Loading...
HomeMy WebLinkAboutItem 06 Award of Bid #B06-01 for Construction Services of Soccer Field Lighting at the Jim Beech Recreation Center AGENDA ITEM COVER SHEET Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: ~i!t ~ ---- Subj~ct: Award of Bid #B06-01 Construction Services for Soccer Field Lighting at the Jim Beech Recreation Center Background Summary: The Ocoee Youth Soccer League has been approved for a Field of Dreams Grant with Orange County in the amount of $90,000. At the August 2, 2005 City Commission meeting, the City Commission approved funding of up to $150,000 from the Parks and Recreation Impact Fees to be used after the $90,000 Field of Dreams Grant is expended. The funding includes the fees to Progress Energy to upgrade the existing transformer. Issue: Award the bid for the construction of the Soccer Field Lighting at the Jim Beech Recreation Center to M. Gay Constructors, Inc. Recommendations Staff recommends that the City Commission award Bid #B06-01 to M. Gay Constructors, Inc. in the amount of $139,900.00 and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents between the City and M. Gay Constructors, Inc. provided the contractor has obtained the required bonds and insurance. Attachments: 1. Bid Tabulation 2. M. Gav Constructors Bid 3. Cobble-Stone Electric Bid 4. Recommendation Memorandum 5. Bid #B06-01 6. Map 1 7. Map 2 8. Map 3 9. Addendum NO.1 Financial Impact: $49,900.00 plus estimated $20,000 - $40,000 for Progress Energy fees Type of Item: (please mark with an "x'J _ Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution ~ Commission Approval Discussion & Direction For Clerk's Deat Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~6j::J- N/A N/A N/A 2 Citv Manager Robert Frank Commissioners Gary Hood. District 1 Scott Anderson. District 2 Rustv Johnson. District 3 Nancv J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT DATE: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Agen~ October 26, 2005 TO: FROM: RE: Award of Bid #B06-01 Construction Services for Soccer Field Lighting at the Jim Beech Recreation Center ISSUE A ward the bid for the construction of the Soccer Field Lighting at the Jim Beech Recreation Center to M. Gay Constructors, Inc. BACKGROUND/DISCUSSION The Ocoee Youth Soccer League has been approved for a Field of Dreams Grant with Orange County in the amount of $90,000. At the August 2, 2005 City Commission meeting, the City Commission approved funding of up to $150,000 from the Parks and Recreation Impact Fees to be used after the $90,000 Field of Dreams Grant is expended. The funding includes the fees to Progress Energy to upgrade the existing transformer. In compliance with the City ofOcoee's Purchasing Code, a formal bid was developed to provide and construct the lighting. The bid was publicly advertised on October 2,2005 and opened on October 25,2005. There were two (2) responses to this bid: 1. 2. M. Gay Constructors, Inc. Cobble-Stone Electric, Inc. $139,900.00 $175,300.00 Attached is a copy of the bids from each bidder, along with the bid tabulation. All bids are available in the Finance Department for review. The Parks and Recreation Department and Finance Department have reviewed all bids with the assistance ofthe City Engineer. Staff recommends awarding the bid to M. Gay Constructors, Inc. as the most responsive and responsible bidder per the attached memorandum from Vito Petrone, Parks and Recreation Director. 1 Mayor S. Scott Vandergrift center of Good L . <\.~e It1i~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manager Robert Frank MEMORANDUM TO: Joyce Tolbert, Purchasing Agent FROM: Vito 1. Petrone, Parks and Recreation Director DATE: 10/25/05 RE: Bid Recommendation After reviewing the bids submitted for the soccer field lighting at the Jim Beech Recreation Center, I recommend awarding the bid to M. Gay Contractors as the most responsive and responsible bidder. The City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fl.us -I o -I )> , , c 3: "tl en c 3: !;!;! o 0-10("') 'tls.~o ~ ~ :5' 0 ~~cc~ :i"0<;;0- CC-<-<;;tI o CD C1) C1) O I>> Dl - .. ~ Dl !a.r-lIJ3 ::;; "D mCD Dl J:lO - C.- ~--O ' en _ c )>CD 3 + ~ ~ @' o III ~ ~ w CD CD o o Q o ~ ....>0 ""-l .U'1 W o o o o -Efl -..j w -..j N 00 o o :J Dl "D III ::4- o --. ~ c: III (') o , to' ~ "tl ~ cc 3:m Dl' -. ("') ::::l 0 !Dill ::::l - Dl - ::::l 0 (') ... C1) en O"D < sa. C1) :::tI ... C1) ..... - ODl -<3 C1)"c Dl -, iil~ Dl ::::l 0.. S' (') C 0.. (l) 0.. :J Dl "D III ::4- o --. ~ c: III (') o , to' ~ "tl ~ cc '!>::E , ~ c ... 3 ~ :5' ~ !!!. 0 ~ =: m ~ ::::l C1) (l) 'C. cd '< ("') o ::::l III C 3 "C - 0' ::::l ~ ~ C/l,< CD'; ~ .3 III w ..... ::4- S' -..j C/l a!!!.. (') N "D ' - Coo' (l),<1ll 0.. (') ..... 0" (l) 0 C/l = 0 0.. ~ cg. ;;; o ::!: 10 ~$l ..... -g ~' ..... - :J :J .... .... III III "D "D Dl III ::4- ::4- o 0 --. --. ~ ~ ~ c: c: III C/l C/l (') (') o 0 r r to' to' =r =r - - '"tJ '"tJ ~ ~ co co ~~ ~ 0- ::::l (') o 0 :e a ro iil 0.. (') cc _ C1) 0 )> iil ~go (l) en ::::l c o.."C C "C 3 ~ ~ iil ." o 3 ,enm;;tl.......enm c;' c .c C1) ~ cO' c: ~3E.;'("')::::len 1Il3"C~O(l)(l) C1) Dl 3 ::::l 12. 0.. (') ("').:c! ~ (') (l) 0 C ~ 0 _ mill:!. :!, _ _ .... cc ~ .~ c: m -. ~c:IIl_>< ~~ "" __ "C - ~ cO' ::::l (l)... go Dl cc !:!':. "T1 CiO o 0 ::::l ; 3 g o ." 3 ~ '<'<'<'<'<'<'<'< (l) (l) (l) (l) (l) (l) (l) (l) C/l C/l C/l C/l C/l C/l C/l C/l '< (l) .C/l :J ,<,<,<,<,<,<,<sa. m m m m m m m 5 - III ..... N' (l) a. en o o o m ;;0 " - m . C !: Qo ::I: 0 ::!z zen OJ Q-4 C c;:t>~ -4 i\)-40OJ:t> UI-4-4-OJ o::I:OCC Ulm =It. NC-ZOJ:t> os::eng::! o m I 0 :c~~~Z S:mo " om 0 ::I:en ~ ;;0" mo 0;;0 ;;0 m :t> ::! o Z o m Z -4 m ;;0 "'(JI Q..JO..J..JCJJ. U1..;u~l:. t- 1 NAl'Lt. PAGE 04/e4 BID Iffi06~1 SOCCER FIELD LIGHTING AT THE JlM BEECH RECREATION CENTER <C~t U'- if> sJ:Scr) ~[)C) ~ ~~HI.J.\J17il.17I) ll1rili't "i:'rHf.'/~~D )JJ:Nt'f,mijJj!f~ollars and 00 2, Warranty Offered: L '';jJ::::A \L '~A--~T -.!- \...J\.-lo N2..... n~ I,n 'f~\L WA-,Z.e./5:H-l--y AIU r ~~'~ f;::;~ 1. Total Lump Sum Bid: cents &-\ f.u.::.:\\L4-.o.. 4-- \ 'S.; STr=.- tv'- 5" f'na.s:-P:l:.C\ ~T~ ~J~ The furnished and installed lighting system shall a130 be evaluated based upon a minimum of a ten (10) year life cycle cost for operatioc and maintenance. The equipment manufacturer shaIl submit with his bid the calculation for the .life cycle costs based upon the following parameters. A. Luminaire Energy Consumption $ ~~ (#) luminacit$ x I. ~ kw demand per luminaire x Q.12/h.-w rate x 600 brs :::: 737.;2, .g (annual average usage) . X 10 -! FA-~ B. Cost for Spot ReJamping and Maintenance Over 10 years (A3snme 10 repairs at 5750 each ifnot provided) :t='f\..lc.., \J113-D 737J9,c ) C. Cost to Relamp all Luminaires During 10 Years 600 hours (annual average usage).x 10 ye:us I lamp replacement hours x S_lamp & laborx_(#) fixtures +~c..1 U3)t2-\::::::> Total 10 Yes.r Life Cycle Operating Cost equals A + B + C z>1i 7 ~ :JG t 00 }L~9::~ ~~~~S ill/'c-~'c..~ ~ (<?c"'-( Authorize~ Offic~ . "nt) \O-'2-~-DS Date B06-01 23 Bid #B06-01 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 AJ,'iD THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM~' ARE ACCURATE AND WITHOUT COLLUSION:_ N ,~",A ~ ~A\<;;\12--UQ.tCQS. ~~I COMP Am AME qo~ -7'~-'-1co\ TztEPHONE (INCLUDE AREA CODE) OL\ - 114 -q OOf FAX (INCLUDE AREA CODE) ct\:r::F-Fd.--I\ACL' L..:I:c.. \-\n:N<-1. . (La M.. E-MAIL ADDRESS v IF REMITTA."\l"CE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: UTH ZED SIGNATURE (manual) 111; '&'~J (;:d/ 1ft7S)~d- NAMEiTITLE (pLE E PRINT) L1 ~OL 1:JJ \)U<r,\~....~ ~, STREET ADDRESS ~\LsrW Jz.I\ ~) ~l,. ~ Z 2.1 'd:3 CITY STATE ZIP y,o \ Y> Ox 2- c... 2-i..\ q ,J7\e\~~I/\/f 1~1 J:L-- 57-2- --Z~ FEDERAL ill # )'q '?L>1 7 3C;~ _Individual --A..-Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this /0 dayof q;{ , 20 () i Personally KnO'Ml V or Produced Identification (Type ofIdentification) Notary Public -ete of ~ County of (,.<<.V I" , ::fliif~~ Printed, typed or stamped Commissioned name of Notary Public - USS\;f NOION IOUOIION ^a pepuog ~~~';'J8't', ~ 6t;ZOL't: aa # UO!SSlWwo::) km~~\ goon lION saadx3 uqs:I1WWO::>~ . . i ~ f'V'\I'OI:!.o "404S . :)lIqnd NOlaN ~~... ""'i,if -r't- ""j"ttI A.~,," ~ S>llNI11nW :utNHd3.LS "....." -.... ~~ ~~ ~ B06-0 1 24 18. LIST OF SUBCONTRACTORS AND SUPPLIERS NAME/ADDRESS/FEDERAL LD. NO./CONTACT PERSON/PHONE #: fI- nA( J?_ (Attach additional sheets if necessary) The bidder certifies that the bidder has investigated each company listed above and has received evidence that it maintains a competent and capable staff that is technically and financially capable of perfonning the pertinent work and that it has done similar work in a satisfactory manner. It is further acknowledged by the Contractor that any CHANGE in the companies listed above shall require the City of Ocoee's approval before any work shall commence by the new party on this project. See "Scope of Services" section. 19. LIST OF EQUIPMENT AND VEIDCLES: Please list year, ma.~e & model of all equipment abd vehicles that will be used on this Project, including whether owned or leased. If leased please provide name of lessor. b\.^.tf=i A\\ E-O\J.s:p\Y\bM\ ~~~~=~;, ~~~ ~~;~~.JAt~ w~r~/LT~ i. /'19-1 ~;\/ T~'-/l)~rrtJ.~ ,A- L_ B06-0 1 17 20, REFERENCESfEXPERIENCE OF BIDDER WITH SIMILAR WORK The Bidder must demonstrate that it has the experience to perform services similar to those required for this project. The bidder shall provide information regarding its experience on at least two (2) similar projects within the past five (5) years. See "Scope of Services" section. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBERJEMAIL ADDRESSINAME OF CONTACT \) YCiK ~o. - c.A"'FrG~ lZ-DAI'> "?.4~\L.. <>1 c;- E-, /5) liD, ..:; '0 -s tti!.:fl)uJ ' F 1- --:s' ~ /) =3D ;:yo ftN M e K~ !~ S(, ~ - 7.1"/- +g1D ;2-) H8iZ-Nl'1Nvo (1_/"), - IlJvf}/?IL5LYJ<vvaJ PMk.. z.o I 1--1, M a-;;:,v ,-S'}" RiOJk!7(!rl/J?- ~& 34bo) 1/41 FA~J /-3<L-?<4-1o~ Have you any similar work in progress at this time? Yes)( No _' Length of time in business r e, '164....;L':=> Bank or other financial references: 1 ,.un ~,~ I) tJ ,'tt. G\.n\..l -jtn\ - 5~ II & hL, Ku~G Julu (Attach additional sheets if necessary) 21. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the bidder in the past five (5) years which is related to the services that the bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets if necessary) ,NONE:- 22, ACKJ."l"OWLEDGMENT OF ADDENDA: Bidder aclmowledges receipt of the following addenda: No.~ No, No. Dated Dated Dated [0 -;II-DC:;- B06-0 1 18 Bond No. 10252005 BID BOND The American Institute of Architects, AlA Document No, A3l0 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we M. Gay Constructors, Inc, 11082 Industry Drive Jacksonville FL 32218 as Principal hereinafter called the Principal, and Westfield Insurance Company a corporation duly organized under the laws of the state of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee 150 NW Lakeshore Drive Ocoee FL 34761 as Obligee, hereinafter called the Obligee, in the sum of Ten Thousand and 00/100 Dollars ($10,000 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for Jim Beech Recreation Center -- Soccer Field Lighting NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25th day of October 2005 ~~ M. Gay Constructors, Inc. . ~'nciPal BY:~ . Michael Gay // ;:ident (Seal) ;?'SIE.l,L . N arne/Title ~~~ ~ Witness Westfield Insurance Company urety (Seal) Attorney-in-Fact ORSC 21328 (5/97) THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 07/29/05, FOR ANY PERSON OR PERSONS NAMED BELOW. BOND 10252005 POWER NO, 0994421 01 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio General Power of Attorney CERTIFIED COpy Know All Men by These Presel11s, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATiONAL INSURANCE COMPANY and OHIO FARMEf,S INSURANCE COMPANY, corporations, hereinafter referred to individually as a-Company' and coliect:vely as "Companies,' duly organized and eXisting under the laws of the State of OhiO, and haVing Its prinCipal office In Westfield Center, Medina County, OhiO, do by these presents make, constitute and apooint J. DAVID NAUGHTON, IV, JOHN E, DAVIS, BRENDA S. GRAHAM, BARBARA WITTEKIND, DONALD H, POAG, JR" JOINTLY OR SEVERALLY of JACKSONVILLE and State of FL Its true and lawful AttorneytsHn-Fact, With full power and authonty hereby conferred in its name, place and stead, to execute, acknowledge and deilver any and all bonds, undertakings, and recognizances; provided, however, that the penal slim of anyone such instrument executed hereunder shall not exceed FIVE MILLION DOLLARS AND NO CENTS ($5,ooO,OOO}_m LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR SANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were Signed by the PreSident, sealed With the corporate seal of the applicable Company and dUly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(sHn-Fact may do In the premises, Said appointment IS made under and by authonty of the fo!lowlng resolution adopted by the Board of Directors of each of the WESTFiELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: -Be It Resoived, that the PreSident, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested With tull power and authOrity to appoint anyone or more SUitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the follOWing proVisions: The Attorney-in-Fact. may be given full POwer and authOrity for and In the name of and on behalf at the Company, to execute, acknowledge and deliver, any and all bondS, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company~s liability thereunder, and any such Instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as If Signed by the President and sealed and attested by the Corporate Secretary,- -Be it Further Resolved, that the signature of any such deSignated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certJficate relating thereto by faCSimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bOnd or undertaking to which It IS attached.- (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be Signed by their Senior Executive and thef( corporate seals to be hereto affixed thiS 29th day of JULY A,D,,2005 , ........"'..,..... Corporate /... "VA,( .... Se.al5 J' ,v. ..._...IICa~'''- ,_4;).... '" y ~ Affixed} 'V " _ .... (I ... fti_. \ \ !i4:SEAL;Q 1 1'...1 ::11:. ..' ....J · ~{, i '\ ~"" --- ..'.$ . ..... ./ ~ " ..--' / State of OhiO ..........~ County of Medina ss,: .",'11'11"., ,",,,,\ \()N..1( /~:-:"t.. l;/'}.-.....,...;:~~~~~ ~ CZf SEAL ~n ~ \~-,.,......_"..,..:...~/ ~" * ,,' "j.',HI'H~P..t"~ ..........."..,', .,..:;;,c.. \\tSUH ;~r,''> ~. ~"t"':.,........~,,\ i'iti..- - ".~. i~ltY.AlTERlQ\'b \ :0: :!:: ;;_'h .~= ;~'. 1848 /~g ';.~. ....".::-..........~~/ ......,~, .......... "'#14,;,.....,..,.- WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY On thiS 29th day at JULY A,D., 2005 , before me personally came Richard L. Kinnaird, Jr, to me known, who, being by me duly sworn, did depose and say, that he reSides In Medina. Ohio; that he IS Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS iNSURANCE COMPANY, the companies deSCrIbed in and which executed the above Instrument: that he knows the seals Of said Companies; that the seals affIxed to said Instrument are such corporate seals; that they were so affixed by order of the Boards at Directors of said Companies; and that he Signed hiS name tnereto by like order, Notanal Seal Affixed :'~'''''''''''''''~.", f'~ ~ ^ .~.~-~. ,so ""~ c}./~\\"Wi/'v \. ,:E;) .. >- '.il'... ". '9 ,.. -./' .,~ "..,. ~ I< 0 F 0..." ........HU......,.,. dj- ~ State of OhiO County of Medina SS,: William J, Kahelin, At rney at Law, Notary Public My Commission Does ot Expire (Sec. 147.03 OhiO ReVised Code) I, Frank A, Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY. do hereby certify tna! lhe above and foregOing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are in ful I force and effect, In Wlfness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, OhiO, thiS 25th day of October A.D" 2005. . ,.....u'-....... i>~ ~"UA.(~ ....... J' ...' ..-.... ('a ~', I_~"" -.v'\ J.."'!'/ - ...."... - _. . '" ~ ! i4: SEAL': 1 '...! ::1:. !..: ;~7 . ~~. j- \~""'" <"lrO /.~ .,~~ ~,,\~,"U)'j:"'t..~ /~~;.;:';"'::'!::;-,~~~\ frf/ "'~,\ --, SEAL ',,: ~~::::::..;...::<~} .'H"....t . ..~''''.,'I ~~~c.. \MSU,;>", " l,~,"''''',~....'' l~." - ....~ci"\ f ~"'t\\AlTERf.Q\'b ~ i"': ::&~ i~~ lili ~~'" 1848 ...~! ',; . -...,., .... : '10, ............ ,.,.," '''''''1,,,,, at.......,.. .tk.uuu.'" ~AL Frank A, Carrino, Secretary Si/crdary BPOAC1 (combined) (06-02) .. ~~)" ..STATE OF FLORIDA ffP:h"",~,\ B:"~\ DEPARTMENT OF BUSINESS ANTI PROFE.SSIONAL REGULATION (5 ,'-", i \'G~... c'- . j ELECTRICAL CONTRACTORS LICENSLNG BOARD ,~~ 1940 NORTH MONROE STREET ~o~,~ TALLAHASSEE FL 32399-C783 .. (850) 487-1395 GAY, WILLIAM M M GAY CONSTRUCTORS INC PO BOX 26249 JACKSONVILLE FL 32226 DETACH HERE ~1823071 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD SEQ#L0501l200358 : - LICENSE NBR 12 2005 040568937 EC0001098 rhe ELECTRICAL CONTRACTOR ~amed below IS CERTIFIED Jnder the provisions of Chapter 489 FS. ~xpiration date: AUG 31, 2006 :;AY, WILLIAM M 1 GAY CONSTRUCTORS INC L5153 NORTH MAIN STREET JACKSONVILLE FL 32218 JEB BUSH GOVERNOR DISPLAY AS REQUIRED BY LAW DIANE CARR SECRETARY BID #B06-01 SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER @(Q)~w 1. Total Lump Sum Bid: $ 175,300.00 Qne hllnnrpn-~pvpnt-Y-T; vp dollars and 00/100 cents IhousaQd=rhr~e hundred ~ WarraDI)'\JfI'ered: N,'A The furnished and installed lighting system shall also be evaluated based upon a minimum of a ten (10) year life cyc:lc cost for operation and maintenance. The equipment manufacturer shaD submit with his bid the calculation for the life cycle costs based upon the following parameters. N/A A. Luminaire Energy Consumption _ (#) luminaries x _kw demand per luminaire x O.12/kw rate x 600 hn (annual average usage) B. Cost for Spot Relamping and Maintenance Over 10 years (Assume 10 repairs at $750 each if not provided) . Cost to Relamp all Luminaires During 10 Years 600 hours (annual average nsage) x 10 years I lamp replacement hours x $_Iamp & labor x _(#) fIXtures Total 10 Year Life Cycle Operating Cost equals A + B + C Cobble-stone Electric, Inc. Company Name JOfi stOIlQ Authorized Officer (print) J"...e ~ ~ c.) ~thori:ted Signature . 10/24/05 Date B06-0 1 23 18. LIST OF SUBCONTRACTORS AND SUPPLIERS NAME/ADDRESS/FEDERAL J.D. NO.lCONTACT PERSON/PHONE #: None ~l1b("nntra("tors Musco Sports Lighting Bob DeCouto 888-962-8080 Rexel/Consolidated Jiw Valentine 352-799-3256 City Electric - Terry Rabe 352-799-0038 (Attach additional sheets if necessary) The bidder certifies that the bidder has investigated each company listed above and has received evidence that it maintains a competent and capable staff that is technically and financially capable of performing the pertinent work and that it has done similar work in a satisfactory manner. It is further acknowledged by the Contractor that any CHANGE in the companies listed above shall require the City of Ocoee's approval before any work shall commence by the new party on this project. See "Scope of Services" section. 19. LIST OF EQUIPMENT AND VEHICLES: Please list year, make & model of all equipment and vehicles that will be used on this Project, including whether owned or leased. If leased please provide name of lessor. 199 diqqer derrick - 105 ditch witch trencher/backhoe k~hnr~ rr~("rnr/ln~npr - pnlp rr~ilpr, prf" .," .. B06-0 1 17 . 20. REFERENCESIEXPERIENCE OF BIDDER WITH SIMILAR WORK The Bidder must demonstrate that it has the experience to perform services similar to those required for this project. The bidder shall provide information regarding its experience on at least two (2) similar projects within the past five (5) years. See "Scope ' of Services" section. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 1.Seminole Jr. War hawks - Seminole,FL completed phase I (12/04) $74,350.00 Doing Phase II at present $176,000.00 steve Sicccl p.a Box 7332 Seminole, FL 33775 813 310 3886 2. Homosassa Soccer Phase I & Phase II Mucco Sports Lighting $15,510.00 & 15,750.00 Bob DeCouto (We ~re lioted ~o as Musco System Installer and have been for many years) Have you any similar work in progress at this time? Yes --X No _' Length of time in business 10 yr!':. Bank or other financial references: SunTrust (Brooksville Branch) (Attach additional sheets if necessary) 21. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the bidder in the past five (5) years which is related to the services that the bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets if necessary) None 22. ACKNOWLEDGl\:1ENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Dated Dated Dated 10/21/05 No. 1 No. No. B06-0 1 18 TO: City of Ocoee Purchasing COBBLE-STONE ~ ELECT~!,~. INC. 0 RE: Bid #B06-01 Jim Beech Rec. Center Soccer Field Lighting List of Officers: Joseph A. Stone President 4go/O Ownership P.O. Box 290 I~achatta,FL 34636 Martha Stone V,P., Sect'y, Treas. 51 % Owenership P,O. Box 290 Istachatta, FL 34636 P.O. BOX 290. ISTACHATTA, FL 34636-0290 PHONE: (352) 796-9000. FAX: (352) 796-1520 Date: 10/24/05 .. J. I AC# 144 7 2 28 I I I I I I I 51 A 1E OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD SEQ#L04061102404 : . LICENSE NBR 06 11 2004 030717941 . EC0001160 The ELECTRICAL' CONTRACTOR' ' Named below IS CERTIFIED Under the provisions of Chapter Expiration date: AUG 31, 2006 489 FS. STONE, JOSEPH A COBBLE-STONE ELECTRIC, INC POBOX 290 ISTACHATTA FL 34636-0290 JEB BUSH GOVERNOR DISPLAY AS REQUIRED BY LAW DIANE CARR SECRETARY FIN# 59-2830218 , ~ .. Mayor S. Scott Vandergrift center of Good L . <\.~e It1i~ 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 #B06-01 CONSTRUCTION SERVICES FOR SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www,ci,ocoee,fl,us TABLE OF CONTENTS FOR , BID #B06 O13; SOCCER FIELD LIGHTING AT THE JIM BEE RECREATIONCENTERk` BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid #B06-01 7 thru 16 General Terms & Conditions 17 Subcontractors/Equipment Listing 18 References/Summary of Litigation/Addenda Acknowledgment SCOPE OF WORK/BID FORM 19 thru 22 Scope of Work/Specifications/Special Conditions 23 Bid Form 24 Company Information/Signature Sheet EXHIBITS A. p.25 Location Map B. p.26 Conceptual Site Plan C. p.27 Proposed Location of the Lighting D. p.28 Contract Information E. p.29-32 Performance/Payment Bond END OF TABLE OF CONTENTS B06-01 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B06-01, SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER, no later than 2:00 P.M., local time, on October 25, 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 and licensed contractors that have experience and expertise in providing the necessary services required to furnish and install soccer field lighting at 1820 A.D. Mims Road, Ocoee, Florida 34761, in accordance to the bid documents. The City intends to award a contract to a single Contractor qualified and licensed in the State of Florida based on total lump sum bid prices that have experience with similar contracts and the ability to perform the required work. The successful bidder must have the required insurance, bonds, warranty, and references. A Non-Mandatory Pre-Bid Conference will be held on October 18, 2005 at 10:00 A.M" local time at the Jim Beech Recreation Center, 1820 A.D. Mims Road, Ocoee, Florida. A site visit will immediately follow the pre-bid conference. All questions, comments and concerns shall be presented at the Pre-Bid Conference, and no further questions will be accepted following the pre-bid conference. All bidders will be held liable for contents as presented at the Pre-Bid Conference, Bid Security: A certified check or bid bond shall accompany each bid, no cash accepted, The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Each Bidder shall submit one (1) original and three (3) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City 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 Contractors may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.tl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee, Copies via e-mail are not available and partial sets of bid documents will not be issued. Award of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered, No fax or electronic submissions will be accepted. City Clerk October 2,2005 B06-01 3 CITY OF OCOEE INVITATION TO BID #B06-01 SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER INTENT: Sealed bids for Bid #B06-01 will be received by the City of Ocoee, hereinafter called "the City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder". The proposed Contract will be for the furnishing of labor, services, coordination, supervision, materials, delivery, equipment, supplies and incidentals for the complete construction of soccer field lighting at the Jim Beech Recreation Center for the City of Ocoee, as listed under the "Scope ofWork/Bid Form" section of this Invitation to Bid, BIDDING INSTRUCTIONS: A. Each bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Corrections on the bid documents shall be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids shall also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501 or email jtolbert@ci.ocoee.f1.us, and shall be received not later than October 18, 2005. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or 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 three (3) copies of the required bid documents only, by the Finance Department not later than 2:00 P.M., local time, on October 25, 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 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as possible on the above-appointed date. Bidders or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings B06-01 4 and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Bid Form; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) Addenda Acknowledgment h) Copy of Applicable Licenses per the requirements of the Bid Documents i) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the bidder has complied with Paragraph E. The failure or neglect of a bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the 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. A Pre-Bid Conference will be held on October 18, 2005 at 10:00 AM local time at the Jim Beech Recreation Center, 1820 A.D. Mims Road, Ocoee, Florida. The conference will include a review of the bid documents, a question and answer period and a familiarization site visit, if applicable. All bidders shall be charged with knowledge of these matter discussed at the pre-bid conference. H. Any response by the City to a request by a bidder for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed by Demandstar, or the City if applicable, to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the bidder, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among bidders; c) Being in arrears on any existing contracts with the City, or litigation with the City or having defaulted on a previous contract with the City; B06-0 1 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 Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid, No bid may be withdrawn and all bid prices shall remain firm for a period of ninety (90) days after the time and date scheduled for the bid openine;. 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. The City will make an Award, in its absolute and sole discretion to the most responsible and responsive bidder whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a bidder to submit such evidence of bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. B06-01 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a cashier's/certified check upon an incorporated bank or trust company or a bid bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash or Company/Personal Checks will not be accepted as bid security. The cashier's check or bid bond is submitted as a guarantee that the bidder, if awarded the Contract, will after written notice of such award, enter into a written contract with the City, and as a guarantee that the bidder will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or bidder's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of intent or recommendation to award by the City, then such bidder shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the bidder's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable bidders will be returned not later than three (3) days after the City and the successful bidder have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS a) The Successful Bidder shall furnish the City with a State of Florida Payment Bond that complies with Florida Statutes, Section 255.05, et al. and a performance bond in form and contract acceptable to the City written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Bidder. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. c) Forms of the Payment and Performance Bonds are included in this bid package. B06-01 7 3. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of W ork/Bid 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 bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida Purchasing Division; and t) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 4. 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. B06-0 1 8 5. 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. See "Scope of Work" section. 6. 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(s) . Warranty offered . Experience with similar work . Successful reference check The City of Ocoee may waive technicalities or irregularities, reject any or all bids, and/or accept that bides) that is in the best interest of the City, with price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder(s) which, in the sole discretion of the City, is the most responsive and responsible Bidder(s), price, qualifications and other factors considered. However, the City specifically reserves the right to accept other than the lowest responsible and responsive bid when the City considers that to be, in its sole and absolute discretion, in the best interests of the City. 7 . LITERATURE: If required by the Scope of Work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 8. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file a Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. B06-0 1 9 3. After a Bid Protest has been properly filed with the City, the City, by and through its FinanceIPurchasing Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with the award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 9. PAYMENT TERMS: Payment will be based upon monthly draws equal to the percentage of work complete less 10% retainage to be paid when job is complete, except the retainage will be reduced to 5% of each progress payment at the point where the project is 50% complete, unless otherwise stated in the contract. See Scope of Services/Assignment Procedures Section. Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order 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. 10. CONTRACT: The successful Bidder, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees, Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. The form of Contract will be an AlA Al 05 form of Contract that has been modified for use by the City for this Project. Contract anticipated to be awarded in November 2005. Construction is expected to begin in February 2006, after the current soccer season ends. Contract time to be (90) calendar days substantial completion and (120) calendar days final completion. 11. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as B06-01 10 may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 12. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 13. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that it does not and will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term B06-01 11 "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary oflabor, are incorporated herein. 14. STATEMENT OF AFFIRMATION AND INTENT: The bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, bidder offers and agrees that if this negotiation is accepted, the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment B06-01 12 to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the services as stated. 15. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All bidders that 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. 16. 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. See "Scope of Services" section. 17. INSURANCE TERMS & 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. B06-01 13 a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law, In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contr,actor 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 ofOcoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE . $1,000,000 PERSONAL & ADVERTISING INJURY . Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability. Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above, 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervis ion 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. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: B06-0l 14 PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE 6) Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7) Builders Risk: . $100,000 Any (1) Location . $1,000,000 Any (1) Occurrence 8) Certificates 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: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date, 10)Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. B06-01 15 A COR!). CERTIFICATE OF LIABILITY INSURANCE OPID J OArEtMIIIUllIY'NY} PRAZE.1 11 04 04 THIS CERTIFICATE IS ISSUED NO A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT1I'ICATE HOLDER. TKIS CERTIFICATE DOES NOT AMEND. EXTEND OR AI. TER TKE COVERAGE AFFORDED BY THE POLICIES BELOW, "RODUCU ~a;~:;tor'. Name INSURERS AFFORDING COVERAGE _..__-+~-- INSURER A: .ur h..~'.tiAg J..~~_~!!.!.__._._..____------'- INS\JRER '" IlSURER .. _0: INSURER E: -------=1=-- ~..~_... n. . -.- -- COVERAGES THE POUC1ES Of IN6\JR.'oNCE L.iSTED 8E\.OW HAVE BEeN ISSUED TO THE INSlIREO NAMED MOVe FOR THE POlICY PERIOD INrnCATEO. NOTW1THS1'AHOlNG AH'( RIOUlReMENT, TERM ORCONDmoN Of AH"f COftIT'I\AICT Of' OTHER OOCUMENT Wfn4. RSSPECTTO WHICH lHtSCERTIFICATE w..V aE ISSUED OR MAY PERTAIN, THE INSUAAHCE AFFORDED 8Yl'HE POLICIES DESCRIBED HERElN IS SUBJECT TO ALL 'THE TERMS. EXCL.UStQN! AND CONDITIONS OF SUCH POlICtES.,t\GGREGA TE lIMITS SHOWN MAY HAve HEN REDUCED"'" PAlO CLAIMS 1"\1Ie OfllHSUftANCE GI!HEAAl. UAIlLlTY COMMERCIAL GENERAL UABJlJN CW". ""'00 [!] OCCUR POUC"f NUMaER. OA , 0,\ TE 1IItNODf'('Y l.IMITS EACH OCCUAAeHCE _-2..h2..!l.~~Q..,.. PAE~~'~~~I '50,000 .. LIliDEXl't"",......"""1 '5,000 I peRso~"'AOVINJURY s 1, 000,000 GeNEAA~~~..~g_~_ PRODUCTS. coWPJOP "GO ~. 2 , 000 I 000 COMBINED SINGLE Ll""lT (EI,c:tid..j '1,000,000 I\NV AtJlO AU. OWNED AUTOS SCHEOULED AUTOS HIRED AUTOS NON-OWNED AUTOS I BOOIlYI"fJ\JRV (P..P<<Wl) BOO'\' Y INJURY If>><< atcictenl) PROPERTY QAMAGE (P.ra~t) WORKEM COMPENSATlON AHD r.MP\.OVIRI' UAIJIU'TV ANY PROPRlETORIPAATNERlEXECUT1VE! OFFlCERIMEMBER EXCI.UOED? ~~.-- OTHER ~ "VTOONlY..~~~!!_-!___.._. EA ACe s AGO I .~~.~~~."l, 000 t 000 iAGGAEGATE '2,000,000 r----~ :--===\ . X TOAYUWfSL EA' _~ L~~~~~~~.Q.,Q-; 1 E.L. CISEAlE. E.A EMPLOYEE S 500, 000 ~.POUCYUMIT 1500,000 OTHER THAN AurOOHl.Y' x Builders Ri.k Any 1 Loc An 1 Occ l00,lXXl 1,000,000 O!SCRIPT1ClH 0' OPEAATlONS I LOCAT1ONlI veHIClES I Del.USIONS ADDED IY !HOOR5IMEHT I SPlCIAL HtOWSIONS The insurance evidenced by thi. certificate sh.ll name the certificate holder. e. an .dditional in.ured on the General Liability ~ Qmbrell. Liabili ty, Workers' compenution, bployer8' Liability ~ aeneral Liability .hall contain a W.iver of Subrogation in favor of the certificate holder. The certificate holder 18 added a. a nmrl.:iIB:nsd ft:r ~ Risk. OCOEB01 CANCEUATlOH SHOULD MY OF THe ASOV( OUCR/HD POl,.1QU lIE CNlCI1.J...aO IIlPOft!.. THE I!.XPUIATlOt- OAn TKIRIOP'. THe IISUDlO INSURIER WILL !NDEAVOft TO MAIL !L OAYS WRJTTEN MCneE TO THI! c.eRTFtCAT! HOLOI.Jl HAMID TO.T'HE I..!". IVY F.lJlUAI! TO DO so $HALL _ NO 08UOATIOlI OIl UA8lUTV o' _ KlHD lI'Oll THE 'NSlllWl,lTS AGENTS OR REPRueNTATIVES. AUTHORIZED UP-ROell ATlVE CERTIFICATE HOLDER City of Ocoee 150 N. Lak..hore Drive Ocoee PL 34761.2258 <<I ACORD CORPORATION 19s1 ACORD Z. (2001108) S,4-N\ PI. IF B06-0 1 16 18. LIST OF SUBCONTRACTORS AND SUPPLIERS NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The bidder certifies that the bidder has investigated each company listed above and has received evidence that it maintains a competent and capable staff that is technically and financially capable of performing the pertinent work and that it has done similar work in a satisfactory manner. It is further acknowledged by the Contractor that any CHANGE in the companies listed above shall require the City of Ocoee's approval before any work shall commence by the new party on this project. See "Scope of Services" section. 19. LIST OF EQUIPMENT AND VEHICLES: Please list year, make & model of all equipment and vehicles that will be used on this Project, including whether owned or leased. Ifleased please provide name oflessor. B06-0 1 17 20. REFERENCES/EXPERIENCE OF BIDDER WITH SIMILAR WORK The Bidder must demonstrate that it has the experience to perform services similar to those required for this project. The bidder shall provide information regarding its experience on at least two (2) similar projects within the past five (5) years. See "Scope of Services" section. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBERIEMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No business Length of time in Bank or other financial references: (Attach additional sheets if necessary) 21. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the bidder in the past five (5) years which is related to the services that the bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets if necessary) 22. ACKNOWLEDGMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Dated Dated Dated No. No. No. B06-01 18 CITY OF OCOEE B06-01 SCOPE OF WORK/SPECIFICATIONS/SPECIAL CONDITIONS SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER SCOPE OF WORK 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 the furnishing of labor, services, coordination, supervision, materials, delivery, equipment, supplies and incidentals for the complete construction of soccer field lighting at the Jim Beech Recreation Center for the City of Ocoee, located at 1820 A.D. Mims Road, Ocoee, Florida. The bidders shall anticipate and provide for total assemblies and systems to provide the Owner with a complete, operating, and functioning lighting system when complete. Exhibit A is a Location Map, Exhibit B is a Conceptual Site Plan, Exhibit C is the proposed location of the lighting. The Contractor shall provide shop drawings, including electrical, to the City prior to installation. Literature and Warranty information must also be provided to the City of Ocoee prior to installation. Construction is expected to begin in February 2006, after the current soccer season ends. PROJECT DESCRIPTION Please note that the following specifications are intended as minimum and preferred guidelines; and equipment meeting equivalent specifications will be accepted, provided it meets budgetary constraints. Please submit a bid on only one (1) type of lighting system that best meets the specifications. Minimum Specifications: Lighting System . 8 x Pre-cast concrete bases . 8 x 70' mounting height galvanized steel poles . UL Listed remote electrical component enclosure . Pole length wire harness . 56 x factory-aimed and assembled luminaries . Technology that operates with less energy and extended life with a system of timed power adjustments. . Minimum 10-year warranty and maintenance program that includes all materials, labor, and one (1) group re-lamp(s) at the end of the lamps' rated life, 5000 hours. . Guarantee of a constant light level of 30 FC over the life of the lamp for soccer fields. . A system for flexible control and facility management of the lighting system. . Lighting Contactor Cabinet sized for 480 Volt 3 phase. . Energy savings over standard lighting system. . Less spill and glare light than standard industry technology. Installation -Shall include the unloading of the equipment upon arrival to the job site, excavation of the holes, assembly of the poles and luminaries, all pole wiring, installation of prestress B06-01 19 concrete poles with crushed rock backfill, pole erection, and luminarie aiming. Wiring for the System is from the lights/luminaire assembly down to the remote ballast enclosure at the base of the pole where it will be terminated on the Contractor supplied disconnect breaker. Installation should assume standard soils of 2000 psf with no rock or abnormal collapsing holes. The City will provide reasonable access to the pole locations. Contractor to dispose of excavated spoils from augered holes. Contractor to provide final footcandle testing upon electrical feeders, ground rods, panelboards, labor and transformation to energize the lighting system. Contractor is responsible for marking pole locations. The City will provide a water source (i.e. fire hydrant). Contractor will be responsible for site preparation and restoration of the site to its original state, including hauling away of excess dirt, soil. Electrical - Includes conduit, wiring & switchgear as per all applicable building and electrical codes, per the governing standards section of this bid. Estimate based on 480/3 phase power being within 100' of the field. Contractor will not be responsible for upgrading the transformer. However, Contractor will be required to coordinate with Progress Energy on finalizing electrical hook-up, to be provided by the City through Progress Energy, to make a complete and operable lighting system. GOVERNING STANDARDS & MINIMUM REQUIREMENTS A. General Unless it is expressly authorized in writing by the City, all construction shall be in accordance with the latest requirement of the following standards: . State of Florida Uniform Building Codes . City of Ocoee Building Codes . National Electrical Code (NEC) Contractor and all sub-contractors engaged in construction on this project are required to be familiar with industry standards applicable to those contractor's construction activities. Copies of applicable standards are not provided in this document. It shall be clearly understood that all work and material used for this project shall meet the most current standard industry product specifications and State of Florida Building Codes. Where copies of standards are needed, Contractor shall obtain copies directly from the publication source. A selected group (partial list) of organizations, trade associations, authority having jurisdiction is listed below: American Concrete Institute - ACI American Institute of Architects - AlA American National Standards Institute - ANSI Institute of Electrical and Electronic Engineers - IEEEE National Electrical Code - NEC National Electrical Manufacturers Association - NEMA National Fire Protection Association - NFP A Occupational Safety and Health Administration - OSHA B06-0 1 20 PERMITS & INSPECTIONS The Contractor shall be responsible for filing the necessary permit application for all components of the project with the City's Building Department. In addition to the shop drawings, the Contractor shall be responsible for preparing the necessary diagrams and materials lists as needed for issuance of the permit. The City permit fees are waived for this project. Please contact the City's Building Department at extension 1000 for clarification on permitting requirements. The Contractor shall be responsible for scheduling, attending, and complete all necessary inspections to satisfy the permit requirements. City will provide a project manager to coordinate the work with the firm as needed. PRODUCT SUBMIT ALS & SHOP DRAWINGS All products, material, parts, fixtures, etc., used for this project must meet or exceed the minimum specifications established in this document as specified by the governing industry standards that are identified. The Contractor shall submit all product information for the products, parts, materials, fixtures and components to be used on this project. The product information shall be sufficiently detailed and complete so that the City can evaluate whether it meets the specifications identified in this package. Contractor shall also include a description of all necessary related shop drawings or design services that will be provided as part of the lump sum bid, The Contractor will be required under the Contract to submit all detailed product information, shop drawings and specifications to the City for approval prior to installation. The Contractor shall include a copy of all manufacturer warranties which shall be required to be assigned by the Contractor to the Owner before final payment under the Contract. SUBCONTRACTORS In addition to the prime Contractor, if applicable, all project sub-contractors for each category of work shall be completely identified. A copy of each sub-contractor's license shall be provided to City when submitting the bid. EXPERIENCE & REFERENCES Each bidder shall have completed a minimum of two (2) similar projects in the past 5 years. Each bidder shall provide the following information for each similar project: . Name & address of the owner . Name of contact person and recent telephone number . Project budget . Project schedule . Acreage of the sports field . A description of all claims and litigations by either party and the final outcome B06-0 1 21 LICENSES All contractors and sub-contractors proposed for this project shall be fully licensed in their discipline in the State of Florida as required by Florida law. A copy of the license for the prime and all sub-contractors shall accompany the bid. Failure of the firm to follow the guidelines specified above may result in disqualification from the selection process. PROPOSAL EV ALVA TION & SELECTION The City's staff shall recommend to the City Commission that the Award of a contract be made based on the Award Criteria contained in this bid package. It is anticipated award of this contract will be in November 2005, and construction to begin in February, 2006 which is after the current soccer season ends. The City of Ocoee may waive technicalities or irregularities, reject any or all bids, and/or accept that bide s) that is in the best interest of the City, with price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder(s) which, in the sole discretion of the City, is the most responsive and responsible Bidder(s), price, qualifications and other factors considered. However, the City specifically reserves the right to accept other than the lowest responsible and responsive bid when the City considers that to be, in its sole and absolute discretion, in the best interests of the City. 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. B06-0 1 22 BID #B06-01 SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER 1. Total Lump Sum Bid: $ dollars and cents 2. Warranty Offered: The furnished and installed lighting system shall also be evaluated based upon a minimum of a ten (10) year life cycle cost for operation and maintenance. The equipment manufacturer shall submit with his bid the calculation for the life cycle costs based upon the following parameters. A. Luminaire Energy Consumption _ (#) luminaries x _kw demand per luminaire x O.12/kw rate x 600 hrs (annual average usage) B. Cost for Spot Relamping and Maintenance Over 10 years (Assume 10 repairs at $750 each if not provided) C. Cost to Relamp all Luminaires During 10 Years 600 hours (annual average usage) x 10 years / lamp replacement hours x $_lamp & labor x _(#) fixtures Total 10 Year Life Cycle Operating Cost equals A + B + C Company Name Authorized Officer (print) Authorized Signature Date B06-01 23 Bid #B06-01 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification Notary Public - State of County of (Type ofIdentification) Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B06-01 24 EXHIBIT A Location Map B06-0 1 25 EXHIBIT B Conceptual Site Plan B06-0 1 26 EXHIBIT C Proposed Location of the Lighting B06-0 1 27 EXHIBIT D CONTRACT The Successful Bidder shall execute an AlA A105 form of Contract with the City which has been modified for use by the City for this Project. B06-01 28 EXHIBIT E PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal"), and , a corporation organized under the laws of the State of and licensed to do business in the State of_ _, (hereinafter referred to as "Surety"), are held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee"), in the Penal Sum of DOLLARS ($ ), for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated entered into a contract, (hereinafter referred to as the "Contract") with Obligee, for the construction of improvements for the following Project (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by , dated ; and WHEREAS, under the terms of the Contract, Principal is permitted or required to complete the improvements to the above-described property in accordance with the Plans and Specifications and the requirements of the Contract, and is also required to provide a bond guaranteeing the faithful performance of the Contract by the Principal or such replacement contractors as Principal may employ; and NOW, THEREFORE, the condition of this obligation is such that if Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, damages caused by delays in performance of the Principal, expenses, costs and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligation shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond, The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (i) amendments or modifications to the Contract or the Contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation oflaw of the Surety from its obligations hereunder.t B06-01 29 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or other modifications to the Contract. The said Principal and the said Surety agree that this bond shall insure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 19 _, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (Official Title) (SEAL) B06-0 1 30 Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal"), as Principal and a corporation organized and existing under the laws of the State of hereinafter called the "Surety"), as Surety, are held and firmly bound unto The City of Ocoee, Florida, (hereinafter called the "Obligee"), in the sum of Dollars and _ / Cents ($ ), for the payment of which sum well and truly to be made the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 200 _ to perform, as Contractor in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby referred to and all obligation of Principal thereunder made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall promptly make payment to all person supplying (a) labor, materials, services, insurance, supplies, machinery, equipment, rentals, fuels, oils, implements, tools, appliances, and any other items of whatever nature, furnished for, used, or consumed in the prosecution of the work provided for in said Contract and any and all modifications of said Contract whether or not permanently incorporated in said work, (b) pension welfare, vacation and other supplemental employee benefit contributions payable under collective bargaining agreements with respect to person employed upon said work, and (c) federal, state, and local taxes, and contributions required by law to be withheld or paid with respect to the employment of person upon said work that may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The said Surety agrees that no change, extension of time, alteration, addition, omission, or other modification of the terms of the Contract, or in the said work to be performed, or in the specifications, or in the plans, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such changes, extensions of time, alterations, additions, omissions, and other modifications. The said Principal and the said Surety agree that this Bond shall inure to the benefit of all person supplying labor and material in the prosecution of the work provided for in said Contract, as well as to the Obligee, and that such persons may maintain independent action upon this Bond in their own names. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond, B06-01 31 IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this _ day of , 200_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Principal) By (Name & Title) Witness or Secretary's Attestation (Signature) Witness: (Seal) (Surety) By Or Secretary's Attest (Name & Title) (Signature) * Attach Power-Of-Attorney Surety By: (Official Title) (SEAL) (Countersigned by Florida Registered Agent) NOTE:If Principal and Surety are corporations, the respective corporate seals shall be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. B06-01 32 ..~ .. .. " o :I: .. ~ D- C" '< J: ~ -t c =l. ,...., 11 -~ g ~ - ~ ~ 0 Cl. III .. "0 ll> ... Ii ;: ~ ; n i6 Ql .... o ::J Ii ~ :J' -1"0 g ll> o ~ ~ III :I 0' III C. VI '-' ~ c I""~ U111l " S. Q !e. .... o =' :Dg~9. O_Q)~ !to:::l~ , :E C "" )>c!llg ;:l: ~ '" ~ S!. ;I" -:D"," :TOCDa mill r3 ;P-$11 ::: ^CIl 30m::: lll:::l~a3 ~goa.'" ... CIl ~'Ci)>S" ~ca3'" -CO:::l:D ""'0 cO ifo<D!t :D < S- CD ~ ~ lC o_:Eo ;::Tcz ~ CD en 0 ~~""':l. :::l=:D::r 0300 <D III ~:::l ::10. 5' tb'-=: ...ii!::rCD =E 0 C'n: =~::TO" - =E'" g":Esa. occr~ n ~ en Q) 03-0::1' tb':D:::lc 0.0 <D olll'Ci:e ::Ja.c:r ;:0::,;- (D ~ ciS,::r (6"~3:E' ::l:'tI)' 3 !/!, '" -I '" ~af;:r o 0 ::J g ~;J>~~ m!=,!!\." a s::;:~ III -,co 0 a.=I::ro . U;..::;!:; 0... '"' "'" CD tI) ~ ;;J" :xl (ll o ~ 0' :::l o <D :::l SP: iD' o o 111 ! a ..... fig o )> ~ s: 3' '" :xl o III ?- , " r,:":"';':m ..... rf t;:! (1l ~ ~ ~, o l:l ~ tf EOOZ JllqUIBldeS :a\ll{] IU~d pasodoJd I'd:~: I BUIlSP<3 1':'<1 :saJnlOO.:l xaldwo~ UOneaJoa~ SMO'cl pue SjaOJ8d D I IlIa,j ooz 00 ~ 6 HJ.HON o OO~ Jalua:::> UO!IOOJJa~ " " "I' JalUcy') on.enbV' ^I!WB.:I ueld al!S len~daouo~ xaldwo8 UO~leaJ~a~ 40a88 W!r ',:PtPt;Ptj"'rj g.g.g.g.[ (1) (1) (1) (1) 0.. ..." ..." ..." ..." ..." tZl (lHZl tZl ~ ~.....:J ~V't ~VJ ....... ......' tZlCZlCZlRo:::: CXl~-l:>o.CZlO"' ~~~t-J~ ~ ~ t=.: ~ ~. ~ """"""~ ~ t"""'t-O ::r::r::r_ ~ ~ .~ ::r VJ (l) (1) (1) ~ g Vl......\O(1)C'l ::nO::n..j::..S ~ ~ ~ ::n ~. ~ @ ~ ~ ~, o rLl 0 ~ ~ ~ 0 ~ 0.. (1) ~ (1) - P' C1l P' QQ' g.~g. S' ::T _ (1) <: (1) - rLl ~ ~ P' ~ (1) (1) 0.. C'l o ~ :4 P' ~ ...... QQ' S' cr> >; ....... o '< (1) ~ ..." ~ V't o o o 5 c:: >; ..." rJ1 . rJ1 . ~ N W W ~ g, ~ .... ~ ~ ~ s. .... - ~ ~ tN Q., - A Q., p. N a ~ ~ rJ1 . rJ1 . ~ tN ~~ ll' ~ ., - ace. ~ ~ rJ1 . tZl . Ul Cl'\ t:""~ ll' ~ ., - ac Q. ~ ~ rJ1 . rJ1 . QC --.l Mayor S, Scott Vandergrift (enter of Good L . '\.'o-e It.'i1s> .Commissioners Gary Hood, District I Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J, Parker, District 4 City Manager Robert Frank October 21,2005 ADDENDUM NO: ONE (I) CITY OF OCOEE BID #B06-01 CONSTRUCTION SERVICES FOR SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER This addendum shall modify and become a part of the original Bid Documents for the construction services for soccer field lighting at the Jim Beech Recreation Center bid. This addendum is a result of the pre-bid conference held on October 18, 2005. Clarifications and/or Changes to the bid documents are as follows: Soccer Field Lighting Comments: 1, The breaker box and control panel shall be located within the fenccd area to the east of the Jim Beech Center, The electrical service and control panel shall be free standing and not mounted on the building. The vertical posts can be square concrete or galvanized posts, The box and panel shall be a minimum of three (3) feet above the ground for ease of access. 2. The Progress Energy transformer is located within the fenced area to the east of the Jim Beech Center. The contractor is required to coordinate with Progress Energy in working in and around the transformer. The electrical service for the soccer filed lighting system shall be a separate metered account. 3. The furnished and installed lighting system shall also be evaluated based upon a minimum of a ten (10) year life cycle cost for operation and maintenance. The equipment manufacturer shall submit with his bid the calculation for the life cycle costs based upon the following parameters. A, Luminaire Energy Consumption _ (#) luminaries x _ kw demand per luminaire x 0.12/kw rate x 600 hrs (annual average usage) B. Cost for Spot Relamping and Maintenance Over 10 years (Assume 10 repairs at $750 each if not provided) c. Cost to Relamp all Luminaires During 10 Years 600 hours (annual average usage) x 10 years / lamp replacement hours x $_ lamp & labor x _(#) fixtures City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fllls Total 10 Year Life Cycle Operating Cost equals A + B + C 4. Be advised that effective October 1, 2005, the 2004 Florida Building Code went into effect; therefore it will apply to this project. 5. Although buried conduit layout and specifications are not supplied, the contractor will be required to provide the design and construct the underground electrical and instrumentation control systems in accordance with the National Electrical Code, 6. The successful contractor will be required to pull permits through the City of Ocoee Building Department and inspections will be performed by the Building Department for compliance with the appropriate codes and approved plans. However, the permit fees are waived. Contractor will be charged for failed inspections. 7. See attached dimensional sheet for layout of the fields. 8. See attached Revised Bid Form. Joyce Tolbert, CPPB Purchasing Agent All respondents shall acknowledge this addendum by completing Section 22 Acknowledgment of Addenda, p. /8 of the bid package. OYSL Ops Manual Board Approved Revision: 1 5/3/2005 Appendix C - Layout of All Fields ~ .J$t :R~$itl~aAf~j. :29> ~iljlftlct~dAre~: . :::;ro~::: : :Ji~irtiicle:ifAtei: . . .)Q' .... <~.W:~~~~,:;,"'>,. :<;.;;.~:~~~~"",>.: :'<''''Wl~~9~:;~>' ,"A: A::. f I' :~ :,... fl,,~~ I;:~ /.i;j; :<'<t:.: ~I:,: ~i3 "~" fe, .:.~: ':1\' :', r ,}; :J l:, v::" ::t' .)Ii: l 'i'o. '1 : :t: J" :4:;. :.:u. ....ca. ':.iII: .t2::. -OJ'~. '(U ;~ '",0 :Flel~;:~, <:e. ~, 'Fl~fd;~t E? ',f.>' "!l. ..as.... ':-:i:::j.. ::~ ~: g) ::0 'L$GE: iEf LARGE ,:.l!. .-:.0 ,0; ;'1,. ..,..., .~: 00, ~'.' /QL ::>.<,' " ::1 *;, " ,.:..h .:~ .:1!!" 0; :if:: ,0:: Re~t~ci~dkea ~; J .. <;"-'29 y'~@,::,c.>.: .1!!~ Fletcld ~'; :0' I:: .~.: ',<0: {iili :tl:,. t.1INI ~; ~.. .. . . ., . : :i:!~sirid8d ..... #~J~'iitllfi:Wea RestriclatfArea ;i Page 29 of 29 BID #B06-01 SOCCER FIELD LIGHTING AT THE JIM BEECH RECREATION CENTER 1. Total Lump Sum Bid: $ dollars and cents 2. Warranty Offered: The furnished and installed lighting system shall also be evaluated based upon a minimum of a ten (10) year life cycle cost for operation and maintenance. The equipment manufacturer shall submit with his bid the calculation for the life cycle costs based upon the following parameters. A. Luminaire Energy Consumption _ (#) luminaries x _kw demand per luminaire x O.12/kw rate x 600 hrs (annual average usage) o ~ B. Cost for Spot Relamping and Maintenance Over 10 years (Assume 10 repairs at $750 each if not provided) C. Cost to Relamp all Luminaires During 10 Years 600 hours (annual average usage) x 10 years / lamp replacement hours x $_Iamp & labor x _(#) fixtures Total 10 Year Life Cycle Operating Cost equals A + B + C , Company Name Authorized Officer (print) Authorized Signature Date B06-0 1 23