HomeMy WebLinkAboutItem #07 Award of B16-01 Public Works Complex Stormwater Management System Project 1■46•
ocoee
florida
AGENDA ITEM COVER SHEET
Meeting Date: November 3, 2015
Item #
Reviewed By:
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager: rr fir
A/77
Subject: Award of B16-01 Public Works Complex Stormwater Manageme t System Project
w
Background Summary:
The City of Ocoee, Florida(City) solicited bids from qualified contractors to furnish labor, supervision, materials,
equipment, supplies and incidentals to construct the Public Works Complex Stormwater Management System
Project. The project includes the construction of a stormwater management and collection system within the
Public Works Complex; the scope of work consists of excavating a duel pond storage system for stormwater
management, new drainage collection system and parking lot additions and drives for vehicle movements. This
project provides stormwater upgrades in the Starke Lake drainage basin through improvements at the City's Public
Works facility. The improvements enhance the City's ability to meet National Pollutant Discharge Elimination
System requirements, along with providing compensating storage and treatment for the City Hall complex in
accordance with St. John's River Water Management District water quality standards. This project is located in the
Wekiva River Basin area.
The bid was publicly advertised on September 13, 2015, and opened on October 13, 2015. There was a total of
four(4)bids received ranging from $234,925.00 to $307,155.00. All bids are available in the Finance Department
for review. The Public Works and Finance Departments reviewed the bids received and all were considered
responsive. Staff recommends awarding the bid to Villages Construction, Inc. for$234,925.00 as the most
responsive and responsible bidder, per the attached recommendation from Steve Krug, Public Works Director.
The table below is a listing of the bids received.
Bidder Total Bid
1. Villages Construction, Inc. $234,925.00
2. Barracuda Building Corporation $277,375.00
3. Jordan Brothers Construction LLC $289,933.39
4. JPR Universal Construction LLC $307,155.00
Issue:
Should the City Commission award the bid for the Public Works Complex Stormwater Management System Project
to Villages Construction, Inc., as recommended by the Public Works Director?
Recommendations:
Staff recommends that the City Commission award Bid#B16-01 Public Works Complex Stormwater Management
System Project to Villages Construction, Inc. in the amount of$234,925.00 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. Villages Construction Bid
4. Invitation to Bid#B16-01
5. Plan Sheets Cl-C6
Financial Impact:
The Stormwater Capital Improvement budget includes $300,000 for this project.
Type of Item: (please mark with an `x')
Public Hearing For Clerk's Dept Use:
Ordinance First Reading Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
X Commission Approval
Discussion&Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney 17:f N/A
Reviewed by Finance Dept. N/A
Reviewed by ( ) N/A
2
1‘\
ocoee
florida
Mayor MEMORANDUM
John Grogan
Commissioners Date: October 20, 2015
Vacant
District 1 pee Public Works Team
To: Joyce Tolbert, Purchasing Agent If
Rosemary Wilsen
District 2 ►
From: Stephen C. Krug, Public Works Dir: •
Rusty Johnson .•► :
District 3 Improving a great community
RE: Contract Award Recommendation.
Joel F.Keller
District 4
City Manager Public Works recommends award of the Public Works Complex
Robert D.Frank Stormwater Management System Project, Bid No. 16-01 , to the lowest
responsive bidder, Villages Construction, Inc., of Leesburg, Florida, in the
amount of $234,925.00. The City received four responsive bids from
contractors with the low bid below the Engineer's estimate. The
Contractor has been in business for over 5 years in Central Florida.
Public Works contacted other municipalities in Central Florida to confirm
Villages Construction has successfully completed projects of similar size
and scope. This project provides stormwater treatment in the Starke
Lake drainage basin for the City's Public Works complex, along with
compensating storage and treatment for the City Hall complex. The
project is adequately funded in the Stormwater Capital Improvement
Program.
the Public Works Complex Stormwater Management System Project will
provide upgraded stormwater treatment in line with current starndards
through the addition of a new retention pond approximately 1 .5 acres
in size, 450 linear feet of 24" pipe, 6 drainage structures and roadway
restoration. The project is located in the Wekiva River Basin area.
City of Ocoee • 301 Maguire Road • Ocoee, Florida 34761
Phone: (407) 905-3170 •www.ocoee.org
v 0 -n -
w o -- a 0 rr) n 9 U ! O x r m z
co m O w r °a 3 w m c x i m" ° o. o• w ; f ya 8 o D O C �.. I o n- n II A 2 w 3 F2 a P, y o ? a c o _1 o•.O7 Fo N
a - -o 'o' - n c o c
cr o _
Ci
3 f w O N = O R N Q. O (T 3.
co m O' a n io '..j R -0 3 O
dw A O A = O =
c• o 9.
E. m c c
E = P3 74
C G
0
v CO
m m
N o
A N ._. -..> 7' J J O
a
,_ c o a o N r� o c 0 o N - ._. ._. C
00 0 0 0 o co
r
A
F L
C 2
a a N a
i G N V
O> a A a A a a 'CO O W N w
0▪ O J W 7 -CO �
A N O W O O N m
3
0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o A 5. E j D
0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 o f) a CO
o O 0 0 o O o 0 0 0 0 0 0 0 0 0 0 o m *N C
>0 D
c_ m -0—
a .� i v O
N a W W A fT -7 C 3 Z
o o w o � ° ° F .1
O a O a N N a A O U 0 O a J O a N J o O o O CO 0 iv w Z
D
O A O O O O O O O O O O O O O O n CO
O O N O O O O O O O O O O O O O O m m Z m m
a D C)
-1 °
m
a O
O W -6 N N W -.
A a a a a 69 a a a a D C
V N N N V W W A 0 N N CO CO N r ^ CO
O W 6) T N N -CO O 'CO O O O O
O N A ?
O O O O J W O O O) O O O O O O O co-. O -<
(T 0 O 0 0 N 0 0 0 0 0 0 0 0 0 0 0 A
O O 0 O O 0 0 O 0 O O O 0 O 0 0 O 0 -I
m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m M
C C
Z
co
-4 A W
a A CT A C 0
O a N N a N a N a a O N O n O 0
O O 0 o O -4 O W
N (at 19
0, O O O O m CA w d a
O N O O O W O A O N in O A O O O O D
O J O W O W O N o N O O W O O O O i ` .O. O D n.
O ° O O
N a a a a a a f9 E9 fA 61 f_A °.
OJ a a N A a a CO a W a A. D r N
W CO W O CO W N N A (O N N A 01 N A (T A r n
O O J A N N 0 8 O 8 O Cr O O in O 8 9
w o m 8 0 0 �°
8 �o o a 0 0 0 0 0 0 A
CO 0 0 0 0 o co o w o 0 0 0 0 0 0 0 0 n
M 0 0 0 N o o O 0 0 0 0 0 0 0 0 0 8 m
0 O O O 0 O O 8 A 8 O O 8 8 8 O O
C
z
a - <
a N N A . W N O p
O • a a O • O C
O H O a to N O O 0 O O O W -T a 0,0
N00
A
g 4 O O O OO O b O O O O O O O 0 0 O O O O O • 0 )
O. Z j
8 z. o D
D o
a to a a a to H � o
J A V O� O N N CO CO A N O W �T P
N a O O J O O m O 8 p N O O N 8 n 5
O O O O O O O O O O O J O O a O
O O O O O O O o O O O 01 O O O O 0 m
O 00 O O O p O O 00 O O O O O 00 O O O•
O O O O O O O O O O O O O O O
SECTION 00020
INVITATION TO BID #B16-01
PUBLIC WORKS COMPLEX STORMWATER MANAGEMENT SYSTEM PROJECT
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance
Department/Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida
34761,until 2:00 pm,local time,on October 13,2015. Sealed bids must be date and time stamped
at the office of the Purchasing Agent before that time. Bids received after that time will not be
accepted under any circumstances. Any uncertainty regarding the time a bid is received will be
resolved against the bidder. Bids submitted after the designated time will be returned unopened. All
bids received before the due date and time will be publicly opened and read aloud by the Purchasing
Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm.
Description of Work: All work for the project shall be constructed in accordance with the drawings
and specifications prepared by the City of Ocoee. The proposed project will be awarded and
constructed, if an award is made, in conformance with the plans and specifications. Bids shall be
deemed to include all items necessary for the furnishing, delivering, and installing of all materials,
equipment,incidentals,and services,including all labor for the work which is generally described as
the following:
• The construction work set forth in these contract documents is to be completed
within Public Works Complex in the City of Ocoee as shown on the Drawings.
• This project includes construction of a new stormwater management and collection
system within the City of Ocoee Public Works Complex as shown in the Drawings
and listed in the Invitation to Bid.
• The Contractor shall furnish all labor, materials, equipment, tools, services, and
incidentals to complete all work required by these Specifications and as shown on
the Drawings.
• The Contractor shall perform the work complete,in place and ready for continuous
service, and shall include repairs,tie-ins,testing,permits,clean up,replacements,
and restoration required as a result of damages caused during this construction.
• The Contractor shall furnish and install all incidental materials, equipment, and
labor which is reasonably and properly inferable and necessary for the proper
completion of the work,whether specifically indicated in the Contract Documents
or not.
B16-01 Public Works Complex Stormwater Management System Project
00020-1
• The Contractor shall comply with all County, State, Federal, and other codes and
regulations applicable to the above construction work.
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/323/Purchasing
Partial sets of the documents required for submitting a bid will not be issued. By using
Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the
project requirements;Fees may apply for non-members.Membership with Onvia/DemandStar is not
required to submit a bid.
Persons other than prospective bidders may inspect the documents required for submitting a bid at
the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive,Ocoee,FL 34761. These persons
will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the
City of Ocoee.
Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents.
Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of
complete contract documents not later than twenty-four(24)hours before bid time via facsimile or
U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify
addendums and acknowledge receipt of all addenda in the bid submittal.
All questions about the meaning or intent of the bidding documents shall be submitted to Purchasing
Agent in writing at Owner's address or by e-mail(preferred)to jtolbert@ci.ocoee.fl.us.Bidders shall
not contact other City staff, members of the City Commission, or City agents or consultants before
the award date with reference to this Invitation to Bid. Any contact with other members of City
staff,the City Commission, or their agents or consultants during the bid,award, and protest
period may be grounds for Bidder disqualification.
Pre-bid Conference: None scheduled at this time.
Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond
shall be for an amount not less than five percent(5%)of the bid price,and shall be made payable to
the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety(90) days
after bid closing time.
Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be
submitted for the work by each proposing contractor. The contract will be awarded pursuant to the
requirements of applicable state and federal laws and regulations and pursuant to any applicable City
of Ocoee purchasing rules and procedures and the contract documents.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Bid No. B16-01 PUBLIC WORKS COMPLEX STORMWATER
B16-01 Public Works Complex Stormwater Management System Project
00020-2
MANAGEMENT SYSTEM PROJECT" and the bidder's name, address, and State of Florida
contractor's license number clearly shown on the outside thereof Bidders must acknowledge receipt
of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the
bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids
shall be sent to the attention of the Purchasing Agent,City of Ocoee,2nd Floor, 150 North Lakeshore
Drive, Ocoee, FL 34761.
CONVICTED VENDOR LIST(PUBLIC ENTITY CRIME).A person or affiliate who has been
placed on the convicted vendor list following a conviction for a public entity crime may not submit a
bid on an award to provide any goods or services to a public entity, may not submit a bid on an
award with a public entity for the construction or repair of a public building or public work,may not
submit bids on leases of real property to a public entity, may not be awarded or perform work as a
Contractor,Supplier, Subcontractor,or Consultant under a award with any public entity,and may not
transact business with any public entity in excess of the threshold amount provided in section
287.017 for Category Two for a period of 36 months from the date of being placed on the convicted
vendor list. [See s. 287.133(2)(a), Florida Statutes.]
The City reserves the right to accept or reject any or all bids, to waive formalities,
technicalities or irregularities,to request clarification of information submitted in any bid,or
to re-advertise for new bids.The City may accept any item or group of items of any bid,unless
the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if,in
the City's discretion, the City determines that it is in the City's best interest to do so.
The City reserves the right to award the contract to the Bidder which, in the City's sole
discretion, is the most responsive and responsible Bidder. The City reserves the right, as an
aid in determining which bid is responsible, to require a bidder to submit such additional
evidence of Bidder's qualifications as the City may deem necessary, and may consider any
evidence available to the City of the financial,technical,and other qualifications and abilities
of a Bidder, including past performance (experience) with the City and others. The City
Commission shall be the final authority in the selection of any and all bids.
City Clerk OCOEE, FLORIDA
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00020-3
a w ti
CA
b C) t
i: 4. '--3 (") Lxl 0
hl O O O
z
H
`7
7
Cn O 7j
. a
-e ° n n n
Stem Expy(Tol road) ,fl 7 7 0
1 o if O >: (I)
'�= a oN C s z n 0 --¶
H
o , jam �' C) `r On r-ri(..)
s 7_4 O allt��tW 8 `� ti N 7Q ___,
;.._1 z Q• 0 ° N n
b O 7
any P�1N8 S � �{ n Z
1 O m s NQ'
,T > (i) -v
r
4
,...,m
A
e
O
,
ci O o YO
n o r� Q n
7)
' el
0
Az � C A o (c) S1/4.
R }ac t-,?p ; ..'1
n
FA
2• z
A A
O O
Y A
� � _ Hi IE'2 m`-R'n m� k v oac�n�cua "�S�jA�j Om_D
'4a�� mQ « 12 =',. z°ozia>azz� ''g<a- �l"-
° W i o m g 5 gI '''1, m i N :z l �w 2
o °Q 3.8 2 l m `2 °=�m O � 11'� '� A���ii 000 2�. ��
a _h o x 5-x°°�. �_sz'°n° m
H�o R m 1 �,� N ��o m z p s22 z'^z-zcny; ooh
aR ko0°1-¢ 'a °aR .ydm O '- ?__ a ^0 ° a>`�,PrtmioiWm5�k-i
E'=ao *E%kO ka, i n? - m g ' S y Fv iFFon �mA°`'^'�
t m $c °!a m R 3 3 oxkir-oo7 y� r'
R -a a m S o . 2K OO zoom o
y REEP,E ,'ms-m -� g'''''`�a'A a map Vr-.r o Amy
°n. `�'iK mood., oom
°G 2s d o a° $ h n
y1 m a d 3 0 A" R%g 21: 2$ 3 N �„ Z O
li .�ml g P Ili : _ g i _ 4 �,p.
��m F. ij Z A � �- m 4 A m -<
L
°RcOig�_q hi 5 �D P~'1
om � a a N
§ A
S 3 ° ° a
loam-a m glg ° $ s
^ t I l V Q ¢ - I"T��sr� a« HS _ "Ui In
,5Sa o,,S calf„� 8 goy'° v ggo�a og
' m mg_6�e. em '��« l m o
0 2 o n ' a,7 w .
IIMA °t 3o as E
u p1. 91 3. 3 1W iik m qj m om. K p zk , _ms mQi .4m , t,agtoz 741 l 21; ?8 s €all a18 11= l32 stII'{o
n -, hnh Ai3;o3. 'm PI: m g8v N11ti N= t,5'= 3 amz mP ' = ,E ,, v0 ya. y I.8' $i i1 &lig a° &'x R k z o g°F “ < t',° a= < N E o° ti 14 z ?"1-.x a%.0.,.,m
8 1“a 4'am$ ,m OE AO 2 3. N ?m- am p .-
4 =Z a.bia° °_E E,2 IF- mc- $ II aka I: =°a R�@
�+ IN ,E 3 61 m� ° S
t m$ . 'E�SQ a 2l iq -I Ia ! ;% N�� 3-Krm _
a y� Ste+ k- $ _ a v
'� m RC° n_3.g °5 LI LIO m ° 03 ° � . oa y a Z m%AalA�°
a E4 E-°¢ m m gQ4� m y_ °kw �.a R 1.1! `R, 'v IIH m 1 l C o , o x 3 6 n. E 8 S i 1; 3 3. > a 1
zj gmia.g P=I-, 2 Vi m. f; t= 2-m �z ,,o a—P.1
, t °a 4i iii `�'° em 11 RA al ,$°�
Bm sW as
qpps 3 s - N a - %a
. S 4 m S 0; .m F n l 3 m? N o„-o-.
4!f,' N 't $ N q ' 11 aka
U g N 2.45a,?; g B R m E °o '4 ,o a v m z
g o' goal g!,-1A, m� 5 ;m a d5 gym mg3 mm �m�i
' S w a a.- i pall 14 R.- m}S5, i7 R a io l g Y 1Q0.1`c y�d wA R ao i” 1 -g 12 is d2 o -Z E� a >' moikmt
Or m � E ; tt ,41,8-:
O R 1,SI g 11 l3
t 1 Yo o- Ra �q : Q m $a
a a 8 R'-'k A E mN g 8 a An '°ggH_
'a` mm _ b-; g �L Y= a ai
8 2 ;05 1 - 84 ETA mE .E r - 8g- igA
a
PUBLIC WORKS COMPLEX CITY Or OCOEE+FL,
'' PUDUC WORF.S DEPARTMENT _
PAY ITEM NOTES STORMWATER MANAGEMENT oconocAlui w�
SYSTEM PROJECT ocoee Nx�«.,or,r':- .,�E. .v�° E. .zrmu
i� l $mAg° aYi° A °z ° II�"$ @ , 4RA�mgyg F g o �@ QS'zn'm�' m9 m c g $i� g ST S° 72 r z gA$WW4 to A $zi" §''.41! Z�1 a,FP, popI P 4 m tgg��ox$=yOO'� $7i AA m $ Ii o$ 4 fl SST14.4: Z`V�O�F VA ?A�mFyTF� 2 O m fl:A.-AA Qyx"; m°° hC�CM F) $2T !'4RT A O � gg8 m P"'R gmmTA gry' RD-'W8v m eW.m,L AHF ,4 4.5'z Fm a lU' a�g b o $?F mmP P -,�iwia,m yg x 2 'z
Dy bg 1� o- 2i: 1m_on ,A--, 'e°m° �� f°mye r., gig$ ym o g<g m o00
�-�•$�„� � g �„ � � D �+gz � �gA Doi ��°o�^' b
'Agll $xcg6' g a i� s$gg 'el Z��al< A O S Yz'hIri> my y xy
�czi°A� o$AmF �zs ?JIHI°off �!gA g o ggeeia$"i R FoQ y y L xi yg°
� A AIM gr.i.PA'v,g vA, "g HJ g<o�A 2 oa PPli g$ �, m o mz eA gJJ R°mygt ym "g hl b $9 z n
Rr- % v, as 08 A.54�1, nos h goEPaAi, Hg P" o a ZI°Xg o° 0
goAr ey om,„ z'" '0405 go °IgAT2 mi g° gq tmAl% mA oczi
hiA D m'�i, �T T �� O�m�2�t �� A$� F m N A n y g p 2°2 HO � p 0
lgu '" = of z ga °$ °$ R'$mo'oNi4 ;' gg i mp U 'x
�Q f� iz ti RyA$ �m AZi4bRAga $ °o Ay mA H oP
Hi < $ z° gA ".z„`'Qc'gg ov+ z 2mm$$ f
�mz m iAP� g m_�`�'< m a_D� � z �� �y gx9y x
ib ohm om-'2�s F!�' Ly"36'n �A �°t$iF��mm; -�� $ A�Ay�y 7'n� ,°*i
M zo zo ° zN - S_c' o oA cF v,$� .$ °°iI F Az�za Elm o mE1°m$$A"
xc L '-i'o °�mA°� m2 °�in �� cciai° �� g� �f°°,c �myA$ $��_$�„ °„ R�my$�7i
i s- og '' z'F pig °' 4rr °'. $ °9`°m 4'18 x ygo' g; AS°-,Omg'vg m
° ° Eg mg $n tea"_ 5f'1 °5 my g-. :1 z r-04 $_ HE; by $a
-$g $ r4 ° ',T,m $o" o 41! z 3` 14 zoo m zy 'i'i,'p
$ �"� � Day � � z Fy o Ac y�.-F A$H
$Q "�=�g 3 $"-gig sA �°�o m �� �� 8 z �
a° 1 8 gN D' mF mg°e z oY ao OW l 7 grim°=gm=
F El E°yyA°
o- x r $", a voo mg H iRi ='' °O' c,1 ¢z,m mbyi Q2m7� mm m ° xy a'°on
bA zy c °c a $$ ogz°o nA �+'
�cDZ T� m° myy � v,_c, zm Ai F.. $A y"OZ m-+ o% �a w> dPuP coma, A ca by'�II p
,5�,�a yF,z�m� o,p° rp� AA °g °or.,n'' oS}}ppSS 2 O i I„"$z F x g ri Brry N A°M H i m m v'< g$ m 6 v f5� x 1 Pimp g��" 1< $° m �^ oa Yi H� � o'��bI h;° A$m " * SS $g
�� g �i Y" UI '� Y"7� r Wli ��?T� � i NI Hg g � Rog o 2°c s a
� AD W„" ��$ Q 9n'°y�ttn �F�-• A � �� °moo°-IivD
�O � A �(1A zg y �s� y AA ,mi,�^, � �� O $ m°2irT-
D� ow ?4,9, `� fl � H F hfli HP N �, F^ .=i c, INTO
t'' r WI.,oA ° gpo N - 6^ rg",$ o"mo omzzg,y„o
z
m�°x xm Q kV,"'° �gm�p- ° �� gz A
„N,_ E.,c z`„ A $ ,<g H 'ate o iz 2 k° 6R m Q S z :V° 06
A$ mxo m�o� EMI m x r� ^-7m
1�Am °gn g"14 434 ° Rt°.i„ F °6 go S o-zi
Z1 2 T W 2 A A i t°� D m Z�� Z ° 2',-- r5e � °
F D4 H£ m' Tb` ION ° '°"a cDZ o my a?idN yy$ ; Vm�+n § $mm� N � i ` N
homm °R. , ,4 gAm mS
4 ,h§, r y E m1oy S m is m;
omo $g /4; g R4 m aei,
�� b6 £ `my ° 7�$ ° T y
v 'm K $o°pzg 2?-gi g °g g " i
y m AgF t„ p t m 0 t
Yg A q5,_1 y mQm R ° D m
• gps 4y :$Q a! 3° �D a A z
PUBLICR'ORKSCOMPi.AX CITY OF OCOEE.FL
GENERAL NOTES AN D FCI6LIG WORKS DEPARTM�Ni _
STORMRATERMANAGEMENT \�/ mxuiRC�o,u' 7E''''F'E oR O eV�R.a,o,b�W - SPECIFICATIONS r°;;;N;;� ;y, a ,
SYSTEb[PRO]ECT OCO(?(? r:�..,.,. Ert,u�E'E zazao,
IIy m»mi»�= n.= p.ee®rpeop.^80c:99gaZc1
5„ ----------,Ail . k 14s 051111 ii/
5 .jI G7 I ; 8 1
66°I e,� vvI v' I
is- fit_ e ;
< inf I 9 ., ® ? eei r.=$«►a<.1®p9R3ei s
6S I t
I4 FE 11 '�
Ti
il6lsIR iii,ir ili IX 24
I 1 16 16`, I
ti
Wt g
M • °---__ a ,e
� Gi r���1�e .. Vi.� k[ iii I t{T.�EieNT!Ili i aey1s} i6! 6�_1 q hi
—,:\Iss d c a$ S _ - , I'� 1 11:111 T. i tJ-!!!Iii. is
iali n .,1-411.9 F� s - ;1 f Itt$IIIc: II 4I.'71� I4
4 V n. 1 I lg�3} ax 4.1110
f I x.41 M = is a� 5! i��$ �- Ew°el� J ! 4_
go S kka 9 9 -_ 1ap g$ g! tiSR `S fESalSi3 1J °IpSR`S
I+ .."\. dS _ jI e 9 f. il
I€ t'"---#.•A I` w;i N*re N i/`a' I'o. 9 01,!:?i• II'E(-ll�1"x�! ri q�t`c y•
g ti ��r—wur.a _► �lflrr ss ��
11 r4 ii`•. ' . la» s witiI 1, !1,111.1 II el°d i1 jR
s� fA �,'"�a3 !;& � Cif �+a y9 I °"I°?66 F! ilY II! S{LS? Ri I.r'-:
_ 8 � ii ! ` �- to
Ii I t a j(,3=•
6 et1 4 iI \ 6 h I :lxi B
•lit!Irlil a 6e l 1 is-1+,.!' f :»"c _—a! .
'''''s\s\\------,g.-__Y/
i, Li
A .N1 igfrl '':;5! 1%0° g !ti 1S1III;!I 1 if !I
s ,lie i I'I.; ►' #0, f. 6t '!t (I;�"Ili`° 1 1I 1;
RI
ii S YS 41)/ a `I 1 ••i • d 3 J S i; !e
— �, t I R 1 I i e a t a
I:6 ; I �'F 1 j1 1 i_. J I B .. I_
il i . 8 11 ?f/ ifII'' r 4Ii1I.
!
� , t
a
as , /
Si! / 191 a 0../
�
Pli
P.
6I 8
!yyV
PUBLIC WORKS COMPLEX CITY Or OcoEt✓F1. ..=
EXISTING PUBLIGWORV;S DfPARTxACNT ..,van
— STORIIWATERMANAGEblENT ,/� + « EI�ER�FE.A� pEV oESYR'PrpN sae•`
_ CONDITIONS SYSTEM PROJECT OCOee acccen H a 7.zr.saa s c = 3
xv
il E 1 1 x .
s a ,
�s Fes / LJ x m 9 "o
°c
i '� r. .7 C G,6 .r�oxc.r.abW.,, , - z °F • o>n `•
•, { - , .4 b2"�6 '1.,:',."'••1 ' °� moo gn
t moos �9_ '
1 ==1' N 4, ''''.' i ' Z. 'Rg- : g o .,-'•„ I • • s, - - II
L\. I R 4 o - r „„,,„, ...,,,,,,,u, .
,__. ...., A . "a. r,'4:;:;1::::.. i iiliiiii I `O 1 r a « gym° m c■5 �, _ �izmz-° f ; "`}•• m9m = 2= - m ,mn''r.' 8
m mom o.ti m. o m o u.�
use 'ao' >�� :. �� 0gm�my� >�� o � a� =1 o
r b w T.�.'\ Pry °P , 1 ..5't• , :-: 4 :,- t-,„ 12 m NPU°oUOme°mU z
gg a - l i I r mm 't-','--,-1 .3.'... F•.i r: L m ®3(13' ®®®® n
dim µ r = � \ u , r rF �' mzmmmzmzmmmzr,zmz trj
§ \` 48. . .11F- E �.u�u-uIuvuiuiP,umi�m
§o�oz "ga • ; i S'^ �y 7� F mo 0o ummmn a rnmrn -DI
i m :P-r 1E,..9 4 a�m _1 I� ♦■••••••�•'1 N g '3ri
f f= moF = IIIIII1 1 ' ` �o NN m 1 m na
m qc
,, , AE2 - 4-0 >,r ,m too
mA : °
° o� mho °s
”' Tt/ .!VA
Pr” ' € I =Y A..; t ' ,4,- /o�
�aS 1 � j //.9
��y / 1 �� mss/ , ) ra',.
P°�EO a� � ./ °1
, \f—r—fif-1---- -- '''' Zo rrz
iR O
/y Y
,- a r'' /'
to
N.-' C � / O
•
,.4 j1 //, ado
�,m s�
L
gq Ay/'ti.
// $' .
EaS. Ac it/
, °.a°p k!,1 ------
,!..,..:^ MEV oFS.NIRTIOv.
STORMWATER PUBLIC WORKS COMPLEX '� OTC OF Oco r FT
j1 r. \III. PU6L1C W02Y S DCPAFTAAC.NTmEFx OF AE"aeo
l j M IMPROVEMENTS STORMWATER �N/ '"'•'�"'�,u'-
CTl ,� occxe.r�».:'' are ,avm,:
PLAN SYSTEM PROJECT OCOP(? r,:':;;�° atiE.,sE;°.1 uLeP.`
Cl) CH
: 884
f
-,
p ai i yam z� F88,a m_- `; ° itu
N _. 4 ° ..i . °C -E-,
fl %
L;43m
• CO z O �
�
°•i m n I D ,Q — `
1111111111 >`: 5-,,1 s
N \ " I k D C _ e\ \ g 41-11r I Ah r i 4 E n, O o 4�m= 1 561 g° pp*:, r r�� 1
• D r D 11' °pO°
F uI J1 =
a CD g P 1.11.11.1=q
ten-. �^ 9�N y 8 1::=11= c '�iw�I
Ng VA 1
xQ a �
of i
•g8'; * , 8 o of
2F� W� m OF
1 A: I!
w 2Mg o> Fag In = P
o !if., E''3
m
A,:::::::— -. sv 1 1
0 It
v /2 ~ m a 1 \ 1/ '° A m Q p Z O � . `l i111 y�N I °v 3 i m y (� � gY1 ,, N°o m7 w °nn-n if, O -\� 4 °3 3 -
n-n-n= - ..
n=n=n a
rn=n- m H,=� _..\ C> p; egg"• 4 d L Si
co m Q n; ° y A fl
cr m N 114 N 1 i
F 0 s$ , o , ; ' ,.2,'0 m r 1111;. . l l'i j 1 1 p m ' D II1W . 8100 10 O 1 a m
a 1111... • P o= 30 1111`
111111 m q 11; C
A=
cp
R" ��T IR
�g - 15 ,r zip
Bg'mPm' _ il-s ■ ■ A 'F v s 11. Z•
_ =__ 'm 9 • • E c� \
� ['z?� === < c ■ 6N \�
m �, EEE N v E • • n -1
j E , �� C 5 I
m m • ■ . o .. P.
m iR `' $ -
-via al 0 .1 a 0 44 r- ,..0-% g p
-u:.. °m , r 1�1 i I Z . -•
N MI III o m 3, I z N
' p V m a
;�: .■ • 2 0 •o S 1 101/2• 1 r- ! an s -. =O n o
Zi 13 s v_ i ■ o
PUBLIC WORKS COMPLEX CITY OF OCOEE..FL
.%, PU6L1C WC>RICS DEPAFTMENI
[fy
CIVIL DETAILS STORDiWATERMANAGEMENT 4j� 5LIC W o� RhE EnoEar�own aEV.oes�APro'+.
SYSTEM PROJECT 0(.OP.(' �n,,,,-,,..,.. i c 11741' E. o,:
,taue.. MEISE,S,IU
BID #B16-01
PUBLIC WORKS COMPLEX STORMWATER
MANAGEMENT SYSTEM
COPY
Villages Construction, Inc.
Bid Form
.‘1111 -- 04011FP*
ocoee
fonds
Purchasing Agent
Finance Department/Purchasing
City of Ocoee
2nd Floor
150 North Lakeshore Drive
Ocoee, FL 34761
October 13, 2015
2pm
SECTION 00300.0
BID FORM
SUBMITTED: October 13, 2015
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE BID
B16-01: Public Works Complex Stonmwater Management
System Project
NAME OF BIDDER: Villages Construction, Inc.
BUSINESS ADDRESS: 1410 Emerson Street PHONE NO.: 352-314-3625
CITY, STATE, ZIP: Leesburg, FL 34748
CONTRACTOR'S FEDERAL 1.D. NUMBER 20-3943756
CONTRACTOR'S FLORIDA LICENSE NO.: CGC037504
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
B 16-01 Public Works Complex Stormwater Management System Project
00300-1
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC-4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site, reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
B 16-01 Public works Complex Stormwater Management System Project
00300-2
Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
project within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be substantially complete within the Contract Time
specified in Article 3.1 of the Proposed Scope of Work Agreement
(Section 00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.2 of the Proposed Scope of Work Agreement (Section 00500).
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as
required by the Drawings and Specifications.
5. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Non-collusion Affidavit (Section 00480)
4. Certification of Non-segregated Facilities (Section 00481)
5. Sworn Statement on Public Entity Crimes (Section 00482)
6. Certification of Nondiscriminatory Labor Practices (Section 00483)
B16-01 Public Works Complex Stormwater Management System Project
00300-3
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 Li") 6 0 0 0 0 0 0 0 0 0 0 kr; ti
.-, o o .l O o N 0 0 0 o O o 0 0 o O O N
y i_icn VI 1-1 N O O N O N O lD O O to I, O O 00 ON n.•. O tll M M M 00 00 00 N N N O LO N. M
a a N N
T
Cd v)
� z
O �.r E.
�1 5 N y
69 II
u U cz
O 0 0 0 0 u1 0 0 0 0 0 0 0 0 0 0 0 U
O O 0 O O N O O 0 O 0 0 O O O trl O
- v O o O O t 4 to M O O O O O O M O o °
.. 0 O In 0 r-1 0 VI 0 Ct O N 0
• ter if) �--I N t!1 0 0 u1 N 00 N 0
Ca .0 o tri ni �f ri N a a
0z U a
a' 8 ?• 3
�: p G U ..
4.+ E"' A c G
t� E-, a
S
0 C I f y\ • m
II E c up v) v) U w >. ¢ w ¢ w ¢ w w w v) 3 z z s
ao a w , ¢ U v) up v) w a w a w a up up a F o 0
L b 1 >,
c co
a • .1 p x cal" aCi
•=' O O O 0 0 N 0 p O o w
v,
C .-• .-- •- p N d N N 0 -- 00 O . , C
• � ^ p
4.1 E O s . , . rsi
II
UM
0
b O a EE/] 0
M v) 0
^0 C)
a) v.
a ea• 0 o v
E I~ •• = II
a) o w p
• 0 O .� E. td 44 O to C4 DI
o
. ]to
. i, s o
~ a
. Q d z .
C 0 ce
Q U U rn a S a o c„..., a
tu o 0' p" U E-1 °� U >~ .o o
Q 0 rd 0 y E� >, 3 O ►'Z; o _,
0
Q U a' U 0 .N� 3 a>i 0 3
_ >•, ..
-I O a� o O
W -0 z O C7 0 O U 0 - 4 O v bi) O II II) CO
0 W U a) -b w r 0 0
w 0 •r
• � 0 O O G co p -.c-0 0 td d .o v bA , 2 U g g w o o g g — t/] C
0 6 0 U k > ^ U 9 Lc 'b
t°�/l a 'Z up U w Q `n ° z o w
0o w w 4 w w vp a 0 Q a
z
.-� N co t " N 00 O\ O — N co N N d C7
E O O O O O O O O O .., w
Z ro
CT
\
&
2
\ \
/
/
)
c . w \
f 2
] e
}
\ 0 \
• .75; a
0
_ •E •
• "CS
/
2 =
_ >
\
C
• / ;"<
B
, A
9E
2 @ 2
t6
uu _
3 ; 2 =
- «
B 5 2
\ k 0 ')
220
% p )
= CE3
7 2 \ \
ƒ \ % _
• 0 C
- = •
.) * R
/ \ \ 0
o = o z
._ -s & '2
B 0 6
50
o
A § »
ƒ
s [--
• «
4 •
6
7. The Bidder acknowledges that the City specifically reserves the right to accept and make
an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and
absolute discretion, it determines that action to be in its best interest. The terms used in
this Invitation to Bid, which are defined in the General Conditions and included as part of
the Contract Documents, have the meanings assigned to them in the General Conditions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid license(s) is provided.
9. It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose
an alternate manufacturer/supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer/supplier. If the Bidder fails to indicate which
listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the
manufacturer/supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must
use the first manufacturer/supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers/suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs.
etc. Other costs directly attributable to the change in manufacturers/suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
B16-01 Public Works Complex Stormwater Management System Project
00300-6
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City's
needs.
B16-01 Public Works Complex Stormwater Management System Project
00300-7
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Equipment Alternative Deductible Amount*
Item or Spec Manufacturer/Supplier (Indicate Whether
Material Section (List One Only) Lump Sum or
Unit Price)
NONE
Represents 50 percent of the difference in cost in accordance with the General Conditions
(Minimum Deductible Amount per Substitution Item shall be 51,000)
(Bidder may make additional copies of this page as required.)
B16-01 Public Works Complex Stormwater Manaeement System Project
00300-8
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
SOLE PROPRIETORSHIP
(SEAL)
(Individ 's Signature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A PARTNERSHIP
(SEAL)
(Partnership Name)
(General X r's Signature)
(General Partner's Name)
Business address:
Phone No.:
Florida License No.:
B 16-01 Public Works Complex Stormwater Management System Project
00300-9
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORATION
Villages Construction
(Corporation Name)
Florida
(State of Incorporation)
By Reynolds Holiman
(Name of person authorized to sign)
V' e President /
(Title)
Au orized Signature)
(Corporate Seal)
Attest tt?eli sigaf(--
(Secretary) Karen Rayl
Business address:
1410 Emerson Street
Leesburg, FL 34748
Phone No.: 352-314-3625
Corporation President: Joe Rayl
Florida License No.: CGC037504
B16-01 Public Works Complex Stormwater Management System Project
00300-10
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A JOINT VENTURE
By
X)
(Address)
By
Xe)
(Address)
Business Address:
Phone No.:
Florida License No.:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
Florida License No.:
B 16-01 Public Works Complex Stormwater Management System Project
00300-1 1
13. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: The Gray Insurance Company
Surety's Address: P.O Box 6202, Metairie, LA 70009-6202
14. Name and address of Surety's resident agent for service of process in Florida:
Waldorff Insurance & Bonding
1110 N.W. 6th Street
Gainesville, FL 32601
B 16-01 Public Works Complex Stonnwater Management System Project
00300-12
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
Villages Construction, Inc. ,a corporation under
(Contractor's Corporate Name) --, L _
the laws of the State of Florida _, held on the 1(h day of Lo Q ( , 2015,
the following resolution was duly passed and adopted:
"RESOLVED, that Reynolds Holiman
(signature of individual) (typed name of individual)
as Vice President of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
B16-01 Public Works Complex Stormwater Management System Project
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this i3 day of 0Gfio brf-, 2015.
(CORPORATE SEAL)
2 (Corporate Secretary)
Karen Ra l
1
Y
STATE OF Florida
CITY OF Lake
The foregoing instrument was acknowledged before me this 13thday of October , 2015
by Karen Rayl, Corporate Secretary
(name of officer or agent, title of officer or agent), of Villages Construction, Inc. (name
of corporation acknowledging), a Florida s a r lace of incorporation)
corporation, on behalf of the corporation. He he is personall own o me or has produced
identification (type aidentification) as ide .fication and did/did
not take an oath.
1 / Cam, ��_
(Notary Public) n rr^
My Commission Expires: -\-ILO-'1
END OF SECTION
:�•,,'�,, taw MARTIN
MY t OMMISSION t FF 918900
�IreEXPIRES:September 18,2019
��• Raided Ttw Wofxy Wbk tkidemArt
B 16-01 Public Works Complex Stormwater Management System Project
00300-13
SECTION 00301
QUESTIONNAIRE
Bidder shall fill out questionnaire form with all information pertinent to his/her company.
DATE: October 13, 2015
PROJECT IDENTIFICATION: City of Ocoee
B16-01 Public Works Complex Stormwater
Management System Project
NAME OF BIDDER: Villages Construction, Inc.
BUSINESS ADDRESS: 1410 Emerson Street, Leesburg, FL 34748
TELEPHONE NO.: 352-314-3625 EMAILvrcestimating @gmail.com
CONTRACTOR'S FLORIDA LICENSE NO. CGC037504
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
5
2. Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed?
Storm Drains at Marion County.
See attached list.
3. Have you ever failed to complete work awarded to you? If so, where and why?
No
4. Name three (3) municipalities for which you have performed similar work and contact
person:
City of Leesburg
City of Ft. Pierce
Toho Water Authority
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Have visited site. No unusual things. Close coordination with the facility
users is required.
B16-01 Public Works Complex Stormwater Management System Project
00301-1
6. Will you Subcontract any part of this Work? if so, describe which portions and the
percentage of the project:
See list on Form 301-A-1
7. What equipment do you plan on using to complete the Work?
Cat 314, 14 ton Excavator
Cat 924 Loader
Cat Compact Loader
JD Grader
8. State the true and exact, correct, and complete name under which you do business.
Bidder is: Villages Construction, Inc.
B16-01 Public Works Complex Stormwater Management System Project
00301-2
SECTION 00301-A
SUBCONTRACTOR & SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor license
number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar
amount of work. Provide all information requested. Use additional sheets if necessary.
Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final
Subcontractor/Supplier List with Final Payment Request.
COMPANY NAME, CONTACT WORK TO BE PERFORMED ESTIMATED
ADDRESS,PHONE NUMBER (TRADE) OR DITY DOLLAR
TO BE SUPPLIED AMOUNT
1 Winter Garden Grassing Sodding
532 N. Bluford Ave
Ocoee, FL 34761
$3,500.00
2 Sunray Paving Asphalt
P.O. Box 621358
Oviedo, FL 32726-1358
$12,000.00
3
4
5
6
7
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00301-A-1
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90-96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Trench Safety Unit of
Measure Measure Unit Unit Extended
(Description) (LF,SY) (Quantity) Cost Cost
A Lay Back Slopes CY 80 $ 5.00 $ 400.00
B $ $
C $ $
D $ $
TOTAL $ 400}"
BIDDER: V' .g: Constru o • •,,,� .
SIGNED:
/,
BY: R: olds Holiman
(Print or type name)
TITLE: Vice President
DATE: October 13, 2015
THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.)
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00302-1
SECTION 00303
DRUG-FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug-free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program (Florida Statutes Section
287.037). In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing. possession. or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community,by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
B16-01 Public Works Complex Stormwater Management System Project
00303-1
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Bidder: Villa: Construction, n .
Signed:/� /
By: Reynolds Holiman
(Print or Type Name)
Title: Vice President
Date: October 13, 2015
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00303-2
SECTION 00410
BID BOND
Bidder shall provide the City with a Bid Bond in the amount of five percent (5%) of the contract
bid.
KNOWN ALL MEN BY THESE PRESENTS, that we, the undersigned, Villages Construction, Inc.
, as Principal, and The Gray Insurance Company
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ FIVE Percent of amount bid
(written amount in dollars and cents)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed,this 13th day of October , 2015. 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 Project: "B16-01 Public Works Complex Stormwater Management System Project".
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bidding Documents and Contract
Documents.
B16-01 Public Works Complex Stormwater Management System Project
00410-1
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
B16-01 Public Works Complex Stormwater Management System Project
00410-2
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set 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)
(2)
(Individual's Signature) (Witness)
doing business as
(SEAL)
(Busine • ddress)
(Telephone No.) (Florida License No.)
B16-01 Public Works Complex Stormwater Management System Project
00410-3
If Bidder is PARTNERSHIP, complete this signature block.
(1)
(Partnership Name) (Witness)
(2)
(General Partner's Signature) (Witness)
(General Partner's Name)
(SEAL)
(Bus'•: Address)
elephone No.) (Florida License No.)
B16-01 Public Works Complex Stormwater Management System Project
00410-4
If Bidder is CORPORATION, complete this signature block.
it
Villages Construction, Inc.
(Corporation Name) (Witness)
F/o 0- (2) G
tate of Incor ati (Witne
By:
ame o P on Aut orized to Sign- See Note 1)
pey n (J. 5 N o i AN 4 (SEAL)
V Cc e$,
(Title)
uthori ed Signature)
Y A
(CorporationPfeeitlentj- r--
✓� rye fit,
/%'/
(Business Address)
Zee-S
32f 3/Y r C6-6 0i7S�1
(Telephone No.) (Florida License No.)
B16-01 Public Works Complex Stormwater Management System Project
00410-5
SURETY
Witness: If agency is not a Corporation)
The Gray Insurance Company
(Surety Business Name) (1)
(Witness)
PO Box 6202, Metairie, LA 70009
(Principal Place of Business) (2)
By: �'‘ \Wl.-�; 1 MACk; ` I (Witness)
(Surety Agent's Signature See Note 2)
Attest: (If encyi'a Corporation)
Pamela L Jarman /• (/1.
(Surety Agent's Name) (Corporate Secr ry Signature)
Attorney-in-Fact& FL Licensed Resident Agent L. Dale Waldorff
(Surety Agent's Title) (Corporate Secretary Name)
Waldorff Insurance& Bonding, Inc.
(Business Name of Local Agent for Surety)
(Corporate Seal)
45 Eglin Parkway, NE, Suite 202, FWB, FL 32548
(Business Address)
850-581-4925 Bid Bond
(Telephone No.) (Bond No.)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice-president.
(2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing
individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized"Attorney-in-Fact".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
(5) 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.
B16-01 Public Works Complex Stormwater Management System Project
00410-6
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF Florida )
COUNTY OR CITY OF Okaloosa
Before me, a Notary Public,personally came Pamela L Jarman known to me, and
known to be the Attorney-in-Fact of The Gray Insurance Company , a Louisiana
Corporation,which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
The Gray Insurance Company were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bond is the free act and deed of The Gray Insurance Company
(Surety Company)
Given under my hand and seal this 13th day of October , 2015
LYNNE W MATHEWS
=Any COMMISSION N EE210506
PUBUC EXPIRES JUNE 24 2016
STATE OF
FLORIDA v'RU INSURANCE COMPANY i 1 -k `i L'�, �L�
(Notary Public)
My Commission Expires 6/24/16
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00410-7
THE GRAY INSURANCE COMPANY
THE GRAY CASUALTY&SURETY COMPANY 1 ° 2 7 7 2
GENERAL POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS,THAT The Gray Insurance Company and The Gray Casualty&Surety Company,corporations duly
organized and existing under the laws of Louisiana,and having their principal offices in Metairie, Louisiana,do hereby make,constitute,and appoint
Benjamin H.French,Clyde D.Hare,Rebekah Wolf,L.Dale Waldorff,K.Wayne Walker,Pamela L.Jarman,and Paul A.Locascio of Fort
Walton Beach,Florida jointly or severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact,to make,
execute,seal and deliver,for and on its behalf and as its deed,bonds,or other writings obligatory in the nature of a bond,as surety,contracts of
suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract of
suretyship executed under this authority shall exceed the amount of$10,000,000.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both The Gray Insurance Company and The Gray Casualty&Surety Company at meetings duly called and held on the 26th day of June,
2003.
"RESOLVED,that the President,Executive Vice President,any Vice President,or the Secretary be and each or any of them hereby is •
authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,
undertakings,and all contracts of surety,and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney,and
to attach the seal of the Company;and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or
to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall I
be binding upon the Company now and in the future when so affixed with regard to any bond,undertaking or contract of surety to which it is
attached.
IN WITNESS WHEREOF,The Gray Insurance Company and The Gray Casualty&Surety Company have caused their official seals to be hereinto
affixed,and these presents to be signed by their authorized officers this 12`h day of September,2011.
e �—.---.....c,,,
.� . By: Ali 7‘ 0■9 Attest: r' 4� tr= ,
Zi A / !
�l SEAL 4 Michael T.Gray Mark S.Manguno �j SEAL s
y-% '.r President,The Gray Insurance Company Secretary, �ti ca
* and The Gray Insurance Company, yr ._..a'�?
Vice President, The Gray Casualty&Surety Company
The Gray Casualty&Surety Company
State of Louisiana
ss:
Parish of Jefferson
On this 12`h day of September,2011,before me,a Notary Public,personally appeared Michael T.Gray,President of The Gray Insurance Company `-
and Vice President of The Gray Casualty&Surety Company,and Mark S.Manguno,Secretary of The Gray Insurance Company and The Gray
Casualty&Surety Company,personally known to me,being duly sworn,acknowledged that they signed the above Power of Attorney and affixed
the seals of the companies as officers of,and acknowledged said instrument to be the voluntary act and deed,of their companies. f....tp+. d_ja
! h
*t : 1, Lisa S.Millar,Notary Public,Parish of Orleans
A 1 i-
xA ',mot ,/45: State of Louisiana t
"�r~ '""°°.v My Commission is for Life
AyHF O�i LOV N�� c.
H
I,Mark S.Manguno,Secretary of The Gray Insurance Company and The Gray Casualty&Surety Company,do hereby certify that the above and
forgoing is a true and correct copy of a Power of Attorney given by the companies,which is still in full force and effect. t
it
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 13th day of October, 2015
P SEAL zr11 �' / t
A SEAL o Mark S. Manguno,Secretary
�'y 0) — The Gray Insurance Company
r''�... 11..' .„,..fir The Gray Casualty&Surety Company
t
s
5
7,
c
9
a
G
4
4
` ,IE7 iikt arrtc4M -M'I:ti„sY �lf�fhlnc,.lvFr7,0-zm-roan rrY n r.,'"ir%....,- mE-t' 7.-.: ;;,.: c,S3z^4--,...—..z- •sue_,...—s--.... - a_.-,up- -.
SECTION 00480
NON-COLLUSION AFFIDAVIT
STATE OF Florida )
COUNTY OF Lake )
Reynolds Holiman , being first duly swore deposes and says:
1. He (it) is the Vice President
(Owner, Partner, Office, Representative or Agent)
of Villages Construction, Inc. • the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part oft e B't..er or
any other of its agents, representatives, owners, em. • •-s or parties i • to .s eluding
this affidavit.
By: ,
•eyno •s -o iman
Title: Vice 'resident
B16-01 Public Works Complex Stormwater Management System Project
00480-1
October, 2015.
Sworn and subscribed to before me this 13th day of MX, in the State of
Florida , County of Lake
CL kk Notary Public
My Commission Expires: — L-19
END OF SECTION = `"'t- HOW MARTIN
�, MY COMMISSION i FF 918900
EXPIRES:September 16,2019
a. • Bonded Nu Notary Pubk UndrwiW:
B16-01 Public Works Complex Stormwater Management System Project
00480-2
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of rules and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in offers is press •-• n 18 U.S.C. IT .
Date October 13 , 2015
By: Reyn ds Holiman
Vice President
(Title)
Official Address (including Zip Code):
1410 Emerson Street
Leesburg, FL 34748
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00481-1
SECTION 00482
(Page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City of Ocoee, Florida by by
� L
Reynolds Holiman, Vice President
(Print individual's Name & Title)
whose business address is 1410 Emerson Street, Leesburg, FL 34748
2. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
B16-01 Public Works Complex Stormwater Management System Project
00482-1
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
X Neither the entity submitting this sworn statement, or one or more of its officers,
directors. executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
October 13, 2015 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SEC 1N 287.017, FLO' Dj- TATUTES FOR
CATEGORY TWO OF CHANGE IN THE ■ '4 ATION CO %' „%'� IN THIS FORM.
(Signatu--) Reynolds Ho iman
Date: October 13, 2015
B16-01 Public V1'orks Complex Stormwater Management System Project
00482-2
Villages Construction, Inc.
Name of Bidder(Contractor)
STATE OF Florida
COUNTY OF Lake
PERSONALLY APPEARED B ORE ME, the undersigned authority,
Reynolds Holiman ��---- who, after first being sworn by me,
(Name of Individual Signing)
affixed his/her signature in the place provided above on this 13th day of
October , 2015.
Notary Publi — A ,C- .
My Commission Expires: cl- \to - l 9
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00482-3
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and/or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
(1) I , A have/ have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity
Clause, I K have/ have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed.
I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I
receive bids or offers or initiate negotiations for an lower-tier con t ct' subcontracts with a price
exceeding $10,000. I also agree that I will ret.• ich certificat' 1 y files.
Date October 13 , 2015 . By-
(Si;, ature of t orized Official) Reynolds Holiman
Villages Construction, Inc.
(Name of Prospective Construction Contractor or Subcontractor)
1410 Emerson Street, Leesburg, FL 34748
(Address of Prospective Construction Contractor or Subcontractor)
352-314-3625 20-3943756
(Telephone Number) (Employer Identification Number)
END OF SECTION
B16-01 Public Works Complex Stormwater Management System Project
00483-1
7�" '%F� STATE OF FLORIDA
< 4, z
-' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395
Y 1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
HOLIMAN, REYNOLDS C
VILLAGES CONSTRUCTION, INC.
1410 EMERSON ST
LEESBURG FL 34736
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range _-:40-:‘- STATE OF FLORIDA
from architects to yacht brokers,from boxers to barbeque restaurants, DEPARTMJT OF BUSINESS AND
and they keep Florida's economy strong. PROFESSKQAL ULATION
Every day we work to improve the way we do business in order to CGC037504 -`: 7 '%-Q7/30/2014
serve you better. For information about our services, please log onto ;� ';
www.myfloridalicense.com. There you can find more information CERTIFIED NQR
about our divisions and the regulations that impact you, subscribe HOLIMAN, RE1I LDS C
to department newsletters and learn more about the Department's VILLAGES C
. .7 initiatives. T
Our mission at the Department is: License Efficiently, Regulate Fairly. __.
We constantly strive to serve you better so that you can serve your -
customers. Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch.489 FS.
and congratulations on your new license! Expiration dace : AUG 31,2016 L1407300001834
DETACH HERE
RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION - %
CONSTRUCTION INDUSTRY LICENSING BOARD - -'- ?41.}
LICENSE NUMBER i f_Sj '
C00037504 *3 ` i,:
The GENERAL CONTRACTOR •� =~
Named below IS CERTIFIED ::;i .iv-
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
HO1JMAN, REYNOLDS C ,:. . }��' 0
VILLAGES CONSTRUCTION, INC._ ', •r ;{
1410 EMERSON ST - ---.-- - r41rIr: i
LEESBURG FL 347-36 •-rt �' '
r.
1
Villages Construction, Inc.
Current and Recent Contracts
Updated 10/02/2015
Project Name: Rocky Sink Drainage Improvement Project Project# 13-0001
Owner: Pasco County Public Works Dept. No. IFB-DL-13-071
8919 Government Dr., New Port Richey, FL 34654
Owner Contact: Efrain Figueroa: 727-834-3611 efigueroa@pascocountyfl.net
Initial Contract: $115,450 Final Contract: $128,166 COMPLETED
Number and Dollar Amount of Change Orders: 1 - $12,716
Start Date: 9/23/13 Completion Date: 1/23/14
Original Contract Time: 120 days Actual Contract Time: 120 days
Design Engineer: Costal Design Consultants, Inc., Paul A. Manuel, P.E.
7026 Little Road New Port Richey, FL 34654 727-849-8010
Description: Modifications to 4 Storm Drainage Flood Control Structures in sensitive protected
wetland areas and in sensitive residential neighborhoods.
Note: The final contract amount was raised because the owner added an aluminum walkway at
a remote location that was not related to the original contract work.
Project Name: Wastewater Reclamation Facility Pond Liner Replacement# 13-0002
Owner: City of Leesburg No. 130471
550 S. 14th St., Leesburg, FL 34748
Owner Contact: Terry Pollard: 352-728-9880 Terry.Pollard @leesburgflorida.gov
Initial Contract: $231,750 Final Contract: $220,662.20 COMPLETED
Number and Dollar Amount of Change Orders: 1 - $6,352.20 2 — ($17,440)
Start Date: 9/19/13 Completion Date: 11/29/13
Original Contract Time: 30 days Actual Contract Time: 30 days
Design Engineer: Jones Edmunds Ken Fraser, P.E.
1100 Cesery Blvd Jacksonville, FL 32221 904-744-5401
Description: Modifications to a pond at a Reclaimed Water Treatment Pumping and Storage
Facility. Work involved bypass pumping, dewatering, grading, removal of liner and related
appurtenances. Fine Grading in preparation for new liner. Removal of Dewatering and
Bypass system after liner installation.
Note: Final contract amount was less than original contract amount due to actual measured up
quantities that were less than original contract quantities.
Project Name: Village of Rainbow Springs Storm Water Retrofit Project# 13-0003
Owner: Marion County No. 14B-041
2631 SE Third St., Ocala, FL 34471
Owner Contact: Todd Crosby: 352-671-8686 todd.crosby @marioncountyfl.org
Initial Contract: $336,800 Final Contract: $345,378.63 COMPLETED
Number and Dollar Amount of Change Orders: 1 - $2,378.63 2 - $6,200
Start Date: 2/14/14 Completion Date: 7/14/14
Original Contract Time: Actual Contract Time:
Design Engineer: Kimley-Horn and Associates, Inc. Richard V. Busche, P.E.
1823 SE Fort King Street, Suite 200 Ocala, FL 34471 352-438-3000
Description: A. Construction of one new Storm Water Pond in a sensitive residential area,
between two adjacent residential lots. Clearing and grubbing. Grading and haul out of excess
tree and earth materials in a quiet neighborhood with no disturbance to residents. New Storm
Drain Line out of pond, down the street ROW, and open cut crossing of a residential side street.
B. Modify the storm drainage system in an existing storm pond, re-grade, and install an
engineered "BOLD AND GOLD" environmental exfiltration and nitrate removal system to purify
water before it enters the shallow aquifers of Silver Springs. All exfiltration work was overseen
and inspected the owner's designated engineering professionals that designed the proprietary
exfiltration system.
Project Name: Ft Pierce Lift Station 8 Replacement Project# 14-0004
Owner: Ft Pierce Utility Authority Bid No. 14-43
500 Boston Ave., Ft Pierce, FL 34948
Owner Contact: Nate Rubel: 772-466-1600 vschulte @fpua.com
Initial Contract: $214,450 Final Contract: $253,320.74 COMPLETED
Number and Dollar Amount of Change Orders: 1 - $37,736.30 2 - $1,134.44 3 — 121 days
Start Date: 6/23/14 Completion Date: 3/17/15
Original Contract Time: 150 days Actual Contract Time: 271 days
Design Engineer: Fort Pierce Utilities Authority Valerie A. Schulte, P.E.
1701 S 37' Street Ft. Pierce, FL 34947 772-466-1600
Description: Install an 8' diameter wet well using the Villages Construction custom caisson
sinking equipment and install subaqueous multiple poured tremie concrete bottom slab.
Interior piping, pumps, and controls with telemetry. Gravity sewer manhole and gravity sewer.
Force main tie in via wet tap.
Note: The City of Fort Pierce change ordered new controls and wiring on a totally separate lift
station site that was not part of the original contract. The contract time was adjusted to
accommodate fabrication and ship times for the additional contract work.
Project Title: SW Interconnect Service Area Ammonia Addition Project# 14-0005
Owner: Volusia County ITB No. 14-B-104KW
123 W. Indiana Ave., Deland, FL 32720
Owner Contact: Scott Mays: 386-804-7870 smays @volusia.org
Initial Contract: $809,425 Final Contract: $807,010 COMPLETE JULY 2015 (Accept for a
few tweaks by sole source suppliers)
Number and Dollar Amount of Change Orders:
Start Date: 10/20/14 Completion Date: 5/18/15
Original Contract Time: 210 days Actual Contract Time: 210 days
Design Engineer: CDM Smith David J. Prah 407-660-2352
2301 Maitland Center Parkway Suite 300 Maitland, FL 32751
Description: The same work was proposed at all 4 sites. Furnish and Control New PLC and
Pump Motor Controls, new ammonia chemical feed systems, new flange piping arrangements to
create the "straight run" distances needed for magnetic flow meters. Also, the largest site has
the construction of a new chemical storage shed and one new chemical storage building. Close
coordination and scheduling is required at all 4 sites with the plant operators because some
planned off-peak shut downs are required to tie in the new flange piping arrangements and
meter assemblies. Note: Some Tweaking and logic changes where done in the controls after
the official completion date.
Project Name: Dyal WTP Flocculation/Sedimentation Basin Drain System Mod # 14-0006
Owner: City of Cocoa Bid No. B-14-16-COC
65 Stone St. Cocoa, FL 32922
Owner Contact: Anna Hoang: 321-433-8700 ahoang @cocoafl.org
Initial Contract: $229,000 Final Contract:
Number and Dollar Amount of Change Orders:
Start Date: Completion Date:
Original Contract Time: 120 days Actual Contract Time:
Design Engineer: CH2MHILL Yvonne Picard, P.E.
225 East Robinson Street, Suite 505 Orlando, FL 32801 407-650-2183
Description: Reroute approximately 2000 linear feet of control cable and aluminum conduit
that is in conflict with the new valve access room. Remove a portion of the concrete in the
lower center causeway between the drainage basins to expose inoperable valves and adjacent
piping systems. Install a contractor-engineered stay-in-place sheeting system to allow for
proper safe excavation around the pipe and valve assemblies. Install cast in place concrete
floor and walls for the new valve access room. First install new piping and valves. Furnish and
install the stainless and aluminum grating system over the new valve access area. Test, Paint,
Cleanup, Demobilize.
Project Name: 4 Withlacoochee Sewage Pump Station Projects Project# 14-0007
Subcontract for Garney Construction
Owner: City of Valdosta Utilities Dept.
1316 Myrtle St., Valdosta, GA 31601
Prime Contractor Contact at Garvey: Gina McKinnon: 407-287-8825 gmckinnon @garney.com
Initial Contract: $236,000 Final Contract: 264,085 COMPLETED
Number and Dollar Amount of Change Orders:
Start Date: 9/22/14 Completion Date: April, 2015
Original Contract Time: 120 days Actual Contract Time: 150 days
Design Engineer: Southeast Structural Engineers, Inc. Roger A. Barth P.E.
P.O. Box 849 Dunnellon, FL 34430-0849 407-857-5559
Description: Excavate and Sink 4 Wastewater Pump Station Wet wells by the Caisson sinking
Method using Villages Construction's specialized caisson sinking equipment. Wet well depth on
the 2 large stations is over 50' from top of deck to bottom of the tremie-placed floor seal
concrete.
Note: Garney added 30 days to our contract time because of extra effort to break through a 5'
layer of rock that was not shown on any of the soil reports. Extra work was due to the general
contractor shifting the dewatering responsibility to Villages Construction.
Project Name: Lake Cora Lee Reclaimed Augmentation System Project# 14-0008
Villages Subcontracted to: Subcontract for Gibbs & Register, Inc.
Owner: Orange County Public Utilities Contract#Y14-769-PH
Prime Contractor Contact: Ketan Patel: 407-654-6133 KPatel @gibbsandregister.com
Initial Contract: $77,772 Final Contract: $95,000 COMPLETED
Number and Dollar Amount of Change Orders: See notes below related to changes in scope of
work.
Start Date: 11/1/14 Completion Date: 1/10/15
Original Contract Time: 90 Days Actual Contract Time: 90 Days
Design Engineer: CPH, Inc. James P. Morris, J.R., P.E.
1117 E Robinson St. Orlando, FL 32801 407-425-0425
Description: Install 3800' of Orange County Specification 8" PVC Gravity Sewer and
Manholes. Excavate, Lay Backfill, Test Lines per OC requirements. All work done with
Villages in house crews.
Increase in contract amount was due to payment from the County for extra time and effort to
shore, restrain, and lay under an existing 48" Sewer Force Main that was not shown on the Bid
drawings or the contract drawings. Also, Orange County paid Villages Construction to haul of
some unsuitable backfill materials.
Project Name: Pine Island Spray Field Improvements # 14-0009
Owner: Toho Water Authority Bid IFB-15-002
951 Martin Luther King Blvd., Kissimmee, FL 34741
Owner Contact: Felicia Holmes: 407-944-5181 dbeatty @tohowater.com
Initial Contract: $175,800 Final Contract: $175,800 COMPLETED
Number and Dollar Amount of Change Orders: None
Start Date: 4/8/15 Completion Date: 7/3/15
Original Contract Time: 90 days Actual Contract Time: 90 Days
Design Engineer: Parsons Brinckerhoff CNL Center II at City Commons 420 S. Orange Ave,
Suite 400 Orlando, FL 32801 407-587-7800
Description: Installation of new control valves and related 16" Piping in the 16" feeder lines
to the effluent spray fields. At damaged locations installed new feeder laterals and risers, along
with new sprinkler heads. Pressure test. Restoration.