HomeMy WebLinkAboutItem #07 Award of Bid #B06-05 Replacement of Roofing Systems at City Hall & Police Stations
AGENDA ITEM COVER SHEET
Contact Name:
Contact Number:
Joyce Tolbert
1516
Meeting Date: 10/03/06
Item # ~
Reviewed By: ~' d d-
Department Director: ~
City Manager: _ _ _
---
Subject: Award of Bid #B06-05 Replacement of Roofing Systems at City Hall & Police Station
(Re-bid)
Background Summary:
The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the bid
to Architectural Sheet Metal, Inc. as the most responsive and responsible bidder per the attached recommendation
memorandum from Tonya Elliott, Assistant Public Works Director. Because the amount of the low bid did not
include costs associated with replacing gutters or roof deck repair, staff recommends adding Alternate One and
Alternate Three totaling $37,700.00 per the attached proposal from Architectural Sheet Metal.
The proposed total contract amount is $271,900.00. The amount budgeted in fiscal year 05-06 was $158,000. Staff
is requesting that the remainder of $108,000.00 be taken from the debt service account and $5,900.00 from
contingency.
Issue:
A ward the bid to replace the roof at City Hall and the Police Station to Architectural Sheet Metal, Inc.
Recommendations
Staff recommends that the City Commission:
1) Award Bid #B06-05 to Architectural Sheet Metal, Inc. in the amount of $271,900.00 to include Alternates
No. One and Three.
2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the appropriate
bonds and insurance are secured.
3) Authorize additional funds of$5,900.00 from Contingency and $108,000.00 from the debt service account.
Attachments:
1. Bid Tabulation
2. Architectural Sheet Metal Bid
3. Advanced Roofinq of Central Florida. LLC
4. Recommendation Memorandum
5. Alternate Proposal
6. ITB #B06-05
Financial Impact:
$271,900.00
Type of Item: (please mark with an "x')
Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
_ Resolution
~ Commission Approval
Discussion & Direction
For Clerk's DeDt Use:
Consent Agenda
Public Hearing
Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
~ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
Commissioners
Garv Hood, District 1
Scott Anderson, District 2
Rustv Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
City Manager
Robert Frank
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Agenq-
September 27,2006
TO:
DATE:
RE:
Award of Bid #B06-05 Replacement of Roofing Systems at City Hall and Police Station
(Re-bid)
ISSUE
Award the bid to replace the roof at City Hall and the Police Station to Architectural Sheet Metal, Inc.
BACKGROUND/DISCUSSION
The bid was publicly advertised on June 11,2006 and opened on July 18,2006. There were a total of two (2)
responses to this bid:
Bidder City Hall Police Station Total
1. Architectural Sheet Metal, Inc. $140,900.00 $ 93,300.00 $234,200.00
2. Advanced Roofing of Central Florida, LLC $275,000.00 $157,000.00 $432,000.00
Attached is a copy of the bids from each bidder, along with the bid tabulation. All bids are available in the
Finance Department for review.
The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the
bid to Architectural Sheet Metal, Inc. as the most responsive and responsible bidder per the attached
recommendation memorandum from Tonya Elliott, Assistant Public Works Director. Because the amount of the
low bid did not include costs associated with replacing gutters or roof deck repair, staff recommends adding
Alternate One and Alternate Three totaling $37,700.00 per the attached proposal from Architectural Sheet Metal.
The proposed total contract amount is $271,900.00. The amount budgeted in fiscal year 05-06 was $158,000.
Staff is requesting that the remainder of$108,000.00 be taken from the debt service account and $5,900.00 from
contingency.
1
Mayor
S. Scott Vandergrift
center of Good Li
~~e _, ~/~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
Citv Manager
Robert Frank
MEMORANDUM
TO:
Joyce Tolbert, Finance Department
FROM:
Tonya Elliott, Assistant Director of Public Works
DATE:
September 27, 2006
RE:
Award Bid #B06-05 Replacement Of Roofing Systems At City Hall And
Police Station (Re-Bid)
Staff recommends awarding Bid #B06-05 for the replacement of the roofing systems at City Hall
and the Police Station to Architectural Sheet Metal, Inc. of Orlando Florida who was the
apparent lowest, responsive, responsible bidder.
The bid submitted was $234,200, but did not include costs for the removal or replacement of
gutters and downspouts, as well as any deck repair that will be necessary. City Staff requested a
proposal for these types of instances as follows:
Alternate 1: Remove and replace gutter and downspouts: $27,700
Alternate 3: Plywood deck repair at $7.00 per square foot with a minimum requirement of 4 ft
by 4 ft. Staff is recommending $10,000 be added to the project cost for repair of approximately
1429 square feet of decking. (Facilities staff confirms some deck repair will be necessary)
Staff recommends awarding a total contract amount of$271,900 to Architectural Sheet Metal,
Inc.
$158,000 was budgeted in Facilities' line item 001-519-10-6302 in Fiscal Year 05-06. Staffis
requesting that the remaining funds of$I13,900 necessary for the project come from line item
001-516-00-9100 in the amount of$108,000 and $5900 be taken from contingency. It will be
necessary to carry this funding forward as the project will be completed in Fiscal Year 06-07.
If you have any questions or require additional information, please contact me at extension 6003.
TE
The City of Ocoee Public Works' 30 I Maguire Road. Ocoee, Florida 34761
phone: (407) 905-3170' fax: (407) 905-3176' www.ci.ocoee.fl.us
BID #B06-05
REPLACEMENT OF ROOFING SYSTEMS AT CITY HALL AND POLICE STATION
7/18/062:00 pm
Bid Signed - 3 copies Yes Yes
Submission Requirements Yes Yes
Bid Security 5% Bid Bond Bid Bond
License Check Yes Yes
Corporation Check Yes Yes
ITEM #1 CITY HALL LS BID $ 275,000.00 $ 140,900.00
ManufacturerlType Imeteo/Metal Berridge/Cee Loek
Warranty - Materials 20 20
Warranty - Workmanship 2 20
ITEM #2 PO LS BID $ 157,000.00 $ 93,300.00
ManufacturerlType Imeteo/Metal Berridge/Cee Loek
Warranty - Materials 20 20
Warranty-Workmanship 2 20
Total Bid Price
$
432,000.00 $
234,200.00
ARCHITECTURAL SHEET METAL, INC.
8160S,ORANOEAVE, ORLANDO,FL 32809 407/855-7183 Fax: 407/855-0632 · CBC036426'CCC055589
September 5, 2006
Terry Reed
City of Ocoee
150 North Lakeshore Dr.
Ocoee, FL 34761
Ph: 407.905.3100
Fx: 407-905-3176
Re: Replacement of Roofing System at City Hall and Police Station
Subj: Gutter, downspouts, and roof deck repair
Terry,
Per our conversation last week, please find below the cost associated with gutter, downspouts, and
roof deck repair on the above referenced project.
Alternate One: Remove and replace gutter and downspouts with 24 Ga,. kynar finish, standard
color to match roof panel material, finish, and color
ADD: $27,700.00
Alternate Two:
Remove existing gutter and reinstall with standing seam metal roof system
ADD: $20,900.00
Alternate Three:
Plywood deck repair
ADD: 7.00 per square foot (min 4 ft x 4 ft)
Standing seam metal roof system may be installed without removal of gutter system. Lets discuss
further, we can demonstrate mock-up at city hall. Give me a call, we will fabricate a mock-up to set
on the existing roof.
If you have any questions on the above, please advise.
MLUsal
Hl/HI 3~d
wsv
i:ES0SSSL011
It:69 9BBl/SB/60
BID #B06.05 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID.
PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND
THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIBID FORM" ARE ACCURATE AND WITHOUT
COLLUSION.
0/0"7 EEJS "7i B -=::>
TELEPHONli{INCLUDE AREA ~E)
l.fD"7 8~lS [){b '3 ~
FAX JINCLUDE AREA CODID..
MlCH-^ELC!^~t-L.LDM
E;I\1AIL ADDRESS
c: ~ t -'iLfB ,.{ r:5 r:::>
EMERGENCY CONTACf TELEPHONE
ft~\\ l\EO:U R.A' L c:ttttrnt EITtL ( AI. C
COMPANY NAME
M \LHA E( f i7"E.. I Fr1li AQ T)
NAMElTITLE (PLEASE PRINT)
5lC,O ~< DR1W6E AV.
STREET ADDRESS
ORlAlJQJ FL 3L.50=1
CITY STATE ZIP
FEDERAL ID # 29..:: ~fl ~(PO
_Individual ~orpor~ _Partnership _Other (Specify)
IF REMITI' ANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Nt ~
,.,.. jI\. JudV Sheppard
:)1 j My Commission 00170222
......0",0 Expires December 08, 2006
-0
2
:c
:E
0
...
Cl..
>.
'B
'C
U5
.~
ClJ
Vl
:::l
...
ClJ
.c
0
>.
c:
<(
,
>.
C
0
Vl
ClJ
Vl
0
C.
...
~
Cl..
OJ
.!:
-0
-0
OJ
Vl
...
ClJ
..c
E
ClJ
~
ill
CO
LL
23 u
...
.2
-0
ClJ
-0
'S:
0
n::
Sworn to and subscribed before me this /8+-'1 day of ~ /" . 2 oaf:;,
Q
~IYKnO;)
Produced Identification
or
(fype ofIdentification)
BID #B06-05
BID #B06..QS
BID FORM
Please note thm the above specifications are intended as minimum and prefe"ed guidelines. Please submit a
bid on only one (1) type of system for each line item thm best meets the specifications. City maintains the
right to mix and match the bid items to meet budget constraints.
ITEM #1
CITY HALL - STANDING SEAM METAL ROOF
TOTALLUMPSUMBID $ IL.{Q qrrJ.OCJ
Dli'2ltmJb~ffi~l15fWU^,(AlE ~~~~ NO CEN7S
cents
Manufacturer:f:,e~~l~hE Type ofRoof:c:.E::G-LC:::C.f:- c:rr~Nt>r~ Se. ~
Warranty on Materials: ffiy ~ Warranty on Worlananship: ff)'fr'S
----------------------
ITEM #2
POLICE STATION - STANDING SEAM METAL ROOF
TOTAL LUMP SUM BID $ ~~ ~ .. 00
./
Nll\IN-~ 1PlJU5fUIDlHfEE HU~ and NDCeMLS
cents
"C
.2
:a
:c
0
0:
>-
13
'C
U5
.~
Cl>
<J)
::>
....
Cl>
.s:::
0
>-
c:
<(
,
>-
c
0
<J)
Cl>
<J)
0
e-
::J
ll..
OJ
.~
"C
"C
05
<J)
....
Cl>
.0
E
Cl>
~
W
co
u..
22 ()
0
-
"C
Cl>
"C
'>
e
Manufacturer: a~~6 E Type of Roof: qE l.l:X::%-5ilfNJ;> I N6 7~" f.P\..
Warranty on Materials: 20 'f ~ Warranty on Workmanship: 20'16
Contract Time: Ninety (90) calendar days from the date of the Notice to Proceed.
A-Q~/b+ (17::;-dLl!2Ai- St-fEET ME1ItL I NG
'Company Name Date
01-/;8/ob
C~C:(f)CF>~5f>Al
Contractor's State License Number
BID #B06-05
ARCHITECTURAL SHEET METAL, INC.
8160 S. ORANGE AVE. X ORLANDO, Fl 32809
407/855-7183 X FAX 407/855-0632
July 18, 2006
PROPOSAL
PROJECT:
City of Ocoee, Replacement of Roofing Systems at City Hall and Police Station
(rebid)
None
None- Site Visit
07410 - manufactured roof panels
None
ARCHITECT:
DRAWINGS:
SPEC SECTIONS:
ADDENDA:
ALL MATERIAL. LABOR. EQUIPMENT & SUPERVISION TO INSTAll THE FOllOWING:
. Standing seam metal roof system, Berridge Cee lock, 24 Ga., Kynar Finish, Standard Color
. Flashing and trim to match roof panel material, finish, and color
. Fasteners, sealants, and clips
. Underlayment, 40 mill, self adhesive, modified bitiumen
. Remove and dispose of existing asphalt shingles
. Finish Warranty 20 years manufacturer/ Berridge Manufacturing CO.
. Weathertightness Warranty 20 years Manufacturer/ Berridge Manufacturing CO and installer/ Architectural
Sheet Metal
. Bonds and Insurance
NOT INCLUDED: P.t. wd. nailers / blocking, roof deck,Structural members, any other roofing systems, soffit,
insulation, gutter downspout, It. ga. Metal framing-studs-channel-purlins
FOR THE SUM OF, BASE BID: City Hall:
Police Station
$ 140,900.00
$ 93,300.00
THIS PROPOSAL WILL REMAIN IN EFFECT FOR A PERIOD OF 30 DAYS. THIS BID PROPOSAL WILL BE SUBJECT TO AND CONDITIONED UPON EITHER USAGE
OF THE AlA OR AGC SUBCONTRACT OR A SUBCONTRACT FORM OTHER WISE ACCEPTABLE TO ARCHITECTURAL SHEET METAL, INC.
D, PRESIDENT
rtified Building Contractor CBC036426 X Certified Roofing Contractor CCC055589
CITY OF OCOEE CITY HALL & POLICE STATION REBID 7-18-06
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR andlor TEMPORARY WORKER AGENCY
NAME/ADDRESSIFEDERAL LD. NUMBER/CONTACT PERSON/PHONE NUMBER
Provide copies of the appropr ate State and/or City licenses, if applicable:
~
(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/on this
project. including whether owned or leased. Ifleased please provide name oflessor.
~(_ -~/.J., iN;i--1v~ ~~~Q. t-':};:. 2~~ "5'7 ~ f&leH-
OCJ ( h5 Ca:. ~ L ,., C- l?" / ~ ,4or + vc/rt.
/ I
BID #B06-05
"C
2
:c
:E
o
ct
>.
~
U5
.!Q
CD
en
::l
Qi
~
o
>.
c
<(
,
18
>.
C
o
en
CD
en
o
c..
'-
::l
0....
Cl
c
'6
"C
m
en
Q;
.0
E
CD
~
ill
co
ll..
o
'-
.2
"C
CD
"C
.;;:
2
22. REFERENCES/EXPERIENCE OF BIDDER WITH
SIMILAR WORK
The Bidder shall complete the following blanks regarding experience with similar type of work,
INCLUDE AT LEAST THREE (3) SIMILAR PROJECTS YOU HAVE COMPLETED WITHIN THE
LAST THREE (3) YEARS. Bidder must demonstrate ability to perfonn services of similar complexity,
nature, and size of this project within past three years.
DATE OF CONTRACTIDATE COMPLETED/AMOUNT OF PROJECT/CLIENT'S NAME AND
ADDRESS/ TELPH01. NUMBERJEMAIL ADDRESS/NAME OF CONTACT
~ee /7-1I~ ~61 List
in progress at this time? Yes V No . List:
c." ~ -
Provide a brief summary of your company history. Length of time in business 1Ift-/o
f
Bank or other financial references: Pf1.n ~ (*" A fY\..e. n 'c C<.-
~$:Ad:;~~~~ '-/OJ-fi~ -,0;,-'1
24.
"0
2
:.a
:.c
e
0..
:>.
t5
"C
U5
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the bidder in "~
the past three (3) 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 03
description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, 5
please so state. ~
r5ft~;!iE:;}:;:/J;}:;!!rJ:E-rJ 1= &':~1;..f!;p 1; J.~~;:~}jfJo '~i
o
0..
:i
0..
OJ
.!::
"0
"0
co
(Attach additional sheets if necessary)
23.
SUMMARY OF LITIGATION:
ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
No. NOMe
No. ~-
No. /
No. /
BID #B06-05
Dated
Dated
Dated
Dated
//L
en
.....
OJ
.c
E
OJ
::2:
w
lJ)
u..
o
19
.....
.E
-0
OJ
-0
'S;
e
~RRENT JOB i:IST---
REV 7/18/2006
"-
Job Name -.. General Contractor GC Phone CONTRACT AMT
Location Fax
Proj Mgr
Elementary School "X" A.D. Arnold Alton Arnold 1,126,700
South Sparkman & West Ohio Ave P.O. Box 561240 Ph - 407-422-8444
734 W. Ohio, Orange City,32763 Orlando, FI 32856 Fx - 407-843-2325
T.D.Taylor Middle School H. J. High Construction Company 565,399
248 E. Washington Avenue P.O. Box 555010 Ph - 407-422-8171
Pierson, FI 32180 Orlando, FI 32855 Fx - 407-841-4820
Viera High School CEI Florida, Inc. 33,060
6103 Stadium Parkway 907 S. U.S. Hwy 17-92 Ph-386-668-0154
Melbourne, FI 32940 Debary, FI 32713 Fx-386-668-1947
Windy Ridge Elementary Wharton-5mith, Inc. 117,773
3900 Beech Tree Drive P.O. Box 471028 - Mailing Address Ph-407 -321-8410
~, Lake Monroe, F132747-1028 Fx-407-829-4453
( Town of Ponce Inlet City Ha) Hall Construction 262,200
4300 Peninsula Drive 902 S. Nova Road Ph-386-252-2526
~once Inlet, FI 32127 Daytona Beach, FI 32114 Fx-386-252-2806
Piedmom Lal\.e5 Mloale Sch Hartford South, Inc. 196,400
1 725 West Ponkan Road 7326 S. Orange Avenue Ph-407 -857 -9392
Apopka, FI 32712-5623 Orlando, FI 32809 Fx-407-859-2740
Deltona Middle & High School P.W. Hearn, Inc. 115,500
Agriculture Buildings P.O. Box 237782 Ph-321~631-3553
Middle:: 250 Enterprise Dr. Cocoa, FI 32923-7782 Fx-321-631-2258
High :: 100 Wolfpack Rd. 4512 Pine Cone Place
Both:: Deltona, FI 32725 Cocoa, FI32926
Meadow Woods Middle Sch. Hartford South, Inc. 196,400
3801 Wetherbee Rd. 7326 S. Orange Avenue Ph-407 -857 -9392
Orlando, FI 32837 Orlando, FI 32809 Fx-407-859-2740
Stewart Middle School (R.B.) Peter Brown Construction, Inc. Ph-727 -535-6407 206,375
38505 10th Avenue 13830 58th Street North, Ste 401 Fx-727-539-8485
Zephyrhills, FI 33540 Clearwater, FI 33758-4100 Ph JO.Sltel813.788.9083
Fx Jo.sltel813.788.9145
Fire Station No. 27 Orange Co R.D. Michaels 95,500
711 Carol Woods Way 110 Candace Drive, Ste 108 Ph-407-831-1110
Apopka, FI32712 Maitland, FI 32751 . Fx-407-831-7177
Fairwinds Credit Union Apopka KDA Holdins, Inc. 74,700
1621 S. Orange Blossom Trail 1201 SWinter Garden Vineland Road,Ste3-152 Ph -407-905-3680
Apopka, FI 32703 Winter Garden, FI34787 Fx -407-905-3681
Spook Hill Elementary Schl Hunt Construction Group, Inc. 113,673
321 Dr. J.A. Wiltshire Avenue 9000 Universal Blvd. Ph-407-352-8182
Lake Wales, FI 33853 Orlando, FI 32819 Fx-407 -352-9660
Lime Street Elementary Schl Hunt Construction Group, Inc. 245,693
1 225 Lime Street 9000 Universal Blvd. Ph-407"352-8182
Lakeland, FI 33801 Orlando, FI 32819 Fx-407 -352-9660
UCF Parking Garage V-BP 401 Hardin Construction Company,LLC. 110,825
4000 Central Florida Blvd. 4700 Millenia Blvd. Suite 350 Ph-407 -352-2233
Orlando, FI 32816 Orlando, FI 32839 Fx-407 -352-2244
Dundee WWTP Expansion Wharton-5mith, Inc. 27,270
951 Welsh Road P.O. Box 471028 - Mailing Address Ph-407-321-8410
Dundee, FI 33838 Lake Monroe, F132747-1028 Fx-407-323-1236
750 Monroe Rd.Sanford,FI 32771 (physical)
Fairwinds Cr.Union-5t.Cloud KDA Holdins, Inc. 78,100
2975 E. Irlo Bronson Mem.Prkwy 1201 SWinter Garden Vineland Road.Ste3-152 Ph -407-905-3680
S1. Cloud, FI 34744 Winter Garden, FI34787 Fx -401-905-3681
Fairwinds Cr.Union-Winter Garde KDA Holdins, Inc. 74,700
1 3580 W. Colonial Road 1201 S.Winter Garden Vineland Road,Ste3-152 Ph -407-905-3680
Winter Garden, FI 34787 Winter Garden, FI 34787 Fx -407-905-3681
CURRENT JOB LIST
REV 7/18/2006
Job Name General Contractor GC Phone CONTRACT AMT
Location Fax
Proj Mgr
Full Sail Bldg. 4A Lamm & Company 23,900
427 South Semorand Blvd. 968 Lake Baldwin Lane Ph-407 -895-2525
Winter Park, FI 32792 Orlando, FI 32814 Fx-407 -895-2526
Shamu's Happy Harbor Family Rides Friedrich Watkins Company, Inc. Jeff Friedrich 57,577
7007 Sea Harbor Drive 3885 Shader Road Ph - 407-445-2000
Orlando, FI 32821 Orlando, FI 32808 Fx - 407-445-2777
"J" Elem.School-Polk CNTY Rodda Construction, Inc. John Rodda 729,000
4510 Lakeland Highlands Rd. 2128 E. Edgewood Dr. Suite 109 Ph- 863-669-0990
Lakeland, FI 33813 Lakeland, FI 33803 Fx- 863-667-3778
Sharpes Community Center Abba Construction, Inc. Dale Gose=P.M. 491,700
"Certified Pavroll" 6963-1 Business Park Blvd., N. Ph-904-886-2990
4201 U.S. Hwy. 1 Jacksonville, FI 32256 Fx-904"886-7036
Co~n~ 1:1 ';l')Q')1': Owner=Brevard Coun'" hM~ nf l":nllntv Comm Ext. 214
W.T. Bland Library "'rmY or Mount Dora/Purchasing Depr.--.-.. John Bruce 249,000
( 1995 North Donnelly Street 1250 North Hihgland Street l:>h-352-735-7176
.ake County, FI 32757 Mount Dora, FI 32757 ~ Fx-352-735-4789
Discovery t:.le.., 'T >:lenOOI D. J. Haycook Construction Company Reed Hadley 121,900
Classroom Additions 431 N. Causeway Ph: 386-427-8222
975 Abigail Dr. New Smyrna Beach, FL 32169 Fx: 386-427-9982
Deltona, FL 32725 Volusia County
Pinewood Elementary School M.M. Parish Construction Company 137,900
1400 Gilbert Street 4210 Hammond Dr. Ph: 863-318-1457
Eagle Lake, FI 33839 Winter Haven, FI 33881 Fx: 863-318-9768
Sea World Journey to Atlantis II Architectural Sheet Metallnc Ron Pendergrass 18,500
7007 Sea Habor Drive 8160 S. Orange Avenue Ph: 407-363-2197
Orlando, FL 32821 Orlando, FL 32809
"AA" Middle School MM Parrish Construction Company 1,206,272
4210 Hammond Dr. Ph: 863-318-1457
Winter Haven, FI 33881 Fx: 863-318-9768
City of Winter Springs-Public Work! Ruby Builders, Inc. Jeff Suberman 82,900
300 Old Sanford/Oviedo Rd. 3939 Silver Star Rd. Ph: 407-293-8217
Winter Springs, FI 32708 Orlando, FI 32808 Fx: 407-293-6481
Chick-A-Saw Retail Center Lamm & Company 16,900
2751 Chickasaw Trial 968 Lake Baldwin Lane Ph-407 -895-2525
Orlando, FI Orlando, FI32814 Fx-407 -895-2526
Windermere Elementary School Hartford South, Inc. 57,700
7326 S. Orange Avenue Ph-407 -857 -9392
Orlando, FI 32809 Fx-407 -859-27 40
Colonial Ninth Grade Center Hartford South, Inc. 100,600
7326 S. Orange Avenue Ph-407 -857 -9392
Orlando, FI 32809 Fx-407 -859-27 40
Ventura Elementary School McCree Incorporated 105,284
275 Waters Edge Drive 500 E. Princeton Street Ph - 40-7-898-4821
Kissimmee, FI 34743 Orlando, FI 32803 Fx - 407-896-8763
7,039,401
2
---------- , ~
~-----
(~ _ Contracts Completed
Revised 7! 18/2006
Job Name Contract Amoun t % Complete Architect / Engineer Owner -I
Location
High School "LLL" $184,512.00 100 ~olmes Hepner & Asso Hillsborough County
16550 FishHawk Blvd School Board
Lithia, F133547
Melbourne Cenrtal Catholic Sch $105,100.00 100 BRPH Architects Norbert M. Dorsey
100 East Florida Ave Bishop of Diocese
Meloburne, FI 32901
Edgewater High School $289,430.00 100 C.T. HSU & Assc.
Edwater Drive Orange County
Orlando, FI Public Schools
Deland High School Ph II $482,272.00 Fanning/Howey Assoc Volusia County
800 N. Hill Avenue 100 School Board
Deland, FI 32720
Deland High School Ph III $750,000.00 100 Fanning/Howey Assco Volusia County
800 N. Hill Avenue School Board
Deland, FI 32720
Daytona Beach Comm. College $250,000.00 100 Florida Architects Daytona Beach Comm.
2351 Providence Blvd. College Brd of Trustees
Deltona, FI 32725
Citrus Relief Elem. School $425,000.00 100 Schenkel-Shultz Orange County
803 Dorscher Road Public Schools
Orlando, FL 032804
Spinnakers Restaurant $275,000.00 100 Qore Property Sciencel Sea World Orlando
7007 Sea World Drive
Orlando, FL 32821
Triangle Elementary $51,170.00 100 Burke Hogue & Mills Lake CO.School Board
1707 Eudora Road 518 West Alfred Street
Mount Dora, FI 32757 Tavares, FI 32778
Poinciana High School $854,440.00 100 BRPH Architects Osceola CO.School Brd.
2300 S. Poinciana Blvd. 817 Bill Beck Blvd.
Kissimmee, FI 34758 Kissimmee, FI34744
Osceola Elementary School "G" $565,000.00 100 Schenkel, Shultz Osceola CO.School Brd.
4300 Chestnut Street Architecture 817 Bill Beck Blvd.
kissimmee, FI 34759 Kissimmee, FI34744
Coke Media Icon $15,900.00 100 PVK Architects Universal City Partners
Universal City Walk 100 Universal Studio Plaza
Orlando, FI Orlando, FL 32819
Elementary School "H" $593,700.00 100 Schenkel, Shultz Osceola CO.School Brd.
2701 Budinger Avenue Architecture 817 Bill Beck Blvd.
SI. Cloud FI 34769 Kissimmee, F134744
( If2'Ia Fish & Wildlife ConservatlOi'r tJ133'900.00 100 KBJ Architects Deptm. Of Mangmt Service
1 A Max Brewer Memorial Prkwy 921 N. Davis Street, Bid. C
. . 1=1 .."...,nC' ~ Jacksonville, FI 32202
Space Coast Jr/Sr High School $113,400.00 100 The Haskell Company Brevard Co. School Brd.
6280 Banyan Street 2700 Judge F.Jamison Prkwy
Coca, FI 32927
Reed Canal Phs I $43,900.00 100 Hawkins & Hall Arch. City of Daytona
2871 S Nova Road 1672 S. Ridgwood Ave
South Daytona, FI 32118 S. Daytona, FI32118
Lake Howell Square A&B $37,545.00 100 Fisher & Associates Buffalo-Casselberry Trust
1241 & 1271 Semoran Blvd. 8441 Cooper Creed Blvd.
Casselberry, FI 32707 University Park, FI 34201
Greenwood Lks Middle School $64,505.00 100 Seminole County School
601 Lake Park Drive 400 E. Lake Mary Blvd.
Lake Mary, FI 32746-3748 Sanford, FI 32773
Bonneville Elementary School $395,547.00 100 Schenkel, Shultz Orange County Sch. Brd.
3965 N.TannerRoad Architecture 445 W. Amelia Street
Orlando, FI Orlando, FL 32801
Hamilton County 7-12 School $979,792.00 100 CRA Architects, Clemo Hamilton Co. School Brd
5683 U.S. 129 South Rutherford & Assoc. 4280 SOW. County Road 152
Jasper, FI 32052 Tallahasse, FI Jasper, FI 32052
Deltona Elementary School $1,027,000.00 100 Rogers & Sarks Hernando Co. School Brd.
2055 Deltona Blvd. Orlando, FI 32806 8016 Mobley Road
Spring Hill, FI 34606 Brooksville, FI 34601
ADDtllOlJ AL P1<I],""}EL\. '=:J CfldJ 5E F'KDV1DE:t:J Pf::J R.t:O\J~\EL::>
BID #B06-05 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID.
PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND
THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT
COLLUSION.
Advanca:l Roofing of Central Florida, ILC
COMP ANY NAME
407-322-1555
TELEPHONE (INCLUDE AREA CODE)
407-322-(x)10
FAX (INCLUDE AREA CODE)
randyg@Wvancedroofing.can
E-MAIL ADDRESS
407-l)4&-7419
EMERGENCY CONTACT TELEPHONE
u2iA;,~,~'4J-/
AUTHORIZED SIGNATURE (manual)
William R. Greene/President
NAME/TITLE (PLEASE PRINT)
410 Central Park Drive
STREET ADDRESS
Sanford, FL. 32771
CITY ST ATE ZIP
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW;
FEDERAL ID # 20-))79333
_Individual _Corporation _Partnership _Other (Specify) ll.C
Sworn to and subscribed before me this 17th day of July
,20~.
Personally Known xxx or
Produced Identification
personally kno.vn
(Type of Identification)
CATHERINE MCLAUGHLIN
MY COMMISSION # D0492222
EXPIRES: February 09. 2010
m ......_ Di""""'! Assoc. Co.
\> l4!OO-HlOTAilY. "" ,-,
~~"''''/<';"".!<..
Florida
Catherine M:laughlin
Printed, typed or stamped
Commissioned name of Notary Public
BID #B06-05
23
BID #B06-05
BID FORM
Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a
bid on only one (1) type of system for each line item that best meets the specifications. City maintains the
right to mix and match the bid items to meet budget constraints.
ITEM #1
\
\
CITY HALL - STANDING SEAc\11 METAL ROOF
TOTAL LUMP SUM BID $ 275,CXX).OO
Two Hundred Seventy-Five Thousand
dollars and
.
NO
cents
Manufacturer: IIretco
Type of Roof: IIEtal
Warranty on Materials: 20
Warranty on Workmanship: 2
----------------------
ITEM #2
POLICE STATION - STANDING SEAM METAL ROOF
TOT AL LUMP SUM BID $ 157,CXD.OO
One Hundred Fifty Seven Thousand
dollars and
w
cents
Manufacturer: IIretco
Type of Roof: uetal
Warranty on Materials:
20
Warranty on Workmanship: 2
Contract Time: Ninety (90) calendar days from the date of the Notice to Proceed.
Advanced Roofing of Central Florida, Il.C
Company Name
7-17-ili
Date
ax:; 057943
Contractor's State License Number
William R. Greene
Authorized Officer (print)
uh~tf ~'d~1 --/
Authorized Signature
22
BID #B06-05
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL LD. NUMBERJCONT ACT PERSON/PHONE NUMBER
Provide copies of the appropriate State and/or City licenses, if applicable:
Advanced Roofing of Central Florida
EIN# 20-3079333
President - William R. Greene 407-322-1555
Vice-President Robert P. Kornahrens 954-522-6868
See Attached Licenses
No Temporary Agencys
(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/on this
proj ect, including whether owned or leased. If leased please provide name of lessor.
See Attached
BID #B06-0S
18
22. REFERENCES/EXPERIENCE OF BIDDER WITH
SIMILAR WORK
The Bidder shall complete the following blanks regarding experience with similar type of work,
INCLUDE AT LEAST THREE (3) SIMILAR PROJECTS YOU HAVE COMPLETED WITHIN THE
LAST THREE (3) YEARS. Bidder must demonstrate ability to perform services of similar complexity,
nature, and size of this project within past three years.
DATE OF CONTRACT/DATE COMPLETED/AMOUNT OF PROJECT/CLIENT'S NAME AND
ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESSfNAME OF CONTACT
See Attached
Have you any similar work in progress at this time? Yes / No _' List:
Port Saint Lucie High School
Eustis Post Office
Provide a brief summary of your company history. Length of time in business
1 year
Bank or other financial references:
Chris Lowe - 954-765-7550
Account # 1000042470707
SunTruct Bank
515 E Las alas Blvd
Fort Lauderdale, FL 33301
(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 three (3) 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 proj ected outcome, and the monetary amounts involved. If none,
please so state.
none
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
No.
No.
No.
No.
BID #B06-05
Dated
Dated
Dated
Dated
19
#1 \
Agency Saint Lucie County School District
Address I 4204 Okeechobee Road .
I
City,State,ZIP Ft. Pierce, FL 34943
Contact Bill Boswell - Weber and Tinnen, PA
Person
Telephone 813-684-3066
..
Oale(s) of Start - 2005 Complete - Present
Service
Type of Re-roof
Service
Comments: On going purchas~ orders since Hurricane Wilma & Francis
.
#2
Agency United States Postal Service - Apopka FL. Main
Address 581 N. Park Avenue
City,Slate,ZIP Apopka, FL 32712
Contact Danny Villafane
Person
Telephone 904-858-6507
Dale(s) of Start - Jan. 2006 Complete - May 2006
Service
Type of Re-roof
Service
Comments: Contract Amount - $507,000.00
#3 Greater Orlando Aviation Authority - Bldg 820
Agency
Address 5850 Cargo Road
City,Slate,ZIP Orlando, FL 32827
Contact .
Person Tony Robinson - Gale Associates
Telephone 407-599-7031
Oate(s) of Start - Feb. 2006 Complete April 2006
Service
Type of Re-roof
Service
Comments: Contract Amount - $166,200.00
References
6.2
II
Advanced Roofing of Central FL, LLC
"Committed to Quality"
410 Central Park Drive
Sanford, FL 32771
COMPANY HISTORY
Advanced Roofing of Central Florida was formed in 2005~ by William R. Greene and Robert
Komahrens. William R. Greene, President worked for a Commercial Roofing Company for 19
years, prior to starting Advanced Roofmg of Central Florida. Mr. Greene assures that all bids and
Preventive Maintenance Agreements submitted are complete and accurate. Robert Komahrens,
Vice-President has been in the Commercial Roofing industry for 23 years, he has a business
degree from the University of Arizona. Bob Hervieux~ with 15 years in the roofing industry and
Shane Emery with 10 years, are both Project Managers, providing professional, timely, quality
installations of our roof systems. Advanced Roofing specializes in commercial re-roofing, which
is the most difficult specialty section of roofing in Florida. Most roofs completed by Advanced
Roofing are specified systems by Architects or Consultants, which carry manufacturer's 10, 15
and 20 year guarantees.
Phone 407-322-1555 · Florida Wats (866) 365-6071 · Fax 407-322-0010
www.advancedroofing.com
Mayor
S. Scott Vandergrift
center of Good L .
~~e It>i~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
CITY OF OCOEE
INVITATION TO BID #B06-05
REPLACEMENT OF ROOFING SYSTEMS AT CITY
HALL AND POLICE STATION (Re-Bid)
City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.cLocoee.tl.us
BID DOCUMENTS
3 thru 4
5 thru 7
8 thru 17
18
19
19
Legal Advertisement
Invitation to Bid #B06-05
General Terms & Conditions
SubcontractorslEquipment Listing
References/Summary of Litigation
Addenda Acknowledgement
SCOPE OF WORKlBID FORM
20 thru 21
22
23
Scope of Work
Bid Form
Company Information/Signature Sheet
SPECIFICATIONS
24 thru 27
28 thru 31
Exhibit A: Section 07410 MANUFACTURED ROOF PANELS
Exhibit B: Performance Bond and Payment Bond
END OF TABLE OF CONTENTS
BID #B06-05
2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for BID #B06-05, REPLACEMENT OF ROOFING SYSTEMS AT CITY
HALL AND POLICE STATION (Re-Bid), no later than 2:00 P.M., local time, on July 18,2006. Bids
received after that time will not be accepted or considered, and will be returned opened. No exceptions will be
made. The City reserves the right to reject any and all bids and to waive informalities.
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is
soliciting bids from qualified and licensed contractors that have experience and expertise in providing the
necessary services required to replace existing roofing systems in accordance to the bid documents. The
City intends to award a contract to a single Contractor qualified and licensed in the State of Florida
based on total lump sum bid prices, experience with similar contracts, successful reference check,
warranty, manufacturer, and the ability to perform the required work. The successful bidder must have
the required insurance and bid security.
A Non-Mandatory Pre-Bid Conference will be held on June 29, 2006 at 10:00 A.M., local time at the City
Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, FL 34761. A site visit will immediately follow the pre-
bid conference. All questions, comments and concerns shall be presented at the Pre-Bid Conference, and no
further questions will be accepted following this pre-bid conference. All bidders will be held responsible for
contents as presented at the Pre-Bid Conference.
Bid Security: A certified check or bid bond sHall accompany each bid, no cash accepted. 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 (90) days after bid closing
time and will sign a Contract with the City for the Bid Price.
The successful bidder shall be required to furnish a Performance and Payment bond in the amount of 100% of
the contract price for this project.
Each bidder shall submit one (1) original and three (3) copies of the required bid documents, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will
be received at the City ofOcoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258.
Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at
2:01 PM, local time, or as soon thereafter as possible.
Interested Contractors may secure a copy of the documents through Demandstar by accessing the City's website
at www.ci.ocoee.fl.us under FinancelPurchasing, or copies are available from the Purchasing Agent for a non-
refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of
Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued.
A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all
bids, and/or accept that bid that is in the besf interest of the City, price, qualifications and other factors taken
into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion
of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered.
Pursuant to Section 287.133(2)(a), Florida Statutes, interested individuals or firms who have been placed on the
convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to
BID #B06-05
3
provide services for a public entity, may not be awarded a consultant contract and may not transact business
with a public entity for services, the value of which exceeds CATEGORY TWO for a period of 36 months from
the date of being placed on the convicted vendor list.
No fax or electronic submissions will be accepted.
City Clerk
June 11, 2006
BID #B06-05
4
CITY OF OCOEE
INVITATION TO BID #B06-05
REPLACMENT OF ROOFING SYSTEMS AT CITY HALL AND POLICE STATION (Re-Bid)
INTENT:
Sealed bids for Bid #B06-05 will be received by the City of Ocoee, hereinafter called "the City", by any person,
firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder".
The proposed Contract will be for the purpose of replacing the roofing systems at Ocoee City Hall and the
Ocoee Police Station, and shall provide for all labor, services, coordination, supervision, parts/materials,
equipment, supplies and incidentals for a complete construction, as required by the City of Ocoee as listed
under the "Scope of WorklBid 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. Bids must be typewritten or handwritten using ink. Do not use pencil.
No erasures permitted. Corrections on the bid documents shall be initialed and dated by 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 shall also include the name and business address of any person,
firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the
bidder is a corporation, the bid should include the name and business address of each officer, director, and
holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department,
City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and fax
(407) 656-3501 or em ail jtolbert@ci.ocoee.fl.us. and shall be received not later than June 29, 2006 at 5:00
p.m.. Any clarifications/changes will be made by way of written addenda only, issued by the Finance
Department. Bidders should not contact other City staff or consultants before the award date with reference
to this Invitation to Bid. Any contact with any other members of the City Staff, City Commission, or
their Agents during the bid, award, and protest period may be grounds for bidder disqualification.
C. This bid must be received as one (1) original and three (3) copies of the required bid documents only, by the
Finance Department not later than 2:00 P.M., local time, on July 18,2006. Bids received by the Finance
Department after the time and date specified will not be considered, but will be returned unopened.
"Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall
be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to:
City of Ocoee
Finance Department
Attention: 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. Please be aware that all City Commission
meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid
constitute public records under Florida law.
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:
BID #B06-05
5
a) Bid Security in the form ofa Cashier's or Certified check or Bid Bond;
b) Bid Form;
c) List of ReferenceslExperience;
d) List of Subcontractors/Temporary Worker Agencies;
e) Equipment Listing;
f) Summary of Litigation;
g) Addenda Acknowledgment
h) Copy of Applicable Licenses per the requirements of the Bid Documents
i) 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 contrGl,ct. If "NO BID", so state on face of envelope or your company
may be removed from the City's vendor list. No claim for additional compensation will be allowed which is
based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work.
All items quoted shall be in compliance with the bid documents/scope of work.
G. A Non-Mandatory Pre-Bid Conference will be held on June 29, 2006 at 10:00 AM, local time at the
City Hall Conference Room, 150 N Lakeshore Drive, Ocoee, Florida 34761. A site visit will immediately
follow the pre-bid conference. All questions, comments and concerns shall be presented at the Pre-Bid
Conference, and no further questions will be accepted following this pre-bid conference. All bidders will be
held responsible for contents as presented at the Pre-Bid Conference.
H. Any response by the City to a request by a bidder for clarification or correction will be made in the form of
a written addendum which will be mailed, e-mailed or faxed by Demandstar, or the City if applicable, to all
parties to whom the bid packages have been issued. The City reserves the right to issue Addenda,
concerning date and time of bid opening, clarifications, or corrections, 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, if requested, 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.'
I. Any of the following causes may be considered as sufficient for the disqualification of a bidder and the
rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or
corporation under the same or different name. For purposes of this subparagraph, firms, partnerships
or corporations under common control may be considered to be the same entity;
b) Evidence of collusion between or among bidders;
c) Being in arrears on any existing contracts with the City, or 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 which, 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.
No bid mav be withdrawn and all bid prices shall remain firm for a period of ninety (90) days
after the time and date scheduled for the bid openin2.
BID #B06-05
6
The City reserves the right to accept or reject any or all bids, to waive informalities or
irregularities, to request clarification of information submitted in any bid, or to readvertise for
new bids. The City may accept any item or group of items of any bid, unless the bidder qualifies
his/her bid by specific limitations.
The City will make an Award, in its absolute and sole discretion to the most responsible and
responsive bidder whose bid, in the City's opinion, will be most advantageous to the City, price
and other factors considered. The City reserves the right, to aid it in determining which bid is
responsible, to require a bidder to submit such 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 award of any and all
bids.
BID #B06-05
7
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each bid must be accompanied by a cashier's/certified check upon an incorporated bank or trust
company or a bid bond in an amount equal to five percent (5%) of the amount of the bid. A
combination of any of the former is not acceptable. Cash or company check will not be accepted as
bid security. The cashier's check or bid bond is submitted as a guarantee that the Bidder, 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 Bidder 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.
b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or
Bidder'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 documents after issuance of Notice of intent or
recommendation to award by the City, then such Bidder 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 acceptable
to the City and authorized to do business in the State of Florida and signed by a Florida licensed
resident agent who holds a current Power of Attorney from the surety company issuing the bond.
d) The cost of the required bond and required insurance coverage is to be included in the Bidder's
overhead and is not eligible for reimbursement as a separate cost by the City.
e) The checks of the three (3) most favorable Bidders will be returned not later than three (3) days after
the City and the successful Bidder have executed the contract for work. 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 Bidder shall furnish the City with a Performance and Payment Bond in the amount of
one hundred percent (100%) of the contract price, and that is written by a Surety Company
acceptable to the City and that complies with Florida Statutes, Section 255.05, et al.
b) The cost of the Payment and Performance Bonds shall be borne by the Successful Bidder. 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
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
BID #B06-05 8
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 WorklBid Form attached, to include any
alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the
Scope of WorklBid Form. A total shall be entered for each item proposed. 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.
By submission of this bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies
as to its own organization, that in connection with this procurement:
a) The bidder represents that the article(s) to be furnished under this 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 restricting competition, as to any matter relating to such prices with
any other bidders or with any competitor;
c) Unless otherwise required by law, the prices which have been provided 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 (Florida Statutes, Section
542.18 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 price bid, 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 contract 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
BID #B06-05 9
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 closing date, 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 most responsive and responsible bid
according to the following criteria:
1. Quality of material, workmanship, and length of warranty.
2. Bid Price.
3. Previous similar experience, licensing, and successful reference check.
4. Compliance with specifications, terms and conditions.
The City of Ocoee may waive technicalities or irregularities, reject any or all bids, and/or accept that bides) that
is in the best interest of the City, with price, qualifications and other factors taken into consideration. The City
reserves the right to award the Contract to the Contractor which, in the sole discretion of the City, is the most
responsive and responsible Contractor, price, qualifications and other factors considered. However, the City
specifically reserves the right to accept other than the lowest responsible and responsive bid when the City
considers that to be, in its sole and absolute discretion, in the best interests of the City.
9. LITERATURE:
If required by the bid, or the specifications, descriptive literaturelbrochures 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. Provide descriptive literature and/or brochures depicting the
manufacturer and type of roof materials.
10. BID PROTESTS:
The City's FinancelPurchasing Department will consider Protests seeking contract award, damages,
and/or any other relief. Any bidder seeking to file a Bid Protest SHALL use the following procedures:
1. A bidder SHALL file a written Protest under this Article, or be barred any relief.
2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of
the Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief
requested; and (c) The 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.
BID #B06-05 10
3. After a Protest has been properly filed with the City, the City, by and through its
FinancelPurchasing Department shall make a determination on the merits of the protest not later than
five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed
with the award of the Contract unless enjoined by order of a Court of competent jurisdiction.
4. A Protest SHALL be limited to the following grounds: (a) issues arising from the procurement
provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable
federal, state or local law. No Protest may be based upon questions concerning the design documents.
The bidder shall clarify all such questions concerning the design of the project prior to submitting its
bid.
11. PAYMENT TERMS:
Payment will be based upon monthly draws equal to the percentage of work complete less 10%
retainage to be paid when job is complete, except the retainage will be reduced to 5% of each progress
payment at the point where the project is 50% complete, unless otherwise stated in the contract. See
Scope of Services/Assignment Procedures Section. Payment for work completed will be made within
(30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order authorization
Payment cannot be made until materials, goods or services, have been re-
ceived 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. 58-00-094593-54C; and
. The City is exempt from federal excise, state, and local sales taxes.
12. CONTRACT:
The successful Bidder hereinafter referred to as "Contractor" will be required to enter into a contract
with the City. The City may in its sole discretion award any additional work, whether in the existing
areas, or in any additional area, or 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. The form of Contract will be the standard AlA
AI05 form of Contract that has been modified for use by the City for this Project. Contract time to be
ninety (90) calendar days to final completion from the Notice to Proceed.
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.
BID #B06-05
11
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 Human Resources 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.
I) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent
wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
0) 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 it 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
BID #B06-05
12
from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in
the Bidder 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 ofOcoee. 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 Responding entity, nor will directly or indirectly benefit by
the profits or emoluments of this bid. (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
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 bids 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 ~
public entity crime may not submit a bid on a contract to provide any goods or services to a public
810#806-05 13
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 that submit a Bid or Bid 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. PERMITSILICENSESIFEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate
payments will be made
b) The Contractor shall be responsible for filing the necessary permit application with the City's
Building Department. The City's permit fees are waived for this purpose. The Contractor shall be
responsible for scheduling, attending, and completing all necessary inspections to satisfy the permit
requirements.
c) The City requires a City of Ocoee registration if permitting is required. Please contact the City's
Protective Inspections Department at (407) 905-3100 extension 1000, directly for information
concerning this requirement.
d) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility
of the contractor. See "Scope of Work" section.
e) All Contractors and sub-contractors proposed for this project shall be fully licensed in their
discipline in the State of Florida as required by Florida law. A copy of the license for the prime and
all sub-contractors shall accompany the bid. Failure of the firm to follow the guidelines specified
above may result in disqualification from the selection process.
19. INSURANCE TERMS & CONDITIONS:
The Contractor shall not commence any work in connection with the 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 the Agreement 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
BID #B06-05
14
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 Iniury Liability & Property Damage Liability
· $1,000,000 Combined single limit per occurrence (each person, each accident)
· All covered automobile will be covered via symbol 1
· Liability coverage will include hired & non-owned automobile liability
· Include Waiver of Subrogation in favor of The City ofOcoee
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 AGGREGA TE
· $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
· $1,000,000 PER OCCURRENCE
· $1,000,000 PERSONAL & ADVERTISING INJURY
· Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability. Automobile Liability and Worker's Compensation
Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this
subcontract, insurance of the type specified above or insure the activities of these subcontractors in the
Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the
named insured's liability that arises out of operations performed for the named insured by independent
contractors and are directly imposed because of the named insured's general supervision of the independent
contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the
following limits: $1,000,000 per occurrence, $2,000,000 aggregate, and naming the City of Ocoee as the
Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual
liability coverage to insure the fulfillment of the contract. NOTE: WITH RESPECT TO PUBLIC
LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
· $1,000,000 PER OCCURRENCE
· $2,000,000 AGGREGATE
6) Commercial Umbrella:
· $1,000,000 PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
7) Builders Risk:
· $100,000 Any (1) Location
· $1,000,000 Any (1) Occurrence
8) Certificates ofInsurance: Certificate ofInsurance Form (see sample attached), naming the City ofOcoee 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:
BID #B06-05
15
· 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.
· 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.
BID#B06-05 16
~D_ CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 ""T' ,_olll'lY'N)
'RAZlI-1 11104/04
f -PRODU<:P THIS CERTIFICATE 18 ISSUED /IS A MATTER OF INFORMATION
ONLY AND CONFI!RS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
AI. TER THE COVERME AFFORDED BYTHE POLICIES BELOW.
...URERI AFFORDING COVERME HAlC.
1NSUMD INSUAIR k. aM ..., "t~ &.- .If .., ioU
_I: ..-
~~:~tor" .~ _c.:
_tk
_E:
COVERAGES
TWE POUCIU OF ~ U8T1!D IElOW HAVE BEEN ISSUED TO THE IH6UA&D NAMID A1CN11OR THE PQUCV PERIOD JHOK::ATEO. NOTWmtITAHOlNO
Nf'(~, TERM OR: COHDmON OF ANY CON"IlVlCT OR OTHER DOC\JMIENT WfT'H REIPECT TO WIoOCH ntll CERTIFICATE MAY at ISSUED OR
MAY PERTAIN, THE INSURANCE "'ORDEC IV THE fI'OLlCCI OESCSUBEO HEftDlIS IU8JECT TO AU. THE TERMflIXCLUSI)HI AND CONOll1ONS OF SUCH
POLICJES. AGGREGATE \.MTlIHOWf.t IMYHAVE 8&IN IU1DU:EO..... '4/0 CL.AIIS.
'IT.' ~.. nPtlOP _. I I'OUCY NUUHll "" LMnI
~iJIAL LlAAJTY .1 EACH oc:c:oMENCI! 11,000,000
X '''!''pIAL GENERAl. UA1IIUTV - ......... '50,000
_ CLAll<ll MAOE [i] OCCIJA I MEn EXP (Any OM penon) .5,000
_,_ I I PEI\SONAl.' AlN INJURV .1,000 000
- GINEAAl. AGGREGATE '2.000,000
nA~rxl';; n,.... PRODUCTS. COMPJ()P olGa '2.000,000
POLICY X T l.OC
~-. UQUTY COMllNED S..OLE WIT 11,000,000
..!.. litNy AUTO {b,c:;cidenl)
- All. OWNED AUT'OI IODIl y tN.NRV
(l'It_1 I
- SCHEOU\,ED AUTOS
.!. H\REll.wr08 lIOClI\. y IIUURY 1
.!- NO~NED AUTOS ,...-
PROPERrY DAMAGE ;'
(l'It_
=r'~UTY AUTO ONl V. Ell ACCIDENT .
ANY AUTO OTHM n.w. "'ACe .
AIIlO ONLY, AGO 1
l!lCC..-aw.l.JA8IUTY ~ QCClIMENCE '1,000.000
X ;S~CUR 0 ClAWS MADE _IlATE 12 OGG.OOG
I I I . .'-
=1 ~e~eu .
. A&TEHT1ON . .
WOIUWU CQWINaATlOtI AHQ X T~I;'V'r"..w,; I IO~'
wp\'oylM' \..IMLn'Y E.L. EACH ACQDENT .500 000 -,
f<<'tPAOPRlETOfW~ I
OFF1CilWOlMICR DCUJOEIl7 U. 0l$IM&...... ,,,,,,,OvEE . 500.000
~~.- '.L 015........ POU(;V UM" 1 5 0 0 0 0 0
01_
Buildera Ri.l< Any 1 Loc 100,<XXl
i Anv 1 Occ 1 OGO.OOO
DO IItJP'T1CN O'Ol'IRATIONl/LOc:AllOMI/WHlCWfDCLlJIM:)MI ADOED IYEMOOIt:t8IIHTI'fttCW.~
The inaurance evidenced by thi. certificat. ahall naze the certificete
holdera e. en additional in.ured on th. General Liability' Ombrella
Liability. Wortersl COIIIpenaation, Bmployar.' Liability' General Liability
.hall contain a Waiver of Subrogation in favor of the certificate holder.
The certificate bolder i. added aa a rum .inu:Bl fir 8Ji.ld:.r.s RiSt.
OCOUOl
CNlCIUATlON
aHOI.LD MY OF TMI MO'<Ia DUCIV14D I'OUQII II CAHCILUD llIOM THI DJlUIlAT1Qf.
Ql,Tf TMDIOfl, ~.....-.o INSURD WLL INDIAYOII TO IlWL !.L DAYS WRI'Y"iu
NO'11CI:l'O 1t1I C!ffIII'CATI HOLOIR NAMIDTCTHlLUT. aUT 'AlLUM TO DO so JMALL
_ NO _T1OIIllfI UA8lUTYOI' _ KIND UPOH THE INSlJlIEIl,lTI IlDEIlTI 011
_Amu.
__ATMI
CERTIFICATE HOLOI!R
City of 000..
150 N. Lake.her. Drive
Ocoee ,1. 34761-2258
ACORD 25 (20011Oe)
Slt-N-PI. IF
CD ACORD CORI'ORATION 1911
BID #B06-05
17
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ ADDRESSIFEDERAL I.D. NUMBERlCONT ACT PERSONIPHONE NUMBER
Provide copies of the appropriate State and/or City licenses, if applicable:
(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/on this
project, including whether owned or leased. If leased please provide name of lessor.
BID #B06-05
18
22. REFERENCES/EXPERIENCE OF BIDDER WITH
SIMILAR WORK
The Bidder shall complete the following blanks regarding experience with similar type of work,
INCLUDE AT LEAST THREE (3) SIMILAR PROJECTS YOU HAVE COMPLETED WITHIN THE
LAST THREE (3) YEARS. Bidder must demonstrate ability to perform services of similar complexity,
nature, and size of this project within past three years.
DATE OF CONTRACTIDATE COMPLETED/AMOUNT OF PROJECT/CLIENT'S NAME AND
ADDRESS/ TELPHONE NUMBERlEMAIL ADDRESSINAME OF CONTACT
Have you any similar work in progress at this time? Yes_ No _' List:
Provide a brief summary of your company history. 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, c1aim(s), bid or contract dispute(s) filed by or against the bidder in
the past three (3) 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.
No.
No.
No.
BID #B06-05
Dated
Dated
Dated
Dated
19
CITY OF OCOEE
SCOPE OF WORK/SPECIFICATIONS
BID #B06-05 REPLACEMENT OF ROOFING SYSTEMS AT
CITY HALL AND POLICE STATION (Re-Bid)
Proiect Locations:
City of Ocoee City Hall
150 North Lakeshore Drive
Ocoee, FL 34761
City of Ocoee Police Station
175 North Bluford Avenue
Ocoee, Fl. 34761
Scope of Work:
The City of Ocoee requires replacement of the existing two (2) roofing systems at City Hall and the
Police Station as listed under project locations above. The scope of work shall include all labor,
material, installation, repair, clean-up, for a complete installation. All work shall be in accordance with
Section 07410 - Manufactured Roof Panels provided in Exhibit A attached. The work shall include,
but not limited to the following:
1. It shall be the Contractor's responsibility to examine the existing roof structures at each location,
determine the appropriate method of construction, determine all quantities of material required,
determine and propose the project schedule, and determine and propose the lump sum price for a
complete construction.
2. The contractor is responsible for making a site visits to determine square footage and necessary
work, i.e. removal of existing roof, etc. and in order to become familiar with all conditions to
perform a complete and full inspection of the substructure to determine the need for repairs. Any
variation that requires physical changes shall be brought to the attention of the Owner. A
drawing of the measurements or estimate must be included.
3. Contractor shall submit a full roof permit to the City of Ocoee Building Department and follow
all required codes, methods, and inspections. The permit fees are waived, however, the
compliance with the City's Building Codes are strictly enforced.
4. Contractor's failure to meet permit requirements shall not constitute grounds for additional fees
or project time.
5. Contractor shall propose the m~thod of construction including removal of the existing roof prior
to installation of the new roof based on the manufactures standards for that product. The
contractor must follow the manufacturer's standards on removal of the roof or laying the new
roof over the old roof.
6. Contractor shall maintain the job site and the area free of trash and debris. All waste materials
shall be kept in containers and shall be removed from the site regularly during the construction.
All waste material shall be removed and all areas shall be restored to the satisfaction of the City
prior to substantial completion and prior to final acceptance. The contractor shall be responsible
for providing a dumpster, supplied by the city's commercial contractor Onyx Waste Services, for
disposal of all construction site debris as necessary.
BID #B06-05
20
7. Contractor shall determine and propose the method of construction which minimizes the effect
on City's daily operations.
8. The contractor is also responsible for securing the work area for safety reasons prior to
completing work each day according to all applicable Local and State Ordinances and Statutes.
9. The contractor must also secure the site before retiring each day from any weather intrusion,
including wet weather in order to secure the contents of the building from any water or wind
damage.
10. Lump Sum bid prices must be reflective of all work necessary to complete the project in full
including all labor and materials and to complete the required repairs and complete the project in
its entirety are required.
11. Contractor shall utilize the price forms for each location
12. The metal roof shall be standing seam.
13. Both the standing seam shall be priced based on choice of colors selected by the City.
14. Contractor shall present samples and color chart for the selection by the City.
15. All work shall comply with State and Local codes and ordinances.
BID #B06-05
21
BID #B06-05
BID FORM
Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a
bid on only one (1) type of system for each line item that best meets the specifications. City maintains the
right to mix and match the bid items to meet budget constraints.
ITEM #1
CITY HALL - STANDING SEAM METAL ROOF
TOTAL LUMP SUM BID $
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
-----------------------
ITEM #2
POLICE STATION -STANDING SEAM METAL ROOF
TOTAL LUMP SUM BID $
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
Contract Time: Ninety (90) calendar days from the date of the Notice to Proceed.
Company Name
Date
Contractor's State License Number
Authorized Officer (print)
Authorized Signature
BID #B06-05
22
BID #B06-05 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID.
PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND
THA T THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT
COLLUSION.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
EMERGENCY CONTACT TELEPHONE
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of
,20_
Personally Known
or
Produced Identification
Notary Public - State of
County of
(Type of Identification)
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
BID #B06-05
23
EXHIBIT A
SECTION 07410
MANUFACTURED ROOF PANELS
PART I-GENERAL
Applicable provisions of Division Zero and Division One, govern work under this Section.
1.01 DESCRIPTION
A. Work included: Labor, material, and equipment necessary to furnish and install
Preformed prefinished metal roofing system. System shall include, but is not limited to, pans, caps,
end caps, clips, rake flashing, receiver strips, snap-on covers, fasteners, tapes, sealants, gutter and other
items.
1.02 DESIGN CRITERIA
A. Design installation in compliance with FM 1-28 and 1-31 fastening requirements, but not less than
Class 1-90.
B. Design system to provide for movement of components without causing buckling, failure of joint
seals, undue stress on fasteners or other detrimental effects when subject to seasonal temperature
ranges.
1.03 SUBMITTALS
A. Manufacturer's Data: Submit manufacturer's data sheets on products proposed to be used.
Manufacturer's data to include roof panels, flashings. sealants, and accessories. Submit test data
performed by industry recognized, independent testing laboratory, indicating influence of wind loads
and water upon proposed system. Test results must demonstrate compliance with Contract Documents
and applicable building code requirements. Submit copies of proposed warranties.
B. Shop Drawings: Submit shop drawings showing roof plans and details of assemblies proposed to be
used, for each specific condition of the project. Layout roof panels. Indicate clip spacing required for
field, perimeters, and corners. Include large scale details for edge conditions, joints, corners, custom
profiles, supports, anchorages, trim, flashings, collars, sleeves, closures, and special details.
Distinguish between factory and field assembly work.
C. Submit documentation from roof system manufacturer that proposed roof system installation meets
FM 1-28 and 1-31 fastening requirements.
D. Samples: Submit 2 samples 12 inches square, of each exposed finish material: submit 2 samples of
each type of fastener: submit 2 samples of each clip: submit 2 samples of each type of sealant: closure
piece and trim.
1.04 DEFINITIONS
A. Corner: The area defined as the portion of the roof beginning at the intersection of two roof edges and
proceeding in both directions, having sides equal to the greater ofOA times the building's height or
8.5 feet.
BID #B06-05
24
B. Perimeter: The area described as the outer boundary of the roof with a width equal to the smaller of
0.4 times the building's height or 0.1 times the building's width.
C. Roof Field: The remainder of the roof not included in the corner and perimeter areas.
1.05 WARRANTY
A. Provide 2 year guarantee covering faulty installation. Guarantee period shall commence from date of
Substantial Completion and shall provide for repair or replacement of roofing system as required
keeping roof free of leaks at no additional cost to Owner. Guarantee must cover ordinary wear and tear
of elements, and defects due to faulty materials or workmanship.
B. Provide 20 year finish warranty from preformed metal roofing manufacturer. Warrant finish color
coating shall not chalk, fade, crack, peel or otherwise lose adhesion.
PART 2- PRODUCTS
2.01 METAL ROOF
A. Metal Roofing Panels: Formed steel sheets conforming to ASTM A 446, Grade C, coating class G-90 hot dip
zinc galvanized. Steel sheets shall be minimum 24 gage, but in no case lighter than required to meet the load,
span and deflection requirements specified herein.
1. Trim shall be formed sheet metal of gage, finish and color to match panels.
2. Fastener clips shall be G-90 galvanized steel, secured with corrosion resistant fasteners.
3. Standing seam shall have manufacturer's snap on seam with an extruded vinyl weather seal or have a
manufacturer installed butyl sealant within the standing seam.
B. Finish: 70% Kynar 500/Hylar 5000 coating system. Colors to be selected by the City of Ocoee from the
manufacturer's standard color chips guide. Field touch-up paint to be air dry Kynar 500/Hylar 5000, color to
match.
C. Potential manufacturers: Subject to compliance with requirements of the Contract Documents, manufacturers
with products that may be incorporated into the work include, but are not limited to the following:
1. MBCI- Superlok, Interlok (16"): Basis of Design.
2. AEICOR.
3. AEP Span
4. Atlanta Metal Products
5. Butler Standing Seam Roof Systems
6. Centria
7. Englert Metal Roofing
8. Metfab
2.02 INSULA nON/SHEA THING
A. Extruded-Polystyrene Board Insulation: Rigid, cellular, thermal insulation formed from polystyrene base
resin by an extrusion process to comply with ASTM C 578, Type IV.
B. Polyisocyanurate Board insulation: Preformed, rigid, cellular, polyisocyanurate thermal insulation
complying with ASTM C 591, Type 2.
C. Sheathing: Acceptable to metal roof manufacturer to meet uplift fastening requirements.
D. Composite Panel: Engineered product, combing insulation and sheathing. Thickness of sheathing
component acceptable to roof manufacturer to meet uplift fastening requirements.
2.03 MISCELLANEOUS MA TERlALS
BID #B06-05
25
A. Accessories: Sheet metal flashings, collars, sleeves, trim, moldings, closure strips, caps, clips, and other
similar sheet metal accessories used in conjunction with preformed roof panels shall be of the same material
and finish as used for the roof panels, or manufacturer's standard extrusions with matching finish. Metal
shall be of thickness not less than that used for the roof panels. Molded closure strips shall be of closed cell
type, of solid synthetic rubber, neoprene or polyvinyl chloride, premolded to match the configuration of the
preformed roof panels, and shall be protected and supported by a formed metal closure manufactured from
the same material as the roofing.
B. Framing: Framing shall be minimum 22 gage, hot dip galvanized steel.
C. Joint Sealants: Sealants shall be of roof manufacturer's recommended type to provide a weathertight
installation as specified in Section 07920.
O. Sealant Tape: Pressure sensitive 100 percent solids polyisobutylene compound sealing tape with release
paper backing. Sealant tape shall be permanently elastic, non-sag, non-toxic, and non-staining.
E. Underlayment: ASTM 0226, 30# non-perforated asphalt saturated roofing felt.
F. Slip Sheet: 20#, rosin sized building paper.
G. Fasteners: Fasteners to be manufacturer's standard, complying with FM 4470 for corrosion resistance.
H. Miscellaneous materials: Provide other materials required for a complete installation as recommended by
preformed metal roof panel manufacturer.
PART 3 - EXECUTION
3.01
A.
B.
3.02
A.
B.
INSPECTION
Inspect roof deck to verify deck is clean and smooth, free of depressions, waves or projections, properly
sloped to eaves, solidly supported and secured.
Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and
reglets are in place, and nailing strips are properly located.
INST ALLA TION
Install metal roofing, fasteners, trim, flashings, and related sealants in accordance with Contract
Documents, approved shop drawings and as may be required for a weathertight installation.
Mechanically fasten sheathing in accordance with the following fastener density requirements. Fasteners
for insulation, metal roof, or accessories may not count towards these requirements.
1. Corner: FM 1-90, plus 100% additional fasteners.
2. Perimeter: FM 1-90, plus 50% additional fasteners.
3. Field: FM 1-90
C. Install double layer felt underlayment. Install slip sheet over felt. Run underlayment and slip sheet on top
of metal eave trim.
O. Install starter and edge strips and cleats before starting installation of roofing sheets.
E. Drive fasteners normal to the surface and to a uniform depth. No exposed fasteners are to be used.
F. Install roof panels. Lap, lock, cleat, seam, and seal joints. Use rubber asphalt bedding compound for
joints between metal and substrate.
G. Install molded closure strips in a full bed of sealant. Top with another full bed of sealant prior to
installation of metal protective closure piece.
H. Install sealant tape between flat metal sheets, flashings, metal protective closures and substrates.
I. Interlock flashing end joints or fill with sealant as appropriate and recommended by manufacturer.
J. Fasten accessories into framing members, except as otherwise approved by metal roofing manufacturer.
3.03 PROTECTION
A. Protect surfaces against stains, discoloration, surface abrasion and other construction abuses.
B. Where metal surfaces come in contact with non-compatible metal or masonry materials, keep surfaces from
direct contact as recommended by manufacturer.
BID #B06-05
26
3.04 DAMAGED MATERIAL
A. Replace damaged metal roofing and trim to the satisfaction of the Owner at no additional cost.
B. Provide paint touch-up with manufacturer's Air Dry Kynar 500 paint for minor scratches not extending to base
metal.
C. Replace roof panels or trim with an excessive amount of minor scratches, or with any scratch extending
through to the base metal.
3.05 FINAL APPEARANCE
A. Final appearance of roof shall be flat, straight, and free from oil canning or other visual irregularities.
B. Completed installation is to be free of excessive rattles, noise due to thermal movement and wind whistles.
BID #B06-05
27
EXHIBIT B
PERFORMANCE BOND
, (hereinafter referred to as "Principal"),
, a corporation organized under the laws of the State of
and licensed to do business in the State of , (hereinafter referred to as "Surety"),
are held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee"), in
the Penal Sum of DOLLARS ($ ), 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 improvements for the following Project
(hereinafter referred to as the "Project") in accordance with the plans and
specifications prepared by , dated ; and
WHEREAS, under the terms of the Contract, Principal is permitted or required to complete the improvements
to the above-described property in accordance with the Plans and Specifications and the requirements of the
Contract, and is also required to provide a bond guaranteeing the faithful performance of the Contract by the
Principal or such replacement contractors as Principal may employ; and
NOW, THEREFORE, the condition 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 the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized
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, damages caused by delays in performance of the
Principal, expenses, costs 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
obligation 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 the 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.
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.
KNOW ALL MEN BY THESE PRESENTS that
and
BID #B06-05
28
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 other
modifications to the Contract.
The said Principal and the said Surety agree that this bond shall insure 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 , 19 _, 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:
(Official Title)
(SEAL)
BID #B06-05
29
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"), 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
, 200 _ to perform, as Contractor in accordance with the Contract and Contract Documents, which
Contract and Contract Documents are hereby referred to and all obligation of Principal thereunder made a part
hereof.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall
promptly make payment to all person supplying (a) labor, materials, services, insurance, supplies, machinery,
equipment, rentals, fuels, oils, implements, tools, appliances, and any other items of whatever nature, furnished
for, used, or consumed in the prosecution of the work provided for in said Contract and any and all
modifications of said Contract whether or not permanently incorporated in said work, (b) pension welfare,
vacation and other supplemental employee benefit contributions payable under collective bargaining
agreements with respect to person employed upon said work, and (c) federal, state, and local taxes, and
contributions required by law to be withheld or paid with respect to the employment of person upon said work
that may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force
and effect.
The said Surety agrees that no change, extension of time, alteration, addition, omISSIOn, or other
modification of the terms of the Contract, or in the said work to be performed, or in the specifications, or in the
plans, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such changes,
extensions of time, alterations, additions, omissions, and other modifications.
The said Principal and the said Surety agree that this Bond shall inure to the benefit of all person
supplying labor and material in the prosecution of the work provided for in said Contract, as well as to the
Obligee, and that such persons may maintain independent action upon this Bond in their own names.
The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference
and made a part of this payment bond.
IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their
several seals this _ day of , 200_, the name and corporate seal of each corporate party being hereto
BID #B06-05
30
affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing
body.
(Seal)
(Principal)
By
(Name & Title)
Witness or Secretary's Attestation
(Signature)
Witness:
(Seal)
(Surety)
By
Or Secretary's Attest
(Name & Title)
(Signature)
* Attach Power-Of-Attorney
Surety
By:
(Official Title)
(SEAL)
(Countersigned by Florida Registered Agent)
NOTE:
If Principal and Surety are corporations, the respective corporate seals shall 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.
BID #B06-05
31