5284 Watch wpad
Orlando Flonda 32822
(407) 277 -5247 (407) 273 -7146
List of School Projects completed
2007 -2009
BRPH Construction Services Inc.
3670 Maguire Blvd S #300
Orlando F132803
Torn 407 896 9301
Job site: UCF Women's Rowing Fac 10/08 $260K
Boyd Development
7506 W Sandlake Rd
Orlando Fl 32819
Dennis 407 353 5141
Job site: The First academy 2008 -09 $1,500,000
Pertree Consttruction
1800 33` St S #200
Orlando Fl 32839
Mike Kelly 407 996 0039
Job site: Hope Charter School 6/08 $15K
Strong General Contractors Inc.
35 Pied Court
Orlando Fl 32828
David Strong 407 39123 84
Job Site: Daycare 5106 $190K, Southern Tech College 2009 $45K, Southern Tech
College Mt Dora 2009 $ l OOK
Wharton Smith
P.O. Box 471028
Lake Monroe, F132747
Job Site: Rollins College 8/07 $50K, UCF Football Stadium 8/07 $600K, Wayne Densch
Parking Lot 12/06 $70K, Killarney Elementary School Ph 1 & ph2& Demolition 1/08
$450K & 12/08 $52K, West Shore High School 8/08 $300K, Seminole Comm College
2008 -09 $390K
Affstate (Paving Ingo
5284 Watch Wpad
Qrfando TIDnda 32822
(40) 277- -5247
(40) 273 -7146
XETEXEXCE .GIST"
CvWR0V Z' rX JEC -2010
Aagaard McNary Construction
P.O. BOX 608003
Orlando, Fl 32860
Dave 407 331 -6885
Job site: Thompson Pump, Maitland OB Office Bldg, Winter Garden Bus Pk
Aagaard- Juerensen
5695 Begg Road
Orlando Fl 32810
Carl Specht 407 298 -550
Job Site: St Rebekah Church
BRPH Construction Services, Inc.
3670 Maguire Blvd., Suite 300
Orlando, FL 32803
Tom. 407 896 9301
Job site: UCF Women's Rowing Fac, Winter Garden FS #22
CPG Construction
700 W Morse Blvd S #200
Winter Park Fl 32789
Paul Haulk 813 305 6712
Job Site: Fountains at Falkenburg, Lake Sherwood Condo
Deerfield Construction
8960 Glendale - Milford Road
Loveland OH 45140
Julie Wietholter 513 984 4096
Job Site: Olive Garden -- Port Orange, AIdi Food Store, Lee Vista
Edwards Construction
85 SW 52 Avenue
Ocala Fl 34474
Page 2
Matt 352 844 6266
Job Site: Realvest Semoran, Northpointe Center, Lake Nona, Spice World, Pepsi Orl,
Pepsi Winter Haven, Meadowridge
Fssian Contruction LLC
1907 West SR 434
Longwood, F132750
Richard 407 - 245 -8920
Job site: Essain Office Bldg, Live /Work at Avalon Pk, Old Southern. Bank
Hardin Construction Company LLC
4700 Millenia Blvd S #350
Orlando, F132839
TJ 407 352 -2233
Jobsite: Orlando Premium Outlet Ph 1 & 2
Page 2
Harkins Development
707 Monxoe Road
Sanford Fl 32771
John 407 323 9310
Jobsite: Narcoossee Bus Pk, M &I Bank
Landsouth Construction
1680 The Greens Way S #100
Jacksonville Beach Fl 32250
Mark Ondish 904 273 6004
Jobsite: Esplanade Condo, Integra Woods Condo
M Paul General Contractors
140 Alexandria Blvd S #E
Oviedo, Fl 32765
Chuck 407 268 3443
Job site: Trinity Retail Center
Boat RV
Mulligan Construction
4545 Vineland Rd
Orlando F132811
Jason 407 654 6523
Job Site: Orange Cty Azalea, Alafaya Shopping, Seminole Cty Fire Training
ME &S
1645 Barber Road
Page 3
Sarasota F134240
Charles 941 377 6800
Job Site: College Park, Osceola Cty Senior Center, Beall's Eustis,St Joseph's Garden Ct
Marcobay Construction
4025 S Pipkin Rd
Lakeland F133811
Shawn 863 680 2293
Job Site: Oak Hill Station, Cambridge Oaks, Bear Lake Shoppes
Pei Contruction
180033 rd Street S 4200
Orlando, Fl 32839
Mike Kelly 407 996 -0039
Job Site Name: 1 -4 Commerce, SOBP, Sun Equities, Mercy Star Court,Westminster
Church, Hope Charter School, Legacy High School
Philco Construction, Inc.
1390 Hope Road S #200
Maitland, F1 32751
Rob M. — Project Managcr. Tom Phillips Owner 407 647 7445
Job Site Name: Progressive Insurance, Florida Concrete Preconstruction, Floor & D6cor,
Rooms to Go Showroom
Royal Palm Homes
61 W Colonial Dr
Orlando, Fl 32860
David Kliscui 407 294 7931
Job Site Name: Lake Burden, Fairvilla, Santuary, Lake Nona, Metro West, Lake
Sherwood, Star Towers, Tilden Grove
Rome Construction Group
8000 S Orange Avenue
Orlando F132809
Alan Roane 407 8514434
Job Site: Florida Choice Bank — Maitland, Florida Choice Bank - Altamonte Spgs, Aloma
Jancy Animal Hosp.,The Trad Development
RD Michaels Inc.
1111 N Kentucky Avenue
Winter Park F132789
Darren Frost 407 831 1110
Job Site: Village of Moss Park,
Aloma Walk
Page 4
Walgreens P, Hawaiian Ct, Family Dollar, Bank First
Strong General Contractors, Inc,
35 Pied Court
Orlando, Fl 32828
David Strong —Project Manager /Owner 407 381 2384
Job Site Name: Longwood/Orlando Auto Auction, Sanford Auto Auction, Daycare
CR455,Southern Tech College, 3700 S Conway Bus, Southern Tech College Mt Dora
Wharton Smith
P.O. Box 471028
Lake Monroe, Fl 32747
Brain Brach 407 321 8410
Job Site Name: Rollins College, OC Fire Station #81, UCF Football Staduim, Wayne
Densch Parking Lot, OC Fire Station #55, OC Fire Station 477, Rollins College, Killarney
Elementary,West Shore High School, Zander's Park Improvements, 8 Acre Pk, Bethune
Neighborhood, Harmony FS #54, Westside Comm Center, Camelot WRF, Dist 9 Medical
Examiners, Seminole Comm College, UCF RWC, Sanford PSC< Greewood Lakes WRF,
UCF Util Tower, Oakridge High School
WP South Builders
921 N Pennsylvania Avenue
Winter Park Fl 32789
Bobby Beliveau 407 854 4566
Job Site: Alta Grande, Alta Westgate, Walt Disney World Cast Housing Phase 1 &2,
Alta Corners
EXHIBIT C
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Allstate Paving, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid)
(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 15th — day of July , 20 14 . 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 B 14 -04 Asphalt Paving Projects for FY 2014 (Project).
NOW THERFFORE
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 (lie 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
perforniance and payment bonds required by the Bidding Documents and Contract
Documents.
B14 -04 Asphalt Paving Projects FY 2014 37
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
33 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due,
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
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.
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,
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
B14 -04 Asphalt Paving Projects FY 2014 38
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
1 l . The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
BIDDER; Strike out (X) non - applicable signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP, complete this signature block.
(Witn
(2)
(Individu Sigsiatue)
(Individual's Signature)
doing business as
(Witness)
(SEAL)
(Busi s Address)
_Telephone No. (Flor Lice nse No,)
B14 -04 Asphalt Paving Projects FY 2014 39
If Didder is PARTNERSHIP, complete this signature block,
(1)
nership Name)
(Wit
(2)
( General Partner's Signa
(Witness)
(SEAL)
(General Partner's Name
siness Address)
( Telephone No.) Florida License No.
B14 -04 Asphalt Paving Projects FY 2014 40
If Bidder is CORPORATION, complete thi i nature block,
Allstate Paving, Inc.
(I N 2 (A
(Corporation Name)
(Witness)
Florida
(
(State of Incorporation)
(Witness)
By, �&&
Persoi to Sign See Note 1)
(Name of uthorizcd -
I��<<
y�JL
(SEAL)
(Title)
(Authorized Signature)
(Corporation President)
5284 Patch Road, Orlando, FL 32822
(Business Address)
407 277 - 5247 _ l W !o o
Tel ephone No,) (Flori License No.) _
B14 -04 Asphalt Paving Projects FY 2014 41
SURETY
Witness: (If agency is not a Corporation)
Tra Casualty and Surety Compa o Am
(Surety Business Name)
One lower Square, Hartford, CT 06183
(Principal Plac isiness)
B
(S rety Agent's Signature - S e Note 2)
J. Mark Whitehead, Jr.
(Surety Agent's Name)
Attorney in Fact and Florida licensed Agent
(Surety Agent's Title)
The W Agency, Inc.
(Business Name of Local Agent for Surety)
712 Ballard Street, Altamonte Springs, FL 32701
(Business Address)
407 - 831 -44 N/A
ephone No
id No.
(1)
r�
Attest: (If Agency is
(Witness)
Signature)
(Corporate SecretatyT4 ame)
(Corporate Seal)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employ other than president or vice - president.
(2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing
individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney -in- Fact ",
(3) Above addresses are to be used for giving required notice.
(4) Any singular rcference 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,
B14 -04 Asphalt Paving Projects FY 2014 42
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF Florida
COUNTY OR CITY OF Seminole County )
Before me, a Notary Public, personally came J. Mark Whitehead Jr. known to me, and
known to be the Attorney ln -Fa of fevelcrs Casealty end Su cty Company orAmcnca a Cormecticut
Corporation, which (Surety Company) (State)
executed (lie attached bond as surety, who deposed and said that his signature and the corporate seal
of said
Travelers Casualty and Surety
Company ofAmerica were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
Travelers Casualty and Surety
and that the execution of the attached bond is the free act and deed of Company ofAmeriea
(Surety Company)
Given under my hand and seal this
" LORI K. CHARLES
Commission # EE 53672
=� My Commission Expires
January 06, 2015
My Commission Expires
January 06, 2015
2014,
Lori K Charles (Notary Public)
15 day of Ju ly
END OF SECTION
B14-04 Asphalt Paving Projects FY 2014 43
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
�A. POWER OIL ATTORNEY
TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney -In Fact No.
' 226147
Certificate No. 005529802
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint
J. Mark Whitehead Jr., J. Mark Whitehead Sr., and Lori K Charles
of the City of AItalnOnte_Sprin _ State of Florida their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings requhed or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of June 2013
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
17th
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
G/.SU r fIR f.Y IN x'� ~ fN5 RYA
.�1q
' 'L (1
U S t 9f9 ZA0 n pt �NP,Atra �, '�:�, �'� m �J � f :Ci y /CpPPORgTf.: mi a � � ��11D
'�( S
z� 7977 il9$1 irm IZ -' ..._ In` HAarfORD, K }µ <
v�' v �SBHL
ry � tiN i t��nucc� f:..:,.rH..�"r �a`:� "`f•�" d J ,'` �AtN
State of Connecticut
City of Hartford ss.
By: T
Robert L. Raney, enior Vice President
On this the 17th day of June 2013 , before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
uistrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
�,T ?
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2016. O i0U9UGS
Marie C. Tbucault, Nolary Public
58440 -8 -12 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casually Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTITFR RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointhig Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian hnsurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United Slates Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this . day of
Kevin E. Hughes, Assistant Sec Lary
HS�q - P rY ANO ome �}i1Y
F C• `F m dT c
SEAL, %� w CONN. ug 1846
To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.travelersbond•com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
Detail by FEI/EIN Number
Detail by FEMIN Number
Florida Profit Corporation
ALLSTATE PAVING, INC.
Filina Information
Document Number V06154
FEI /EIN Number 593102027
Date Filed 01/10/1992
State FL
Status ACTIVE
Principal Address
5284 PATCH ROAD
ORLANDO, FL 32822
Changed: 04/19/1994
Mailing Address
5284 PATCH ROAD
ORLANDO, FL 32822
Changed: 04/19/1994
Registered Agent Name & Address
PHILLIPS, LENDSEY DANIEL
5284 PATCH RD
ORLANDO, FL 32822
Name Changed: 01/07/2005
Address Changed: 05/05/2003
Officer /Director Detail
Name & Address
Title P
PHILLIPS, LENDSEY D
5284 PATCH RD
ORLANDO, FL 32822
Title P
PHILLIPS, LENDSEY DANIEL
Page I of 2
http:/ /search. sunbiz, org/ Inquiry/ CorporationSearch /SearchResultDetail /FeiNumber /domp -... 7/17/2014
Detail by FEI/EIN Number
2516 KISSAM CT
ORLANDO, FL 32809
Annual Reports
Report Year
Filed Date
2012
02/10/2012
2013
01/28/2013
2014
04/10/2014
Document Images
04/10 -- A RE PORT
View image in PDF format
01/28/2013 -- ANNUAL REPORT
View image in PDF format
02/10/2012 -- ANNUAL REPORT
View image in PDF format
01/26/2011 -- ANNUAL REPORT
View image in PDF format
01/11/2010 --ANNUAL REPOR
View image in PDF format
02/23/2009 -- ANNUAL REPORT
View image in PDF format
01/09/2008 --ANNUAL REPORT View image in PDF format
03/23/ -- ANNUAL REPORT[
View image in PDF format
05/ 30/2006 - A REPORT
View image in PDF format
01/07/2005 --ANNUAL REPORT
View image in PDF format
09/03/2004 -- ANNUAL REPORT
view image in PDF format
05/05/2003 —ANNUAL REPORT
view image in PDF format
03/27/2002 -- ANNUAL REP
View image in PDF format
01/26/2001 --ANNUAL REPORT
View image in PDF format
04/14/2000 -- ANNUAL REPORT
View image in PDF format
04126/1999 --ANNUAL RE PORT F
View image in PDF format
01/30/1998 --ANNUAL REPORT
View image in PDF format
02/26/1997 -- REP
View image in PDF format
04/26/1996 -- ANNUAL REPORTF
View image in PDF format
04/11/1995 -- ANNUAL REPORTF
View image in PDF format
Cop)Lriyht C =l and Privacy Policies
State of Florida, Depart ITWnt o` State
Page 2 of 2
http:H search. sunbiz. org/ Inquiiy/ CorporationScarch /SearchResultDetai I /FeiNumber /domp -... 7/17/2014
Licensing Portal - License Search
Page I of I
10.14..25 AM 7/17/2014
Data Contained In Search Results Is Current As Of 07/17/2014 10:13 AM.
Search Results
Please see our glossar of terms for an explanation of the license status shown in
these search results.
For additional information, including any complaints or discipline, click on the name.
License Location Address *: 5284 PATCH ROAD ORLANDO, FL 32822
Main Address *: 5284 PATCH ROAD ORLANDO, FL 32822
denotes
Main Address - This address is the Primary Address on file.
Maaing Address - This is the address where the mail associated with a particular license will he sent (if different from the
Main or License Location addresses).
License Location Address - This is the address where the place of business is physically located.
1940 No rth Monroe Street, Tallahassee FL _32399 .: E sail: C ustomer Cont act Center :: Customer Contact Center: 850.487.1395
The State of Florida Is an ANEEO employer. Copyright 2007 - 2010 Stsnte of Ftorlda. PrlyaCy Statement
Under Flarida law, email addresses are public records, if you do not want your email address released in response to a public- records request, do
not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact
050.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an small address if they have one. The emalls provided may be used for official communication with the licensee.
However email addresses are public record, If you do not wish to supply a personal address, please provide the Department with an email address
which can he mane available to the public. Please see our Ciiauter 455 page to determine If you are affected by this change.
https:// www .myfloridalicense.com /wlll.asp? mode =2 &search= LicNbr &SID= &brd = &typ= 7/17/2014
Name
License
License Type
Name Type
Number/
Status /Expires
Rank
Certified
Underground
Utility and
ALLSTATE PAVING INC DBA
CUCO57090
Current, Active
Excavation
Cert Under
08/31/2014
Contractor
License Location Address *: 5284 PATCH ROAD ORLANDO, FL
32822
Main Address
*: 5284 PATCH ROAD ORLANDO, FL
32822
Certified
Underground
Utility and
FARAH, HOSSEIN TAJRISHI Primary
CUCO57090
Current, Active
Excavation
Cert Under
08/31/2014
Contractor
License Location Address *: 5284 PATCH ROAD ORLANDO, FL 32822
Main Address *: 5284 PATCH ROAD ORLANDO, FL 32822
denotes
Main Address - This address is the Primary Address on file.
Maaing Address - This is the address where the mail associated with a particular license will he sent (if different from the
Main or License Location addresses).
License Location Address - This is the address where the place of business is physically located.
1940 No rth Monroe Street, Tallahassee FL _32399 .: E sail: C ustomer Cont act Center :: Customer Contact Center: 850.487.1395
The State of Florida Is an ANEEO employer. Copyright 2007 - 2010 Stsnte of Ftorlda. PrlyaCy Statement
Under Flarida law, email addresses are public records, if you do not want your email address released in response to a public- records request, do
not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact
050.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an small address if they have one. The emalls provided may be used for official communication with the licensee.
However email addresses are public record, If you do not wish to supply a personal address, please provide the Department with an email address
which can he mane available to the public. Please see our Ciiauter 455 page to determine If you are affected by this change.
https:// www .myfloridalicense.com /wlll.asp? mode =2 &search= LicNbr &SID= &brd = &typ= 7/17/2014
DBPR - FARAJI, HOSSEIN TAJRISHI; Doing Business As: ALLSTATE PAVING INC— Page 1 of I
1 0:14 AM 7/17/2014
Licensee Details
Licensee Information
Name: FARAJI, HOSSEIN TAJRISHI (Primary Name)
ALLSTATE PAVING INC (DBA Name)
Main Address: 5284 PATCH ROAD
ORLANDO Florida 32822
County: ORANGE
License Mailing:
LicenseLocation: 5284 PATCH ROAD
ORLANDO FL 32822
County: ORANGE
License Information
License Type:
Certified Underground Utility and Excavation Contractor
Rank:
Cert Under
License Number:
CUCO57090
Status:
Current,Active
Licensure Date:
09/24/1998
Expires:
08/31/2014
Special Qualifications
Qualification Effective
Construction Business
02/2012004
View Related License Information
View License Complaint
1940 North Monroe Street, Tallahassee FL 32399 :: Einall. Customer Contact Center Customer Contact Center: 850.487.1395
The State of Florida Is an AA/EEO employer. Copyrlght 2007 -2010 State of Florida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released In response to a public- records request, de
not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact
850.467,1395. 'Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an email address it they have one. The emails provided may he used for official communication w101 the licensee.
However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address
which can be made available to the p.iblic. Please see cur Chapter 455 page to determine If you are affected by this change.
https:// www. myflorida license.com /LicenseDetai1 .asp ?SID = &id= IFDE52081410CBE1 FFF... 7/17/2014
Licensing Portal - View Public Complaints
Page I of 1
10.141 AM 7/17/2014
Complaint Details
Below is a listing of public complaints regarding the person or entity selected. This may not reflect
all public complaints filed with the Department; for example, all complaints against Community
Association Managers (CAMs) are available to the public, regardless of whether any appear below,
and may be requested directly from the Department. The Department is also precluded from
disclosing any complaints which are confidential pursuant to Florida Statutes,
If you would like a full list of public complaints against an individual or entity or to make a public
records request for complaints listed please visit our Public page
You can search for public records pertaining to unlicensed activity complaints through an
additional database by visiting our S earch Unlicensed Activity Complaints page For more
information about CAM complaints, please visit the CAMs page
Name:
Number Class Incident Date Status Disposition Disposition Date Discipline Discipline Date
No Complaint Information found,
1940 North Monroe Street. Tallahassee _FL :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395
The State of Florida Is an AA/EEO employer, Copyright 2007 -2010 State of Florida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released in response to a pubfic- records request, do
not send electronic mall to this entity. Instead, contact the office by phone or by traditional mail. if you have any questions, please Contact
11 SD.487.1395 'Pursuant to Section 455.275(1}, Florida Statutes, Oft!( October 1, 2012, Ilcensees licensed under Chapter 455, 1 must
provide Ole Department with an email address if they have one, The emails provided may be used for official communication with the licensee.
However email addresses are public record. If you do not wish to supply a personal address, phase provide the Department with an email address
which can be made available to the public Please see cur Ch apter 455 page to determine if you are affected by this change.
https:// www. myfloridalicense .com /viewcomplaijit .asp ?SID— &Iicid- 834927 7/17/2014
Mav or
S. Scott. Vandergrift
City M anager
Robert. Frank
Florida
CITY OF OCOEE
Commissioners
John Grogan, District I
Rosemary Wilson, District 2
Rusty Johnson, District 3
Joel F. Feller, District 4
City of Ocoee • 150 1\? Lakeshore Drive - Ocoee. Florida 34761
phone: (407) 905 -3 100 • fax: (407) 905 -3194 www.oeoee.org
TABLE OF CONTENTS
FOR
BID #1314 -04
ASPHALT PAVING PROJECTS FOR FY 2014
BID DOCUMENTS
Section Page
Legal Advertisement 3
Bid Instructions 4-6
General Terms & Conditions 7 - 18
List of Subcontractors *, p. 17
Equipment Listing *, p. 17
ReferencevExperience *, p. 17
Summary of Litigation *, p. 18
Acknowledgement ofAddenda * , p.18
SCOPE OF WORK, BID FORM, AND PLANSHEETS C1 — C10
Section Page
Exhibit A — Scope of Work 19
Change Order Form 28
Payment Application Form 31
Exhibit B —Bid Form* 33 -36
Exhibit C — Bid, Performance, and Payment Bond Forms 37
Company Information and Signature Sheet* 48
Exhibit D — Plan sheets C 1 -C7, also available as a .pdf attachment on Demandstar 49
Exhibit E - FDOT Standard Specifications for Hot Mix Asphalt 50
(including Warm Mix Asphalt) and Superpave Asphalt Concrete
*Submit with Bid
End Table of Contents
2
B14 -04 Asphalt Paving Projects FY 2014
Invitation to Bid
The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #B14 -04
Asphalt Paving Projects for FY 2014. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing
Agent, Finance Department /Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until
2:00 pm, local time, on July 15, 2014. 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 Department /Purchasing. Partial sets of the documents required for
submitting a bid will not be issued. By using Onvia /Dem and star, prospective bidders will be provided with all
addendums and changes to the project requirements. Membership with Onvia /Demandstar is not required to
submit a bid; fees may apply for non - members. 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, June 15, 2014.
91
B14-04 Asphalt Paving Projects FY 2014
CITY OF OCOEE
INVITATION TO BID #1314 -04
ASPHALT PAVING PROJECTS FOR FY 2014
INTENT:
Sealed bids for Bid 41314 -04 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by
any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the
asphalt paving projects for FY 2014 for roads within Forest Oaks Subdivision and Sawmill Subdivision 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 writin to the Finance
Department /Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905-
3100, extension 1516, fax (407)905 -3194, or email preferred itolhert'(ici.ocoee.fl.us , and must be received
not later than 2:00 P.M. on July 8, 2014. Any clarifications /changes will be made by way of written
addenda only, issued by the Finance Department /Purchasing. 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. "Phis bid must be received as one (1) original and two (2) copies, of the required submittals only, by the
Finance Department /Purchasing not later than 2:00 P.M., local time, on July 15, 2014. Bids received by
the Finance Department /Purchasing 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 /Purchasing
Attention: Joyce Tolbert, CPPB, 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
In
B14 -04 Asphalt Paving Projects FY 2014
noticed public meetings and all documents submitted to the City as a part of a bid constitute public records
under Florida law.
E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items
which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of 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 has been scheduled for this project.
11. 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 fails
to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will
nevertheless be construed as though the Addendum had been received and acknowledged. Submission
of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only
interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are
cautioned that any other source by which a Bidder receives information concerning, explaining, or
interpreting the Bid Documents shall not bind the City.
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 (l) 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.
B 14 -04 Asphalt Paving Projects FY 2014
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
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 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 1 19, Florida Statutes, and, except as
may be provided by Chapter 1 19, 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).
G9
B14 -04 Asphalt Paving Projects FY 2014
GENERAL TERMS & CONDITIONS:
BID SECURITY:
a) Each proposal 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 respondent's
overhead and is not eligible for reimbursement as a separate cost by the City.
e) The checks of the three (3) most favorable respondents will be returned within three (3) days after
the City and the successful respondent have executed the contract for work or until the 91 day after
bid 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
a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a
100% Payment Bond written by a Surety Company acceptable to the City. 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. The
attached Performance and Payment Bond Forms shall be used.
b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The
bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing
that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of
the bonds. The date of the certification cannot be earlier than the Agreement.
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
7
B14 -04 Asphalt Paving Projects FY 2014
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
City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents,
and employees against liability, including costs and expenses for infringement upon any letters patent of
the United States arising out of the performance of this Contract or out of the use or disposal by or for
the account of the City or supplies furnished or construction work performed hereunder.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Sheet 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 Sheet. 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
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;
8
B14-04 Asphalt Paving Projects FY 2014
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.
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.
E
B 14 -04 Asphalt Paving Projects FY 2014
10. BID PROTESTS:
All Bid Protests shall be submitted to the Purchasing Agent in the following manner:
I . 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.
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.
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
[I
B 14 -04 Asphalt Paving Projects FY 2014
• 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 sixty (60) days from
the Notice to Proceed for substantial completion and ninety (90) days from the Notice to Proceed for
final completion.
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
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.
B14 -04 Asphalt Paving Projects FY 2014
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
proposed contractors for specific time periods) the Bidder will obtain identical certifications from
proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in
the Bidder's files.
The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and
implementations of rules and regulations prescribed by the U.S. Secretary 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
an employee position or actively seeking an elected position with the City. In the event that a conflict of
12
B14 -04 Asphalt Paving Projects FY 2014
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:
"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.
13
B14 -04 Asphalt Paving Projects FY 2014
19. INSURANCE REQUIREMENTS:
The Contractor shall not commence any work in connection with an Agreement until all of the following types of
insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow
any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor
has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by
companies authorized by subsisting certificates of authority issued to the companies by the Department of
Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or
better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies
authorized as a group self - insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which
may represent a deductible in any insurance policy. The payment of such deductible shall be the sole
responsibility of the General Contractor and /or subcontractor providing such insurance.
b) Workers' Compensation Insurance The Contractor shall obtain during the life of this Agreement, Worker's
Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000 /$500,000 for all the
Contractor's employees connected with the work of this project and, in the event any work is sublet, the
Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. Such
insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees
engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation
statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory
to the City, for the protection of the Contractor's employees not otherwise protected.
■ Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance The Contractor shall obtain during the life of
this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as
an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury,
including accidental death, as well as claims for property damages which may arise from operations under this
Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily jury Liability & Property Damage Liability
• $1,000,000 Combined single limit per occurrence (each person, each accident)
• All covered automobile will be covered via symbol I
• Liability coverage will include hired & non -owned automobile liability
• Include Waiver of Subrogation in favor of The City 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.
14
B14 -04 Asphalt Paving Projects FY 2014
4) Owner's Protective Liability Insurance n/a for this project.
5) Contractual Liability If the project is not bonded, the Contractor's insurance shall also include contractual
liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE
AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL
INSURED.
■ $1,000,000 PER OCCURRENCE
■ $2,000,000 AGGREGATE
6) Commercial Umbrella:
■ $1,000,000 PER OCCURRENCE
■ $2,000,000 Aggregate
■ Including Employer's Liability and Contractual Liability
7) Builders Risk: n/a for this project
8) Certificates of hlsurance Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an
additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the
authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated
and show:
9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the
number of the policy, its effective date, its termination date.
10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes
in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment
of premium.
(remainder of page left blank intentionally)
[W
B14 -04 Asphalt Paving Projects FY 2014
'
OP YO J
INSURANCE
DATE 1eawDmYYr
A CQRD_ CERTIFICATE OF LIABILITY FRAZE -1
a 04 04
lCE IS R 3"eu AS A MATTER pF INFORMATION
.R ooucca
AND CONFERS N4 RIGHTS UPON TH£ CERTIFICATE
�ERTIFAT
ER. THIS CERTIFICATE DOES NpT AMEND, EM OR
THE COV ERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIL N
Ri.Si3RE.RD .....__.� ... ... ..... _
Contractor's Name
MURERC _. _..
Addreae
W
SURER D
COVERAGES
{�f iNSI'iW�CE iaSTEb BGLO+Y nAWE BE Dt 143uE11 TO THE tN5URE0 NAMED ASOVF FOR THk PCLICV PENKUJ �+OK.FTED. NOT'MTNSTT,NObtG
i MAT PEPTAN C /RANCE C CRDED aY "HE POt!C 8 ESCR 8ED HE.REN M JUW1 Cl TO ALL TH.E�` ERWA EAC' U9gN5 -v CO T1ON9 OF SOCH
Pot {IES A(SGREGAt£ldMiT35116WH µAV MA`:E BEEN REJJVCECB P4DGA
/NS
- _ r
POLC NUMBER
LNMTb
i pA ryWIBM1Yt� DAtE 14AYt10/Y"fi l
LTR NSRU 1YPE OF IH]U #AH
v^ (EA OCCURRENCE 'C' 11000,
CH
GENERAL L.AEM ,,.
_
COJAXOE�O'TaNiTiO
� S SO 1 O_
- PRk-ws
X X COMMERCAi GEnENAL LiM 11" i
- ...,
-
-
CUIM9 MADE. X� OCLUN
PERSOuIa APMRY 61,000,000
..
_ _
IGENERAL AOGRE - M ]2,000, OQO
00,
GENT AGGPCGA.EPPLRRtMqq/r APFt1E3 P£Pr
I
-- - - --
�—
AuroNOeat
coManeD ]INGI.E LPArT s 1,000,000
{Eb A WNED
)
Y-1 ANY AUTO
ALL OWNED AUTOS
LPet' RY S
�... - (>W
i OULED AUTG3
9CNE
......_._ _ — _____..,_......
�
�BpOfLY
1 X S NiftEn AUTOS
v �
:. 1 , . S
{Pa P:tidcd}
NON-0WNEDAU1O5
-- --'--
'..
PROPFA FYD. -A S
AUTO ONLY . IA ACCENT S
LIAUTV
A M
_—,,OAAOf
ANY AUTO ',.
'OTHER THNI .UACC_5� --
.
r_,_,
AUTOONtY: AGO 5
i
I EACHOCCURRENck S 1, 000, 000 1
IXCSS]AlVeRELU LIADR.fTY
] 000 ,000 1
X Y '.00CUR iGLANSMAOE
f
.-� DEOW TtBtf
_
i L f y' - -. ' �4 '
R
1
` WO#NFRb COM'[NSATION AND
iFt.EAGN 1500,000
[ErLaY! RVLwEnv
ANY P.OPR,ETONLP -TFe /E%>=Cu
E1 a EMPLOYEE 5 SOOT OOQ
OFTE�AE ABIER EACLUEOt
I!
E .L DI SEASE. POLIC L UT 5500,
y
Any 1 Loc 100,OOD
Builders Risk
Any 1 Occ 1 ,0001000
TX] / IOCAtETN31 VEHICLE] / IXCLU910NS ApOEO b1 ENDORSEMENT I ]PECW. PROYISKiPl3
DISC #VTIDN OF OFEM IC
shall name the certificate
The insurance evidenced by this certificate
holders as on additional insured on
the General Liability L Umbrella
Liability. Workers` Compensation, Smployere' Liability 4 General Liability
shall contain a Waiver of Subrogation in favor of the certificate holder.
FcS
The certificate bolder is added as a nJn0d irMX.Ed fUr MI&M 5k
CANCELLATION
HOL
--
BNOJLD ANY OF THE ARd DPIW "0FOI,IIDE,Be CANCELLED BCFORETHEEYPIRATIOI
T - CERTIFICATE
i
0008801
DATE THCREOF, iFH. O]tiNO INSURER WEL EXOEAYOP Ta MAIL SO DAYS WRITTEN
NOTE 10 THE CERINICATE HOLDER N 10 TO THE LEFT, BOT FAILURE TO 00 SO SHALL
City Of Ocoee
BVOSS NO OBLIGATION OR 1-648A." OF ANY FIND UPON TkE rN]URER, ITS AGEPITS OR
150 N. Lakeshore Drive
aVRE]ENTATIVES,
Ocoee FL 74761 -2258
AvrHDRata ataaexrr'*AixE
� ACORD CORPORATION T88t
ACORQ 25 (2001108)
IG!
1314 -04 Asphalt Paving Projects FY 2014
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.
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/ TELEPHONE
NUMBER /EMAIL ADDRESS/NAME OF CONTACT
17
B14 -04 Asphalt Paving Projects FY 2014
Have you any similar work in progress at this time? Yes_ No
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 outcorne, 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)
SO
B 14 -04 Asphalt Paving Projects FY 2014
CITY OF OCOEE
BID #1314 -04
ASPHALT PAVING PROJECTS FOR FY 2014
EXHIBIT A
SAWMILL SUBDIVISION
LIGHTERWOOD CT. / LOG WAGON RD. / LUMBERJACK LN. /
SAWDUST CR. / TIMBER RIDGE TR.
MILL AND RESURFACING
JOHIO SHORES ROAD
MILL AND RESURFACING
WEST OHIO STREET
MILL AND RESURFACING
AD MIMS WWTP —OCOEE UTILITIES
MILL AND RESURFACING
SCOPE OF WORK
The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to furnish an asphalt stabilized base
course fi - om a mixture of the existing bituminous concrete pavement and existing base course material. In addition,
the contractor shall furnish and install asphalt pavement on the recycled road base. Refer to description of services
and technical specifications provided herewith. All work of this contract shall conform to the applicable technical
specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge
Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any
amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards.
All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment
section, below, and other bid documents. The total base bid price must include all costs required to complete the
work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized
from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum
quantities. Payment will be based on installed and accepted quantities.
Work is to be performed during normal business hours of Monday through Friday between 7 am — 5 pm. Any work
performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director.
The City reserves the right to omit one or more bid items, as may be required to stay within the available project
budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes
for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of
traffic. Should the City instead award one or more of the add - alternate bid items, no increases in lump sum unit
prices will be permitted, as the add - alternate item bids should be inclusive of all additional effort and costs
related to that work.
19
B14 -04 Asphalt Paving Projects FY 2014
MEASUREMENT AND PAYMENT
1.01 DESCRIPTION OF WORK
This section defines the method which will be used to determine the quantities of work performed or materials
supplied and establishes the basis upon which payment will be made. Contractor is required to field estimate
existing and required striping quantity for Lump Sum Bid.
1.02 ESTIMATED QUANTITIES
Where quantities are shown they are approximate and are given only as a basis of calculation upon which the
award of the Contract is to be made. CITY or ENGINEER do not assume any responsibility that the final
quantities, nor shall CONTRACTOR claim misunderstanding because of such estimate of quantities. Final
payment will be made only for the satisfactorily completed quantity of each item.
1.03 MEASUREMENT STANDARDS
All work completed under the Contract shall be measured according to United States Standard Methods.
1.04 METHOD OF MEASUREMENT
Measurement of Length
Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid for
on the basis of length shall be taken horizontally or vertically.
Measurement of Area:
In the measurement of items paid for on the basis of area of finished work, the lengths and /or widths to be used in
the calculations shall be the actual dimensions measured along the surface of the completed work within the neat
lines shown or designated. At intersections, the measurement used for length of side area will be measured from
the outside edge of the width allowed along the main trench.
1.05 PAYMENT
Lump Sum Items:
Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any
item of work required to complete the lump sum item within the limits of work shown or specified.
Unit Price Items:
Where payment for items is shown to be paid for on a unit price basis, separate payment will be made for the
items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required
for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed
work items.
20
B14-04 Asphalt Paving Projects FY 2014
1.06 COSTS INCLUDED IN PAYMENT ITEMS (IF APPLICABLE)
No separate payment will be made for the following items and the cost of such work shall be included in the
applicable pay items of work.
• Clearing and grubbing (including disposal of excess material)
• Trench excavation, including necessary pavement removal and removal of vegetative surfaces
• Dewatering and disposal of surplus water
• Structural fill, backfill, and grading
• Manual excavation or soft digs
• Replacement of unpaved roadways, grass and shrubbery plots
• Cleanup
• Foundation and borrow materials, except as hereinafter specified
• Testing and placing system in operation
• Any material and equipment required to be installed and utilized for tests
• Pipe, structures, pavement replacement, restoration and /or appurtenances included within the limits of
lump sum work, unless otherwise shown.
• Maintaining or detouring of the traffic
• Appurtenant work as required for a complete and operable system
• Surface restoration including removal and replacement of trees (under 4 -inch diameter), shrubs, and sod
disturbed by construction activities.
• Relocation and /or replacement of irrigation systems disturbed by construction
• Relocation and /or replacement of mail boxes disturbed by construction
• Furnishing adequate sanitary facilities for workers
• Adjustment of valve boxes
• Erosion control mechanisms
• Verification of existing survey
• Maintaining Driveway Access for Residences
Cleanup:
CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No
payment will be made until cleanup is essentially complete.
At the end of each week of construction, the CONTRACTOR shall perform cleaning of the work site, to the
satisfaction of the Owner, before proceeding to the next week's scheduled work.
Work Outside Authorized Limits:
No payment will be made for work constructed outside the authorized limits of work.
1.07 APPLICATIONS FOR PAYMENT
Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance
with the schedule established by the Conditions of the Contract and the Agreement. The applications for
payment shall be submitted in the number and form established by the CITY at the Preconstruction Conference.
21
B 14 -04 Asphalt Paving Projects FY 2014
The form shall be completely filled out and executed by an authorized representative of the CONTRACTOR.
Supporting data such as schedules of stored materials shall be attached to each copy of the application.
1.08 CHANGE ORDER PROCEDURE
A Change Order is a written order to the CONTRACTOR signed by the CITY authorizing an addition, deletion or
revision in the Work, or an adjustment in the Contract Price or the Contract Time which is issued after the
execution of the Agreement. Refer to Change Order Form attached.
The following procedure shall be used in processing Change Orders:
For Additions to the Work:
The CITY shall issue a written order to the CONTRACTOR directing him to accomplish the additional work.
The CONTRACTOR shall review the order and if he feels that the additional work entitles him to additional
payment or additional time, he may submit a claim as prescribed in the Conditions of the Contract.
For Deletions From the Work:
The CITY shall issue a written order to the CONTRACTOR directing him to make the change. If the CITY feels
that the Contract price should be reduced as a result of the change, the CITY shall make a claim for the reduction
as provided in the Conditions of the Contract.
Cost of the changes in the work shall be determined in accordance with the requirements spelled out in the
Conditions of the Contract. Modifications to incorporate the changes in cost will be made as the amount of any
change is determined.
1.09 BID ITEMS
The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs
explain what is included in each item and how it will be paid.
1.00 Mobilization / Demobilization and General Requirements and Restoration
Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project,
including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and
incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment
and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and
regulations. The cost of bonds, required insurance, and any other preconstruction expense necessary for the start of
work, excluding the cost of construction materials, shall also be included in this item. Permitting is excluded and
not the responsibility of the contractor. City of Ocoee shall provide (if necessary) custom signs or message board,
only. In addition, payment for Quality Assurance Soil Testing, general Maintenance of Traffic and General
Construction Requirements, unless stated under separate bid items, shall be included under this bid item and shall
include the CONTRACTOR's overhead costs related specifically to this Contract. The contractor shall also be
22
B14 -04 Asphalt Paving Projects FY 2014
responsible for miscellaneous concrete and asphalt damage caused by paving equipment or trucks that must be
traveled over to access paving areas. This includes valley gutters and concrete drives and sidewalks or brick
pavers, asphaltic concrete that may be damaged during construction activities. Demobilization shall be the work
of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items
necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this
bid item. Insurance and indemnification costs are part of this bid item.
SAWMILL SUBDIVISION
LIGHTERWOOD CT. / LOG WAGON RD. / LUMBERJACK LN. /
SAWDUST CR. / TIMBER RIDGE TR.
2.01 Milling
Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square
yard (SY), and shall include full compensation for all labor, material and equipment required to complete the
work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1"
of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The
measurement for payment under this item shall be the actual number of square yards of specified road
satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the
contractor must immediately contact the City for direction. All materials and workmanship shall conform to the
FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement.
2.02 Asphalt Pavement
Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square
yard (SY) placed and accepted, based on a nominal thickness of 1 ", as shown on the Drawings, and shall be full
compensation for all labor, material and equipment required to do the work. Payment shall include quality
control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that
necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials
and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave
Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request.
2.03 Pavement Markings
Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall
be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along
the road, intersections and cross walks. City recommends contractor visit site to determine quantity.
23
B14 -04 Asphalt Paving Projects FY 2014
JOHIO SHORES ROAD
4.01 Milling
Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square
yard (SY), and shall include full compensation for all labor, material and equipment required to complete the
work. Payment includes full compensation for all materials and equipment required to mill of existing asphaltic
pavement, as shown on the drawings, hauling, and cleaning up of milled material, labor and other incidentals.
The measurement for payment under this item shall be the actual number of square yards of specified road
satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the
contractor must immediately contact the City for direction. All materials and workmanship shall conform to the
FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement.
4.02 Asphalt Pavement
Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square
yard (SY) placed and accepted, as shown on the Drawings, and shall be full compensation for all labor, material
and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and
tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required
grade, unless directed by the CITY or CITY's representative. All materials and workmanship shall conform to
the FDOT Standard Specifications (latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix
Asphalt is an acceptable option, per the Contractor's request.
4.03 Pavement Markings
Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall
be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along
the road, intersections and cross walks. City recommends contractor visit site to determine quantity.
WEST OHIO STREET
6.01 Milling
Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square
yard (SY), and shall include full compensation for all labor, material and equipment required to complete the
work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1"
of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The
measurement for payment under this item shall be the actual number of square yards of specified road
satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the
contractor must immediately contact the City for direction. All materials and workmanship shall conform to the
FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement.
R1
B14 -04 Asphalt Paving Projects FY 2014
6.02 Asphalt Pavement
Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square
yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full
compensation for all labor, material and equipment required to do the work. Payment shall include quality
control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that
necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials
and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave
Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request.
6.03 Pavement Markings
Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall
be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along
the road, intersections and cross walks. City Recommends contractor visit site to determine quantity.
AD MIMS WWTP — OCOEE UTILITIES
6.01 Milling
Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square
yard (SY), and shall include full compensation for all labor, material and equipment required to complete the
work. Payment includes full compensation for all materials and equipment required to mill a MAXIMUM of 1"
of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The
measurement for payment under this item shall be the actual number of square yards of specified road
satisfactorily milled. For Quality Control, if additional milled material is removed caused by scabbing, the
contractor must immediately contact the City for direction. All materials and workmanship shall conform to the
FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement.
6.02 Asphalt Pavement
Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square
yard (SY) placed and accepted, based on a nominal thickness of 2 ", as shown on the Drawings, and shall be full
compensation for all labor, material and equipment required to do the work. Payment shall include quality
control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that
necessary to achieve the required grade, unless directed by the CITY or CITY's representative. All materials
and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 334 — Superpave
Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option, per the Contractor's request.
25
B14 -04 Asphalt Paving Projects FY 2014
6.03 RxR Crossing Pavement
Lump Sum Payment for milling and resurfacing approximately 1,560 square feet RxR crossing area, as shown
on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work.
Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be
allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or
CITY's representative. All materials and workmanship shall conform to the FDOT Standard Specifications
(latest edition) Section 334 — Superpave Asphalt Concrete. Note: Warm Mix Asphalt is an acceptable option,
per the Contractor's request.
6.04 Pavement Markings
Payment for temporary striping and thermoplastic striping, stop bars required at each stop sign and RPMs shall
be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along
the road, intersections and cross walks. City recommends contractor visit site to determine quantity.
Contractor Qualifications
The prime contractor submitting a bid must hold either a Florida general contractor or underground contractor
license. The party responsible for all work related to improvements that must conform to the requirements of
the Florida Building Code, which may be a subcontractor, will be required to hold a State of Florida General
Contractor's license. A City of Ocoee building permit will be required for any such improvement. Contractor
will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and
pass related inspections performed by City staff. A state - licensed electrician will be required to secure a
building permit for the electrical power requirements of the work, if any.
Shop Drawings
Where required, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough
review by City staff while not delaying progress of the work. Shop drawings shall be provided as three
complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain
one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the
acceptability of the proposed material and manner of incorporation into the work. Any work not provided or
installed in accordance with the approved shop drawings and /or the plans and specifications will be rejected by
the City and must be replaced with acceptable material and /or workmanship prior to payment.
Construction Schedule
The construction period is 60 calendar days to substantial completion and 90 calendar days to final
completion. Substantial completion is the point where all facilities may be used for the purpose intended with
no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work.
Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration
has not been completed and accepted by the City cannot be considered to have reached the point of substantial
completion. The construction warranty period begins on the date of substantial completion, which will be
recorded using a certificate issued by the City and acknowledged by the Contractor.
26
B14 -04 Asphalt Paving Projects FY 2014
The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City
at the preconstruction conference so the period of construction can be determined for each part of the work.
The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of
shop drawings, mobilization, and similar start -up actions. The City may levy liquidated damages in the amount
of $250 for each day beyond the final completion date shown on the Notice to Proceed.
The number of unfavorable weather days that are not included in the 60 -day construction period to Final
Completion. The City will evaluate any time extension sought by Contractor in light of these built -in time
considerations.
Warranty Period
The Contractor is to provide a minimwn one -year warranty beginning on the date of substantial completion, as
recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform
periodic inspections of the work and note any items that require correction. Unless posing a danger to the
public, potentially leading to further damage to the affected improvement if not corrected, the City will
normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of
the warranty period.
The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended
in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by
a subcontractor, and other reasonable causes. The notice of required corrective action will include the period
allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the
final completion date shown on the notice. Any corrective work provided may be subject to a warranty
extension determined by the City, but in no case longer than one year in duration from the date of correction.
Payments
Contractor will be required to use the attached progress payment form and the final payment will need to be
accompanied by a release of lien from all subcontractors and suppliers.
END OF SECTION
27
B14 -04 Asphalt Paving Projects FY 2014
Ce nter of Good Lien
r X14-
CITY OF OCOEE
150 North Lakeshore Drive
Ocoee, Florida 34761
B14 -04 ASPHALT PAVING PROJECTS FY 2014
CHANGE ORDER FORM
DATE: PURCHASE ORDER:
The following changes are hereby made to the CONTRACT DOCUMENTS.
Original CONTRACT PRICE $0.00
Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS $0.00
Net Increase (Decrease) Resulting from this CHANGE ORDER
[$0.001
The current CONTRACT PRICE including this CHANGE ORDER $f 0 •001
Original CONTRACT COMPLETION DATE: [original contract date]
Current CONTRACT COMPLETION DATE adjusted by previous
CHANGE ORDERS [ current contract date]
Net Increase Resulting from this CHANGE ORDER
Current CONTRACT COMPLETION DATE including this
CHANGE ORDER
[number] days
[new contract date]
28
1314 -04 Asphalt Paving Projects FY 2014
CHANGES ORDERED:
REQUIRED CHANGES
Il. JUSTIFICATION
III. NARRATIVE OF NEGOTIATIONS
IV. PAYMENT
V. APPROVAL., AND CHANGE AUTHORIZATION
This proposed change to the Contract requires approval by the Ocoee City Commission or the City Manager,
dependent upon project approval authority, in order to supplement the project budget to fund the changes. It is
expressly understood and agreed that the approval of the Change Order shall have no effect on the original
contract other than matters expressly provided herein.
CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in
Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs
and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No
other claim for increased costs of performance or modifications of time will be granted by the OWNER for the
Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for
cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by
this Change Order.
RECOMMENDED BY:
ACCEPTED BY:
CITY OF OCOEE, FLORIDA [contractor name I
By:
Signature
Date:
Title:
By:
Signature
Date:
Title:
29
B14 -04 Asphalt Paving Projects FY 2014
APPROVED BY:
CITY OF OCOEE, FLORIDA
By:
Steve Krug, Public Works Director
By:
Wanda Horton, Director of Finance
By:
Robert D. Frank, City Manager
By:
S. Scott Vandergrift, Mayor
FOR USE AND RELIANCE ONLY BY THE
CITY OF OCOEE, APPROVED AS TO FORM
AND LEGALITY THIS DAY OF
By:
City Attorney
,20
Date:
Date:
Date:
Date:
Attest:
Beth Eikenberry, City Clerk
APPROVED BY THE CITY OF OCOEE
COMMISSION IN A MEETING HELD ON
1 20 — UNDER
AGENDA ITEM NO.
mi
B14 -04 Asphalt Paving Projects FY 2014
APPLICATION AND CERTIFICATE FOR PAYMENT FORM
Application No.
Contractor:
Progress Payment Final Payment
Contract Date:
Application Date: For Period Ending
City Project No.: Account No.:
Project Name: B14 -04 Asphalt Paving Projects for FY 2014
Construction Start Date:
Construction Days - Elapsed:
Remaining:
P.O. No.:
1. Original Contract Amount
2. Sum of Approved Change Orders to Date (from Table)
3. Current Contract Amount (Sum of Lines I 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. Retainage Held from Prior Pay Applications
8. Retainage to Be Held in this Pay Application
9. Total Retainage Held to Date (Sum of Lines 7 and 8)
10. Total Earned to Date Less Retainage (Line 6 minus Line 9)
11. Total Earned less Retainage for this Pay Application
(Line 5 minus Line 7)
Approved Change Orders
Change
Order No.
Date Approved
by City
Date Accepted
by Contractor
Total Change in
Contract Price
Total (Write in Line 2, above)
31
End Date:
B 14 -04 Asphalt Paving Projects FY 2014
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; (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; and (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)
C
(Name)
(Title)
COUNTY OF
STATE OF
Before me on this day of 20_, personally appeared
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.
Notary Public
My Commission Expires
Payment shown on Line 1 1 is recommended by City's Resident Project Representative:
i
(Authorized Signature)
Owner's Approval
Date
Date:
By:
(Authorized Signature)
(Title)
32
B 14 -04 Asphalt Paving Projects FY 2014
EXHIBIT B
BID FORM
B14 -04 ASPHALT PAVING PROJECTS FOR FY 2014
BID SUBMITTED BY FL CONTRACTOR LICENSE #
Item
Number
Quantity
Unit
Item Description
Unit Price
Extension
1.00
1
LS
Mobilization / Demob. and General Construction
Requirements and Restoration
Sub -Total =
SAWMILL SUBDIVISION
LIGHTERWOOD CT. / LOG WAGON RD. / LUMBERJACK LN. /
SAWDUST CR. / TIMBER RIDGE TR.
2.00
Milling / Resurfacing Pavement Markings
2.01
26,112
SY
1" Milling (Max.)
2.02
26,112
SY
1" Resurface Tye SP -9.5 Asphalt Paving
2.03
1
1 LS
Temporary Striping and Thermoplastic Final
Stripin
Sub -Total =
B 14 -04 Asphalt Paving Projects FY 2014 33
EXHIBIT B
BID FORM
B14 -04 ASPHALT PAVING PROJECTS FOR FY 2014
BID SUBMITTED BY FL CONTRACTOR LICENSE #
Item
Number
Quanti
Unit
Item Description
Unit Price
Extension
JOHIO SHORES ROAD
a. From Old Silver Star Road to Richfield Cove Drive
b. From Richfield to City Limit, Per Plan
4.00
Milling / Resurfacing Pavement Markings
4.01 a
2,125
SY
2" Milling (Max.)
4.02a
2,125
SY
2" Type SP -9.5 Asphalt Paving (1" Structure
Coarse, 1" Overlay)
4.03a
1
LS
Temporary Striping and Thermoplastic Final
Striping
4.04b
5,140
SY
1" Milling (Max.)
4.05b
5,140
SY
1" Resurface Type SP -9.5 Asphalt Pavin
4.06b
1
LS
Temporary Striping and Thermoplastic Final
Stripin
Sub - Total =
B 14 -04 Asphalt Paving Projects FY 2014 34
EXHIBIT B
BID FORM
B14 -04 ASPHALT PAVING PROJECTS FOR FY 2014
BID SUBMITTED BY FL CONTRACTOR LICENSE #
Item
Number
Quanti
Unit
Item Description
Unit Price
Extension
WEST OHIO STREET.
6.00
Milling / Resurfacing Pavement Markings
6.01
1,767
SY
1" Millin
6.02
1,767
SY
2" Type SP -9.5 Asphalt Paving (1" Structure
Coarse, 1" Overlay)
6.03
1
LS
Temporary Striping and Thermoplastic Final
Striping
Sub - Total =
B14 -04 Asphalt Paving Projects FY 2014 35
EXHIBIT B
BID FORM
B14 -04 ASPHALT PAVING PROJECTS FOR FY 2014
BID SUBMITTED BY FL CONTRACTOR LICENSE #
Item
Number
Quantity
Unit
Item Description
Unit Price
Extension
AD MIMS WWTP OCOEE UTILITIES
a. Entrance Drive and RxR Crossing
b. WWTP Internal Drives
7.00
Millie / Resurfacing Pavement Markings
7.01a
1
LS
RxR Mill and Resurface (1" SP -9.5) (1,560 SF)
7.02a
290
SY
1.5" Type SP -9.5 Asphalt Paving and 10" Base
(Crushed Concrete)
7.03a
1,510
SY
1" Milling (Max.)
7.04a
1,510
SY
1" Resurface Type SP -9.5 Asphalt Paving
7.05a
1
LS
Temporary Striping and Thermoplastic Final
Striping
7.06b
733
SY
I" Milling (Max.)
7.07b
733
SY
I" Resurface Type SP -9.5 Asphalt Paving
7.08b
4,039
SY
I" Resurface Type SP -9.5 Asphalt Paving
7.09b
1
SF
Base Repair (10" Crushed Concrete)
7.1Ob
I
LS
Temporary Striping and Thermoplastic Final
Stripin
Sub - Total =
TOTAL BASE BID =
B14 -04 Asphalt Paving Projects FY 2014 36
EXHIBIT C
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
as Principal, and
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) $
(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 day of , 20 . The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for
the B14 -04 Asphalt Paving Projects for FY 2014 (Project).
NOW THEREFORE
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 and Contract
Documents.
B14 -04 Asphalt Paving Projects FY 2014 37
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
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
B 14 -04 Asphalt Paving Projects FY 2014 38
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP, complete this signature block.
(1)
(Individual's Signature)
(Witness)
(
(Individual's Signature)
doing business as
(Witness)
(SEAL)
(Business Address)
(Telephone No.) (Florida License No.)
B14 -04 Asphalt Paving Projects FY 2014 39
If Bidder is PARTNERSHIP, complete this signature block.
(Partnership Name)
(Witness)
(
(General Partner's Signature)
(Witness)
(SEAL)
(General Partner's Name)
(Business Address)
(Telephone No.) (Florida License No.)
B 14 -04 Asphalt Paving Projects FY 2014 40
If Bidder is CORPORATION, complete this signature block.
(1)
(Corporation Name)
(Witness)
(
(State of Incorporation)
By:
(Witness)
(SEAL)
(Name of Person Authorized to Sign - See Note 1)
(Title)
(Authorized Signature)
(Corporation President)
(Business Address)
(Telephone No.) (Florida License No.)
B14-04 Asphalt Paving Projects FY 2014 41
SURETY
Witness: (If agency is not a Corporation)
(Surety Business Name)
( Witness)
(Principal Place of Business)
By:
(Surety Agent's Signature - See Note 2)
(Surety Agent's Name)
(Surety Agent's Title)
(Business Name of Local Agent for Surety)
(Business Address)
(Telephone No.) (Bond No.)
(2)
(Witness)
Attest: (If Agency is a Corporation)
(Corporate Secretary Signature)
(Corporate Secretary Name)
(Corporate Seal)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice - president.
(2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing
individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney -in- Fact ".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety. Owner or other party shall be considered plural where
applicable.
(5) 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.
B 14 -04 Asphalt Paving Projects FY 2014 42
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF
COUNTY OR CITY OF
Before me, a Notary Public, personally came
known to be the Attorney -in -Fact of
Corporation, which (Surety Company)
a
known to me, and
(State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bond is the free act and deed of
(Surety Company)
Given under my hand and seal this day of 1 20
(Notary Public)
My Commission Expires
END OF SECTION
B14 -04 Asphalt Paving Projects FY 2014 43
EXHIBIT C
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS that
, (hereinafter referred to as "Principal "), and
a corporation organized under the laws of the State of
and licensed to do business in the State of , (hereinafter referred to as
"Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter
referred to as "Obligee "), in the Penal Sum of , for the payment of which
sum well and truly made, Principal and Surety bind themselves, their heirs, personal
representatives, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has by written agreement dated entered into a
contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Asphalt
Paving Projects for FY 2014 (hereinafter referred to as the "Project ") in accordance with the
plans and specifications prepared by City of Ocoee dated June, 2014 and
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF
Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and
agreements of said Contract including, but not limited to, the making of payments to persons or
entities providing labor, materials or services to Principal under the Contract, within the time
provided therein, and any extensions thereof that may be granted by the Obligee, and also during
the life of any warranty or guaranty required under said Contract, and shall also well and truly
perform all undertakings, covenants, terms, conditions, and agreements of any and all duly
authorized and modifications of said Contract that may hereafter be made, and shall pay,
compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage
and expense, or from any breach or default by Principal under the Contract, including, but not
limited to, liquidated damages, damages caused by delays in performance of the Principal,
expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains
resulting directly or indirectly from failure of the Principal to perform the Work identified by the
Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and
effect and Surety shall be liable to Obligee under this Performance Bond.
The Surety's obligations hereunder shall be direct and immediate and not conditional or
contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force
and effect notwithstanding (I) amendments or modifications to the contract or contract entered
into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of
compliance with or any default under the Contract granted by Obligee to Principal or by
Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal
from its obligations under the Contract as a result of any proceeding initiated under The
Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or
any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv)
any other action taken by Obligee or Principal that would, in the absence of this clause, result in
the release or discharge by operation of law of the Surety from its obligations hereunder.
B14 -04 Asphalt Paving Projects FY 2014 44
In the event that the Surety fails to fulfill its obligations under this Performance Bond,
then the Surety shall also indemnify and save the Obligee harmless from any and all loss,
damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial
and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its
obligations hereunder. This paragraph shall survive the termination or cancellation of this
Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal
Sum of this Bond.
Any changes in or under the Contract or the Contract and compliance or noncompliance
with any formalities connected with the Contract or the Contract or the changes therein shall not
affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes.
Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or
decrease in accordance with approved changes or modifications to the Contract.
The said Principal and the said surety agree that this bond shall inure to the benefit of all
persons supplying labor and material in the prosecution of the work provided for in the said
subcontract, as well as to the Obligee, and that such persons may maintain independent actions
upon this bond in their own names.
IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under
their several seals on the day of , 20, the name and corporate seal
of each corporate party being hereto affixed and these presents fully signed by its undersigned
representative, pursuant to the authority of its governing body.
Signed, sealed and delivered
in the presence of:
Principal
By: (SEAL)
B y_
(Official "Title)
Surety
(SEAL)
(Official Title)
NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and
attached.
Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual
Attorney -In -Fact for execution of Performance Bond on behalf of Surety.
END OF SECTION
B14 -04 Asphalt Paving Projects FY 2014 45
EXHIBIT C
Statutory Payment Bond
Pursuant to Florida Statutes, 255.05, et seq.
KNOW ALL MEN BY THESE PRESENTS, THAT
(hereinafter called the "Principal "), as Principal, and a
corporation organized and existing under the laws of the State of hereinafter
called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida,
(hereinafter called the "Obligee "), by bond number in the sum of
Dollars and Cents ($ ), for
the payment of which sum well and truly to be made, the said Principal and Surety bind
themselves, and their respective heirs, administrators, executors, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a written Contract with the Obligee dated
, 20 to perform, as Contractor, in accordance with the Contract and
Contract Documents, which Contract and Contract Documents are hereby incorporated herein by
reference.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida
Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or
indirectly by Principal in the prosecution of the work provided for in the contract, then this
obligation shall be null and void; otherwise it shall remain in full force and effect.
The Principal and the Surety agree that this Bond shall inure to the benefit of all
claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal
with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the
work provided for in said Contract, and that any such claimant may maintain an independent
action upon this Bond in its own name.
The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein
by reference and made a part of this payment bond including, but not limited to, the notice and
time limitation provisions in subsection (2). Any action instituted by a claimant under this bond
for payment must be in accordance with the notice and time limitation provisions in Section
255.05 (2), Florida Statutes.
IN WITNESS WHEREOF, the above bounden parties have executed this instrument
under their several seals this day of 20_, the name and
corporate seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
1314 -04 Asphalt Paving Projects FY 2014 46
(Principal)
By
(Name & Title)
(Seal)
(Signature)
Witness or Secretary's Attestation
(Seal)
(Surety)
By
(Name & Title *)
(Signature)
Witness or Secretary's Attestation
*Attach Power -Of- Attorney
END OF SECTION
B 14 -04 Asphalt Paving Projects FY 2014 47
BID #1314 -04 COMPANY INFORMATION /SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK /BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
COMPANY NAME
day of
FAX (INCLUDE AREA CODE)
E -MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
NAME /TITLE (PLEASE PRINT)
STREET ADDRESS
CITY STATE ZIP
FEDERAL ID #
Individual Corporation
Sworn to and subscribed before me this
Personally Known or
Produced Identification
(Type of Identification)
TELEPHONE (INCLUDE AREA CODE)
20
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Partnership Other (Specify
B 14 -04 Asphalt Paving Projects FY 2014 48
EXHIBIT D
Plansheets Cl -C7, also available as a .pdf attachment on Demandstar.
B14-04 Asphalt Paving Projects FY 2014 49
EXHIBIT E
FDOT Standard Specifications, also available as a .pdf attachment on Demandstar.
Section 320 Hot Mix Asphalt — Plant Methods and Equipment
Section 327 Milling of Existing Asphalt Pavement
Section 330 Hot Mix Asphalt — General Construction Requirements
Section 334 Superpave Asphalt Concrete
Warm Mix Asphalt Information (separate pdf)
B14 -04 Asphalt Paving Projects FY 2014 50
N
1" = 200'
GRAPHIC SCALE
0 100 200 400
� J
r
rJ
I" MILL AND
I" RESURFACE (SP -9.5)
LIGHTERWOOD CT
SURFACE AREA = 17,657 SF
OR 1,962 SY
1 " MILL AND
I" RESURFACE (SP -9.5)
L UMBERJA CK L N.
SURFACE AREA = 57,172 SF
OR 5,352 SY
CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1 ".
CONTRACTOR RESPONSIBLE TO REPLACE EXISTING
PAVEMENT MARKINGS (MATCH TYPE AND COLOR),
SAME SHALL APPLY TO REFLECTIVE PAVEMENT
MARKERS.
L1
H
1" = 200'
GRAPHIC SCALE
0 100 200 400
r r
I" MILL AND
I" RESURFACE (SP -9.5)
LOG WAGON RD.':
SURFACE AREA = 71,69J SF
OR 7,966 SY
CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF I".
CONTRACTOR RESPONSIBLE TO REPLACE EXISTING
PAVEMENT MARKINGS (MATCH TYPE AND COLOR),
e SAME SHALL APPLY TO REFLECTIVE PAVEMENT
MARKERS.
o x w z
rm
f
} F
N
1" = 180
GRAPHIC SCALE
07 90 180 360
+
7
`` fin.
1 " MILL AND
J
-
-
���
"
1 RESURFACE (SP -9.5)
TIMBER RIDGE TL.ISAWTOOTH CT
z'
:.
SURFACE AREA = 54,J91 SF
OR 6,043 SY�
I" MILL AND
1 " RESURFACE (SP-9.5)
SAWDUST CR.
_
SURFACE AREA = 34,103 SF
OR 3, 789 SY
=
M
J
[Li
C7 i
CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1".
z
z
CONTRACTOR RESPONSIBLE TO REPLACE EXISTING
-
PAVEMENT MARKINGS (MATCH TYPE AND COLOR),
SAME SHALL APPLY TO REFLECTIVE PAVEMENT
IHEE!
MARKERS.
C3
X
1" = loo
GRAPHIC SCALE
0 50 100 200
1 MILL AND
1 STRUCTURE COARSE (SP-9.5)
1 OVERLAY (SP-9.5) rL
SURFACE AREA = 15,900 SF
OR 1,767 SY 7 4 �'
CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1
CONTRACTOR RESPONSIBLE TO REPLACE EXISTING
PAVEMENT MARKINGS (MATCH TYPE AND COLOR),
SAME SHALL APPLY TO REFLECTIVE PAVEMENT
MARKERS.
C5
Traffic
A*
1" = loo
GRAPHIC SCALE
0 50 100 200
1 MILL AND
1 STRUCTURE COARSE (SP-9.5)
1 OVERLAY (SP-9.5) rL
SURFACE AREA = 15,900 SF
OR 1,767 SY 7 4 �'
CONTRACTOR IS REQUIRED TO MILL A MAXIMUM OF 1
CONTRACTOR RESPONSIBLE TO REPLACE EXISTING
PAVEMENT MARKINGS (MATCH TYPE AND COLOR),
SAME SHALL APPLY TO REFLECTIVE PAVEMENT
MARKERS.
C5
r
e ,
i V
I" MILL AND
1" RESURFACE (SP -9.5)
CONTRACTOR IS REQUIRED TO MILL A
GRAPHIC S
ENTRANCE DRIVE
'j
`
MAXIMUM OF 1
SURFACE AREA = 13, 560 SF
i
i�
OR 1,510 SY
_ —..
CONTRACTOR RESPONSIBLE TO REPLACE
.—
NEW 1.5" ASPHALTIC CONCRETE
R r
N.
k
SURFACE (SP -9.5)
TYPE AND COLOR), SAME SHALL APPLY TO
REFLECTIVE PAVEMENT MARKERS.
sm,r•.r
BASE: 10" CRUSHED CONCRETE
' A l
SURFACE AREA = 2,610 SF
OR 290 SY
20'
_
GRAPHIC SCALE
o
MILL AND RESURFACE
10 20 o- '
I" ASPHALTIC CONCRETE
_
(SP -9.5)
–
,'
RxR CROSSINCIDRIVEWAY
�
SURFACE AREA = 1,560 SF
..
OR 175 SY
i V
G
CONTRACTOR IS REQUIRED TO MILL A
'j
MAXIMUM OF 1
_ —..
CONTRACTOR RESPONSIBLE TO REPLACE
.—
EXISTING PAVEMENT MARKINGS (MATCH
R r
N.
k
TYPE AND COLOR), SAME SHALL APPLY TO
REFLECTIVE PAVEMENT MARKERS.
sm,r•.r
a
k�r
C6
Orlando Sentinel
Published Daily
ORANGE County, Florida
STATE OF FLORIDA
ORANGE County
Befor the undersign d VI - ut�}or ty personally appeared
03 CA /�� who on oath says that
he/she is an Advertising Representative of the ORLANDO
SENTINEL, a DAILY newspaper published in ORANGE
County, Florida; that the attached copy of advertisement, being a
Legal Notice in:
The matter of I 1 120- Advertisement for Bid
Bid #B 14 -04
ORANGE County
was published in said newspaper in the issues of,
Jun 15, 2014
Order # 2459550
Affiant further says that the said ORLANDO SENTINEL is a
newspaper published in said ORANGE County, Florida, and that the
said newspaper has heretofore been continuously published in said
ORANGE County, Florida, each day and has been entered as
periodicals matter at the post office in ORANGE County, Florida, for
a period of one year next preceding the first publication of the
attached copy of advertisement; and affiant further says that he or
she has neither paid nor promised any person, firm or corporation any
discount, rebate, commission or refund for the purpose of securing
this advertisement for publication in the said newspaper.
A/ _ _
Signature of Affiant —,
Sworn to d subscribed before tie on this /7 day of -)C.i.v 2011.
Signature of N - otary.Publtc 3
Name of Notary, Typed, Printed, or Stamped
Personally Known ( or Produced Identification ( )
INVITATION TO 610
The City of Ocoee, Florida, (the "City ")
is soliciting sealed bids for the fallowing
p roiect: Bid #1314 -04 Asphalt Paving
Projects for FY 2014. Bids will be
received at the office of Joyce Tolbert,
CPPB Purchasing Agent, Finance
Department /Purchasing, Second Floor,
150 North Lakeshore Drive, Ocoee,
Florida 34761 until 2:00 pm, local time,
on July 15, 2014. 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://ww w.ocoee .
org under Finance Department/
Purchasing. Partial sets of the
documents required for submitting a
bid will not be issued. By using Onvio/
Demandstar, prospective bidders will
be provided with all addendums and
changes to the proiect requirements.
Membership with Onvia/Demandstor is
not required to submit a bid; fees may
apply for non - members.. 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 he required to
pay a fee as prescribed by statute. Beth
Eikenberry, City Clerk, June 15, 2014.
052459550 6/15/2014
2459550