HomeMy WebLinkAboutItem 07 Consideration to Award Bid #B05-08, Term Contract for Concrete Construction to A&M SI Construction Company, Inc. and Gibbs & Register, Inc.
AGENDA ITEM COVER SHEET
Meeting Date: 4/19/05
Item # 7
Reviewed By: ~ r"-.. /
Contact Name: Joyce Tolbert Department Director:, _ _,_ ~':/r'CEZ;:;;:--'
Contact Number: 1516 City Manager: _ ---=-
Subject: Award of Bid #B05-08, Term Contract for Concrete Construction
Background Summary:
This is a re-bid from earlier this fiscal year. The scope of work and bid form has been revised in anticipation
of receiving consistent bids. Staff recommends that the City Commission award a three (3) year contract for
various concrete construction of sidewalks, ramps, driveways, slabs, gutters, spillways, vertical curbs, curbs
and gutters, etc. for projects less than $80,000 in construction costs per work order, on an as needed basis.
Issue:
Award the bid for concrete construction to A&M SI Construction Company, Inc. and Gibbs & Register, Inc.
Recommendations
Staff recommends that the City Commission award Bid #B05-08 to A&M SI Construction Company, Inc. and
Gibbs & Register, Inc. per the hourly and daily rates of their bid; and authorize the Mayor and City Clerk to
execute the contract, draft of contract attached, between the City and A&M SI Construction Company, Inc
and between the City and Gibbs & Register, Inc., once the required insurance coverage has been obtained
from the Contractor.
Attachments:
1. thru 4. Contractor Bids
5. Copy of Bid B05-08/Specifications
6. Bid Tabulation
7. Recommendation memo
8. Contract
Financial Impact:
As budgeted
Type of Item:
o Public Hearing
o Ordinance First Reading
o Ordinance First Reading
o Resolution
~ Commission Approval
For Clerk's Dept Use:
IX! Consent Agenda
o Public Hearing
o Regular Agenda
D Discussion & Direction
D Original DocumenUContract Attached for Execution by City Clerk
[8] Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
j
~r ~J~9/c'7 --1/"5--;------
~ N/A
o N/A
o N/A
Commissioners
Dannv HowelL District 1
Scott Anderson. District 2
Rustv Johnson. District 3
Nancv J. Parker. District 4
Mavor
S. Scott Vanderg-rift
Citv Manager
Robert Frank
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing AgenC(jl-
April 12, 2005
TO:
DATE:
RE:
A ward of Bid #B05-08 Term Contract for Concrete Construction
ISSUE
Award the bid for concrete construction to A&M SI Construction Company, Inc. and Gibbs & Register, Inc.
BACKGROUND/DISCUSSION
This is a re-bid from earlier this fiscal year. The scope of work and bid form has been revised in anticipation of
receiving consistent bids. Staff recommends that the City Commission award a three (3) year contract for
various concrete construction of sidewalks, ramps, driveways, slabs, gutters, spillways, vertical curbs, curbs and
gutters, etc. for projects less than $80,000 in construction costs per work order, on an as needed basis.
The bid was publicly advertised on March 6, 2005 and opened on March 31, 2005. There were four (4)
responses to this bid, please see the bid tabulation attached for hourly and daily rates:
1.
2.
3.
4.
A&M SI Construction Company, Inc.
Gibbs & Register, Inc.
Agner Construction Company
Tony's Construction Company, Inc.
Per Man Hour
Per Man Hour
Per Man Hour
Per Man Hour
Attached is a copy of specifications for this project, and 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 and all were considered
responsive. Based on the hourly labor rate, experience with similar work, and verification of references, Staff
recommends awarding the bid to A&M SI Construction Company, Inc. and Gibbs & Register, Inc. as the most
responsive and responsible bidder, per the attached memorandum from Bob Zaitooni, Public Works Director.
Mavor
S. Scott Vandergrift
c.enter of Good Li .
<<\,"o-e-- tTI~
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
MEMORANDUM
FROM:
Joyce Tolbert, Finance . ~ Il /
Bob Zaitooni, Public Works Director ~
TO:
DATE:
April 8, 2005
RE:
Recommendation for Award - Bid #B05-08
Term Contract for Concrete Construction
Based on the evaluation of the bids received, we recommend award to the following 2
contractors:
. A & M SI Construction Company, Inc.
. Gibbs & Register, Inc.
If you have any questions or require additional information, please contact me at extension 6002.
RZ
The City ofOcoee Public Works' 301 Maguire Road. Ocoee, Florida 34761
phone: (407) 905-3170 . fax: (407) 905-3176 . www.ci.ocoee.fl.us
Cu
CD O O O O O O CD CD CD CD CD 0 0 O O CD O O
Y 0 CD p CO 00 O p O p O O n CO CO a0 0 0 O O O
(1)
c 0 -oO 0 6 V CO Op CO 06 Ln O O) N- N- 6 6 4 L— ti N-
O .] N M CO N O N O N O ,- In .-- V-
En V U O co N N N -6 -0 a
C Q(1) N a) a) CD )
w F `•-
1-- T c T T T a) N N
O E, 0 Q Q Q
U c .o Cl) Cl) N
O c
fl Efl (f) EA (A & CA (/ in- Err Efl Efl EFT Ea O O O
E
CD CD O O O O 0 0 O CD CD CD CD CD O CD p O
O CD CD O O O O O O CD CD CD CD CD O O p p 0
C 0Ln 0 6 O U) O LU o 6 O O O N6 O O CD Li Lf)
O a) co co EL) -4 4 CO co co co co co '[t N L` N CO .-- co
co) .0 o (O 4 C) N N N ,- tri N-
rY
N
2 4-• was 0
06 En a.) T T T T T co 0 ° 2
Q L _o ,e Q
Z O Eo �° `) E
as
Oo
EA EA Ef3 H9 69 69 69 fA EA EA EFT EA ER EA EA EFT -6
O /— O co CD CO O CO O 00 O c O °x° O °x° O °x°
U o x CD 0 0 0 CD o O
C) COCOCOCOLL E O vr CO cO
N
` -0
Z ~ C ani a) aa)) a) a) CO _N (Z
VQ) O o in O T >. T T T c c c
• 1� O — C
am0N
J It 0 Lf) EiT EFT Ffl FR ER EA EFT Ffl
0 W
M CD CD 00 0O OO CD O CD CD CD CD O CD p Cu Cu
Q m ~ M w 0 CD CD CD 0 0 0 0 0 CD CD CD CD CD CD 0 O C C
f— LV Ce M n o o tri o 0 o ui o 1.6 o 0 Vo o Eb 4 o
in L.) E5)
N- LO V N
CO coCO CO
NN NN ON NM
ON (I) V) co (n -
UJ O 025 o T T T T >, `
U
a o_
E
(» CA 69 69 69 69 CA CA Efl 69 EA (A 69 E9 EA U
Y 0_ L
C Y O a o FL-2
06 c O_ O � 2 o -0
c y C c •5 Q co` RS .0 d aa)) c0 c
o
}, C y N c LI LT O a J J Cn d ` N
LA E4 C C E (6 >. LIJ 0. O a) Y ` a) a- 0
°tS a) c .� �' = fl- = m E - .oo o rn o-
R o N Y 7 Q O d a) to Cr .3 Y = a) E co R LS)
c - - (J) 0tL O I a) W 0- N 2 V) a) J R LL as
N
-'-c L) Y O L a) (/) a) LL y 2 0 LLQ EU V) a) V) y J a) LL
7 O a) 0a) Z 0 Ea m Ea m R m m m m EC m C m
Ce R R CC co
U)• O a) o C_ E
c N >, re >, Q' >, cc >, cc > cc > re >, cc >+ re
,_ >+ .. >, >. " >. >+ L- A >. L >, d d d
CS) ^ a) LT c () o EC o E6 o Ea o Ea o E4 0 E4 o Ea O N Y Y Y
m (A fn Q' W (A J 2 ❑ 2 ❑ 2 ❑ 2 ❑ 2 ❑ 2 ❑ 2 ❑ 2 ❑ O O O
.AIA DocumentA105'"-1993
Standard Form of Agreement Between Owner and Contractor for a Small Project
where the Basis of Payment is a STlPULA TED SUM
This AGREEMENT is made: this day of 2004
(Paragraph deleted)
BETWEEN the Owner:
Continuing Contract for Concrete Construction
ADDITIONS AND DELETIONS:
The author of this document has
added information needed for Its
completion. The author may also
have revised the text of th e
original AlA standard form. An
Additions and Deletions Report
that notes added information as
well as revis ions to th e standard
form text is available from the
author and should be reviewed.
A vertical line in the left margin of
this document indicates where
the author has added necessary
information and where the author
has added to or deleted from the
original AlA text.
This document has important
legal consequences.
Consultation with an at10rney
is encouraged with respect to
Its completion or modification.
City of Ocoee, Florida (the "City")
150 North Lakeshorc Drive
Ocoee, Florida 34761
Anemion: Robert Zaitooni, Deputy Director of Public Works
and the Contractor
for the following Project:
The Architect is: Not applicable All references to "Architect" in this Agreement or the
General Conditions shall be deemed to mean "Owner",
The Owner and Contractor agree as follows.
AlA Docum.nt Al05111-1993. Copyright C 1993 by The American Institute of Architects. All right. r_ved. WARNING: Thi. AlA" Documetlt is
protected by U.s. Copyright L8w and Intamellan.1 Trutl... Unauthorized reproduction or dlatrlbutlon 01 thla AlA- Oocum..,t, or any portion 01 It, 1
may reeullln sever. clvUand criminal penalties, and will be pro..cuted 10 lhe maximum extent po.elbl. under the law. This document WlI$ produced
by AlA software aI12;28:22 On 0812712004 under Order No.10001 05520_1 wl1lch expires on 3/14/2005. and is not lor resale.
User Notes: (3853085183)
ARTICLE 1 THE CONTRACT DOCUMENTS
The Contractor shall complete the Work described in the Contract Documents for the project. The Contract
Documents consist of:
.1 this Agreement signed by the Owner and Contractor;
.2 AlA Document A205, General Conditions of the Contract for Construction of a Small Project, current
edition as modified for this Agreement;
.3 other documents, if any, identified as follows:
City of Ocoee Annual Bid #04 Concrete Construction pages I through (the "Bid Package") which is
incorporated herin and made a part hereof
ARTICLE 2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION DATE
The date of commencement shall be the date of this Agreement unless otherwise indicated below. The Contractor
shall substantially complete the Work not later than () days ,subject to adjustment by Change Order.
(Insert the date or number of calendar days after the date of commencement.)
As stated in task orders to be issued by the City under this Agreement
ARTICLE3 CONTRACT SUM
~ 3.1 Subject to additions and deductions by Change Order, the Contract Sum is:
To be established by task orders to be issued by the City under this Agreement
i 3.2 The Contract Sum shaH include all items and services necessary for the proper execution and completion of the
Work.
ARTICL.E 4 PAYMENT
i 4.1 Based on Invoices as submitted under the provisions of the Bid Package.
(Para1:raph deleted)
i 4.2 Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the
rate of 7 % simple interest.
(Paragraph deleted)
ARTICLE 5 INSURANCE
i 5.1 The Contractor shall provide Contractor's Liability and other Insurance as follows:
(Insert specific insurance required by the Owner.)
Type of Insurance
See Bid Package
limit of liability ($ 0.00)
See Bid Package
S 5.2 The Owner shall provide Owner's Liability and Owner's Property Insurance as follows:
(Insert specific insurance filrnished by the Owner.)
Type of Insuranc.
See Bid Package
Limit of liability ($ 0.00)
See Bid Package
~ 5.3 The Cont....ictor shall obtain an endorsement to its general liability insurance policy to cover the Contractor's
obligations under Section 3.12 of AlA Document A205, General Conditions of the Contract for Construction of
Small Projects.
i 5.4 Certificates of insurance shall be provided by each party showing their respective coverages prior to
commencement of the Work. The City shall be named as an additional insured under all task orders issued under
this Agreement
AlA Doc;um,,"1 Al05'" -1993. Copyrlghl C 1993 by The American Institute 01 Architects. All rlghta re_ved. WARNING: This AlAe Documenlle
protected by U.S. Copyrlghl Law and Intemallonal Treall". UnauthorIzed reproduction or dlatrlbutlon of Ihla AlAe Oocum8flI, or any portion of II,
may result in severe clvlland criminal penalties, end will be proseculed to the maximum exlent poaaible under th. law. This document was produced
by AlA sotlware aI12:28:22 on 08/27/2004 under Order No. 1000105520_1 which expires on 3/1412005. and is not lor resale.
User N 01..: (3853085183)
2
ARTICLE 6 OTHER TERMS AND CONDITIONS
6.1 Dispute Resolution. As a condition precedent to the filing of any suit or other legal proceeding,
the parties shall endeavor to resolve claims. disputes or other mallers in question by mediation. Mediation shall be
initiated by any party by serving a written request for same on the other party. If the parties cannot agree on the
selection of a mediator, then the Owner shall select the mediator, who, if selected solely by the Owner, shall be a
mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the
mediator declares an impasse, which declaration, in any event shall be issued by the mediator not later than sixty
(60) days after the initial conference. The expenses of the mediator shall be borne equally by the Owner and the
ContraClOr.
6.2 No Dama2es to Contractor for Delay. Disruption or Acceleration. An extension of time shall
be the sole remedy available to the Contractor for delay, disruption or acceleration. Under no circumstances shall
the Contractor be entitled to damages for delay, disruption, acceleration or any extension of perfonnance by the
Contractor.
6.3 Warranty. Contractor warrants that all workmanship and materials shall be free of defects for a
period of one (1) year from the date of Final Payment. Contractor shall repair or replace at its own expense, as
directed by Owner, any defects in workmanship or materials which appear within one (I) year from the date of Final
Payment, provided however, that any defect that is hidden or latent shall be repaired or replaced within one (1) year
of the date when Owner discovers such defect. Contractor further warrants that all repair or replacement work
perfonned to repair or replace defective work or materials shall also be warranted to be free of defects for a period
of one (1) year from the date such repair or replacement is accepted by the Owner. Contractor shall commence and
diligently pursue the correction of any defect not later than fifteen (IS) days of receiving Owner's written notice of
such defect. If Contractor does not commence or diligently pursue to repair or replace such defects in workmanship
or materials within the fifteen (l5)-iJay period, then Owner may repair or replace such defects and contractor shall
reimburse Owner for the costs thereof, including all interest, attorneys' fees and costs of collection. Contractor shall
assign and/or transfer to the Owner all manufacturer's direct warranties for components. materials, electrical panels
or appliances as a condition precedent to receiving Final Payment. All such manufacturer's warranties shall be for a
period of not less than two (2) years.
6.4 Payment alld Performance Bond. The payment bond shall be in compliance with Florida law.
This Agreement entered into as of the day and year firSl written above.
(Paragraph deleted)
OWNER (SignaTure)
CONTRACTOR (Signature)
(Printed name and title)
UCENSE NO.:
JURISDICTION:
(Printed name and title)
AlA Doc"......t A1051ll-1993. Copyright G 1993 by The Am....lcan Institute of Architocts. All rights r.aerwd. WARNING: This AlAS Document la
protected by U.s. Copyright Law and International Trsatlea. Unauthorlzell reproduction or dlatrlbutlon o' this AlA- Document, or any portion of It,
mey reaull In ..ver, civil and criminal penaltfs.. and will b, pro..cu.ad to the mulmum axlent paulOle uneM' the raw. This documlltll wac produced
by AlA software at 12:28:22 on 08127/2004 under Order No.1000105520_' which expires on 3/14/2005. and is nOl for resale.
U.... Notea:
(3853085183)
3
. AlA Document A205'" - 1993
General Conditions of the Contract for Construction of a Small Project
forthe following PROJECT:
(Name and lucation or address):
2004 Ocoee Continuing Concrete Construction Contract Al 05
City of Ocoee
THE OWNER:
(Name and address):
THE ARCHITECT:
(Name and address):
ARTICLE 1 GENERAL PROVISIONS
S 1.1 THE CONTRACT
The Contract represents the entire and integrated agreement between the parties and
supersedes prior negotiations. representations or agreements, eilher written or oral. The
Contract may be amended or modified only by a written modification.
S 1.2 THE WORK
The teml "Work" means the construction and services required by the Contract
Documentli. and includes all other labor, materials, equipment and services provided by
the Contractor to fulfill the Contractor's obligations.
S 1.3 INTENT
The inlent of the Contract Documents is to include all items necessary for the proper
execution and completion of the Work by the Contractor. The Contract Documents are
complementary, and what is required by one shall be as binding as if required by all.
S1.4
OWNERSHIP AND USE OF ARCHITECT'S DRAWINGS, SPECIFICATIONS AND OTHER DOCU
MENTS
Documents prepared by the Architect are instruments of the Architect's service for use
solely with respect to this project. The Architect shall retain all common law, statutory
and other reserved rights. including the copyright. They are not to be used by the
Contractor or any Subcontractor, Sub-subcontractor or material or equipment supplier for
other projects or for additions to this project outside the scope of the Work without the
specific written consent of the Owner and Architect.
ADDITIONS AND DELEnONS:
The author of this document has
added Information needed for its
completion. The author may also
have revised the text of the
original AlA standard form. An
Additions and Deletions Report
that notes added information as
well as revisions to the standard
form text is available from the
author and should be reviewed.
A vertical line in the left margin of
this document indicates where
the author has added necessary
information and where the author
has added to or deleted from the
original AlA text.
This document has important
legal consequences.
Consultation \\lith an attorney
is encouraged with respect to
its completion or modification.
ARTICLE 2 OWNER
S 2.1 INFORMATION AND SERVICES REQUIRED OF THE OWNER
S 2.1.1 If requested by the Contractor. the Owner shall furnish and pay for a survey and a
legal description of the site.
S 2.1.2 Except for permits and fees which are the responsibility of the Contractor under the
Contract Documents, the Owner shall obtain and pay for other necessary approvals.
easements, assessments and charges.
flJA Document A205111 -1993. Copyrlgbt C> 1993 by The American Ins1ilute of Architects. All right. r...rved. WARNING: This AlA" Document Is
protected by U.S. Copyright law and Internslional Treaties. Unauthorized reproduction or distribution of this AlA" Document, or sny portion otlt,
may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent posalblll under the lew. This document was produced
by AlA software aI18:33:02 on 07/29/2004 under Order No.l000i05520_i which expires on 3/t412005. and is not for resale.
User Notel: (2733185059)
1
5 2.2 OWNER'S RIGHT TO STOP THE WORK
If the Contractor fails to correct Work which is not in accordance with the Contract Documents, the Owner may
direct the Contractor in writing 10 stop the Work unlil the correction is made.
, 2.3 OWNER'S RIGHT TO CARRY OUT THE WORK
If the Contractor defaults or neglects to carry out the Work in accordance with the Contracl Documents and fails
within a seven day period after receipt of written notice from the Owner to correct such default or neglect with
diligence and promptness, the Owner may, without prejudice to other remedies, correct such deficiencies. In such
case. a Change Order shall be issued deducting the cost of correction from payments due the Contractor.
52.4 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS
'2.4.1 The Owner reserves the right to perform construction or operations related to the project with the Owner's
own forces, and to award separate contracts in connection with other portions of the project.
S 2.4.2 The Contractor shall coordinate and cooperate with separate contractors employed by the Owner.
S 2.4.3 Costs caused by delays or by improperly timed activities or defective construction shall be borne by the party
responsible therefor.
ARTICLE 3 CONTRACTOR
5 3.1 EXECUTION OF THE CONTRACT
Execution of the Conrracl by the Contractor is a representation Ihatthe Contractor has visited the site, become
familiar with local conditions under which the Work is to be performed and correlated personal observations with
requirements of the Contract Documents.
53.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR
The Contractor shall carefully study and compare the Contract Documents with each other and with information
furnished by the Owner. Before commencing activities, the Contractor shall: (1) take field measurements and verify
field conditions; (2) carefully compare this and other information known to the Contractor with the Contract
Documents; and (3) promptly report errors, inconsistencies or omissions discovered to the Architect.
S 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES
53.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The
Contractor shall be solely responsible for and have control over construction means, methods, techniques. sequences
and procedures, and for coordinating all portions of the Work.
53.3.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner
through the Architect the names of subcontractors or suppliers for each portion of the Work. The Architect will
promptly reply to the Contractor in writing if the Owner or the Architect. after due investigation, has reasonable
objection to the subcontractors or suppliers listed.
53.4 LABOR AND MATERIALS
5 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shan provide and pay for labor,
materials, equipment. tools, utilities, transportation, and other facilities and services necessary for proper execution
and completion of the Work.
S 3.4.2 The Contractor shall deliver, handle. store and install materials in accordance with manufacturers'
instructions.
9 3.5 WARRANTY
The Contractor warrants to the Owner and Architect that: (1) materials and equipment furnished under the Contract
will be new and of good quality unless otherwise required or permitted by the Contract Documents; (2) the Work
will be free from defects not inherent in the quality required or pennitted; and (3) the Work will conform to the
requirements of the Contract Documents.
9 3.6T AXES
The Contractor shall pay sales, consumer, use and similar taxes that are legally required when the Contract is
executed.
AJA Document A20S'" - 1993. Copyright Cl 1993 byThe American Institute 01 Architects. All rlghta re..rvltd. WARNING: Thla AlA" Document Is
protected by U.s. Copyright Law and IntM'ftlltlonal Treatl... Unauthorized reproduction or dielributlon of Ihra All." Document, or any portion 01 II.
may r....ltln sev.ra civil and crimiMI penaltlas, and will be prosecut.d to the maximum .xtent pos.lble under the law. 1his document waG produced
by AlA software att8:33:02 on 07!29120Q.4 under Order No.1 0001 05520_1 which expires on 3/1412005. and ;G nollor rOGale.
U..r Notea: (2733185059)
2
S 3.7 PERMITS. FEES AND NOTICES
S 3.7.1 The Contractor shall obtain and pay for the building permit and other permits and governmental fees, licenses
and inspections necessary for proper execution and completion of the Work.
S 3.7.2 The Contractor shall comply with and give notices required by agencies having jurisdiction over the Work. If
the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and
regulations without notice to the Architect and Owner, the Contractor shall assume full responsibility for such Work
and shall bear the attributable costs. The Contractor shall promptly notify the Architect in writing of any known
inconsistencies in the Contract Documents with such govemmentallaws, rules and regulations.
'3.8 SUBMmALS
The Contractor shall promptly review, approve in writing and submit to the Architect Shop Drawings, Product Data,
Samples and similar submittals required by the Contract Documents. Shop Drawings. Product Data, Samples and
similar submittals are not Contract Documents.
5 3.9 USE OF SITE
The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits, the Contract
Documents and the Owner.
S 3.10 CUTTING AND PATCHING
The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its
parts fit together properly.
, 3.11 CLEANING UP
The Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to
the Work.
i 3.12 INDEMNIFICATION
To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, Architect.
Architect's consultants and agents and employees of any of them from and against claims, damages, losses and
expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work,
provided that such claim, damage, loss or expense is attributable to bodily injury. sickness, disease or death, or to
injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but
only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor,
anyone directly or indirectly employed by them or anyone for whose acts they may be liable.
ARTICLE" ARCHITECT'S ADMINISTRATION OF THE CONTRACT
~ 4.1 The Architect will provide administration of the Contract as described in the Contract Documents. The
Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents.
S 4.2 The Architect will visit the site at intervals appropriate to the stage of construction to become generally
familiar with the progress and quality of the Work.
~ 4.3 The Architect will not have contro] over or charge of and will not be responsible for construction means,
methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work,
since these are solely the Contractor's responsibility. The Architect will not be responsible for the Contractor's
failure to carry out the Work in accordance with the Contract Documents.
t 4.4 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the
Architect will review and certify the amounts due the Contractor.
i 4.5 The Architect will have authority to reject Work that does not conform to the Contract Documents.
S 4.6 The Architect will promptly review and approve or take appropriate action upon Contractor's submittals such
as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with
information given and the design concept expressed in the Contract Documents.
AlA Document A2QlIi'" -ll1i3. Copyright 4:1 1993 by The American Irn;titule of An;hilecta. All right' rNerved. WARNING: this AlA- Documet1tls
protected by U.s. Copyright Law end Intern.llon.1 Tre.lies. Unautflorized reproduction Dr dletrlbullon of thl. ...'A' Document, or any portion 0111,
may rallUlt In severe civll.nd criminal penalties, .nd will be prosecuted to the m.xlmum extent pO'sible under the l.w. Thi5 document was produced
by AlA software a118;33;02 on 07/2912004 under Order No.l000105520_1 which expire. on 311412005. and Is not tor resale.
U_ NOles: (2733185059)
3
i 4.7 The Architect will promptly interpret and decide matters concerning performance under and requirements of
the Contracl Documents on written request of either the Owner or Contractor.
i 4.8 Interpretations and decisions of the Architect will be conmstent with the intent of and reasonably inferable from
the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and
decisions, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show
partiality to either and will not be liable for results of interpretations or decisions so rendered in good faith.
S 4.9 The Architect's duties, responsibilities and limits of authority as described in the Contract Documents will not
be changed without written consent of the Owner, Contractor and Architect. Consent shall not be unreasonably
withheld.
ARTICLE 5 CHANGES IN THE WORK
S 5.1 After execution of the Contract, changes in the Work may be accomplished by Change Order or by order for a
minor change in the Work. The Owner, without invalidating the Contract, may order changes in the Work within the
general scope of the Contract consisting of additions. deletions or other revisions, the Contract Sum and Contract
Time being adjusted accordingly.
5 5.2 A Change Order shall be a written order to the Contractor signed by the Owner and Architect to change the
Work, Contract Sum or Contract Time.
S 5.3 The Architect will have authority to order minor changes in lhe Work not involving changes in the Contract
Sum or the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be
written orders and shall be binding on the Owner and Contractor. The Contractor shall carry out such written orders
promptly.
15.4 If concealed or unknown physical conditions are encountered at the site that differ materially from those
indicated in the Contract Documents or from those conditions ordinarily found to exist. the Contract Sum and
Contract Time shall be subject (0 equitable adjustment.
ARTICLE 6 TIME
S 6.1 Time limits stated in the Contract Documents are of the essence of the Contract.
5 6.2 If the Contractor is delayed at any time in progress of the Work by changes ordered in the Work, or by labor
disputes, fire. unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control,
the Contract Time shall be extended by Change Order for such reasonable time as the Architect may determine.
ARTIClE 7 PAYMENTS AND COMPLETION
57.1 CONTRACT SUM
The Contro!ct Sum stated in the Agreement, including authorized adjustments, is the total amount payable by the
Owner to the Contractor for performance of the Work under the Contract Documents.
S 7.2 APPLICATIONS FOR PAYMENT
17.2.1 At least ten days before the date established for each progress payment, the Contractor shall submit to the
Architect an itemized Application for Payment for operations completed in accordance with the values stated in the
Agreement. Such application shall be supported by such data substantiating the Contractor's right to payment as the
Owner or Architect may reasonably require and reflecting retainage if provided for elsewhere in the Contract
Documents.
57.2.2 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner
no larer than the time of payment. The Contractor further warrants that upon submittal of an Application for
Payment. all Work for which Certificates for Payment have been previously issued and payments received from the
Owner shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims,
security interests or other encumbrances adverse to the Owner's interests.
AlA Document A20$'" -1993. Copyright C 1993 by The American Institute of Architects. All r1llhts reMl'Vltd. WARNING: This AlA- Documentls
protected by U.S. Copyrlllht Law and Internallonal Treatle.. UnauthorIZed reproduction 01' distribution althla AlA- DoculMnt, or any portion 01 It,
m.y resullln _vera civil .nd crlmln.' pen.Il.... end will be pr~lIled 101M nUllrlmLJrn extent po..lble under IlIe lew. This document was produced
by AlA software at 18:33:02 on 0712912004 under Order No. 1 000105520_1 which expires an 3/1-412005. and Is not lor resale.
U_ Note.: (2733185059)
4
S 7.3 CERTIFICATES FOR PAYMENT
The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the
Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is
properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification
in whole or in part.
~ 7." PROGRESS PAYMENTS
S 7.4.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment in the manner
provided in the Contract Documents.
57.4.2 The Contractor shall promptly pay each Subcontractor and material supplier, upon receipt of payment from
the Owner, out of the amount paid to the Contractor on account of such entities' portion of the Work.
S 7.4.3 Neither the Owner nor the Architect shall have responsibility for the payment of money to a Subcontractor or
material supplier.
S 7.4.4 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the project by the
Owner shall not constitute acceptance of Work not in accordance with the requirements of the Contract Documents.
i 7.5 SUBST ANTlAL COMPLETION
S 7.5.1 Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof
is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for
its intended use.
57.5.2 When the Work or designated portion thereof is substantially complete, the Architect will prepare a
Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish the
responsibilities of the Owner and Contractor, and shall fix the time within which the Contractor shall finish all items
on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the
date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the
Certificate of Substantial Completion.
57.6 FINAL COMPLETION AND FINAL PAYMENT
~ 7.6.1 Upon receipt of a tinal Application for Payment, the Architect will inspect !be Work. When the Architect
finds the Work acceptable and tbe Contract fully performed, the Architect will promptly issue a final Certificate for
Payment.
57.6.2 Final payment shall not become due until the Contractor submits to the Architect releases and waivers of
liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or
encumbrances arising out of the Contract.
~ 7.6.3 Acceptance of final payment by the Contractor. a Subcontractor or material supplier shall constitute a waiver
of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time
offinal Application for Payment.
ARTICLE 8 PROTECTION OF PERSONS AND PROPERTY
i 8.1 SAFETY PRECAUTIONS AND PROGRAMS
The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs,
including a1) those required by law in connection with performance of the Contract. The Contractor shall promptly
remedy damage and loss to property caused in whole or in part by the Contractor, or by anyone for whose acts the
Contractor may be liable.
ARTICLE 9 CORRECTION OF WORK
S 9.1 The Contractor shall promptly correct Work rejected by the Architect as failing to conform to the requirements
of the Contract Documents. The Contractor shall bear the cost of correcting such rejected Work.
AlA Doeument A205'" -11193. Copyright @1993byTheAmerican Il15titute of Architects. All rights r...,vecI. WARNING: Thl. AlA- Docum.nll.
protected by U.S. Copyright L_ Ind Intllfnatlon.' Tr..II... Unluthor'z.d reproduction or distribution of thl. AlA- Document, or Iny portion of It,
mey '1..,11 In sev.r. civil .nd crlminel penaltles, end will b. prosecuted to lhe maximum extenl po..lble und... the law. This documenl was produced
by AlA software aI18:33:02 on 07129/20004 under Order No,100010SS20_1 which expires on 31l4f2005, and is not for resale.
U... Notes:
(2733185059)
5
t 9.2 In addition to the Conlrd.Ctor's other obligations including warranties under the Contract, the Contractor shall.
for a period of one year after Substantial Completion, correct work not conforming to the requirements of the
Contract Documents.
t 9.3 If the Contractor fails to correct nonconforming Work within a reasonable time, the Owner may correct it and
the Contractor shall reimburse the Owner for the cost of correction.
ARTICLE 10 MISCELLANEOUS PROVISIONS
S 10.1 ASSIGNMENT OF CONTRACT
Neither party to the Contract shall assign the Contract as a whole without written consent of the other.
t 10.2 TESTS AND INSPECTIONS
t 10.2.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws,
ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at an appropriate time.
S 10.2.2 If the Architect requires additional testing, the Contractor shall perform these tests.
t 10.2.3 The Owner shall pay for tests except for testing Work found to be defective for which the Contractor shall
pay.
t 10.3 GOVERNING LAW
The Contract shall be governed by the law of the place where the project is located.
ARTICLE 11 TERMINATION OF THE CONTRACT
S 11.1 TERMINA liON BY THE CONTRACTOR
If the Owner fails to make payment when due or substantially breaches any other obligation of this Contract,
foJJowing seven days' written notice to the Owner, the Contractor may terminate the Contract and recover from the
Owner payment for Work executed and for proven loss with respect to materials, equipment, tools, construction
equipment and machinery, including reasonable overhead, profit and damages.
S 11.2 TERMINATION BY THE OWNER
, 11.2.1 The Owner may terminate the Contract if the Contractor:
.1 persistently or repeatedly refuses or fails to supply enough properly skilled workers or proper
materials;
.2 fails to make payment to Subcontractors for materials or labor in accordance with the respective
agreements between the Contractor and the Subcontractors;
.3 persistently disregards laws, ordinances, or rules. regulations or orders of a public authority having
jurisdiction; or
.4 is otherwise guihy of substantial breach of a provision of the Contract Documents.
511.2.2 When any of the above reasons exist, the Owner, after consultation with the Architect, may without
prejudice to any other rights or remedies of the Owner and after giving the Contractor and the Contractor's surety, if
any, seven days' written notice, tenninate employment of the Contractor and may:
.1 take possession of the site and of all materials thereon owned by the Contractor;
.2 finish the Work by whatever reasonable method the Owner may deem expedient.
511.2.3 When the Owner terminates the Contract for one of the reasons stated in Section 11.2.1. the Contractor shall
not be entitled to receive further payment until the Work is finished.
511.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, such excess shall be paid to
the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. This
obligation for payment shall survive termination of the Contract.
AlA Document A20S'" -1993. Copyright C> 1993 by The American In5titute 01 Architscl5. All rights .._d. WARNING: This AlAe Documant Is
prol.C1.d by U.S. Copyright Law snd International Trulle.. Unauthor~ed teprodu<:t1on or distrIbution of this AlAe Document, or any portion of It,
may ..suit In "Veta clvUand criminal panaltl.., and will be proHcuted to the m.xlmum allf.nt po..lbIe under the law. This document was prQduced
by AlA software at 18:33:02 on 0712912004 under Order No.1000105520._1 which expires on 3/1412005. and is nOllor resale.
User Not..: (27331 85059)
6
Mayor
S. Scott Vandergrift
center of Good L' .
<\.~e It>l~
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
CITY OF OCOEE
INVITATION TO BID #B05-08
TERM CONTRACT FOR
CONCRETE CONSTRUCTION
City ofOcoee. l50 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us
TABLE OF CONTENTS
FOR
BID #B05-08
TERM CONTRACT FOR CONCRETE CONSTRUCTION
BID DOCUMENTS
3 Legal Advertisement
4 thru 6 Invitation to Bid#B05-08
7 thru 16 General Terms & Conditions
17 Subcontractors/Equipment Listing
18 References/Summary of Litigation
SCOPE OF WORK/BID FORM
19 thru 21 Scope of Work/Special Conditions
22 Bid Form
23 Company Information/Signature Sheet
END OF TABLE OF CONTENTS
B05-08 2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B05-08, TERM CONTRACT FOR CONCRETE
CONSTRUCTION, no later than 2:00 PM, local time, on March 31, 2005. Bids received after that
time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject
any and all bids and 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 contractors with specialty in concrete work for construction of sidewalks,
ramps, driveways, slabs, gutters, spillways, vertical curbs, curb & gutter, etc. for projects less than
$80,000 in construction costs per work order.
The City intends to award contracts to one or more qualified contractors based on prices, ability of
contractor to perform the required work, satisfaction of required insurance, and a successful reference
check. Contractor selected by the City will provide construction services to the City on an as needed
basis, based upon work orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a maximum of three (3)
years from the date of the execution. City reserves the right to terminate the contract for non-performance
given thirty (30) days written notice and payment for completed work.
There will not be a pre-bid conference for this project.
A Bid Security in the amount of one thousand dollars ($1,000.00) must accompany each bid.
All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time.
Bids will be received in the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee,
Florida 3476l-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 firms may secure a copy of the bid documents through Demandstar by accessing the City's
website at www.ci.ocoee.tl.us under BidsNendors, or copies are available from the contact person
identified above 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.
No fax or electronic submissions will be accepted.
City Clerk
March 6, 2005
B05-08
3
CITY OF OCOEE
INVITATION TO BID #B05-08
TERM CONTRACT FOR CONCRETE CONSTRUCTION
INTENT:
Sealed bids for Bid #B05-08 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 "Respondent".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and
incidentals for various Concrete Construction Projects for the City of Ocoee as listed under the
"Scope ofWork/Bid Form" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must 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 should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent is a corporation, the bid should include the name and business address of
each officer, director, and holder of 10% or more ofthe 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: Purchasing Agent (407)905-3100, extension
1516 and fax (407)656-3501, not later than March 24, 2005. Any clarifications/changes will
be through written addenda only, issued by the Finance Department. Respondents should not
contact City staff, with the exception of the Purchasing Agent, or other City consultants for
information before the bid award date. Any contact with any other member of the City Staff,
City Commission, or its Agents during this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and two (2) copies of the required submittals
only, by the Finance Department not later than 2:00 P.M., local time, on March 31, 2005.
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
B05-08
4
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. Respondents 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 respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of References/Experience;
c) List of Subcontractors/Temporary Worker Agencies;
d) Equipment Listing;
e) Summary of Litigation;
f) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has
complied with Paragraph E. The failure or neglect of a respondent to receive or examine a
bid document shall in no way relieve it from any obligations under its bid or the contract. 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. There will not be a pre-bid conference scheduled for this project.
H. Any response by the City to a request by a respondent 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 respondent, if requested, unopened. In case any respondent fails to
acknowledge receipt of any such Addendum in the space provided on the Addendum
and fails to attach the Addendum to the respondent's bid, 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. Respondents are cautioned that any other source by which a respondent receives
information concerning, explaining, or interpreting the Bid Documents shall not bind the
City.
1. Any of the following causes may be considered as sufficient for the disqualification of a
respondent 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 respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
B05-08
5
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 Respondent'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 Respondent or the rejection of its bid.
No bid mav be withdrawn for a period of ninetv (90) davs after the time and date
scheduled for the bid openin2.
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 respondent qualifies his/her bid by specific limitations.
Award, if made, will be to the most responsible and responsive respondent 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 respondent to submit such evidence of respondent'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 respondent, 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.
B05-08
6
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each proposal must be accompanied by a Cashier's/Certified Check upon an
incorporated bank or trust company or a Bid Bond in the amount of one thousand
dollars ($1,000.00). A combination of any of the former is not acceptable. Cash will
not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a
guarantee that the respondent, if awarded the Contract, will after written notice of
such award, enter into a written Contract with the City and as a guarantee that the
respondent will not withdraw its bid for a period of ninety (90) days after the
scheduled closing time for the receipt of bids, in accordance with the accepted bid
and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or respondent's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of Intent to Award by the City, then such
respondent shall be liable to the City in the full amount of the check or bid bond and
the City shall be entitled to retain the full amount of the check or to demand from the
Surety the penal sum ofthe 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
respondent's overhead and is not eligible for reimbursement as a separate cost by the
City.
e) The checks of the three (3) most favorable respondents will be returned within three
(3) days after the City and the successful respondent have executed the contract for
work. The remaining checks will be returned within thirty (30) days after the opening
of bids. Bid Bonds will be returned upon request following the same criteria as a
check.
2. PERFORMANCE AND PAYMENT BONDS
None Required.
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
B05-08
7
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City and
its officers, agents, and employees against liability, including costs and expenses for
infringement upon any letters patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City or supplies
furnished or construction work performed hereunder.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of WorklBid Sheet. A total shall be entered for each
item bid. 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 Respondent 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 Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competitor;
d) No attempt has been made or will be made by the Respondent 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 SS 542.18 and all applicable federal
regulations );
e) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
B05-08
8
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible bidder according to the following criteria:
. Compliance with specifications, terms, and conditions
. Bid price
. Warranty offered
. Delivery time
. Experience with similar work
. Successful reference check
9 . LITERATURE:
If required by the Bid Schedule, or the specifications, descriptive literature/brochures
shall be included with this bid in order to properly evaluate make/model offered. Bids
submitted without same may be considered non-responsive and disqualified.
10. DISPUTES:
Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms
and/or conditions of the Invitation to Bid, selection or award recommendation shall file a
protest in writing to Joyce Tolbert, Purchasing Agent not later than seventy-two (72)
hours after the "Notice of Intent to A ward" is issued.
B05-08
9
11. PAYMENT TERMS:
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 authori-
zation. 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 Respondent, hereinafter referred to as "Contractor" will be required to
enter into a contract with the City. The contract shall mean a written agreement or City
issued purchase order. The City intends to award contracts to the most qualified
contractor based on unit prices, ability of contractor to perform the required work,
satisfaction of required insurance, and a successful reference check. Contractor selected
by the City will provide construction services to the City on an as needed basis, based
upon task orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a
maximum of three (3) years from the date of the execution. City reserves the right to
terminate the contract for non-performance given thirty (30) days written notice and
payment for completed work. 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.
13. SAFETY REQUIREMENTS:
The Respondent guarantees that the services to be performed and the goods to be
provided herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards, that are applicable in construction work.
B05-08
10
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
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 Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent 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
Respondent agrees that (except where the respondent has obtained identical certification
from proposed contractors for specific time periods) the respondent will obtain identical
B05-08
11
certifications from proposed subcontractors prior to the award of such contracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
clause, and that the respondent will retain such certifications in the respondent's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary oflabor, are incorporated herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent 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 respondent agrees to immediately notify the City in writing.
The respondent 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.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotiation is
accepted, the respondent 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 respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
B05-08
12
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
18. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made.
b) 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.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is the
responsibility of the contractor.
19. INSURANCE TERMS AND CONDITIONS
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
B05-08
13
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance
shall comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not protected under
the Workers' Compensation statute, the Contractor shall provide, and cause each
subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
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 of Ocoee
Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-
contributory .
. $2,000,000 GENERAL AGGREGATE
. $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
. $1,000,000 PER OCCURRENCE
. $1,000,000 PERSONAL & ADVERTISING INJURY
. Include Waiver of Subrogation in favor of the City of Ocoee
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.
Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for
the named insured's liability that arises out of operations performed for the named insured by
independent contractors and are directly imposed because of the named insured's general supervision
of the independent contractor. The Contractor shall procure and furnish an Owner's Protective
Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000.
Aggregate and naming the City of Ocoee as the Named Insured.
B05-08
14
Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include
contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY
INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
. $2,000,000 AGGREGATE
Commercial Umbrella:
. $l,OOO,OOO PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
Builders Risk:
. $100,000 Any (1) Location
. $l,OOO,OOO Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee
as an additional insured will be furnished by the Contractor upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This
certificate shall be dated and show:
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.
Remainder of page left blank intentionally
B05-08
15
ACOFlI). CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DATE IMWCUY'fYVV,
r.RAZll-l 11/04/04
r "RODUCIJI. THIS CERTIFICATE IS ISSUED AS A MATrER Of INFORMATION
ONLY AHD CONFERS NO RIGHTS UPON TltE CERTIFICATE
, HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAlC.
lJolSURE.O INSURER A:. WI -.-t a.t.bt a.- _ ..u.... I
----
............ -
~~~:;torl. N_ INSURER C:
WSURER c:
IN.'!URERE:
COVERAGES
THE POUCIES OF frIIURANCE USTEO I&l.ON HAVE 8EEM IS8IJED TO THE ~ NAMEO MOVE FOR THe POlIer PERtOO WQ.CATEO. HO'TWJ'I"HS1AH01NG
At('( REQUlRS&ENT, Tl.AM 0"' CONDr11()H OF /I.HV COtIT'AACTOR 0'T'HfiR DOCUNEHT WIl'li RESPECT TO WHICH THLSCERTlFICATE MAy as ISSUED OR
lIMY flERTAJH. THE INSURANCE AF10RDEQ .'1nE ,lIOLICUDESCRJ8I!D HEREJrf IS!W6JECT TO m THE TERMS. E)CCLUU)HS ANO COMOITJONS OF SUCH
POLICIES. AGGREQAn I..UTlatOWN MAY HAVE 8EEN REOUCeDlV "MOCl..AIMS.
LT" MS" T'II'I Of' lIOIUIWICE l'OUC'f"UII8U "" ... UMlTI
~&AAl. LlA8ILITY EACH OCCURRENCe .1,000,000
X ~ ~1ALGENeRAL. UABLf'N I'REIIIOE3 ......... .50,000
f-- Cl.WS IoIAOE [;] OCCUR f40 EXP (Any one penon) .5,000
f-- -----*- I PERSOHAl'AOVINJt.JftV 11,000,000
I Qi:NERAl AGGREGA~ .2,000,000
-;~AG~E;;nPElt. PROO\JCTS . OOlolP,QP AGO .2,000,000
POLICY X r U)C
~OM01lJLl LIA8VTY 1 COMIIINED -S1trfGL.E LlNIT '1,000,000
'..!. ANY AUTO I I 1"-1
- ~OWNEDAUTO$ DOOII. Y INJURY
.
$CHEotJ\.EO AUTOS (Ptt_
-
..!. ......0 AIJTO& llOOIl.y""",""
,
..!. NON-OWNED .-.uTOS (...._1
"""""'TV"""""" .1
I (Pwacci6ltltl
:~_.~urv I AUTO ON\. y. EA ACCfOE~ ,
,
AHYAUro Oll4illt"f'HAH EAACC .
AUTO ON!.. '(: loGO 1
IXCUS'\JMIIULLA LIA8IUT'Y I EACH OCCURRENCE 11,000,000
X tJ OCCUR 0 ClAlNS ....0. I AGGRE.GATE : 2:_~OO'000_l
I I
b OeDVCT1BlE ~
: . RETENTlON , .
WOAXlRS tOMPI.NSA TlOM AND I I X I T~~~T.:.w. ! lu~:t
f.NP\..OYUI' \JA.ILIT'l' fe.L EACH A.CC&OENT . 500,000
ANV PAOPf\lETOWPARTNEfV9.EClJ11Ve I E.L.........EAEMPt.ovee .500,000
OFFICER/MENBER E.XCUJDED1
~~..- I E.L OtSEA$E. POlICY UMIT .500,000
CTHl" I
Builders Riek Any 1 Loc 100, <XX>
Any 1 Occ 1,000,000
DUCJtlP'nQtt 0' OPEAATlOHI/LOCA.TIOHI/V&lICL.UI D'Cl1JSlOHlADOED'" EHDORSOIIHT l,plQlL PftOVlSIONS
The insuranca avidenced by this certificate shall D&m8 the certificate
hold.er. as an additionel insured on the General Liability & Umbrella
Liability. Worker.' Compan.ation. Employer. ' Liability & Oeneral Liability
.hall contain a Waiver of SUbrogation in favor of the certificate holder.
The certificata holder ie added ae a nmrl in3u:Ed ft:r IUi.J.d!m RiSto
CERTIfICATE HOLDER
CAHCEu.AT1ON
OCOBBOl 8HC\U.D ANY OF TMlA8C1'n DUCJtl.8eD Pot..1CID Ie CAHCIL.LI.D liPORelltll!! lXPIAATl()fI.
DAn THDI()ff, r.. t:IS\JNO INSURh: WILL ENDIEAVOA TO MAIl. ~ DAYS WRITTEN
MO'T1CaTO ntI! CfKTFtCATI! HQLOIR HAMEO TO THe" l.UT.'VT FAlLUM' TO DO so SHAlL
_ "" ClIUQATlOH OR UAl!lUTy 0< _ KIIOO UPOll TliE 1NS1JlWl,lT5 AGEHTS OR
IItDAUEIf'fATNU..
AUTltCHUtID ItlPUlIHTAT1Vf
City of Ocoae
150 N. Lak.ahora Drive
Oeoea 7L 3.761-2258
ACORD 25 (2001/Oe)
C ACORD CORPORATION 1951
.5"~PI. C
B05.08
16
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ ADDRESS/FEDERAL J.D. NO./CONT ACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner. It is further acknowledged by the contractor that any CHANGE
or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
B05-08
17
22. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESSINAME OF CONTACT
Have you any similar work in progress at this time? Yes_ No _' Length of time in
business
Bank or other financial references:
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent 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.
B05-08
18
CITY OF OCOEE
B05-08 SCOPE OF WORK/SPECIAL CONDITIONS
TERM CONTRACT FOR CONCRETE CONSTRUCTION
TYPICAL SCOPE OF SERVICES
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of
Ocoee (City) is soliciting bids from qualified contractors for general minor construction work for
construction of sidewalks, ramps, driveways, slabs, gutters, spillways, vertical curbs, curb &
gutter, etc.
The City intends to award contracts to one or more qualified contractors based on labor rates,
ability of contractor to perform the required work, satisfaction of required insurance, proximity
of the contractor's office to the City, and a successful reference check. Contractor(s) selected by
the City will provide construction services to the City on an as needed basis, based upon task
orders to be issued by the City under the contract for projects and work orders with total costs of
$80,000 or less. The contracts shall automatically be renewed annually unless terminated by the
City in writing, for a maximum of three (3) years from the date of the execution. City reserves
the right to terminate the contracts for non-performance given thirty (30) days written notice and
payment of work already accomplished.
The scope of work to be performed under task orders issued under this contract may consist of,
but will not necessarily be limited to the following:
. Concrete sidewalk, various widths and depths
. Concrete aprons and driveways, various width and depth
. Concrete slabs, various widths and depths
. Concrete headwalls, various heights, widths, and depths
. Mitered end sections, various sizes
. Spillways, various widths and lengths
. Retaining walls, various heights and lengths
. Vertical curbs, various types and lengths
. Curb & gutter, various types and lengths
SUBMISSION REQUIREMENTS:
The interested and qualified contractors shall submit a bid package to include the required
submission material as stated in this Invitation to Bid:
Any request to withdraw a Bid Package must be addressed in writing. Such requests must be
received by the City prior to the deadline for submission.
Unit Prices
This contract shall be based upon fixed labor costs and variable material costs. The fixed costs
are subject to annual escalations as described below.
B05-08
19
Labor Rate - Contractor shall submit standard loaded (includes all company overhead, benefits,
etc.) labor rates to be used for a period of one year from date of the award of the contract. Labor
rates shall be subject to automatic 3% escalation for each subsequent year up to the termination
of the contract. Contractor may request a higher or lower increase each year at least sixty (60)
days prior to renewal date of the contract. In their request, contractor must provide reliable and
verifiable justification for the unit cost adjustments. The City's project manager upon review of
the justification may approve or deny the request. The rate escalation beyond 3% (if requested)
shall be subject to approval by the City Commission.
Material Cost - Due to unpredictable nature of the material costs, contractor will be able to
present material costs in their cost estimate to the City for each work order. Contractor shall
provide reasonable and verifiable back-up information for the material costs.
Mobilization Charges - Mobilization charges shall be limited to 3% of the work order but no
more than $2,000.00 total and shall be automatically added to each work order.
Maintenance of Traffic (MOT) Charges - MOT charges shall be limited to $250.00 for
category 1 and $500.00 for category 2 per work order as described below. Contractor may
propose a lower rate than indicated. Category 1 projects shall be applied to work adjacent to
roadway with no lane closures. Category 2 projects will apply to work inside the roadway.
Cost Proposals
Upon a request by the City, contractor shall prepare and present a lump sum cost estimate to the
City within 36 hours of the request. City has the right to accept or reject the cost proposal or ask
for justification or additional information. It must be completely understood that this contract is
for work on an as-needed basis. Nothing provided in this document is intended to be a guarantee
of work and dollar amount assigned to the contractor.
Maintenance of Traffic
It shall be the Contractor's responsibility to maintain traffic in accordance with the latest version
of the M.U.T.C.D. standards. Lane closures are not permitted in the peak direction of traffic from
7:00 to 9:00 AM, and 4:00 to 6:00 PM.
Plans & Permits
City mayor may not provide any plans for the projects depending on the complexity of work to
be performed. Contractor shall apply for a permit for each project. Permit fees are not required
for the City issued permits. Cost of permits from other agencies (if applicable) shall be included
in Contractors cost proposal.
Inspections
City will accept each project after an inspection of the final product. Failure of the City to detect
problems shall not relieve the Contractor from their obligation to provide quality work in
accordance with industry standards.
B05-08
20
Governine Standards
1. Unless otherwise explicitly expressed in writing, all work performed under this contract
shall be in accordance with State of Florida Building Codes, FDOT standards, Orance
County codes and standards, and City ofOcoee LDR's (Land Development Regulations).
2. All items shall include shall include demolition of existing, disposal of debris,
preparation & forming as required.
3. It shall be the responsibility of the contractor to locate all underground utilities prior to
new construction. Any and all damages caused by the contractor shall be repaired at the
expense of the contractor at the satisfaction of the owner.
4. Fiber reinforced concrete will not be accepted for sidewalks.
ASSIGNMENT PROCEDURES
When a need arises, the City's project manager will prepare and e-mail or fax a brief description
and/or plans for the required task and project schedule to the contractor. Each request from City
Departments shall include a specific project number and a financial account information number
for funding. Within 48-hours of the receipt, the contractor shall e-mail or fax (followed by
mailing of the original) a lump sum proposal for requested work to the City's project manager
based upon the approved labor rates provided in the contract documents and material costs. The
City project manager will then issue a purchase order to the selected firm for the work. No work
shall commence until the verification of the issuance of the purchase order.
Invoicing for completed work shall be submitted to the requesting City's project manager for
processing and submission for payment by the Finance Department, with a copy to:
Finance Department
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Remainder of page left blank intentionally
B05-08
21
CITY OF OCOEE
BID #B05-08 BID FORM
TERM CONTRACT FOR CONCRETE CONSTRUCTION
Labor Category Hourly Rate Daily Rate
Superintendent $ $
Foreman $ $
Heavy Equipment Operator $ $
Equipment Operator $ $
Skilled Laborer $ $
Semi-skilled laborer $ $
Laborer $ $
Flagperson $ $
Other: $ $
Other: $ $
Other: $ $
Unit costs prepared by:
Date:
Print Name/Title:
Firm:
B05-08
22
Bid #B05-08 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.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
ST ATE
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
B05-08
23
~ibbCOpy
Citv Manager
Robert Frank
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
Mayor
S. Scott Vandergrift
CITY OF OCOEE
INVITATION TO BID #BOS-08
TERM CONTRACT FOR
CONCRETE CONSTRUCTION
City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 3476l
phone: (407) 905-3100' fax: (407) 656-8504' www.ci.ocoee.fl.us
TABLE OF CONTENTS
FOR
BID#B05-08
TERM CONPACT FOR CQINCMIE CONSTRWIMIN
BID DOCUMENTS
3 Legal Advertisement
4 thru 6 Invitation to Bid#B05-08
7 thru 16 General Terms & Conditions
17 Subcontractors/Equipment Listing
18 References/Summary of Litigation
SCOPE OF WORK/BID FORM
19 thru 21 Scope of Work/Special Conditions
22 Bid Form
23 Company Information/Signature Sheet
END OF TABLE OF CONTENTS
B05-08 2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B05-08, TERM CONTRACT FOR CONCRETE
CONSTRUCTION, no later than 2:00 PM, local time, on March 31,2005. Bids received after that
time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject
any and all bids and 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 contractors with specialty in concrete work for construction of sidewalks,
ramps, driveways, slabs, gutters, spillways, vertical curbs, curb & gutter, etc. for projects less than
$80,000 in construction costs per work order.
The City intends to award contracts to one or more qualified contractors based on prices, ability of
contractor to perform the required work, satisfaction of required insurance, and a successful reference
check. Contractor selected by the City will provide construction services to the City on an as needed
basis, based upon work orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a maximum of three (3)
years from the date of the execution. City reserves the right to terminate the contract for non-performance
given thirty (30) days written notice and payment for completed work.
There will not be a pre-bid conference for this project.
A Bid Security in the amount of one thousand dollars ($1,000.00) must accompany each bid.
All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time.
Bids will be received in the City of Ocoee, 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 firms may secure a copy of the bid documents through Demandstar by accessing the City's
website at www.ci.ocoee.fl.us under Bids/Vendors, or copies are available from the contact person
identified above 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.
No fax or electronic submissions will be accepted.
City Clerk
March 6, 2005
B05-08
3
CITY OF OCOEE
INVITATION TO BID #B05-08
TERM CONTRACT FOR CONCRETE CONSTRUCTION
INTENT:
Sealed bids for Bid #B05-08 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 "Respondent".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and
incidentals for various Concrete Construction Projects for the City of Ocoee as listed under the
"Scope of W ork/Bid Form" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must 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 should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent 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: Purchasing Agent (407)905-3100, extension
1516 and fax (407)656-3501, not later than March 24, 2005. Any clarifications/changes will
be through written addenda only, issued by the Finance Department. Respondents should not
contact City staff, with the exception of the Purchasing Agent, or other City consultants for
information before the bid award date. Any contact with any other member of the City Staff,
City Commission, or its Agents during this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and two (2) copies of the required submittals
only, by the Finance Department not later than 2:00 P.M., local time, on March 31, 2005.
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
B05-08
4
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. Respondents 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 respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of References/Experience;
c) List of Subcontractors/Temporary Worker Agencies;
d) Equipment Listing;
e) Summary of Litigation;
f) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has
complied with Paragraph E. The failure or neglect of a respondent to receive or examine a
bid document shall in no way relieve it from any obligations under its bid or the contract. 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. There will not be a pre-bid conference scheduled for this project.
H. Any response by the City to a request by a respondent 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 respondent, if requested, unopened. In case any respondent fails to
acknowledge receipt of any such Addendum in the space provided on the Addendum
and fails to attach the Addendum to the respondent's bid, 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. Respondents are cautioned that any other source by which a respondent 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
respondent 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 respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
B05-08
5
B05-08
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 Respondent'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 Respondent or the rejection of its bid.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid openin2.
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 respondent qualifies hislher bid by specific limitations.
A ward, if made, will be to the most responsible and responsive respondent 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 respondent to submit such evidence of respondent'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 respondent, 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.
6
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each proposal must be accompanied by a Cashier's/Certified Check upon an
incorporated bank or trust company or a Bid Bond in the amount of one thousand
dollars ($1,000.00). A combination of any of the former is not acceptable. Cash will
not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a
guarantee that the respondent, if awarded the Contract, will after written notice of
such award, enter into a written Contract with the City and as a guarantee that the
respondent will not withdraw its bid for a period of ninety (90) days after the
scheduled closing time for the receipt of bids, in accordance with the accepted bid
and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or respondent's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of Intent to Award by the City, then such
respondent shall be liable to the City in the full amount of the check or bid bond and
the City shall be entitled to retain the full amount of the check or to demand from the
Surety the penal sum of the bid bond as liquidated damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety 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
respondent's overhead and is not eligible for reimbursement as a separate cost by the
City.
e) The checks of the three (3) most favorable respondents will be returned within three
(3) days after the City and the successful respondent have executed the contract for
work. 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
N one Required.
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
B05-08
7
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent 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 W ork/Bid Sheet attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each
item bid. fu 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 Respondent 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 Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competitor;
d) No attempt has been made or will be made by the Respondent 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 SS 542.18 and all applicable federal
regulations);
e) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
B05-08
8
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible bidder according to the following criteria:
. Compliance with specifications, terms, and conditions
. Bid price
. Warranty offered
. Delivery time
. Experience with similar work
. Successful reference check
9. LITERATURE:
If required by the Bid Schedule, 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.
10. DISPUTES:
Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms
and/or conditions of the Invitation to Bid, selection or award recommendation shall file a
protest in writing to Joyce Tolbert, Purchasing Agent not later than seventy-two (72)
hours after the "Notice of Intent to Award" is issued.
B05-08
9
11. PAYMENT TERMS:
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 authori-
zation. 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 Respondent, hereinafter referred to as "Contractor" will be required to
enter into a contract with the City. The contract shall mean a written agreement or City
issued purchase order. The City intends to award contracts to the most qualified
contractor based on unit prices, ability of contractor to perform the required work,
satisfaction of required insurance, and a successful reference check. Contractor selected
by the City will provide construction services to the City on an as needed basis, based
upon task orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a
maximum of three (3) years from the date of the execution. City reserves the right to
terminate the contract for non-performance given thirty (30) days written notice and
payment for completed work. 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.
13. SAFETY REQUIREMENTS:
The Respondent guarantees that the services to be performed and the goods to be
provided herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards, that are applicable in construction work.
B05-08
10
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) 10ad chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
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 Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent 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
Respondent agrees that (except where the respondent has obtained identical certification
from proposed contractors for specific time periods) the respondent will obtain identical
B05-08
11
certifications from proposed subcontractors prior to the award of such contracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
clause, and that the respondent will retain such certifications in the respondent's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent 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 respondent agrees to immediately notify the City in writing.
The respondent 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.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotiation is
accepted, the respondent 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 respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
B05-08
12
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
18. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made.
b) 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.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is the
responsibility of the contractor.
19. INSURANCE TERMS AND CONDITIONS
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
B05-08
13
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance
shall comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not protected under
the Workers' Compensation statute, the Contractor shall provide, and cause each
subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
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 of Ocoee
Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-
contributory.
. $2,000,000 GENERAL AGGREGATE
. $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
. $1,000,000 PER OCCURRENCE
· $1,000,000 PERSONAL & ADVERTISING INJURY
· Include Waiver of Subrogation in favor of the City of Ocoee
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.
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 direct! y imposed because of the named insured's general supervision
of the independent contractor. The Contractor shall procure and furnish an Owner's Protective
Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000.
Aggregate and naming the City of Ocoee as the Named Insured.
B05-08
14
Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include
contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY
INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
. $2,000,000 AGGREGATE
Commercial Umbrella:
. $1,000,000 PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
Builders Risk:
· $100,000 Any (1) Location
· $1,000,000 Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee
as an additional insured will be furnished by the Contractor upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This
certificate shall be dated and show:
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.
Remainder of page left blank intentionally
B05-08
15
~ ACORD. .. Ci~RTIHCATE. OF UAB1~ITY INSUR-.6..NCE . . :~~.f-,.)I ,,-..t~i'";:;~"'" ,
,.,'a:. n,15 Cl!'.llrr.,>'" II '~s.r..CD AS;' ","-l.t'O<OF ,1IFa;loIAnOH ~
'."'1.'" "''1t! cctlren:. 'lUlIIlIH III UNNTle 0:1::"'''''4'' '
, "CU1CR. 71'15 CI!M'f?r.4T" CCCs. wr ,.,.,1:/1(1. F'flIIIID ClI
I ~le! .t<. <iJ"i::;>;,o.c;e ""'lIntl:D """11' F'CUI:1!!511e!........
'1I!J'..Iln1:II...'Ilt<uoI.H::lJ\'l:l1.Jll:e t':.
I".' . W:::~,.. - I=T~'-"";~ _. '-
J 11<<1.'''' ~___
...... ""'11
cx.r.l~'~!i _, ~,-"
. 1""'....;;; ~S :-",..WJCt ..III.; .AJJnl1U,,,-J.,,"tM-..1:1 1....I.'......:r..,..."'-r......:-....-..c .-I.F':.Jf,,- 'Y1">I'WI1ofC.'.::.~": )0: ....1.::n.,.C~..~, ~
...._ "Cf....~'I. It..M..~:NNI...,.rf::lI H!ItI.;;rl)ll(;"''' x-:..MH...... 1II..i,(......"....~ "'...:.. ft4I :~t~,,:.Llt W. ..........DZ-....
.:'V'MT'I.k. u': "",n.\Ht1 Wft'IW.U'i f..Il................x r(~.......,~,'tr..,';..I.LL .~..J..l n-p ""11...2. IP.:..L.-":i..'~ .....1I..~...''':1'VK'I:. &,:..
l()Il(!::l.ln".......,,; oM BS.IC...1'...,f...........~.....::cl)r>' ",l,Io"',....
11u.Jt(1,.~:t'Y ..7 .................. 1~9~-." ~.\"',,.;~,~
i;<: ;X I fX>O...:~__.......L.......,. I ~~,r;:r.:.:.:.;... · S:.. (;:~
.:J ~III! W7 f 1: Iu.:a:..~ j ~::J ",.:...,... Nr'-I._~ :I !i.. t': p.
...'_,_""" \ ~':"\\L.a.,,"'IMI'''' ,11.Dt[>>..;,~tJ
+ "'.,....'.. ..~.WT.J'rI ....~Ei.l1J
~:z, ~...:i.,Lf.lIIt IS'UU.:rt I r- -;" )r.":.~ ;;:...-.';;..v..J ;.:z. OliO.! ,"on
::;~~-:,'~~; -,~('= t-1i . , .lICllU_"......;"..~ - . olGa .
~.... *.1(' : '''~_I · -,. .~
-i ULa\....,..".J.,x " ~~..I
-' rlt-l"r :...t lIJlA
I X ; . ,......u~..
I ~- ,__......JJ.......
I 'f:':.,.=-,i
,:I. :.. . ..~:... C.".... .....
I I i-
~"lIr':n..1&.
.' I I ,'J!11'\~' · -- " 1'<,'-,
t ......,r,UI'U...Mlt".-::C1N1J. ,
M'",4YU.I"..u.IIL,.~ +-
=~'~~ri'~..' ~ I
:~~~.~.-
: ~'::ld..>:. ~hk - - ..:.
111- -' ' ,
~~RU.......~.........IEUII:Ut.IU.-.:..J..!I1 MI."...U:WV"~:t.alfA&""IIJII&:v...r<<:~
~ .=-~.n~O .~i~.d by th1. ~~~!~at~ ~h.L1 m&CN th+ 4_:~Lt~=ctu
J.o~~l>"" ..._ ... ....Ml-::io:AMl 111;0111....1 ..." tJ1_ C..=:..,] T.S.a!:>ll:l.ty ... (ll'J;:-r..:..l.
I.!.-:k'bi: ~t'T' lk>.tiiAlle' ~1U...L.iCG. 'll:r,:1~&I' r.1.1ob:;,l..3.t.y" ~p"T...l r.:l.al:U!I,y
~....~ 11 ......1:.:1.... -& ~ L..."", ..t! i!l'.:l:.\L""",..t;icm :1.1:. 1::....."... ",f ~. """,tl. rl .u.t:. Iu:ldJo::.
,rho .....H,Ucat", :,-0:.:01..... b ....C;O~ .n - 2mW jJ~ ftr Bl1ld:s3 ws. ~_-
(:fRT.n::"'1l! _~ CtlMil!l;1 tlontlM '.- -
::to:J:I:SIG.:" <3M1>rt.l.a"ll.:a"".MlAl:; l~"""'C ,.:,.&..118 :~,;'''~',~- hf:U'WV"..,;,..
:\II~,._:II.IM.N....,I4U_I'<<LL 1I'!Wi....IOO...-.:s Wd. =.-.t. j!_Yl.'''''I'I''''tM
~. rvllT..a.~"'~III,(c':'i"'~' UAm'V.rLL~.A..n'.~..&;;c. ~"'4)r,'K>''''''lLZ.
...........wLW"".J!"f'1OIIIfIII>..IiI&.LrJ(~ A.1f1'J!C ;4'.JlI:.'IU: wa..., ,nMt1Tl::<<
.". M&'ft'L "'Mi:.1
.ifn'IQlUI bOIM....'....
.......,1l.,,r d
,"'I:Xf."t(.
I-+--f~~: ~...
l..ro-:9..t: 131 :,
-' ,-=':~ - . :.. 'JC'~ .!'!'J1
f i:.&U:...:.-rc_~:aJ.t.j:.I).:.:
.
I
---L_ I
, ---,
I x tl"I~1l~rl .u~~... .~
-. "---'
~. 'YOl..:...... , . .,rl~ .
H. ..~..:..,.,.,., . .~Ga. ol't'!
fW.. ~....\((..IY':~r.ilI ,.\11 ' :Ii ~l]Q f Ot)O ,_
I
:!lIlY 1 WI:!
1ul,'{ 1 Ol:C
llD,.lXIl
_ l.l~:,[lD. ~ti(
r.i........ ot: O:.oeoe
1~13 r.l, looIokuJ>:B'II l1.t'l"...
O~ I'L H'161-Z;:Si
I
S/+MPL IF
:lo~C:'RD 1:';iIIf""~.ii
..C:<:lRil t5,UI>tM,
B05-08
16
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL LD. NO./CONTACT PERSON/PHONE #:
NoD Nt;
"
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent'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. EQillPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
PLEASE SEE ATTACHED EQUIPMENT LIST.
'\
"
BOS-08
17
22. REFERENCESIEXPERIENCE OF RESPONDENT WITH
SlMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT
PLEASE SEE OUR FOLLOWING PROJECT REFERENCES
Have you any similar work in progress at this time? YesL No _' Length of time in
business~..s
Bank or other financial references: COLONIAL BANK
2710 N. ORANGE BLOSSOM TRAIL
KISSIMMEE, FL 34744
(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 respondent in the past five (5) years which is related to the services that the
respondent 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.
NONt:
B05-08
18
CITY OF OCOEE
B05-08 SCOPE OF WORK/SPECIAL CONDITIONS
TERM CONTRACT FOR CONCRETE CONSTRUCTION
TYPICAL SCOPE OF SERVICES
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of
Ocoee (City) is soliciting bids from qualified contractors for general minor construction work for
construction of sidewalks, ramps, driveways, slabs, gutters, spillways, vertical curbs, curb &
gutter, etc.
The City intends to award contracts to one or more qualified contractors based on labor rates,
ability of contractor to perform the required work, satisfaction of required insurance, proximity
of the contractor's office to the City, and a successful reference check. Contractor(s) selected by
the City will provide construction services to the City on an as needed basis, based upon task
orders to be issued by the City under the contract for projects and work orders with total costs of
$80,000 or less. The contracts shall automatically be renewed annually unless terminated by the
City in writing, for a maximum of three (3) years from the date of the execution. City reserves
the right to terminate the contracts for non-performance given thirty (30) days written notice and
payment of work already accomplished.
The scope of work to be performed under task orders issued under this contract may consist of,
but will not necessarily be limited to the following:
. Concrete sidewalk, various widths and depths
. Concrete aprons and driveways, various width and depth
. Concrete slabs, various widths and depths
. Concrete headwalls, various heights, widths, and depths
. Mitered end sections, various sizes
. Spillways, various widths and lengths
. Retaining walls, various heights and lengths
. Vertical curbs, various types and lengths
. Curb & gutter, various types and lengths
SUBMISSION REQUIREMENTS:
The interested and qualified contractors shall submit a bid package to include the required
submission material as stated in this mvitation to Bid:
Any request to withdraw a Bid Package must be addressed in writing. Such requests must be
received by the City prior to the deadline for submission.
Unit Prices
This contract shall be based upon fixed labor costs and variable material costs. The fixed costs
are subject to annual escalations as described below.
BOS-08
19
Labor Rate - Contractor shall submit standard loaded (includes all company overhead, benefits,
etc.) labor rates to be used for a period of one year from date of the award of the contract. Labor
rates shall be subject to automatic 3% escalation for each subsequent year up to the termination
of the contract. Contractor may request a higher or lower increase each year at least sixty (60)
days prior to renewal date of the contract. In their request, contractor must provide reliable and
verifiable justification for the unit cost adjustments. The City's project manager upon review of
the justification may approve or deny the request. The rate escalation beyond 3% (if requested)
shall be subject to approval by the City Commission.
Material Cost - Due to unpredictable nature of the material costs, contractor will be able to
present material costs in their cost estimate to the City for each work order. Contractor shall
provide reasonable and verifiable back-up information for the material costs.
Mobilization Charges - Mobilization charges shall be limited to 3% of the work order but no
more than $2,000.00 total and shall be automatically added to each work order.
Maintenance of Traffic (MOT) Charges - MOT charges shall be limited to $250.00 for
category 1 and $500.00 for category 2 per work order as described below. Contractor may
propose a lower rate than indicated. Category 1 projects shall be applied to work adjacent to
roadway with no lane closures. Category 2 projects will apply to work inside the roadway.
Cost Proposals
Upon a request by the City, contractor shall prepare and present a lump sum cost estimate to the
City within 36 hours of the request. City has the right to accept or reject the cost proposal or ask
for justification or additional information. It must be completely understood that this contract is
for work on an as-needed basis. Nothing provided in this document is intended to be a guarantee
of work and dollar amount assigned to the contractor.
Maintenance of Traffic
It shall be the Contractor's responsibility to maintain traffic in accordance with the latest version
of the M.U.T.C.D. standards. Lane closures are not permitted in the peak direction of traffic from
7:00 to 9:00 AM, and 4:00 to 6:00 PM.
Plans & Permits
City mayor may not provide any plans for the projects depending on the complexity of work to
be performed. Contractor shall apply for a permit for each project. Permit fees are not required
for the City issued permits. Cost of permits from other agencies (if applicable) shall be included
in Contractors cost proposal.
Inspections
City will accept each project after an inspection of the final product. Failure of the City to detect
problems shall not relieve the Contractor from their obligation to provide quality work in
accordance with industry standards.
B05-08
20
Governin$! Standards
1. Unless otherwise explicitly expressed in writing, all work performed under this contract
shall be in accordance with State of Florida Building Codes, FDOT standards, Orance
County codes and standards, and City of Ocoee LDR's (Land Development Regulations).
2. All items shall include shall include demolition of existing, disposal of debris,
preparation & forming as required.
3. It shall be the responsibility of the contractor to locate all underground utilities prior to
new construction. Any and all damages caused by the contractor shall be repaired at the
expense of the contractor at the satisfaction of the owner.
4. Fiber reinforced concrete will not be accepted for sidewalks.
ASSIGNMENT PROCEDURES
When a need arises, the City's project manager will prepare and e-mail or fax a brief description
and/or plans for the required task and project schedule to the contractor. Each request from City
Departments shall include a specific project number and a financial account information number
for funding. Within 48-hours of the receipt, the contractor shall e-mail or fax (followed by
mailing of the original) a lump sum proposal for requested work to the City's project manager
based upon the approved labor rates provided in the contract documents and material costs. The
City project manager will then issue a purchase order to the selected firm for the work. No work
shall commence until the verification of the issuance of the purchase order.
Invoicing for completed work shall be submitted to the requesting City's project manager for
processing and submission for payment by the Finance Department, with a copy to:
Finance Department
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Remainder of page left blank intentionally
BOS-08
21
CITY OF OCOEE
BID #B05-08 BID FORM
TERM CONTRACT FOR CONCRETE CONSTRUCTION
Labor Category Hourly Rate Daily Rate
Superintendent $ ID D.9. $ ~
0
Foreman $ 612 $ oA
Heavy Equipment Operator $ ~ $ ~
7-0
Equipment Operator $ oQ $ &0
"L- a
Skilled Laborer $ 6r:l $ 2-<&O~
Semi-skilled laborer $ 2B~ $ Q,Q
2:2.. tf
Laborer $ bOo $ oQ
2-() D
Flagperson $ ZB~ $ 00
"L7-
$ 6c..Q $ Z'-/()~
DIU~fG
$ $
Other: $ $
Unit costs prepared by: ;J dla~. MARCH 31, 2005
Print Name/Title: PRESIDENT
Firm: REGISTER, INC.
B05-08
22
Bid #B05-08 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.
407-654-6133
TELEPHONE (INCLUDE AREA CODE)
407'-654-6134
FAX (INCLUDE AREA CODE)
jgibbs@gibbsandregister.com
E-MAIL ADDRESS
GIBBS & REGISTER, INC.
COMPANY NAME
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
JO W. GIBBS, PRESIDENT
NAME/TITLE (PLEASE PRINT)
N/A
530 S. MAIN STREET
STREET ADDRESS
WINTER GARDEN. FL 34787
CITY STATE ZIP
FEDERAL ill # 59-3026022
_Individual ~Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this 31 ST day of MARCH
,20QL.
Personally Known
xx
or
Produced Identification
(Type of Identification)
Notary Public - State of FLORIDA
COUh}, ORANGE
"~~';~~" Emelinda MOjiCaC: '... .
{::~~''f:.~ Co~ssion#DD303244 Slgnature of Notary Pubhc
:':~'. ~.~f Exprres: Mar 24,2008 EMELINDA MOJICA
";;~OF .~o;", Bonded Thru
" , ,.' \' Atlantic Bonding Co., Inc.
-------.,
Printed, typed or stamped
Commissioned name of Notary Public
BOS-08
23
GIB8S & REGISTER, INC.
VEHIClEIEQUIPMENT liSTING
NUMBER OBTAINED lEASElOWN YEARIMOOEL
PU20S Mar-97 OWN 1990 CHEVY 5-10
PUZll May-99 OWN 1999 fORO F.200 (BILLY GOOININ)
PUZI2 Mar-OO OWN 2000 FORO F-1S0 (EQUIPMENT)
PU213 Aug-OO OWN 2000 FORO EXPLORER (ROY)
PUZ14 Nov.Ol OWN 2002 TOYOTA SEQUOIA (JING)
PUZ16 So".02 OWN 2002 FORO F-150 (.hop)
PU217 Oc!,02 OWN 2003 FORO F-lao (LUTHER)
PU216 Doc-02 OWN 2003 FORD F-lao (BOB WALKER)
PU219 Jan.03 OWN 200~ FORD F-laO ('I\I1LLIAM BON ILL.
PU2Z0 Jan.03 OWN 2003 F0RD F-lao (JOHN rfER)
PU221 Jan-03 OWN 2003 FORO F-1ao (JIM B)
PU222 Doc-03 OWN 2000 FORO RANGER (WOODY)
PUZ23 Aug-03 OWN 2003 FORO F-150 (SKEETER)
PU224 Aug.03 OWN 2003 FORO F-150 (FRANK)
PU225 Oct-03 OWN 2003 FORO F-1S0 (JAKE ASHER)
PU226 Nav.03 OWN 2004 FORD 1'-180 (DAVE 5)
PUZ27 JlIn-04 OWN 2004 FORD F-150 (DOUG)
PU228 Jun-04 OWN 2004 FORO F-150 (JOSH)
lV304 Mar-99 ,OWN 1999 CHEVY LUBE TRUCK (JOHN Vol
lV306 Fob-OO OWN 2000 FORO F-SSO (STeVe H)
L V308 AlIg-OO LEASE 21100 MACK MODEL CC-713
LV309 AlIg.OO OWN 1998 GMC 2000 GAL WATER TRUCK
lV310 May.Ol OI('VN 21101 FORD 1'-450 (JOE)
lV311 JlIl-Ol OWN 200 I FORD F-450 (TAYLOR)
LV312 SoP.OZ OWN 2002 FORD F-350 (CHRIS)
LV313 Nav-03 OWN 1997,FORD 3000 GAL WATERTRUC
lV314 Jan-04 OWN 2004 FORO F-4aO (JOSE)
lV315 Jan-04 OWN 2004 FORD F-360 (BOBBY)
LV316 WATERTRUCK-RETURNEO
LV317 JlIn-04 OWN 2004 FORO F-350 (TOM B)
LV318 JlII-04 OWN 21104 FORD 1'-360 (ROBERT HARRIS:
HE401 OWN CAT IT28 (TOOL CARRIER)
HE411 AUg-98 OWN KOMATSU PC300LC-6 EXCAVATOR
HE412 Apr-99 OWN KOMATSU D41.PTRACTOR
HE414 Apr-9g O\MII LAYMOR 6HB SWEEPER
HE501 O\MII HYSTER MOOEl C53DA ROLLER
HE508 Apr.Oo O\MII KAWASAKI 60Z WHEEL LOADER
HE509 Mar-oO 01/lM KOMATSU WA320 WHEEL LOAOER
HES10 Mar-oo O\MII BELL B30B END DUMP
HE511 Jl\n-oo OWN INGERSOL RAND ROLLER
HE512 JlIn-02 LEASE CAT 420 0 BACKHOE
He~13 Nov-02 OWN CAT 12}i MOTOR GRADER
IiE5H Mar-03 LEASE CAT 93613 LOADER
HE515 Nov-02 OWN BOBCATT-300
HE516 May-03 LEASE CAT 262 SKID STEER
HE517 May.03 LEASE CAT 93813 LOADER
HE~18 May.03 LEASE CAT 3311 EXCAVATOR
HE~19 Jun-03 OWN KOMATSU PC45 MINI EXCAVATOR
HE5Z0 Jlln-03 OWN KOMATSU PC4l5 MINI exCAVATOR
HE521 AIIg-03 LEASE CAT 12 H MOTOR GRADER
HI:522 Aug-03 LEASE CAT 950 13 LOAOER
HE523 Aug-03 LEASE CAT 928 LOADER
HE~24 Sop.03 OWN LAYMOR RIDE ON SWEEPER (BROe
HE5Z15 F.1Hl4 LEASE HAMM 66" SINGLE DRUM ROLLER
HE526 Fob-04 LEASE HAMM 68" SINGLE DRUM ROLLER
HE527 . Fob.04 LEASE HAMM 2200 56- ROLLER
HE528 Feb,04 LEASE CAT 93813 LOADER
HE529 Fob-04 O\MII HYSTER ROLLER 630
HE530 Mar-04 LEASE CAT 3140 BACKHOE
HE531 Aug-04 OWN CAT 92413 WHEEL LOADER
OE530 Fob-CO OWN ALI<OTA STEAM GENIE
OE631 May-oo' OWN TOWMASTER T-40
OE532 Apr-Ol OWN ASPHALT ZIPPER W/TRlR
OE533 Sop-Ol OVIIN LEGACY TRAilER
OE534 Nov-O! OWN TOWMASTER T-120D
01:535 Ocl-02 OIMl JOHN DEERE GATOR - 6X4
OE536 Jlln-03 OI/lM 1979 CLARK 6000 FORK LIFT
OE537 50".03 OWN TOWMASTER T-12DO
OE538 AIIg-OS OWN TOWABLE LIGHT TOWER
01:550 M~r-95 ' OVIIN STORAGE TRLR
, OE566 Feb-98 OWN TEXA~ TRLR '
Gibbs & Register, Inc.
Professional Client References
1. Seminole County
Contact: Frank Van Pelt
520 W. Lake Mary Blvd., Suite 200
Sanford, FL 32773
(407) 665-5703
2. City of Winter Haven
Contact: Mike McMahon
C.O.L. Convention Center
210 Cypress Garden Blvd.
Winter Garden, FL 33880
(863) 291-5664
3. City of Altamonte Springs
Contact: Nicholas McRay
225 Newburyport Ave.
Altamonte Springs, FL 32701
(407) 571-8345
4. City of Longwood
Contact: John Drago
174 W. Church Avenue
Longwood, FL 32750
(407) 260-3480
5. City of Apopka
Contact: Bob Elmquist
748 E. Cleveland Street
Apopka, FL 32704
(407) 703-1731
6. City of Inverness
Contact: Ken Koch
212 West Main Street
Inverness, FL 34450
(352) 726-2611
7. City of Ocoee
Contact: Janet Sheira
150 N. Lakeshore Drive
Ocoee, FL 34761
(407) 905-3109
N:\Company Files\Fonns\Project Admin Folder\CLlENT REFERENCES.doc
NOTICE TO APPLICANTS
DRUG-FREE WORKPLACE
Gibbs & Register, Inc. has established and maintains a Drug-Free Workplace Program. This
Drug':'Free Workplace Program is in conformity with chapter 440.102, Florida Statutes, its
implementing regulations and Federal law.
As 'part of the Program, offers of employment are expressly conditioned upon passing a drug test.
In addition, employees of the Company may be subject to drug testing under those conditions
outlined ~ the Company's Drug-Free W ork:place Program. '
For persons receiviIig a conditional offer of employment, failure of drug test or refusal to submit
to a drug test will result in action against an employee up to and including termination of
employment
Persons receiving a conditional offer of employment will have an opportunity to confidentially
report to the Medical Review Officer (MRO) the use of prescription or non-presCription
medications both before and after being tested. Additionally, job applicants shall receive a list of
common medications which may alter or affect a drug test: Job applicants will also be given the
names, addresses, and telephone numbers of local alcohol and drug rehabilitation programs.
Any person receiving a' conditional offer of employment who fails a drug test may challenge or
explain the result within five working days after written notification of the test result. Ajob
. applicant will also have an opportunity to request a retest at the job applicant's expense. If a job
applicant's explanation or challenge is unsatisfactory, the job applicant may contest the drug test
, results pursuant to rules adopted by the Department of Labor and Employment Security or the .'
Agency for Health Care Administration.
The job applicant also has the responsibility to notify the laboratory or clinic conducting the drug
test of any acimini strative or civil action brought involving the drug test conducted by that
laboratory or clinic.
The job applicant also has a right to consult the testing laboratory or clinic for technical
information regarding prescription arid non-prescription medication. In addition, each job
applicant will be given a list of the substances to be tested prior to administration of the drug test.
All test results will remain confidential except as allowed by law. The Company will provide all
job applicants with a copy of the Company's Drug-Free Workplace Program prior to
administration of a drug test.
Nothing in the Notice will affect these rights provided in any collective bargaining agreement
between the Company and its employees. Refusal to complete or sign this document will result
in a withdrawal of an offer of employment.
GillES & REGISTER, INC.
Applicant Name:
Applicant Signature: ,
Date:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engi neer / Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer I Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Avenue "T" Improvements Project
City of Winter Haven
URS Corp.
$2,398,000.00
October 2005
Mike McMahen
(863) 291':'5600
Reconstruct 1 V2 miles of roadway adding curb & gutter,
sidewalks, driveways, lighting, landscaping & irrigation &
brick paver medians
Lakeshore prive Widening &. Resurfacing
Phase III &. IV
Lake County
Lake County Dept. of Public Works
$1,495,000.00
February 2006
Leeland Shelton
(352) 253-4936
Reconstructing approx ii,400FT of Lakeshore
drive to a width of 20ft by reclaiming the existing roadway
for a stabilized subgrade, driveway improvements, swale
work, storm pipe & storm structure installation, sodding,
stripping, turn lane construction sidewalk & curb removal
Main Street Streetscape
Town of Windermere
Canin & Associates
$2,468,000.00
February 2006
Don Greer
(407) 876-2901
Complete installation of Main Street Improvements,
including underground utilities, concrete pavement
drainage structures, pipe, decorative pedestrian & vehicular
pavers, landscaping & irri~ation, site furnishings
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Boggy Creekj Landstreet Road Intersection
Improvements
City of Orlando
City of Orlando
$386,000.00
July 2005.
David Metzker
(407) 246-2623
Intersection reconstruction, signalization, roadway widening
improvements, erosion control, sidewalks & concrete
driveways, survey, earthwork, paving,
maintenance of traffic, signage
Ham Brown Road Widening - Phase 2A
Osceola County
Osceola County
$745,425.60
July 2005
H6ward Simmons, Sr.
(407) 343-6577
Construction of a portion of the new alignment
of Ham Brown Road, concrete sidewalks, storm
water detention pond, roadside drainage.
systems, roadway signage & roadway striping
~
Construction of Taxiway "F"
City of Winter Haven
PBS&J
$97,000.00
February 2005
Mike McMahon
(863) 291-5600
Construction of Taxilane "F", excavation, grading, base,
asphalt, sodding & striping
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
GIBBS & REGISTER, INC.
PROJ ECT REFERENCES
2005
Wuesthoff Multiuse Trail Phase 1
City of Titusville
Bakersville-Donovan, Inc.
$287,133.00
March 2005
Ted Trainor
(321) 383':5861 '
Clearing and constructing of a 1 V2 mile of asphalt bike trail
Jacksonville Riverwalk
City of Jacksonville
Akel, Logan & Shafer
$2,214;878.00
January 2005
Steve Long, P.E.
(904) 630-7602
Extension of the Jacksonville Riverwalk including
underground utilities, asphalt pavement, decorative brick
walkway, decorative bridge installation, landscaping and
irrigation
Bank of America - West Palm Beach
Centex Construction Company
H&T Consulting
$156,300.00
November 2004
Mark Stafferi
(813) 286-1606
Sitework for bank, excavation, grading, piping, parking
lot & brick pavers
Project Name:
Owner/Client:
Engineer/Architect:
Contract Va lue:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Descri ption:
GIBBS &. REGISTER, INC.
PROJl:CT REFERENCES
2005
McKey Street Roadway Improvements
City of Ocoee
Herbert-Hailbeck, Inc.
$859,900.00
D~cember 2004
Janet Shira
(407) 905~3109
Complete installation of McKey Street
Improvements including underground
utilities, asphalt pavement markings, drainage
structures & piping, decorative pedestrian
vehicular pavers, landscaping & irrigation
Edgewood Dr Roadway Imp~ovements Phase II
City of Lakeland
TBE Group, Inc.
$1,694,000.00
March 2004
Greg James
(863) 834-8040
Total reconstruction of Edgewood drive roadway
improvements from South Florida Avenue to Cleveland
Heights Boulevard going from 2 to 3 lanes, planter islands,
Driveways, sidewalks, asphalt, storm drain & structu'res
Enterprise Road
Vol usia County
CPH Engineers, ,Deland Office
$4,779,000.00
December 2005
Todd Buckles, Volusia Co. Construction Manager
(386) 736-5967
Widening of Enterprise Road from Deltona Blvd to
Saxon Blvd, including relocation & installation of new
Water, sewer & storm utilities, asphalt, curb & sidewalks
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contad Name:
Telephone Number:
Project Description':
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name: '
Telephone Number:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Cypress Springs Elementary School
Walker & Company
WBO Engineering
$1,570,000.00
March 2005
Kevin Durham
(407) 645-0500
, Site construction, excavation, grading, import fill, sanitary
water storm piping & roadway construction
Roadway &. Intersection Improvements in Poinciana
Osceola Cou nty
Osceola County Engineering Dept.
$389,900.00
January 2005
Howard Simmons, Sr., Highway Const. Manager
(407) 343-2600
Turn lane widening and sidewalks
Reedy Creek and Deerwood Elementary School
Osceola County
VHBfVanasse Hangen Brustlin, Inc.
$195,600.00
November 2004
Wade Wilson
(407) 226-9819
Construct building pad, concrete sidewalks, Sanitary sewer
system, storm drain system & water system, clearing &
grubbing, earthwork & grading
Deltona Middle School
Vol usia County
CPH Engineers,
$118,850.00
November 2004
Allen Lane
(407)425-0452
Construction of turn lane on Enterprise Road into school
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
EngineerJ Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value: .
Completion Date:
Contact Name:
Telephone Number:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Bank of America - JYP
Centex Co"nstruction Company'
Kimley-Horn & Associates, Inc.
$426,463.00
October 2004
Dan Fedewa
(813) 286-1606
Construction of the sitework for the new Bank of America
Branch, project included underground utilities, earthwork,
grading, asphalt parking lot & cOlJcrete curb & sidewalks,
striping & signals
Airport Blvd Utilities
City of Sanford
CPH Engineers
$1,154,000.00
January 2005
Rocco Nasso, Project Manager CPH Engineers
(407) 322-6841
Underground water and sewer mains
Fruitland Park Elementary School
AD Morgan
BRPH Architects & Engineers, Inc.
$71,300.00
June 2004
Debbie Mockabee-Allen
(813) 832-3033
Demolition on existing utilities (sanitary sewer & storm
sewer) clearing & grubbingl erosion control, mobilization
Treadway Elementary School "
AD Morgan
BRPH Architects & Engineers, Inc.
$500/000.00 .
June 2004
(813) 832-3033
Tony Howard
Removing existing sanitary sewer, adding mobilization
Clearing & grubbing
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone Number:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value: ,.
Completion Date:
Contact Name: '
Telephone Number:
Project Description:
GIBBS &. REGISTER, INC.
PROJECT REFERENCES
, 2005
Beverly Shores Elementary School
AD Morgan _
BRPH Architects & Engineers, Inc.
$544,500.00
June 2004
Johnny Santos
(813) 832-3033
Clearing & demolition (asphalt, curb & sidewalks), concrete
Curb & flumes, storm drainage, sanitary sewer, water mains,
Sodding
Ridgecrest Loop &. Crescent Subdivision Stormwater
Improvement
City of Minneola
Hartman & Associates
$553,000.00
October 2004
Mark O'Dell
(352) 394-5330
Roadway Improvements, curb and gutter, paving and
Storm drainage
CDBG Road Projects
City of Titusville
Honeycutt & Associates, Inc.
$296,000.00
March 2003
Marie C. Engblom
(321) 383-5779
Neighborhood road improvements, storm drainage, water
mains, curb & sidewalk
Crenshaw School
Rrst Baptist Church of Windermere
PBS & ] Engineers
$250,000.00
October 2004
Steve Marcereau
(407) 876-2234
Site grading, sidewalks & drainage work
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Eng ineer / Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
ProJect Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name: .
Telephone No.:,
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
First Baptist Church of Windermere
First Baptist Church of Windermere
PBS & J Engineers
$2,500,000.00
September 2004
Steve Marcereau
(407) 876-2234
Site and infrastructure including but not limited to
waterlines, streets, retention ponds, utilities
Seminole County Miscellaneous Sidewalks
Seminole County
None .
$1,500,000.00
December 2003
Jose Perez ,
(407) 665-8000 '
Sidewalk repairs throughout county
Lake County Judicial Center
Lake County
Risdoli Sosa Architect
$1,175,000.00
June 2004
Leeland Shelton
(352) 253-4948
Reconstruct various easements of existing parking lot &
retention pond
Central Avenue a Central Park Improvement
City of Winter Haven
Envisors
$2,500,000.00
September 2004
Mike McMahon
(863) 291-5600
Streetscape, water main & roadway construction
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Pr'oject Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name: '
Telephone No.:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Blounts Ridge Road Dirt Road Paving Project
Brevard County ,
Russen Mauer Engineering Group, Inc.
$633,000.00
January 2004
Harriet Raymond
(321) 617-7202
Construct roadway, storm & swales
Quail Hollow Pump Station Improvements
Orange County
Rockett & Associates
$216,000.00
~anuary 2004
Don Hatto
(407) 894-3804
Replace existing Sanitary sewer pump station with a new
pump station for Orange County Utilities
Installation of Storm Sewer/Erosion Control (Brevard
County) FOOT
Florida Department of Transportation
Department of Transportation
$215,698.00
January 2004
Jim Connelly
(321) 634-6592 '
Installation of 60" storm drainage from 2nd street and US 1
Construct Concrete Ditch Pavement (Marion County)
FOOT
Florida Department of Transportation
Department of Transportation
$200,000.00
, December 2003
Charlie Wells
(352) 620-7489
Ditch paving on row
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:'
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
GIBBS & REGISTER/INC.
PROJECT REFERENCES
2005
Bank of America - Waterford
Centex Construction Company
KellYI Collins & Gentry
$251/248.00
December 2003
John McNary
(407) 226~9819
Site improvement, excavation, gradingl utilities & roadway
Edgewood Drive Roadway Improvements
City of Lakeland
TBE Group
$2,142,056.00
March 2003
Greg James
(863) 834-6040
Roadway improvements, excavation, grading, roadway &
Storm, drainage, water mains
Pine Forest Park
Lake County
Lake County .
$188,000.00
December 2003
John Bringard
(352) 357-2738
Excavationl grading, roadway landscaping/irrigation
CR-452 (Lakeshore Dr.) Widening &. Resurfacing Phase II
Lake County
VHB - Vanbec Hangen Brustlin, Inc.
$950/990.00
May 2004
Leeland Svielton
(352) 253-4948
Reconstruct roadway 1 add storm & reconstruct swales
& driveways
Project Name:
Owner jClient:
Engineer j Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner jClient:
Engineerj Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner jClient:
. Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner jClient:
Engineer/Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:,
Project Description:
GIBBS & REGISTER,. INC.
PROJECT REFERENCES
2005
Pennsylvania/Lake Sue/Winter Park Road Corridor
Improvement
City of Winter Park
City of Winter Park Engineer Department
$540,480.00
December 2003
Joe Serrano
(407) 623-3292
Pennsylvania, Lake Sue & Winter Park Road corridor
improvements
Brevard County Schools
Brevard County j 3D International
3D International
$1,600,000.00
June 2003
David Cassady
(321) 751-6898
Site work and grading associated with 10 schools
Merritt Island Airport - West Apron Rehabilitation
Titusville-Cocoa Airport Authority
Airport Engineering Company
$380,790.00
January 2004
Brian Pendelton
(321) 633-3034
Asphalt apron rehabilitation
Lift Station No.2 Replacement
City of Cocoa
OCR Engineering Services, Inc.
$419,000.00 '
September 2003
. Peggy Turner
'(321) 639-7678
Lift station replacement
Project Name:
Owner/Client:
Eng ineerj Architect:
Contract Value: .
Completion Date:
Contact Name: '
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineerf Architect:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone' No.:
Project Description:
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
GIBBS & REGISTER! INC.
PROJECT REfERENCES
2005
South Water Reclamation Facility
CDM/Sverdrup
COM/Sverdrup
$5,107,099.00
July 2004
Roy Schultz
(407) 903~0237
Existing treatment plant upgrade, structure upgrade
Downtown Redevelopment Project
City of Inverness
BCI Engineers & Scientists, Inc.
$939,976.60
August 2003
Ken Koch
(352) 726-2611
Community development block grant downtown
redevelopment, roadway reconstruction, curb & sidewalk,
storm drainage & water main
Cranes Roost Boulevard Widening
City of Altamonte Springs
$1,128,452.00
November 2003
Nick McRay
(407) 571-8345
Construction of new road, utility modifications and existing
road expansion
Seminole We kiva Trail
Seminole County
$2,364,050.00
August 2002 .
Frank Van Pelt
. (407) 665-5703
8 mile asphalt bike trail with paving, grading, drainage,
exfiltration system, fishing piers, pedestrian traffic control,
signalization
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Engineer/Architect:
Contract Value:
Completion Date:
Contact-Name:
Telephone No.:
Project Description:
Project Name:
Own~r/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
US 90 Weigh Station
The Haskell Company
$1,283,700.,00
October 2002
Melinda Leahy
(904) 791-4500
FOOT truck weigh station, earthwork, drainage, concrete,
paving structural concrete, lift station, site utilities
Osceola Road Landfill Roadway
Seminole County
Metric Engineering, Inc.
$491,000.00
August 2003
AI Tehrani
(407) 644-1898
New road construction at the Osceola Road Landfill
LBV Daycare
Knuth Construction
$63,450.00
September 2002
Dan Knuth
(407) 877-9991
Site work excluding sewer system, potable water
system, sodding, Seeding, mulching, landscaping and
fencing
SR 15/600 (US 17/92) at South Park Drive
Florida Department of Transportation
$262,821.00
October 2002
Kara Adams
(407) 482-7825
Project consists of road expansion and signalization
upgrades .
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Description:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner jClient:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
GIBBS & REGISTER/INC.
PROJECT REFERENCES
2005
Construction Package 5-14: LV8 Hardscape &. Electrical
PCl
$66,500.00
September 2002
Kit Wilburn
(407) 566-2326
Construction of new sidewalks
Water and Sewer Service to the Public Works Office
Complex
City of Ocoee
$61,145.00
June 2002
David Wheeler
(407) 905-3100
Installation of new water and sewer service
Ocoee Sidewalks
City of Ocoee
$46,553.00
January 2002
Buddy Elmore
(407) 905-3100
3 year continuing contract installing sidewalks in various
locations
New High School #1 - Dr. Phillips/West Orange
Relief
Centex Rooney Construction Company
$70,960.00
January 2002
Rick Romoser
(407) 226-9819
Retention pond modifications
Project Name:
Owner/Client:
Contract Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
Project Name:
Owner/Client:
Contractor Value:
Completion Date:
Contact Name:
Telephone No.:
Project Description:
GIBBS & REGISTER, INC.
PROJECT REFERENCES
2005
Altamonte Sidewalks
City of Altamonte Spring~
$16,000.00
December 2001
, Roger Willis
(407) 571-8341
4 year continuing sidewalk installation contract
Altamonte Sidewalks
,City of Altamonte Springs
$80,164.00
October 2000
Nick McRay
(407) 571-8740
Continuing sidewalk installation contract
GIBBS & REGI$TER INC
530 S r-1A IN 5T
05 OCl994,~GENERAC-~CONTRACTOR
.,d .......
9/16/09,....- Expiration da~e . :
86. 00 ..~,____u'---'-'~"""'," "",_, '
l' /" '.... "-
/i . 00 "'-, \
,: 86/00 " \
;r / .."" " ", ,\ \
, AS ,#PER 'L!::j;TER OFlf7JP.4J.qO~~FI\..E
. DE?T ;:: :r.r:: ',: ". .".
. l . . .: "\~:~i.~~;:~;.' ~ttr'=1~.~;.j;-~t~~.r~: ';.:'J:-:~i'~::~~'~
i~naJill:"'~'~.. i~~l,rl. 1,,1I '." ",~~~'. .::
; '~;:Y'::":'~"~~ J!" ,~',\ff~t;.:V.':';.o t' I
LICENSE t4UST BE POSTE , I \I<~B'~~:~L1!~~~~~~,~~~~Jrk~/;J'
G r \" ' . ,N" U, ' ".". I.. {.,.'~I.~....
53~B~ ~A~~G~~TER INa~ .' ,.;..~,~,,:~;:'~,::: "::X:~;\~~;j~;l:~,~:,.'~G~~:r;~
''''''-'i''-<o.''~''w,'c.~ .........J...',,' /
~.JINTER GARDE"I FL 3478 . .:;;. ,;",' <;.'::;;;':i;:':!,."-:~'''...
p \, .,.;,,}',. ",,""'~""<""./'
" ~'~~', ::;',?\W'9:~.~/ /
"',,--~/,
8usiness name . .
Location addr . :
Lie Nbr/Class . :
Issue date
Lie Fee
Penalty .
Total . .
Restriction
Comments . . .
,':.~ r,'"
~;~,~~Wi;~W:;\ ~i'['::, ;,,::~?;;,:~, ':. '::,.',\;;;
. .':....
c .... .~.~
OCClTPATIONAL IjICEI~SE
CIT'Y 'O:F '\-VfflT1ER GAJF'~}EN
251 WEST PLANT STREET
WINTER GARDEN, FL 34787
Ctl nbr
960
9/30/05
IN THE PLANNING
T UtES
1!Jidd. . . 'I,;',
' ~ ':. . '
~"':""
, CITY CLERK
:. '.' ~..;' ,.
I. ';..(.. '."
1..1;.... :"
,; ORIGINAL" )..:.:':"., .
, .'. . '. 1...:_'. '":'i\ .. ;.
. . " ,
....j..~;~~;~~l~~~Jjli~~~y:~
" .... .!" '
. .. " '. ,
:' '~i.;,I'i.::,;,'~~'~"~
· : :,; :"~;/< s, " ,,': "~" } ><, :- .~' ,:'<';.:-,;. ;, ';" :: '\.,; ,?: ;j":.::;"'2\:;!;l~tn'f{~:i~;:,:-:,:; ~,:: ,', ',')\~'j::~;1:;,t~;/,;:.?;
" ,.,' """(jCC"lJPATI()t~ij.AID""nCENSE""'""'I"'ffi,."\WI':""<>i';'.,.j""""""",~,,""j~I"""'""""I";.I""'~'" 1'''''
'c "~;~~~6<~~,,:':~~!~i!.~"e.'a#~l~~~~j,N,;~ji'~'+'ti;~Z;;~~~:':~nti~~~~~f1i
... .' c',
Business'name
Location addr
Lie Nbr/Class
Issue date
Lie Fee
Penalty .
Total . .
Restriction
. Comment 5
.
. .
.
. .
.
. .
. ..:;,.......~ ",... ..:. ,...-... ~ ',.. , ,
LICENSE MUST BE POST
GIBBS & REGISTER
530 S MAIN ST
WINTER GARDEN'FL'
~,. " .' ,.::
CONSULTNG INC Ctl:n~r. 9ai
.
. .
~
r:cfu I~'
9/30/05
IN THE PLANNING
.
. .
TIMES
. ..... '.. ~.. .. ...... ,;:'
Earl K. Wood, Tax Collector Occupational License ,Orange County, Florida
This license Is In addition to and not in lieu of any other license required by law or municipal ordinance. It is subject to regulation of zoning. health and any other lawful
authority. It is valid from October 1 through September 30 of license year. Delinquent penalty is added October 1. .
'***2004*** E~PI~S 1801-078550
ORIGINAL 09/30/2005
1801 CONTR-GENERAL BUILDER
5000 BUSINESS OFFICE
TOTAL TAX
TOTAL PAID
TOTAL DUE
530. S MAIN ST
C - WINTER GARDEN
PAID:
70.00
70.00-
.00
70.00
11 WORKERS
WORKERS
INC
34787-3535
REGISTER GARY E
This form becomes a receipt when validated by the Tax Collector.
Earl K. Wood, Tax Collector Occupational License Orange County, Florida
This license is in addition to and not in lieu of any other license required by law or municipal ordinance. It is subject to regulation of zoning, health and any other lawful
authority. It is valid from October 1 through September 30 of license year. Delinquent penalty is added October 1.
***2004*** E~PI~ES
ORIGINAL 09/30/2005
3004 PROF-ENGINEER
5000 BUSINESS OFFICE
TOTAL TAX
TOTAL PAID
TOTAL DUE
530 S MAIN ST
C - WINTER GARDEN
PAID:
60.00
60.00-
.00
60.00
3004-078551
CONSULTING IN
34787-3535
GIBBS JOHN W
This form becomes a receipt when validated by the Tax Collector.
. , - . .~. - . '..
Mar 17 OS 10:27a
9042137833
p.2
STATE OF FlOR'OA
DEPAR'I'MENT OF BUSINESS AND PROP'];SSIONAL REGULATION
CONSTRUC"l"J:ON INDUSTRY LJ:CmS:nm BOARD
~3 40 N'OR"I'H: MONROE STREE'r .
'l'ALLAHASSEE FL 32399-0783
(850) 481-13.95
REGISTER, GARY EVANS
Gl:BBS &: UG:tSTER DIe
~j53 SALT M'X'RTLE LANE
ORANGE PAR1C FL 32003
~ ... -,_. .
":1. :~..
. :rTATI!OfF\.CllUOA' Aci-i's'.r;&';'lS'; i
D.BPARnm%iIT OP' auSD1X.SS AND
, PROFASS;.cONAL RBGOLATIO:ar
CGCA06294
oa/23/o~ 040173~~7
CEn~:tnED ~ C:ON'n!AcToR.
UGl:STER. GAR';! DJUfS
Q:I'BBS " RB:GJ:S'rn l:XC
'. ,. IS oax::r;r%3X) UII<I.... _ _t.......... oA 0..48' 1'11. .
.......c~_ _. AOel 3.1. 2006 :.440.:2)0:2C1:24
. ",..'
. ,
." .' ,- "
. ....,.. ,',
DETACH HERE
~ - ...--....... . ...
i AC/1558957
,
I
I
I
I
,
J " '.'
: 08 23 2004 040173997 CGCA06294 0:".
. The GENEu.:r. CON".r.R.ACTOR ' '.: '
Named below 1:8 CDT:I7l:ED .'.. .
U:o.der t:he prov:i.s;ions ot Chapc:er"'439,':;PS ~
Expiration dace; At1G 3J., :2006 :,,':,~..'<,; , '
STATE OF FLORIDA
DEPART.MD1"'r OP' BO'SINESS AND PROP'ESS:rONAL REG'OLA':r:ION
CONSTRUCTION, nmU'S'rRY I;.J:CENSmG .aOARI> $EQ;lft.o40a:lJO:lO~4
.0...... .
. ,oil -"
REG:tSTER, GARY XVAN'S
.G:r::aBS Go UGISTEX. me
3.963- SAI.'1' nR'1'LB I.A.NE
ORANGE ,P.uI<: n. 3.2003
..' . '.
J'ED,BUSH
GOVE:RNOR
DISPLAY AS REQuiRED' BY LAW
DJ:ANE CA:RR
SECRETA.RY
. .,.u...__....o____..._... ......~._______.._...M~._...
.- ... , .... ..'\. ......v_.....,;;'""......~....'-.'-f-.~w:.-.-.....,::.---'-'_.. ._
, ,
" ,
. .#.;-..._.;~.,- #.- .-..~..:-'1_._.._.-...._._.:.. _.nn"_,.' ...
~,
" .'
"',
~. . ,,: ,f.
,:: ~,,~ _/L~ '..'. ~
#' ': :" "U"",. "~ ,
~ (?'~;-I:7-4 gr~,~.
AUDIT NO.: 0305. 1 0 2 9 8 0 '
CERTIFICATE OF AUTHORIZATION, NUMBER: 00005807.
EXPIRATION:h FEB 28,,2005
DISPLAY AS REQUIRED BY LAW
.'"
.:.; :
' " :, : ,.'~'~ -: ~ . ' , " : :: :' ~ ,- .- ,:' ~ -. ' ,;:". ~~~.~~- -~.__~.~~,~~-.:: ~~:;~. .~.,:..~,~~~.~. '.. ~~,-~,',,-,-,,~ ',', ',l:,:~C,;~?:-..T"-,,.,=~-:"~_~,-.,~ '=,~.~[tLt 1:.~:~ ~,,:', "":, . -. ',=~ ~ ~_,-"-' '.~7 "
. ~ . ,
" -~
. ,
. '. 1, ~
EXPIRATION: FEB 28, 2005'
AUDIT NO.: 0305- 0 1 9392 '
P.E. NUM8ER:.24645 '
DISPLAY AS REQUIRED BY LAW
. -. - - _.. - . -~..- -. --.. : --'.- -:------.- ---.--.-- .... ~ --.- .f, .-,--'- - - -:-- -- . - - . -.-.--.--.-:."". -:-'-r-:'-'---~.---' .. -._-_._-_.- - .-..
. -
'.
. .
,
~
i'
" ,
~ -,:: ,
I',
l
, '
i'
i
, ,
,
l'
,
~ .
~
"i-
t.
. " . ~
.~. .
.:;:
,'~. .
'.J: .
.,~ ..
'b
.,~' ,
~~~~ .;
':.', .
~ att /~f..!IOtt, .
t ,.:,? ''';,":-" --:-,""': .J;~"~"" "'t~a
, ~:" ."., '. ,;.:;'~:'. U
1!lrpurtmrttt of ~tutt
I certify from the records of this office that GIBBS & REGISTER, INC. is a
corporation organized under the laws of the State of Florida, filed on September
17, 1990 ,effective September 13, 1990.
The document number of this corporation is S02325.
I further certify that said corporation has paid all fees due this office through
December 31, 2004, that its most recent annual report/uniform business report
was filed on April 5, 2004, and its status is active. .
I further certify that said, corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capitol, this the
Eighth day of April, 2004
~~ f. f.kx:d
cl9lenba ~. ~oob
~e(retarp of iltate
CR2E022 (2-03)
mrpnrtmrnt of &tntt
I certify from the records of this office that GIBBS & REGISTER
CONSULTING, INC. is a corporation organized under the laws of the State of
Florida, filed on September 17, 1990, effective September 13, 1990.
The document number of this corporation is S02330.
I further certify that said corporation has paid all fees due this office through
December 31, 2004, that its most recent annual report/uniform ,business report
was filed on April 13, 2004, and its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capitol, this the
Fifteenth day of April, 2004
~~f.~
~lenba <<e. ~oob
$tttttarp of $tate
CR2E022 (2-03)
20, LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL LD. NO.lCONTACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains d
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 shaH require the City of Ocoec's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQlllPl\H':NT LISTING:
Please list year, make & model of all equipment that will be used on City of Ckoct:
properties), whether owned or leased. leased please provide name of lessor,
rJ 6~. Ji'-'
..J'::,L:~':.~ -- .... ... -., --- .- ..--.-.
1305.0;":
22. REFERENCES/EXPERIENCE OF RESI'ONDENT WITH
SIMIl.AR WORK
'fhe Respondent shall complete the following blanks regarding experience with Similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years,
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENTS NAME AND ADDRF:SSi
TELPHONE NUMBERfEMAIL ADDRESS/NAME OF CONTACT
.;.:'):;, ,"{' .>
i, -'
i c--"_,,,
Have YOll any sirnilar work in progress at this time? Yes
t. I I.'
}llSlncss.____L_,Lt~L
No
, Length of time In
Bank or other financial references:
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispule(s) filed hy Ut
against the respondent in the past five (5) years which is related to the services that the
respondent 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 (\i
pf(~iected outcome, and the monetary amount~ involved. If none, please so slate,
---,-,---------u.!A----------------------------,--,-,..--"--'--' ----,--,,-
-,~--"-~~-----------~--_._-"->
-- ------_._.._.__..._._-~-~._._-------,-...-_.~_.~~--"---_."--~...__._-_...
B05-0~
II'
CITY <)Ii' OCOIi.:E
BID #805-08 IUD FORM
TERM CONTRACT FOR CONCRETE CONSTRUCTION
r.-'---------.
Laborer
---~---_._..._-,-_._.._-~--_._-_._....._--_._,._'-------~---_.-
I 1<1agpersoll
rf ~~..ri"~:':: {,at","'Y_ .w $' H"."i~" w-f:-~':;;::~ 1
{'1 v
.~~-,-----~~~-_.-."~~,-._~------ "-~~-~------- ~----.~-_.,---,--------
Foreman $. <l>
" I "' (:"
$
$'~~>C.~:-_-i
,r"' ~
$ ..;~ .;:1" ("" ,~~ !
------1
I
I
I
I
;ww_~_ ~ _ ~~~W_o:~~
<...J t ' . I
-- ' --J
Other: $ ~- ~ 1$ "I
- - -. -------------- ----------- _..!_-~--- -- -"'- ,--- - --
Other. $ 1;';,' $ "-,'
"/" '/ "" t,/ ,- I
-------- ------------ -- ' -:"--- ------ --, -..:::-------- -I
Other: $ ^ 1:' $. '" I'
I -' .' ",' ,
.. .._____.___ ... L.__.. .:__ __ .... .___.......... ____..._J
Heavy Equipment Operator
$
Equipment Opcl'lltor
$
Skilled Labon'r
$
Semi.skilh'd lahon:r
$
-:.r' (,:
Unit costs prepared by: fvL!,be. T<,\,-b.rm~n ~'h{\ h __Date:_.:3l-so/~~1' -~)__
- -r-"-l}~ . ) iI I). " -'
Print Narnerritk: ,\t1/kt;:' f,;-c\,,')Iu/.;HJ l<t/v\'tl v/
, (, -!i ."'"
f'I rIll: _,--'1 '1 .Iv; , ) /. (,.j//
i " I"~ ,
., .( c. ,,~ /",-~-
'~~......:..k..('r
'J.. .
( <,.' ,,"/~ "'f~~1 Y
, I '
jliV'
) r
B05-0X
Bid #B05.()8 COMPANY INFORMATION/SIGNA HiRE SHEET
FAILURI<: TO COMPIJY WITH THESE BID INSTRUCTIONS WILL RESIJLT IN DlSQl1ALU'JeATlON
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVI<: REAl> AND tJNDERSTAND
ALL BID INSTRIJCTIONS AND THAT THE PRICES REFI,ECTED ON THE "SCOPE OF WORKmm
FORM" ARE ACCURATE AND WITHOUT COU,USION.
; ;!
4 IE vl ," -. ,<, I. I ..' /
.lL_LL_i?._~ (jA~~~ 1" lA (: '!.ill i _ <-
COMPANY NAME
Iill I 25
TELEPHONE (INCLUDE AREA C< mE i
!f6?, ,,2<:1 c,,-.Z3~;::; Q____.,..
I.;~~~~~~k~~/:" J~~~r:.(:~~ _h~icL ('~
E-MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
tvr'-~ ~ ,~. ~ ~ I
! _A:s:_~.L~rml,~Lh\nf~~.\.. nn_" "
NAMEffITLE (PLEASE PRINT)
1..,"/' I OJ ClUj" J;y 1! 10-, ~e /', r~-
.~~-L________':- y f...u__~.__..~ l.. - . .,~__~",' ~
ST~' 'ET ~DDRE?S r'<.. ,., ....'
"~ .-' ~ ~ _<' ~y J \ {.r.. <.
QLkLfkLC~,Lk::_._._.,_,) ~~'-.2_
CITY STATE ZfP
IF REMIT'TANCE ADDRESS IS DlI'FERENl
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
FEDERAL II)
Individual ___~Corporation _____.Partnershipnn _' Othe!' (Specify !_______
Sworn to and sub>o;crihed hdim~ me this
_day of
~
..i 20._fZ_.__=~
Personally Kn()wn,J,.::,::~_______ or
Produced Identification
m __ __...__~_~.__.._.__.." _'__'_ __._.~_.__..._,_,._
(Type of Idcntitlcation)
Notary Public ",Stale of
.i' I
County of (y, L...;t"i"'''~'l_ .?
-\ , ..~ ;'" ')J" .,- '\ - ,. . '
." L.,L,-~~ .\""J.-;:. ......J.~~ __--i.J::~,::::~_..:t' 1 """~-,, '"
Sign~Zll'e of Notary Public ?
t.
BUS-OX
, \
"
Bid #BOS-08 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.
~ &rcltu chon ~ny
C ANY NAME
8W3'~3- "(155
Tgf~~~~D0~~DE)
F~~~~~~
E-MAIL DRE
A ORIZED SIGNAT (manual)
J:anle{f?~re/ ifl~/M~
NAME/TITLE (P ASE PRINT)
Ikb~,n~o
CITY STATE ZIP
FEDERAL ID # S1 ' ?i.P51r803
_Individual ~orporation _Partnership _Other (Specify)
IF REMITI' ANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Sworn to and subscribed before me this 2qt:t-. day of
H arr.h2oiL5
Personally ~own
or
Produced Identification
.,''''IJfo,. ROIERf MICHAEL KING
~,''''iI!v "~ u......... PublIC . State of FIofIda
:t ~1-'1'
I. .~CcrnhIllllClh__"P,,2007
\: Bi CommiIIIon " 001'92266
'",,0# $'" IondIdIv.Nc*InaI ."
Printed, typed or stampe
Commissioned name of Notary Public
(Type of Identification)
B05-08
23
.
CITY OF OCOEE
BID #B05-08 BID FORM
TERM CONTRACT FOR CONCRETE CONSTRUCTION
Labor Category Hourly Rate Dally Rate
Superintendent $ LJI) .CD $
Foreman $ 38 cD $
Heavy Equipment Operator $ ?:k.CD $
Equipment Operator $ <-"<1,.., C() $
Skilled Laborer $ ~.OO $
Send-skiUedlaborer $ 3-t.CD $
Laborer $ 3~.CO $
Flagperson $ ~8.CO $
Other: $ $
Other: $ $
Other: $ $
~
Unit costs prepared by: ~ ;?~:~2.qL05
Print Nameffitle: Tbl'\~ P ilijnRL / ~daJ-
Firm:~ ntY 0>11<;;1-1'\1 d-to n C fDrtpCl. ny
~ CJa(,~~cd1~Y\ ~~ :
!)it V 8c-ta ~ 'IS 9uakO IS ~1n..p1At +k h.CXifIy
ro.. ie 'i 8 \r\cuf<;. J;t is Ct ssum.e d 'I-kd-
C)f u..J.tt'iu (i.() r\~cessuy) t.LtMld kJe Ie) II eel o:J
Otc.>k<cJ C;cht. .
B05-08
22
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ ADDRESS/FEDERAL J.D. NO./CONT ACT PERSON/PHONE #:
~~ ~/~ 1:"0 ~ /(P(o'l Lato..Lq,~/R 30853
90~-~(P.I)Lj~ ~~n a-,,3'~' ~r)ta
~3~ Z(~~.Dt\:li S~~n~~._n II - '€ - J:olcud,--It '53im
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner. It is further acknowledged by the contractor that any CHANGE
or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties including whether owned or leased. If leased lease provide na e of lessor.
J) t1
B05-08
17
~;~""
22. REFERENCESIEXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT
~ ~~'Yf~Zm~~~~~~~~~~~it~
Z)i~~ ~~~ ~~~ ~CO} Cou;>TYa
Have you any similar work in progress at this time? Y es~o _' Length of time in
businessJD y-eo..rS
Bank or other financial references: ~r.t\HU~~Y\Oll 8QI\.k.. ::r~Y'N?..s
~eo~'6Yy}S
So.,.. \( ~ 1'3 ~t:. - J.I'&k1 })a I1~S 803 5}C:r ~ '3d! (p
(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 respondent in the past five (5) years which is related to the services that the
respondent 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.
~
B05-08
18
Mavor
S. Scott Vandergrift
center of Good L .
~'o.e ' It?j1s>
~--' (
}(lYl~ 5
City Manager
Robert Frank
Commissioners
Danny Howell, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
CITY OF OCOEE
INVITATION TO BID #B05-08
TERM CONTRACT FOR
CONCRETE CONSTRUCTION
City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 3476\
phone: (407) 905-3100 . fax: (407) 656-8504 . www,ci,ocoee.fl.us
/
TABLE OF CONTENTS
FOR
BID #B05-08
TERM CONTRACT FOR CONCRETE CONSTRUCTION
BID DOCUMENTS
3 Legal Advertisement
4 thru 6 Invitation to Bid #B05-08
7 thru 16 General Terms & Conditions
17 Subcontractors/Equipment Listing
18 References/Summary of Litigation
SCOPE OF WORK/BID FORM
19 thru 21 Scope of Work/Special Conditions
22 Bid Form
23 Company Information/Signature Sheet
END OF TABLE OF CONTENTS
B05-08 2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B05-08, TERM CONTRACT FOR CONCRETE
CONSTRUCTION, no later than 2:00 PM, local time, on March 31, 2005. Bids received after that
time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject
any and all bids and 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 contractors with specialty in concrete work for construction of sidewalks,
ramps, driveways, slabs, gutters, spillways, vertical curbs, curb & gutter, etc. for projects less than
$80,000 in construction costs per work order.
The City intends to award contracts to one or more qualified contractors based on prices, ability of
contractor to perform the required work, satisfaction of required insurance, and a successful reference
check. Contractor selected by the City will provide construction services to the City on an as needed
basis, based upon work orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a maximum of three (3)
years from the date of the execution. City reserves the right to terminate the contract for non-performance
given thirty (30) days written notice and payment for completed work.
There will not be a pre-bid conference for this project.
A Bid Security in the amount of one thousand dollars ($1,000.00) must accompany each bid.
All bids shall be submitted as one (1) original and two (2) copies of the required submittals, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time.
Bids will be received in the City of Ocoee, 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 firms may secure a copy of the bid documents through Demandstar by accessing the City's
website at www.ci.ocoee.tl.us under BidsNendors, or copies are available from the contact person
identified above 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.
No fax or electronic submissions will be accepted.
City Clerk
March 6, 2005
BOS-08
3
..IlIa
CITY OF OCOEE
INVITATION TO BID #B05-08
TERM CONTRACT FOR CONCRETE CONSTRUCTION
INTENT:
Sealed bids for Bid #B05-08 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 "Respondent".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and
incidentals for various Concrete Construction Projects for the City of Ocoee as listed under the
"Scope of Work/Bid Form" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must 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 should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent 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: Purchasing Agent (407)905- 3100, extension
1516 and fax (407)656-3501, not later than March 24, 2005. Any clarifications/changes will
be through written addenda only, issued by the Finance Department. Respondents should not
contact City staff, with the exception of the Purchasing Agent, or other City consultants for
information before the bid award date. Any contact with any other member of the City Staff,
City Commission, or its Agents during this time period may be grounds for disqualification.
C. This bid must be received as one (1) original and two (2) copies of the required submittals
only, by the Finance Department not later than 2:00 P.M., local time, on March 31, 2005.
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
B05-08
4
...
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. Respondents 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 respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of ReferencesfExperience;
c) List of Subcontractors/Temporary Worker Agencies;
d) Equipment Listing;
e) Summary of Litigation;
f) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has
complied with Paragraph E. The failure or neglect of a respondent to receive or examine a
bid document shall in no way relieve it from any obligations under its bid or the contract. 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. There will not be a pre-bid conference scheduled for this project.
H. Any response by the City to a request by a respondent 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 respondent, if requested, unopened. In case any respondent fails to
acknowledge receipt of any such Addendum in the space provided on the Addendum
and fails to attach the Addendum to the respondent's bid, 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 an
Addenda. Only interpretations or corrections provided by written Addenda shall be binding
on the City. Respondents are cautioned that any other source by which a respondent receives
information concerning, explaining, or interpreting the Bid Documents shall not bind the
City.
1. Any of the following causes may be considered as sufficient for the disqualification of a
respondent 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 respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
BOS-08
5
....
BOS-08
....
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 Respondent'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 Respondent or the rejection of its bid.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid openin2.
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 respondent qualifies hislher bid by specific limitations.
Award, if made, will be to the most responsible and responsive respondent 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 respondent to submit such evidence of respondent'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 respondent, 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.
6
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each proposal must be accompanied by a Cashier's/Certified Check upon an
incorporated bank or trust company or a Bid Bond in the amount of one thousand
dollars ($1,000.00). A combination of any of the former is not acceptable. Cash will
not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a
guarantee that the respondent, if awarded the Contract, will after written notice of
such award, enter into a written Contract with the City and as a guarantee that the
respondent will not withdraw its bid for a period of ninety (90) days after the
scheduled closing time for the receipt of bids, in accordance with the accepted bid
and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or respondent's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of Intent to Award by the City, then such
respondent shall be liable to the City in the full amount of the check or bid bond and
the City shall be entitled to retain the full amount of the check or to demand from the
Surety the penal sum of the bid bond as liquidated damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety 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
respondent's overhead and is not eligible for reimbursement as a separate cost by the
City.
e) The checks of the three (3) most favorable respondents will be returned within three
(3) days after the City and the successful respondent have executed the contract for
work. The remaining checks will be returned within thirty (30) days after the opening
of bids. Bid Bonds will be returned upon request following the same criteria as a
check.
2. PERFORMANCE AND PAYMENT BONDS
None Required.
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
BOS-08
7
A..a:
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent 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 W orklBid Sheet attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of W orklBid Sheet. A total shall be entered for each
item bid. 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 Respondent 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 Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competitor;
d) No attempt has been made or will be made by the Respondent 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 SS 542.18 and all applicable federal
regulations);
e) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
B05-08
8
A.
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible bidder according to the following criteria:
. Compliance with specifications, terms, and conditions
. Bid price
. Warranty offered
. Delivery time
. Experience with similar work
. Successful reference check
9. LITERATURE:
If required by the Bid Schedule, 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.
10. DISPUTES:
Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms
and/or conditions of the Invitation to Bid, selection or award recommendation shall file a
protest in writing to Joyce Tolbert, Purchasing Agent not later than seventy-two (72)
hours after the "Notice of Intent to A ward" is issued.
BOS-08
9
.
11. PAYMENT TERMS:
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 authori-
zation. 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 Respondent, hereinafter referred to as "Contractor" will be required to
enter into a contract with the City. The contract shall mean a written agreement or City
issued purchase order. The City intends to award contracts to the most qualified
contractor based on unit prices, ability of contractor to perform the required work,
satisfaction of required insurance, and a successful reference check, Contractor selected
by the City will provide construction services to the City on an as needed basis, based
upon task orders to be issued by the City under the contract. The contract shall
automatically be renewed annually unless terminated by the City in writing, for a
maximum of three (3) years from the date of the execution. City reserves the right to
terminate the contract for non-performance given thirty (30) days written notice and
payment for completed work. 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.
13. SAFETY REQUIREMENTS:
The Respondent guarantees that the services to be performed and the goods to be
provided herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards, that are applicable in construction work.
B05-08
10
.-
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
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 Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent 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
Respondent agrees that (except where the respondent has obtained identical certification
from proposed contractors for specific time periods) the respondent will obtain identical
BaS-OS
11
..
certifications from proposed subcontractors prior to the award of such contracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
clause, and that the respondent will retain such certifications in the respondent's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary oflabor, are incorporated herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent 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 respondent agrees to immediately notify the City in writing.
The respondent 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.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotiation is
accepted, the respondent 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 respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
B05-08
12
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
18. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made.
b) 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.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is the
responsibility of the contractor.
19. INSURANCE TERMS AND CONDITIONS
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy, The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
B05-08
13
This cheek has a blue background on white paper and some of the security features on this document Include: a Watermark, MicroPnnt signature line, and a holographic foil stamp; absence of these features will mdicate a copy.
lr.::~::~:":1{, """",, ~,.. -;J " "_ J.:0;'c~ ~~ ''-"! F" ~J ,_ - ~~l " (0',' ~,' t ~L ~ 1 .~-II 7(C:~ -r;~:lr :c.~ "Qiz;;."ti~ - [?(~~~ z,'7i1i~P \JlI4~'Ii',,,UH..tj' Ir:{.,'~";< 51ft!? .~ _~,""'ir.rrmr.1l -F~n:~.JlW ~
,"; ~;, w, ~ \ @, ~\$~~ fC~ F '\ r .c};fJ n'j:" '\X~ G Bo~Qt~10lliW fHH..Of'~~NJ\ ~@~C<iV~w..rt~ '
_ 1 ... c!' _ _, _" "'T U -, y- I .il ~c "~[ - U"Jr. ~"""111 .... ,-" r ~1@. S'trGli~ ~0111. TJ'ttnv ,~~~l. s:rp.rp IOU<..!."tR~~
'"
~ i
~ ~
SUNTRUST
Official Check
64,79/611
2137674006
Initials (t~~533 eiWli681
o
~
~
,-'1
2
Purchaser
Date
TONY'S CONSTRUCTION
~
i
PAY
Har. 31.200\
:r\
.:t~
"f;"y"'~"':,il'
"'~, it' 'l;"" .,. -f...,- "...,:~",'"
I'
I
'k*1 ,000.00**
~
SunTrust Banks, Inc. by its Authorized Agent
S""Tru" 7l '-"-
L .?:-t.
Authorized Signa1ure
To the
Order
of
CITY OF OCOEE
FINANCE DEPARTMENT
L
-.J
Payable at SunTrust Bank
II- ~ ~ j 7 b ? ~ 0 0 b II- I: 0 b ~ ~ DO? gO I: ? 0 . gO. g g g b II-
"'l<:\l<\~~ ,~~;;;~~~1
[l~l;"I< <if) !)"ck
M'
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance
shall comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not protected under
the Workers' Compensation statute, the Contractor shall provide, and cause each
subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
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
Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-
contributory .
. $2,000,000 GENERAL AGGREGATE
. $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
. $1,000,000 PER OCCURRENCE
. $1,000,000 PERSONAL & ADVERTISING INJURY
. Include Waiver of Subrogation in favor of the City of Ocoee
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,
Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for
the named insured's liability that arises out of operations performed for the named insured by
independent contractors and are directly imposed because of the named insured's general supervision
of the independent contractor. The Contractor shall procure and furnish an Owner's Protective
Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000.
Aggregate and naming the City of Ocoee as the Named Insured.
BOS-08
14
Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include
contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY
INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
. $2,000,000 AGGREGATE
Commercial Umbrella:
. $1,000,000 PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
Builders Risk:
· $100,000 Any (1) Location
. $1,000,000 Any (1) Occurrence
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee
as an additional insured will be furnished by the Contractor upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This
certificate shall be dated and show:
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.
Remainder of page left blank intentionally
B05-08
15
.ACORI). CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DAn IMlNDOI"t'V'Y'f)
nAZE-1 11/04/04
! IIP.-QOUCIEII THIS CERTIFICATE IS ISSUED AS A MATlER OF INFORMATION
ONLY AND CONFERS NO RlGHTS UPON THE CERTll"ICATE
HOLDER. THIS CERnFICATE DOES NOT AMEND. EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
INSURERS AFFORDING COVERAGE _I N~C~_=
l~SlJ"ED INSURER A.: ~ _..t. ...tiAg ~. OW' ..tu~
INSURER 8: ,
~~~i~:~tor's Name tlSURER C;; .------t--
go,(SUftERO: --::, -=-=---=
INSURER E:
COVERAGES
TlotE POlIC1ES OF' 'lNSUR,t.NCft USTeD BeL.OW HAVE 8EeH ISSUED' TO THE INSURED NAMED ABOVE FOR -me POLICY PER.lOO lNOIC.An:O. N01'WTTHSTAHOI~G
NN R&ouIREMEHT, nRMORCOHOITIONOF ANfCON11lACT OR OTHER bOCUMENTWI"fi( RESPECT TO WHICH rHIS CERTIF!CATE MAV BE ISSlJED OR
MAY PERTAIN, THE IHSlJFt.AHce AFFORDED BY THe POLICIES DESCIUBeD HEREIN IS SUBJECT TO AU 'T'HE TERMS. ~LUSIONS AND CONOJl1ONS DF SUCH
PoLICIES. AQGREQ,t.,n lIMrrs 910WN MAY HAVE SEEN REOUCec IV PAlO ClAIMS.
-
'r:~ ~ l'l'I'I! Of' "'URANce
,..!..I!NERA1.I.WIIlm'
X X ~MER.CIAL GENERAL llA81lfTY
~ L-I ClAUAS MADE (iJ OCCUR
- -.-..---....-----
- -.-----
~'l ~GGQ~e= A~SPm
( POlICY i X ! JEer I Il.OC
~OMO"l.E L~tUTY
P :::::0 AUTOS
f--
t-- SOIEOUlEO AUTOS
;.!.. HlREO AUTOS
~ NON-OWNED AUTOS
i
POLICY NUMBER.
.",..
uwrB
--
""
EACH OCCUMfHCE
PREMISe!fE. CCO;!!~,
I MEDEXP(Anyontpl'rson)
~ PERSONAL.t. AfJV INJUR.Y
! OENEAAl. AQOREGATE
I PROOUCTS. Cl)MPIOP ,l,OG
1l,000'Il2.L
'50,000.
$5,000,_
'1,000,000
S2,000,-0~~_
'2,00_~
CQMl!lINEO S~IlL&: L1NIT
(~.c:ddanIl
s 1,,000,000
..---
BOOfI. v mJlJ~'1
/Perperson)
BOOI\. Y il'UURY
{Pwat:ddIl1tJ
PROPERTY CAM,t"Ge
(~.tOdwrtl
, S
R' GARAGE UA81urv
ANY AUto
!XCESSIUU8Rf'l.L.A 1.''''81UTY
X tJ OCCUR n C,-,,''', "",oe
! b DEDUCTIBLe
I' ) RliTEHTION S
WQRKEItS COMPEHaA ~.AND
!MPl.OYlRS' UAaJ.JTV
ANY PROPRlETORIPAATNERlEXECtJTlVf!
OFI=ICERi'-'EMaER OCCLUOE01
~:~~6NS~
OTHER
AUTO ONl'( . EA ACCtOENT S
EAACC $
All" S
OTHER: THAN
AUTO ONLY:
EA,CHOCCtJR.RENCE' S 1,000,000
!AGGR!GATE S 2,000,000
f----.-----2-:-------=:J
~ : -,----1
Lx !ToFi'llIMrr5 !..__J~ER' .__
~EACH ACCID'ENT .___!2.Q~ 0 0----;
1 E.L, DISEAse. EA EMPlOYEE S 500, 000
1E.t...oISEAse.POUCYUMIl 1500,000
Builders Riak
Any 1 Loc
Anv 1 Oce
100, <XX>
1,000,000
Dl!SCRlP'T1ON OF' OPERATroNS J LOCATlOH3 J \fEH)ClE..S I DelUSIONS ADDED BY !1CDORSEMEHT' SPECIAL"~
The inaurance evidenced by this certificate shall name the certificate
holder. aa an additional insured on the General Liability & Umbrella
Liability. Workers' Compensation, Employers' Liability & Oeneral Liability
shall contain a Waiver of Subrogation in favor of tbe certificate holder.
The certificate bolder is added ae a IUIe:l:irax1:rl ftr IbiJd:!I::s RiSe.
CERnFlCATe HOLDER
CANCELLATION
&HOULD ""'" OF THf A8(JV! CeCRlBI:D P01.1CIES Be CANC!l.UO Bi:FOU nit 1DlP1IU.OOf..
o...n THVlIO". TMI! lMUlNQ INSU"E~ 'MLll!NDfAVOA TO MAlI. !.L bAYS WAJTT!.N
HoncE TO n-re C~An ,,",,-De~ JUJoII!D TO THe lEFT, 'UT F.l.IlVRII! TO 00 SO SHAll
1MPOS! NO OI!lUQATlON OR UA.8fUTY 0' ANY KINO lJPOH THe fNSUR.ER.lTS AOEJorT!, OR
OCOSl!Ol
City of Ocoee
150 N. Lake&harQ Drive
Oooee YL 34761.2258
AErRE5a\l"tATlVU,
AlITHORlUO AI!JlAUIMTATNE
ACOIIO 25 (2001108)
S~PI..IF
<l> ACORD COIIPOFlATlON 19S1
B05-08
16
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESSIFEDERAL LD. NO./CONTACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner. It is further acknowledged by the contractor that any CHANGE
or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
"-'f -fo\lO\AJt""l [''1.oJ\rMe.'''\.~ \.,U\ 1\ ~ \~c....~~cJ fl'tD""""\. I-\~.r~l
,. ~o b (, 0.. ~
:A. Co M I;) re. $. $ t) r \.A..1 \ {-\...... J c... d t L... eA. VV\. oN\. L,/'
~ ~ 0... ~.J l ~oe
'-I ? u ^" \) '/ I' v t..l <. .
BOS-08
17
22. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work, INCLUDE AT LEAST THREE (3) MUNICIPAL GOVERNMENT
REFERENCES. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESSINAME OF CONTACT
St;;E f:,\--;r{~c--H f:D
Have you any similar work in progress at this time? Yes4 No _' Length of time in
business
'7. I~ P I-I '._/
\..':)(,."""'\~ La~1',~. /- /
li( '! ::.)J.. C'o'-,>~ ;...z.c'.~
H" . ....) -....J......\ -
(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 respondent in the past five (5) years which is related to the services that the
respondent 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.
iJ 0/\/ ~
BOS-08
18
CITY OF OCOEE
B05-08 SCOPE OF WORK/SPECIAL CONDITIONS
TERM CONTRACT FOR CONCRETE CONSTRUCTION
TYPICAL SCOPE OF SERVICES
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of
Ocoee (City) is soliciting bids from qualified contractors for general minor construction work for
construction of sidewalks, ramps, driveways, slabs, gutters, spillways, vertical curbs, curb &
gutter, etc.
The City intends to award contracts to one or more qualified contractors based on labor rates,
ability of contractor to perform the required work, satisfaction of required insurance, proximity
of the contractor's office to the City, and a successful reference check. Contractor(s) selected by
the City will provide construction services to the City on an as needed basis, based upon task
orders to be issued by the City under the contract for projects and work orders with total costs of
$80,000 or less. The contracts shall automatically be renewed annually unless terminated by the
City in writing, for a maximum of three (3) years from the date of the execution. City reserves
the right to terminate the contracts for non-performance given thirty (30) days written notice and
payment of work already accomplished.
The scope of work to be performed under task orders issued under this contract may consist of,
but will not necessarily be limited to the following:
. Concrete sidewalk, various widths and depths
. Concrete aprons and driveways, various width and depth
. Concrete slabs, various widths and depths
. Concrete head walls, various heights, widths, and depths
. Mitered end sections, various sizes
. Spillways, various widths and lengths
. Retaining walls, various heights and lengths
· Vertical curbs, various types and lengths
. Curb & gutter, various types and lengths
SUBMISSION REQUIREMENTS:
The interested and qualified contractors shall submit a bid package to include the required
submission material as stated in this Invitation to Bid:
Any request to withdraw a Bid Package must be addressed in writing. Such requests must be
received by the City prior to the deadline for submission.
Unit Prices
This contract shall be based upon fixed labor costs and variable material costs. The fixed costs
are subject to annual escalations as described below.
BOS-OS
19
Labor Rate - Contractor shall submit standard loaded (includes all company overhead, benefits,
etc.) labor rates to be used for a period of one year from date of the award of the contract. Labor
rates shall be subject to automatic 3% escalation for each subsequent year up to the termination
of the contract. Contractor may request a higher or lower increase each year at least sixty (60)
days prior to renewal date of the contract. In their request, contractor must provide reliable and
verifiable justification for the unit cost adjustments. The City's project manager upon review of
the justification may approve or deny the request. The rate escalation beyond 3% (if requested)
shall be subject to approval by the City Commission.
Material Cost - Due to unpredictable nature of the material costs, contractor will be able to
present material costs in their cost estimate to the City for each work order. Contractor shall
provide reasonable and verifiable back-up information for the material costs.
Mobilization Charges - Mobilization charges shall be limited to 3% of the work order but no
more than $2,000.00 total and shall be automatically added to each work order.
Maintenance of Traffic (MOT) Charges - MOT charges shall be limited to $250.00 for
category 1 and $500.00 for category 2 per work order as described below. Contractor may
propose a lower rate than indicated. Category 1 projects shall be applied to work adjacent to
roadway with no lane closures. Category 2 projects will apply to work inside the roadway.
Cost Proposals
Upon a request by the City, contractor shall prepare and present a lump sum cost estimate to the
City within 36 hours of the request. City has the right to accept or reject the cost proposal or ask
for justification or additional information. It must be completely understood that this contract is
for work on an as-needed basis. Nothing provided in this document is intended to be a guarantee
of work and dollar amount assigned to the contractor.
Maintenance of Traffic
It shall be the Contractor's responsibility to maintain traffic in accordance with the latest version
of the M.U.T.C.D. standards. Lane closures are not permitted in the peak direction of traffic from
7:00 to 9:00 AM, and 4:00 to 6:00 PM.
Plans & Permits
City mayor may not provide any plans for the projects depending on the complexity of work to
be performed. Contractor shall apply for a permit for each project. Permit fees are not required
for the City issued permits. Cost of permits from other agencies (if applicable) shall be included
in Contractors cost proposal.
Inspections
City will accept each project after an inspection of the final product. Failure of the City to detect
problems shall not relieve the Contractor from their obligation to provide quality work in
accordance with industry standards.
B05-08
20
Governin2: Standards
1. Unless otherwise explicitly expressed in writing, all work performed under this contract
shall be in accordance with State of Florida Building Codes, FDOT standards, Orance
County codes and standards, and City ofOcoee LDR's (Land Development Regulations).
2. All items shall include shall include demolition of existing, disposal of debris,
preparation & forming as required.
3. It shall be the responsibility of the contractor to locate all underground utilities prior to
new construction. Any and all damages caused by the contractor shall be repaired at the
expense of the contractor at the satisfaction of the owner.
4. Fiber reinforced concrete will not be accepted for sidewalks.
ASSIGNMENT PROCEDURES
When a need arises, the City's project manager will prepare and e-mail or fax a brief description
and/or plans for the required task and project schedule to the contractor. Each request from City
Departments shall include a specific project number and a financial account information number
for funding. Within 48-hours of the receipt, the contractor shall e-mail or fax (followed by
mailing of the original) a lump sum proposal for requested work to the City's project manager
based upon the approved labor rates provided in the contract documents and material costs. The
City project manager will then issue a purchase order to the selected firm for the work. No work
shall commence until the verification of the issuance of the purchase order.
Invoicing for completed work shall be submitted to the requesting City's project manager for
processing and submission for payment by the Finance Department, with a copy to:
Finance Department
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Remainder of page left blank intentionally
B05-08
21
CITY OF OCOEE
BID #B05-08 BID FORM
TERM CONTRACT FOR CONCRETE CONSTRUCTION
Labor Category Hourly Rate Daily Rate
Superintendent $ $ ~;l.O.oo 'tv
40.00 2-60.-60
Foreman $ $ .1.'&4 . ~Cl t1V
35.60 300.00
Heavy Equipment Operator $26.00 $ 208.00
Equipment Operator $ $
26.00 208.00
Skilled Laborer $ $
25.00 200.00
Semi-skilled laborer $ $
19.70 157.60
Laborer $17.60 $ 140.80
Flagperson $18.00 $ 144.00
Other: $17.00 $ 136.00
Other; $ $
17.00 136.00
Other: $ $
17.00 136.00
Unit costs prepared by:(Tony) Padarath Lutchrnan Date: 03/30/2005
Print Name/Title: President
Firm: Tony' s Construct ion ('0. Tnl'
.
B05-08 22
Bid #B05-08 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.
i"" it\. Deana CIferIes
~\I. ; My Commission 00070114
~, EllpIres Mllrch 29, 2008
t4l~ ~<<~
'AUTHORIZED SIGNATURE (manual)
o pr; CCLI( ,
NAME/TITLE (PLEASE PRINT)
76.2 LOk1(ell ell~-
STREET ADDRESS
CIt::o..Qil-/ FIe.,
CITY STATE
4-&'<7 6 ')-6, - 7 I :L l O,{-t, (r
4(;7 - 4Gb - .5156 rd I
TELEPHONE (INCLUDE AREA CODE)
4{n- 6 )-6 -0 57 ~
FAX (INCLUDE AREA CODE)
-Y;/d t/ J c;1'l \..h4Ic ~u;, c; - J4~ '
COMPANY NAME
E-MAIL ADDRESS
IF REMlTT ANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
3<17 {, I
ZIP
FEDERAL ID # Ol-C51/ 3'+ \
_Individual ~orporation _Partnership _Other (Specify)
Sworn to and subscribed before me this 3/,a:t- day of ~~
, 20 os.
Personally Known
/
or
Produced Identification
(Type of Identification)
Notary Publ~- .State o~ ~iuuh
Couutyof I~C~
Signature of Notary Public
J)eanc\ C~{es
Printed, typed or stamped
Commissioned name of Notary Public
B05-08
23
Padarath Lutchman
Tony's Construction Company
762 Lancer Cir
Ocoee FI34761
Cell # (407) 466-5756
Fax # 407 656-0578
20 E. Bay St.
Winter Garden FI 34787
Ph # & Fax # (407) 656-2276
Ph # 407-656-7121
ATTN:
Reference for the past six years.
Hubbard Construction Company
Orlando Construction Division
P.O. Box 54217
Orlando, FL 32854 - 7217
Contact person and number: 407-645-5500
Date Of Contract :March 24, 2005
Project Name: SR 526 (441 to Mills)
Amt $ 90,107.55
NS Marine & Industrial Service Corporation
5303 Old Winter Garden Rd. (Bridge repairs, concrete flat work & etc,)
Orlando, FL 32811
Contact person and number: Mr. Dennis Nyunt Shin Ph # (407) 299-1237
Sub-Contractor for: 4 years.
DOT: Sidewalk Maintenances
Amt $84,000
Date Of Contract: Jan 15111, 2005
Orange County
4200 S. John Young Park way
Orlando FI 32839-9205
Contact person and P#: Michel Baker
407-836-7723 Fax # 407-836-7839
(Concrete flat work & etc) April 22, 2004 to May 24, 2004
Cost $78,526.00Completed
Orange Canals Restoration Project Amount 687,976. I 5 in Progress
Middlesex Corp
One Spectacle Pond Rd
Littleton, MA 01460
Ph #: 978-742-4400
Contact: Jim Allen
Date Of Contract: Jan 17th, 2005
Amt of Project: $ 9200.00
TMC Job #2025: State Road 530 (US 192)
For any other questions you may contact me at the above number.
Thank you,