Loading...
Item #09 Award of Bid #10-02 Re-bid Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivision Meeting Date: January 5,2010 Item # 9 Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director' City Manager: for Wedgewood Subject: Award of Bid #B10-02 Re-Bid Reclaimed Water Syste Commons and Whitehill Subdivisions Commissioner Keller-District 4 Background Summary: Bids were received for the construction of a reclaimed water distribution system within an existing residential subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing utilities and private property is an important aspect of the work. Issue: Award the bid for the Re-bid Windstone Reclaimed Water Retrofit Project to Schuller Contractors, Inc. and approve the budget amendment of $45,000 from the Windstone & Forest Trails reclaimed water retrofit project. Recommendations Staff recommends that the City Commission award the bid to Schuller Contractors, IDe, in the amount of $421,730.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority and up to the budgeted amount for this project. Attachments: 1. Bid Tabulation 2. Schuller Contractors Bid 3. Addendum # 1 4. ITB #B 1 0-02 Financial Impact: Bids were initially solicited for this project last summer, but all bids were rejected due to irregularities in the low bid received. Original funds for this project were provided in the adopted FY 2009 Budget at $436,800, of which $429,325 remained unencumbered at the end of the fiscal year. This amount was reduced to $400,000 due to the initial bids received; however, the project was revised to enlarge several water main segments as a result of flow analysis reflecting the planned future expansion of the reclaimed water system to adjacent neighborhoods. As a result, bids were significantly higher when the job was readvertised in November. The available funds of $392,525 are now insufficient to award the contract at the proposed low bid price of $421,730. Accordingly, staff recommends that an additional $45,000 be added to the budget for this project from $84,482.90 in unencumbered funds remaining in the budget for the recently completed Windstone & Forest Trails reclaimed water retrofit project. This budget amendment will provide a total construction project budget of $437,525, thereby allowing the job to be awarded to the low bidder and providing a $15,795 (4%) contingency budget balance. Type of Item: (please mark with an "x'J Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Deat Use: _ Consent Agenda Public Hearing _ Regular Agenda _ Original DocumenUContract Attached for Execution by City Clerk X Original DocumenUContract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~ N/A N/A N/A 2 City Manager Robert Frank Commissioners Gary Hood. District 1 Rosemary Wilsen. District 2 Rusty Johnson. District 3 Joel Keller. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mavor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: December 22, 2009 RE: A ward of Bid #B 1 0-02 Re-Bid Windstone Reclaimed Water Retrofit Project ISSUE Award the bid for the Windstone Reclaimed Water Retrofit Project to Schuller Contractors, Inc. and approve the budget amendment of $45,000 from the Windstone & Forest Trails reclaimed water retrofit project. BACKGROUND/DISCUSSION Bids were received for the construction of a reclaimed water distribution system within an existing residential subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing utilities and private property is an important aspect of the work. The bid was publicly advertised on November 1, 2009 and opened on December 1, 2009. There were a total of seven (7) bids received. The lowest three (3) bids are: Bidder Total Bid Amount 1. Schuller Contractors, Inc. $421,730.00 2. Sitek Corporation $465,478.00 3. Cimarron Construction, Inc. $517,503.00 The bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review. The Engineering and Finance Departments reviewed the seven (7) bids received. It is staffs opinion that Schuller Contractors, Inc., offers the lowest responsive and responsible bid in terms of qualifications and price. The bid is below the Engineer's construction estimate of $425,000.00. 1 00 z o en :> i5 I-al _::I LLOO O...J O::...J lii~ o::~ ~~~~ N I-:>-a. Cjl 0001-0 OO>Z<CO .....jDoo<C...J.. al . 0:: ::I N 'ltW WOOal 0'1 OO::I-Z<ce - <cOI-CO al :ii:~9~ o..::al..... wO :iii:U <8 ...Jo ~:ii: O::w C) o W :ii: 0:: o LL t..i ~ a:: iii Wa:: ::::l 01- lIJ lIJ lIJ :Juwww ~~>>> lIJl- Z o U z' o i= u :J a:: I- ~t..illJlIJlIJ OzUJUJUJ u->>> Z o a:: a:: < :ii: 13 a.. <a:: 00 _u a::...J 0< ...JI- u..zllJenen ...JwwWUJ ~~>>> 1-0 Za:: w- u> z w t..i ~ iii z S2~~~ ~>>> J: ...J a:: < u c:i z E OJ "0 C Q) "0 "0 < -'" ,~ ~ al'-t5 .J::: <c.91"Ou 1-~53l o~~ai jD ~ai~ Wooooo uC!C!C!C!C! _moooo a:: 0"''''01'1 a.. ~...... '<t."!....... ...JCDCD",OCO <~'l"'""'''''''~ ~~ ~ I- o I- Wooooo uC!C!C!C!C! _"'0000 a::O",,,,ON a.. ~ ~ '<to "'....... I-CDCD",OCO _..-......tn.,...fIt z~~ ~ :J Wooooo 00000 ~ooooo a::ooooo a.. 0.0.0.lll.0. ...JOM..-NO <......b'7b9-~...... I-lf> If> o I- 00000 00000 Waoooo uoaaoo 0: o. o. O. LO. O. a.. 0("")...... NO ,.... Ell tfl YJ- ...... I-lf> If> Z :J WOOOOO 00000 ~o<rio<rio a::LONCOlOlf> a.t--~(",)_~M_ -.JCO...... v <~lf> If> If> I- o I- WOOOOO UOOO~~ _OlOOI.OO a::LONCOlOlf> a..f'.._~~M_ ....co...... ~ _......f;I) ,.... Zlf> If> :J 00000 00000 woocrioo UOOlOOO _lOomlOCO o::r--:r-:......~NLri o..lf>lf>lf>lf>lf> ...J ~ o I- 00000 00000 WOOcOoa UOOlOOO 0: LO. O. CJ) LO. co. a.. "''''......NI.O tA- tA- EA Ell b'7 I- Z :J ~ a 0- ~ en w "" o -----.::t~ - g u o (,) ~ tii OJ Vl ';;; o U OJ <tl UJ "0 a.. c 0 c <tl J: o Vl ~ ~ g ~ ro (/J G)"T :g ~~g~ E,_ 0 E ~ ~ Z ~' c -E ,~ Vl :q Q c '~ c a.E ~ I- 0 <tl ,2 (j) "0 C Q::.;:-cu.....cm a::~"o2tii<tl.J::: ~ :3 8 1ii (v ~ .~ WOQ)5ffi5~ O:;O::UC>cou.. c 'iij E Qi 1il ;t "0 Q) E 'iij ti ~ o o ; '<t .n .... ~ o C! .... .... ~ o o o co o cO N If> o o o N If> o co cri '<t ~ '<i N If> o N r..: ;;:; o o o lO ~ to LO If> o o o '<t If> o "". N c 'iij E Qi 1il ;t "0 Q) E 'iij ti ~ UJ a. o J: .J::: (,) C ~ tii u; ,5 "0 c '" .J::: Vl 'c 5 u.. o o N .... co cO 1'1 ~ o o N .... ~ o o <ri N o o lO If> o o <ri N If> LO lXl cD lO '<t '<i lO If> LO lXl cD N If> o o cD '<t '<t o .... ;;:; o o cD '<t If> co "" c 'iij E Qi 1il ;t "0 Q) E 'iij ti ~ UJ a. o J: .J::: (,) C ~ ~ tii u; ,5 "0 c <tl .J::: Vl 'c 5 u.. o o cD ", 1'1 M ~ o o N 1'1 ~ o o o N CJ) IIi If> o o o '<t If> o o ('j CJ) CJ) r..:- If> o o -.i LO If> o o o N lO oi If> o o <ri lO If> V') '" a- N c 'iij E Qi 1il ;t "0 Q) E 'iij ti ~ UJ a. o J: .J::: (,) C ~ ~ Iii u; ,5 "0 c '" .J::: Vl 'c 5 u.. o o o CD '<t o ..... .... ~ o o ; ~ o o o LO lXl to lO N If> o o o '" If> LO ..... <ri CJ) 1'-. .... '<t N If> LO LO ~ co If> o o o LO lXl to lO N If> o o o '" If> N x o .0 "0 C '" Q) > tii > Q) 1il Ol c .g .91 11 OJ "0 .J::: (,) C J; tii u; .s "0 c '" .J::: Vl 'c 5 u. o o o I'- 1'1 M ~ o o ".; ..... CD. .... .,. o o o o N N If> o o o o ~ Ii; o o o LO '<t N If> o o <ri N N.. ;;:; o o o o LO N If> o o o LO N. ;;:; o C! .... ", '<t .n ~ o o r-: .... "'!. .... .,. o o o o N '<i If> o o o o '<to Ii; o o <ri LO ~ '<i If> o o <ri lXl C"l Ii; o o o o LO '<i If> o o o o LO. Ii; x o .0 "0 C '" Q) > tii > Q) 1il Ol c .g .91 n OJ "0 .J::: (,) C J; o o ".; 1'1 I'- N ~ 000 000 ouitO '<t"'", '<t"'CD r--,- an cO ....~.... ~ ~ -~- N o o o ", C"l .D .... ~ o o o ", ..... .D .... ~ o o o o o. Ii; o o o o o. Ii; o o o '" I'- oi If> o o o '" I'- oi If> o o o o LO oi If> o o o o LO oi If> o o cO '" ..... cO ~ 000000 000000 W"":MNNO ",CDO",'<tN OCD.....N,....1l) lli'~(\,r~~~... N......C"")tI).'l"'"..... ~utw. UJ.~ o o ".; 1'1 I'- N' ~ 000 000 ollie 1'1"'0 ....."'co criancO ~.,.~ o o cD '<t CD ~ 000000 000000 M,....:~cD,....:~ lXl"''''NN'<t ,....oocn......v.tn thtnUJ.N ~ o o o o o N If> 000 000 cidci OOCO OLOO ~N(1)- ~lf>~ If> If> o o o o N IIi If> 000000 000000 ooooood OOl.OO..-('\l "'ItCOvOOLO ~1'--"--McO-q: ......b'lNt,9............ (A Y) fh fJ} o o o o o N If> 000 000 000 000 LOLOO Lri N- cn- If> If> If> o o o o '<t If> 000000 000000 OOOOM...r lOOLOOM-.::t '<tlOlOLOlf>lf> y)fAfA~ If> o o o o C"l N If> 000 OON aao LO 0 0 O'<tN OMcO ~lf>~ If> If> o o o CJ) I'- o ~ If> 000000 000000 Oc:ir---:NO~ 00'>f'--01.OC'l O'll\:tC'l..-w...... '<ioiIIiNMO NWNEfl..-...... EA tf} tf} EA o o o o C"l N If> 000 000 lrialri NOCO O'<tLO I.O-C"')-CXJ- If> If> If> o o o C"l co If> 000000 OOOOOf'-- ac:im~lric:i 1.OC'l(OI.ONM f'--f'--f'--Ofl)EI) tf} fA. EA - Ii; o o cD C"l '<t N If> 000 000 oOM 0ll'J0 ON lO ~~CXJ- ~lf>~ If> If> o o o LO LO '<i If> 000000 000000 c:ic::idooo vl.OOOvv (OOf'--OCXJCO C'J......~aiui..--LO ............NEf}N...... If> If> If> If> fA o o cD C"l '<t N If> 000 000 oo<ri OLOI'- LON I'- I.O-~CXJ- If> If> If> o o o LO C"l fA 000000 000000 lric::ic::ioocO "'LOOO'<t'<t C"')comI.OEAu:t- fl)Ef}Ef}C'J If> N ::l N M ~~N~~~ '0:' -g -g Q3 en t/'J .~ roro rocoro Q.. g; g; s: "0 al Sl9 ~ - - co e c .~ ~ C ro en "0 e 'en ~ ~ ~ ~ i i .J::: I ~ ~ ~g'~ It ~ ~ ~ ~ ~ .~ ~~~ ~j .g .g ~ ~ ~ ~ ee~ ~- ~ ~ ~ ro ~ ~ ~€~ ]E ~ ~ ~w.~ ~ ~ 'i~'~E~g ~ ~ ~~~ ~ ~ ~~ll~~ g g g~~ ~ ~ ~~~111 ~ ~ ~B~ 0 u 88'~~~~ ~ ~ roroci ~ ~ ~.~g~~8 ~ ~ ~~~ ~ ~ ~~c]]i .- .- ~ ~ ~ ~ ~ .g ~ ~ ~ 1.1.11;.1.1;111111 ~E~E~~~~~~~~~~~~~~ Iii u; ,5 "0 c '" .J::: Vl E OJ u. 000 000 000 .....co..... .....'<1'1'- "'."f~ ~N '<t ~ 00 00 ,.;-.i .....~ ~ 000 000 oOM OlOO '<tC"lLO If> . . C"l I'- If> ~ LO If> 00 00 OM '<tlf> If> 000 OOlO oocxi o'<t'<t NlOLO ..-: ri v- If> If> N LO If> o LO ON OM N If> If> 000 000 oOM LOOO I'-NN If> . . '<tC"l If> N lO fA OLO 01'- lriM I'- If> If> N o Q) Ol '" a. o N -0 s: c 'IS c ';; E -0 a Q) :0 ._ 'Ci) . C "0 0 Co g- ;t Q) <~ ,..,c C '" o Q) c ,~ o Vl :;:::; C <tl 0 ~~ .2! ~ "Ou; :0 ~ 1!.2 ,- Q) ~t/'J..c ~ :~ c; +::..c- '" - Q) ~2.o .L:O= .9- c '~ <( Q) -....: "C~Q)Q.) a>ro"U"O ~~~~ '" u '" fi ~ "'...J ~~ 50 ~I- en Z o en :> is .....aJ _::l LLen O...J O::...J lii:t: o::~ :!:t:Z:E N ~3:Qa: q enO""'O OO>-Z<(O ....iljen<(...J.. aJ . 0:: ::l N ~wWenaJO'l OO::.....Z<(!2 - .<(O""'CO aJ 3::!Q~ O:!aJ.... wO :!u <8 ...Jo ~3: O::w C) o w 3: 0:: o LL o U lI) lI)Z . 0 Clzi=<ull)lI)lI) UJUJUJ 5~~>->->- >-z :J ~ ~ o U iii w lI) 0: CI. 0:: w t- . lI) lI) l/) zUUJUJW w~>->->- z w lI) z w -, ~ > z o i= ~ Ol/)l/)l/) Cl.UJww gj>->->- u ~ w t- in ci z E ~ '0 C Ql '0 ~ ~ I~ ~ aJ '0 .c <(~'Ou ""'~5~ Q~~~ aJ~ai::; WOOOOO 00000 ~ooooo 0::0C"l000 CI. O.O,~O,C"l. ..JOlXl U')t- <......t/l E/)U) t-tfl o t- wOoooo U~OO~~ _00000 0::0C"l000 o..OOooOM .....ocriEALt"ir--: _ ,.... ffl EI) E/) Ztfl :J Wooooo 00000 ~"':oooo 0::C"l00U')0 o..o~~r--.~t-_~ ..Jom..-c.o<.D <......E/)E/)E/)("') tfl tfl t- o t- 00000 00000 W"':oooo UC"lOOU')O _OlOt-t-D a: ' , . , ' Cl.om,....<.oCD ...-tflEl}fflC") t-tfl tfl Z :J Wooooo 00000 ~ooooo 0::00000 CI. o.o,cqU'),O. ..JOC"lNC"lN <.....E/)E/)EI),.... tfl tfl t- o t- 00000 00000 Wooooo UOOOOO -QOCOLOO ~~~~g~ t-tfl tfl Z :J ~ o C!; c-----..,.. i- ll) w Ig '0 o W u ro i!! ~ (ij '0 ~ Ql VI E "S: '00 o U ~ ~ co W '0 CI. C 0 C co J: ,Q rn ..c ro '9 g ~ ro If) Q)', :0 Igcg~ ~ o~coro z Qllgl~ Ql ~ Vi o Cl ~I"" '5 ~.!: i= g ~ .~ ~:; -g e::;:::;-uo~cro 0::~'02roCO.c ~ ~ (; c;; (u ~ '2 w.g~g:B5:S c::Ea::uC)CJu. c 'iij E o o N <D t-, ~ N tfl o U') .0 ~ tfl "l' 00 .0 N t- o:) N <fl to "l' o N <fl o o tri t- to cD N <fl o o ai y; o ..,. N c 'iij E Qj ~ '0 Ql E 'iij u i!! w CI. o J: .c u c ~ ~ VI ,5; '0 C co .c VI 'E ~ u. o ~ ~ lXl C"l. :;:; tfl o ~ ~ N tfl t- o .0 Ol Ol -.i to <fl t- o ,..: N tfl o o -oi N to r-" U') <fl o o -oi N <fl 00 ..,. c 'iij E Qj ro ~ '0 Ql E 'iij u i!! UJ a. o J: .c " ,5; N ~ ro Vi ,5; '0 C co .c VI 'E ~ u. o to ,..: N t- ll'i <fl o t- eO C"l <fl o to M C"l ~ r-" <fl o N eO "l' <fl o o N U') N r-" <fl o o ai '<l' <fl o U') -oi N ~ ll'i C"l N <fl o C"l ai t- tfl o C"l .0 "l' "l' eO C"l N tfl N "l' o lXl tfl o o o U') U') r-" o N tfl o o o t- <fl or) '" 0"- N c 'iij E Qj ~ '0 Ql E 'iij u i!! UJ a. o J: .c u c ~ ~ ro Vi ,5; '0 C co .c VI 'c ~ u. o o -oi "l' <D. ~ tfl o o N N lXl <fl "l' C"l eO N N N tfl t- ~ -oi ~ ~ ~ <fl o o o N ~ y; o o o <D 0> <fl N x o .0 '0 C co Ql > ro > Ql ro Ol c ,g ~ u ~ '0 .c u ,5; cD ro Vi ,5; '0 C co .c VI 'c ~ u. o o o o C"l c<i tfl o o o o ~. y; N "j, lXl c<i <fl t- o eO lXl N, y; o o o U') "l' c<i <fl o o o U') ~ y; ..., x o .0 '0 C co Ql > ro > Ql ro Ol c ,g ~ 'U ~ '0 .c u c ~ ro Vi ,5; '0 C co .c VI 'E ~ u. o o .0 ~ o N <fl 000 OON Oc.O~ <D00"l' 0l<Dt- cn~~r:O <fl tfl N tfl o o .0 o N <fl 000 000 otrio lXllXl<D 0l<DU') -v- ~ ri tfl tfl ~ tfl t- "l' .0 lXl o N tfl "l'0lC"l <D~O ""':0..0 C"lC"l"l' o C"l t- oNa ~tflN tfl <fl t- "l' .0 lXl o N tfl NOlOl lXl~C"l ..odLri ~C"llXl 0C"lt- ll'iN"m- tfl <fl <fl o o o o o N tfl 000 000 oam OO~ <DU')t- c::ic<io> ~tfl~ <fl tfl o o o o o N tfl 000 000 aod 000 C"lU')C"l Lt"i ri of tfl tfl <fl N N N '0 C co Ql > ro > Ql ro Ol c J~ '0 C co Ql > ro > Ql ro Ol c ,g Qj ro :::: '0 Ql E ..c '(5 VI U ~ Ql 0;:: 0:: al (ij ~ ,S Ol U en c -6 ~ g'~ ..c '- E ~ ,~ 13 l;::: U cD c: a.. "0 ,.... :JC5ffi ro m rororn 1;) 1;) 1ii 1;).!: .S .S .5:.5: ~ "'0 "0 "'O"'O~ ffi ffi ffiffiU: ..c ..c ..c..cci) (/) f/) (/) tJ) C 'c x 'E x 'E 'E '~.iij ~ ~~~~~~a:::!~ ~ u ~ '0 .c " c ~ o o tri lXl <D. ~ tfl o o tri lXl <0, ~ <fl ~ N M t- <0 c<i tfl N M t- <0 c<i tfl o o o o o c<i tfl o o o o o c<i tfl ..., - VI co '0 co e '0 Ql '0 '0; Ql E co VI c' ,Q U Ql c c 8 Ql u '2: Ql VI Q, 0, ,5; o o o N C"l a:i <fl 000000 000000 N...ttDOoo;:tO ,-OlLOOl............ LO..-OOlNO -.i N -.i C"l' N' cD N......("')tflMN (fi(llU) EAU') o o o "l' <0 <fl 000000 000000 triooC\iLOmo) W('t')("')O')lOt-- t--cn 0 O'>tftU) tftYl............ tfl <fl Ol Ol .0 "l' (J) r-" tfl C()/X) 'V OC() 0 lXlt-OlO"l'O> -.:io-.:ic::i,....:~ LO<OCOOOLt) CJ)cnt--OlOC') ci~~ri......-C1J- N,...-("')tflN....... tfl E/') tfl tfl EA C"l ~ ~ ~ to <fl 'V <OCOOC()M COO......OM"'I:t -.:ioMc::io>r--: lONCDO("")LO CDCJ')CJ)lOtftEA tfltR-tfl~ <fl o o o U') lXl ll'i tfl 000000 000000 000000 CDlO(,OOlOO ("')t-O<.D<.DN ..oa>r--:~riri ...... E/')N tfl......,.... bl7 tfl ttl EA o o o U') '<l' <fl 000000 000000 oaooLrio C()lONON'V 'V t--CO C()ttlEA E/) U} tf) ttl N ..., ~~N~~~ VI co '0 co e '0 Ql '0 '0; Ql E co VI C o U Ql c c 8 Ql u '2: Ql VI Q, :0 ~ o c'O '~ ~ ';; c. c:l ~ I,~,~ c ~ ~ (/) ~ 'C;; 0 0 o ~ E c 0.. t3 t) 1- 8 ~ ~~~ "'3~ oe~ ~_ ~:e13 tS~ ~ E ~ .: ~ .~ c 'C;; ~ ~ g g .Q "2 g i!. 8 U ~ ~ 8 .~ .~ Q} c: c':::..c ~ ~ 5 .~ .E .5 -a 8 u .~ .J ..;, ~ 8 .~ 9 ~ ~ ~ '2: ~ g 11'1'? c.. Q} ~ .;: ~ ~ ~ VlQlI .9l ~ ] "0 "0 1'9.0 C " a a .~58~~~ c (/) "'0 4J 0 0 0 iijcaca~555 Eu..u.~e>:e>:e>: 000 oot- 000> ~N"l' t-Ol~ tR- M- 0- tfl~ tfl 00 OU') ""':M t- <fl tfl 00...... OOlXl oo-oi 0<00 U')C"lN ri ri ......- tfl tfl t- U') <fl 00 00 c::iM U') tfl C"l tfl 000 000 oc::icci ONt- U')(J)"l' tfl . , C"l U') tfl <D "l' <fl 00 OU') OM U') tfl <fl N '0 N Ql Ol co a. o N ] c '.'3 c ';; E '0 C " '" u -? ~ Ql :0 - 'ii:j . C '0 0 ~ a. ~ lG < ~ ,'0 ,.,c c: co o Ql c: .~ g ~ co 0 ~~ co ~ :21ii .0 Ql Ql ~ .c.Q , - Ql ~.~ ..c: ~!!!~ :;:::;..c:- OJ - Ql .g~.o .cO= ..9- c '~ <{ Ql '...: ~~~~ :3~~~ "'..J i5~ 50 e>:t- ORIGUVAL SECTION 00300 RE-BID FORM SUBMITTED: PROJECT IDENTIFICATION: CITY OF OCOEE RECLAIMED WATER SYSTEM RETROFIT FOR WEDGEWOOD COMMONS AND WHITEHILL SUBDIVISIONS NAME OF BIDDER: S&tL\~~~~esl0~ BUSINESS ADDRESS: ~j~A-' ~ ~ 1Je,) PHONE NO.: 401,f;SS55'1J '\ CONTRACTOR'S FLORIDA LICENSE NO.: ~c..Gt~lt1J(O ( THIS BID IS SUBMITTED TO: City ofOcoee, Florida (hereinafter called Owner) I. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to A ward. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. No. No. No. Dated I' I ? rIrQ No. Dated ~ No. Dated No. Dated No. Dated: Dated: Dated: Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 00300-1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions, Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted, if any, as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 00300-2 understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 1. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Proposed Contract for Construction (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Contract for Construction (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Contract for Construction (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2, Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit (Section 00480) 4, Certification of Non-segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 7. Corporate Authority to execute Bid (Section 00510) Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 00300-3 Mayor S, Scott Vandergrift center of Good L . <\.'\:-.e . JT/j/~ Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank CORRECTED November 30,2009 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B10-02 RE-BID RECLAIMED WATER SYSTEM RETROFIT FOR WEDGEWOOD COMMONS & WHITEHILL SUBDIVISIONS This addendum shall modify and become a pali of the original bid documents for the Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivisions, This addendum consists of two pages. Bidders shall acknowledge receipt of Addendum One (l) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. Please note bid date has been changed to 12/08/09 at 2:00 pm. AnsWcJ'S to Questions J'eceived and/or amendments to the bid documents are as follows: 1. On p, 00300-3 section 5. a,7. Corporate Authority to execute Bid (Section 00510) should be Section 00501. 2. Please use attached revised bid form. The quantity for pay item U 13 was changed from 16 to 2as noted on the plans. 3. Any bid already submitted will be returned unopened, as the bid date has been extended to December 8, 2009 at 2:00 pm local time. (;pj LffO / ~t=O Crys I Conley Purchasing Technician aIlachmenl: Revised Bid Form City of Ocoee . ISO N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 905-3491. www.ocoee.org c ~~~~8@~~~~~~'~~~C2~8~~~~%~e~~ ;! ~ a CJ . ~ ......,:.. n:s ~ ..3> 0 1 ri " cO ~. ~ "^I.~ C:. '.. -a <:i p.. ~ .' . ...... -.. 1J) ~ ~ 1.0 G ~Iu.: r() n:s .( ~ rr.. ~~~!~I~~g~~R~~I~~~~ ~~.~~aif~~~r~ ~~~~~IQI~U)~~~~~~~~~~oo~_~r~~~~~ o ~ ...5)1 ~ ~ -- 1..1) I -I -- , ~ '-'I f; :::t :::' -=- ~ ~~I__ oJ ~~~~S&2~~~S~~~~~2~~8~8~e8e~ ;! ~ a 0 (\ 8 .0""'" J' ,uJ~I1f! Q W 0 ~ 1\ '. .......: · -,.! ~ . p..~O~S~~~~~~I~~~1~8~~~~~~I~I~~~~~S ~~I~~~o~-- W~~N(Y.~~~~~IOO'~~ ~~ ::> z I ~ r -s [jh ..::; C _....;. :E ~ ~ [fJ >- [fJ z o .... ~ ::> :E~ ~E2 o~ r;r.CJ) .... ~~ ....~ ~~ .......~ ~-< ~~ >~ ~~ .... -< ,...;! u ~ S ~ ~ cl' - >- f--t~,----- f201 \D 0 '<:t ''''l lr) r<"l o o N ..... ..... ..... gooo~ ~No-~~~r,~N '<:t. '<:t '<:t 0\ N ''''l ..... N..... ~ ~ ". ~ '. ..... N ..... N^ ~~~~~~~~~~~~~~~~~~~~~~~~~~ ....... 8 ,~ ~ >< .8 .8 ~ .5 ,~ 2- ~ .S .~ .~ ] E ~ -0 ~ 8 E3 ~ Oil 'a '" S S -0 -0 ~ ~ 0 CI> 0 ?-> 8 88........1i11i1"'''' ~~'" 'd)E :0 ... .... 0 0 0 0 ~ -0 -0 OJ) g,1l ,3 G 0 .... BO~~OO>> ;>","''''':::l'~ ~o.. o '" ~ ::: ::: > > "a "a -0 0 8 o~ '~8 0 8 Z ~ ::::::-o-o"a"a>> 0....4-<"'0... Uo O .... "0-000>>00 ~'808G""-o__ ~ ~ .~ .~ o~ .~ ~Il ~Il ~ ~ ~ 1:9 ~ ] g i j % e= .;; ~ u ] ] ~ ~ 0 0 t;:l ~ '" 0 8 .... 0 0 8 'd) U~ jl 0 0 .... .... g g .~ .~ '2 ::::: ~ F! ..cl o;S .8 'd) '~ b "0 .... .... .... ~ ~' . ~ ~ 8 '" til ~ .';:: .~ 03 .... - ~ 0 [fJ lil p.:j p.:j p.. p.. ~ ~ '';:: '';:: .- Oil '" ::: ~ u g ~ 8 '" ~ -0 p.. p.. 0 0 'fi t) g g .=s ~.s ~. 6 ~ 0 ~ 8 .~ .~ .S ,~a @ @ ~ ~ .g .g -0 -0 ~ .S f<l ,9 '';:: .g 'fi Ef..cl ..cl .... $ .... CI> ..cl ..cl <.J <.J ..cl ..cl -e -e ~ Jg ~ ti ~ <.J Q.l' <.J U ] .~ ~ -a. U <.J 8 ~ <.J <.J 8 ~ <.J U 1:l a 1:l a .'E ,8 ,8 0.. 8 ;...... '" '" .~.~ 'N ~ .8 .8 " "j' .S ~ "0 6 0 ~ 0 ~ .J J:, ~ "0 :E 6lJ.... 8,-o00..........J:,oo~~.J.O a <.J <.J 8 ~ 0 0 Q.l Q.l a S B ~ fa ~ (;j 7a :a ~ - ca c; .- crJ b.O 8 .~ 8 .8 ~ ~ ~ ~ " Q.l OJ) i.~ ~ "Vi "Vi "Vi 1Q "Vi ~ 1Q 1Q ~ "Vi ~ 'E ~ 'E ~ .~ @- @- @- ~ o .8 ~ ,8 ,8 .8 .!:l .8 .5 .~ ,!:l .8 ,8 '" 0 '" 0 '" U ]~~&...."O"O-o"O"O"O"O-o-o-oE ~~~~o-o-o-Ofr .1 ~ ~ ~ 1 f<l i lil i i a a lil f<l a ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ _ .... ;:3 "a ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ OJ) ,5 0 .~ .Q u > > > > ~ :g 8 ~ ~ 1 '~ .~ .~ .~ .~ .~ .~ .~ '~ '~ :w ~ ~ ~ .... ~ s s S S b ::E~8o~~~~~~~~~~~p..~~~~::E~~~~~ :E ~ . ~o ~ ....z ...... S ~ N ''''l '<:t lr) '-0 r-- 00 0\ 0 :: ~ M '<:t lr) '-0 r-- 00 0'1 0 ..... N M '<:t <r) ::> ;:J ::> ;:J ::> ::> ;:J ;:J 5 ::> ::> 5 5 5 5 5 5 5 S S S S S S t:l o f--< CIJ ::) II Z o f--< -i::l^ !:a >-- Q) !:a ;::::l 0' CIJ II >-- CIJ ~^ CIJ p.. ~ ......:l II CIJ ......:l ~^ o o ~ !:a Q) t:l ;J II ~ ......:l ..i:::~ u ~ W II ~ Cl @ tJ w ......:l V) I o o r"l o o ...... ~ o tJ N ~ 9 o S "0 ...... Eco:l fIl ro =It :>'fIl"O CIJ c'- ..... 0 o:l ~ ~ ;g ~ 0.9 "0 u .~ Q)..... ;:- d v..... I:< 0 "0 ..... O,D ~ ~ ;::l a:l Q) CIJ ~ Cl}...... "'0:-;:: "OQ)~ ..... ~ Q) o:l .-::: dJ t; ~ ~~;;;> 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid licensees) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10, BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Reclaimed Water System Retrofit For Wedgewood Commons and 00300-5 Whitehill Subdivisions Bid# B 1 0-02 Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City's needs. The City of Ocoee encourages the use of minorities and women-owned businesses as subcontractors. SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Manufacturer/Supp I ier 15050 - Process & Utility Piping, Fittings, Valves, and Accessories HOPE Pipe A. American B. Mc Wane C. U.S. Pipe D. Griffin A. Union B. U.S. Pipe C. Nappco D. American E. Tyler F. Trinity Valley G. Sigma H. EBAA 1. Smith-Blair A, Plexco 00300-6 Ductile If(~n Pipe Fittings Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 B. Oriscopipe C. Lamson Vylon HOPE Stiffeners A. JOM Gate Valves A. Clow B. Mueller C. U.S. Pipe O. Waterous E. American Darling F. M&H G. lIT Kennedy PVC Pipe A. CertainTeed B. Can- Tex C. North Star O. J-M E. Capco F. H& W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections A. Mueller B. Romac Industries Meter Valves/ Corporation Valves A. Mueller Polyethylene Pipe A. EndoCore Trace Wire A. Kris- Tech Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B I 0-02 00300-7 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) , ~/A I Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Name) doing business as: Business Address: Phone No.: Florida License No,: A PARTNERSHIP Business addre.~ "'-, (SEAL) Phone No.: Florida License No.: Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 10-02 00300-9 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TURES) If Bidder is: A CORPORA nON ~ULL~ eQ~fJe (Corporation Name) , By fLDe(j)4- (State of Incorporation) AL~ C'APLcrD (Name of person authorized to sign) . (Corporate Seal) ACE'L~" CA9tDD (Secretary) Business address: ~ ~~I~~S DlL illA~} 8 - 3J~ PhoneNo.:_~07 - E5S---SS1d- ~ Corporation President: lJMcJit-ll.1 ~Hu~ Florida License No.: (\~CD,~~~ (p I Attest Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 1 0-02 00300-10 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: By By Business Address: Phone No.: Florida License No.: (Each joint venturer ust sign. The manner of signing for each individual, partnership, and corporation that is party to the joint venture should be in the manner indicated above.) Florida License Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B] 0-02 00300-11 13. List the following in connection with the Surety which is providing the Bid Bond: ~ (\" , , l C Surety's Name: (t+E \n', tJCJ ~~AT\ tJ'SlJlJ?it\\.JeB D, Surely's Address: ~CO SolIDI bILMbRP Qb . A-1~fIElJ~, ill YS01Lf MA-lTl fhJb I tL ,>~/Sl END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Bid# B 10-02 00300-12 SECTION 00301 QUESTIONNAIRE DATE:~ PROJECT IDENTIFICATION: City of Ocoee Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivisions NAME OF BIDDER: SCJ-(l\LU:Q.Cft.-TIQACJ1)QS Il\f-clQ,Q(){2jffE)) BUSINESS ADDRESS:1l1J{()A~I~ 1)Q1~JF, ()QIAi\.lbn f I ' _{:L \ ~'ffR Telephone No.:~l-'K%-'S\lJ " CONTRACTOR'S FLORIDA LICENSE NO. rilC' J}~l.p~lo I The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many year6has your organization been in business as a General Contractor? I 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? ~E ATf~ 3. Have you ever failed to complete work awarded to you? If so, where and why? 00 4. Name three (3) municipalities for which you have performed work and to which you refer: ~~~~~ 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00301-1 ".',~:~ IJ.,~.", . ,.,~'~ SO....-U.r (. ~~ ~1\. >>~. "",,~ ~.. ... &:. @@5" ~. Coatracton I.corporat.. SCHULLER CONTRACTORS INCORPORATED PROJECT REFERENCES 1. Project Name: Project No. Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 2. Project Name: Project No: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 3. Project Name: Project No: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: Holden Heights Infrastructure Improvements, Phase III Y 6-728 Orange County Utilities Charlyn Warts 9150 Curry Ford Road Orlando, FL 32825 352-383-8706 Charlvn. Watts!ZV,earthlink.net $14,615,504.00 $1,199,770.00 $15,815,275.00 September 2006 / March 2009 Include new central sewer system, 24,000LF of 8, 10, and 12- inch gravity sewer main lateral connections, 60 double sewer lateral connections, elimination of 400 resident septic tanks. Gutter, sidewalks, stormwater, and water main improvements. Venetian Canal Dredging Project Y7 - 796-J2 Orange County Mike Wehrfritz 4200 South John Young Parkway, 3rd Floor Orlando, FL 32839 407-836-7884 Mike,Wehrfritz(Q),ocfl.net $193,150.00 $49,718.00 $242,868.00 September 2007 / March 2008 Excavation, removal, and disposal of unsuitable material (muck) layer within the Venetian Canal to specified elevations. Orange County Facilities Management Y4-1044-EZ - Stormwater Pond Maintenance Orange County Mike Crandall 2010 E. Michigan Ave. Orlando, FL 32806 407 -836-7483 Mike.Crandall!ZV,ocfl.net $2,503,125.00 (3 year term contract) none $2,503,125.00 (3 year term contract) October 2004 / September 2007 Maintenance of storm water ponds in various locations in OC, Schuller Contractors Incorporated - Project References /.:.~~ ,t" 3\.",..." . :':~. 8olL.~ Uer " ~. \0- A<fI', -';.'~ "'11 t,. @@t..~.. Coatraoton I.oorporate. 4. Project Name: Project No: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 5. Project Name: Project No: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 6. Project Name: Project No: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: Orange County Roads & Drainage Y4-1027-J2 - Storm Sewer Pipe Installation & Repair Orange County Public Works Charlie West 4200 S. John Young Parkway, 3rd Floor Orlando, FL 32839-9205 407 -836-7870 Charles. West2@ocfl.net $6,604,713.00 (3 year term contract) None $6,604,713.00 (3 year term contract) September 2004 / March 2008 Stormwater system inspection cleaning and reapirs at designated areas with OC. Orange County Roads & Drainage Y4-1045-J2 - Storm Sewer Pipe Installation & Repair Orange County Public Works Charlie West 4200 S. John Young Parkway, 3rd Floor Orlando, FL 32839-9205 407-836-7870 Charles.West2@ocfl.net $10,757,880.00 (3 year term contract) None $10,757,888.00 (3 year term contract) August 2004 / March 2008 Install and/or repair storm sewer pipes and restore areas damaged, install and/or repairs at designated areas with oc. Bithlo Community Park Ballfield Improvements Y7-706-EZ Orange County Parks & Recreation Division Clifford Torres 480 1 West Colonial Drive Orlando, FL 32808 407-836-6200 Cliff.Torres@ocfl.net $345,295.00 $35,829.54 $381,124.54 March 2007 / February 2008 Construct baseball field with all associated stormwater and infrastructures, parking area and associated amenities for baseball field, irrigation and lights. Schuller Contractors Incorporated - Project References 2 .;:~ ,,r. ~', " .,:~ 8olL.- Uer ~'.' ~ ~~.!" ~"..- ~,~'_, "u ....:! -:"... ....,..' ~i1~ &~;. @@ '. Coatnoton laoorponte" 7. Project Name: Start Date: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 8. Project Name: Project No. Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 9. Project Name: Project No. Start Date: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: John Young Parkway, Segment 2, Sidewalk and Landscaping Project June 2005 Orange County Public Works-Highway Construction Division Mike Wehrfritz 4200 South John Young Parkway, 3rd Floor Orlando, FL 32839 407-836-7884 Mike.Wehrfritz@ocfl.net $763,000.00 $ 47,500.00 $810,000.00 June 2005 / March 2006 Improve pedestrian travel along the corridor, construct new sidewalks, wherever necessary to connect to existing sidewalks. Improve the roadway by installing new trees, and landscaping. Holden Heights Community Improvements Y2-773 Orange County Utilities Charlyn Watts 9150 Curry Ford Road Orlando, FL 32825 352-383-8706 Charlvn,Watts@earthlink.net $11,239,350.00 $ 56,881.63 $11,296,231.63 March 2003 / March 2006 Construct 28,000LF of 8" gravity main, 2,1 OOLF of 12" force main, 91 wastewater manholes, 752 service laterals, stormwater retention ponds, 25,000 ft of stormwater manholes, 167 inlets. And 28,883LF water main, 474 service connections. C.R 415 (Celery Avenue) Widening & Culvert Extension CC-1262-05/TLR - WO#l1 December 1, 2005 Seminole County Public Works Al Collock 520 West Lake Mary Blvd, 2nd Floor Sanford, FL 32773-7424 407 -665-5655 acollock@seminolecountvfl.gov $353,215.08 $0.00 $353,215.08 December 2005 / March 2006 Schuller Contractors Incorporated - Project References 3 /..~J~ ..f'~', ":'~''-.,.8. OIL-Uer p' ~ Ii \;;rl~ .~S-'J "('..... WI1I g,,, @~. ~,. CoaUaoton I.oorporate. Project Description: 10. Project Name: Project No: Start Date: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: 11. Project Name: Project No. Start Date: Owner: Contact: Address: Phone/E-mail Original Contract: Change Orders: Final Contract: Start/Complete Dates: Project Description: Widening and culvert extension, and installation of another culvert. Land excavation Cross Seminole Trail North CC-1237-04 January 2005 Seminole County BOCC David Martin 520 West Lake Mary Blvd. Sanford, FL 32773 407 -665-5610 DMartin02@seminolecountvfl,gov $1,589,000.00 $62,000.00 $1,651,000.00 January 2005/ September 2005 Construction of nature trail facility, asphalt path, bridge, gazebos, signage, landscaping and fencing. Northwestern Ave Erosion and Sedimentation Control CC-1200-02 March 8, 2003 Seminole County BOCC Bob Walter 530 West Lake Mary Blvd, Sanford, FL 32771 407 -665-5753 rwalter@seminolecountvfl.gov $764,000.00 N/A $764,000.00 April 2003 / January 2004 Maintain flow of the Little Wekiva River, install gabion baskets high volume pumping, erosion & sedimentation control; clearing & grubbing, utility relocate. Install reno mattress, gabion baskets, and terramesh baskets. Placement of 2300 ton on gabion stone, compaction grading, sodding, fencing and plantings. Schuller Contractors Incorporated - Project References 4 ~\u 6. Will you Subcontract any part of this Work? If so, describe which portions: <;oD '/:MIlJ -rP1lI\Y~ ~ tl-lo1 O~/2f.lfMl _ JJJ41 Pit relf- 7. What equipment do you own that is available for the Work? ~.:: .~~ ~~. Q5 tli." · iL! ~~iC 8. What equipment will you purchase for the Work? ./ JJ/A 9. What equipment will you rent for the Work? ) fJ( fr 10. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet if necessary). Sk~ f-lTT\Q~"'0 11. State the tr Bidder is: END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions, 00301-2 SCHULLER CONTRACTORS INCORPORATED BALANCE SHEET December 31, 2008 ASSETS CURRENT ASSETS Cash & Cash Equivalents Contract Receivables (Note 2) Costs and estimated earnings in excess of billings on uncompleted contracts (Note 3) Other Receivables TOTAL CURRENT ASSETS FIXED ASSETS Vehicles and Equipment Accumulated Depreciation Vehicles and Equipment Total Vehicles and Equipment OT~ER ASSETS Deposits TOTAL ASSETS LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts Payable - Trade Payroll Taxes Billings in Excess of Earnings (Note 3) Insurance Payable TOTAL CURRENT LIABILITIES OT-iER LIABILITIES Officer Loans (Note 4) TOTAL LIABILITIES STOCKHOLDERS' EQUITY Common Stock, $1.00 Par Value, 500 Shares Authorized and Outstanding Additional Paid-in-Capital (Note 4) Retained Earnings TOTAL STOCKHOLDERS' EQUITY TOTAL L1ABILI-:-IES AND STOCKHOLDERS' EQUITY $ 2,254,410 541,825 180,189 346 2,976,770 355,932 (259,376) 96,556 2,293 $ 3,075,619 $ 292,843 21,417 47,746 37,533 399,539 o 399,539 500 2,010,668 664,913 2,676,081 $ 3,075,619 The accompanying notes are an integral p,'rt of the financial statement~ SCHULLER CONTRACTORS INCORPORATED STATEMENT OF INCOME FOR THE YEAR ENDED DECEMBER 31, 2008 INCOME $ 12,865,703 COST OF SALES Materials 962,023 Labor 837,405 Equipment Rental 189,217 Bonding 45,767 Subcontractors 2,650,432 Other Costs 341,371 TOTAL COST OF SALES 5,026,215 GROSS PROFIT 7,839,488 EXPENSES Computer 1,242 Depreciation 9,113 Insurance 137,276 Legal and other Professional Fees 150,367 Miscellaneous 16,354 Office Supplies and Expense 17,642 Postage 3,525 Repairs 2,416 Rent 35,948 Salaries 2,279,888 Taxes - Other 27,768 Telephone 12,177 Travel and Entertainment 41,344 Utilities 7,787 2,742,847 OPERATING INCOME 5,096,641 OTHER INCOME AND EXPENSE Interest Income 78,050 Gain on Sale of Fixed Assets 56,204 NET INCOME $ 5,230,895 The accompanying notes are an integral part of the financial statements, SECTION 0030I-A SUBCONTRACTOR/SUPPLIER LIST Will your finn be doing illl the Work with your own forces? Yes_ No /(Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contract, addresses, phone numbers, type of work subcontracted (trade/commodity), dollar amount of work, and M/WBE designation or Majority (Non-M/WBE) owned company. See Instructions to Bidders for M/WBE requirements. Provide illl infonnation requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME, CONTACT ADDRESS, PHONE NUMBER 1 ~(J.sO,J C:)\J('tP-f\!lS&S lHOf2.Pb, (WA-D (3)rm~ PO ) Fe 4O'7-'6Sg. '1Y~r1 K- 2~g~~~h~{m rJ, I~ a(\SG,S f-c.- oi-3ID-5"3oK 3 +\U; u t5" , on Jb~() (;. (::l)tl> W~G\lR-, f1.- ~-. 4 ~\J ~ 85ft rO(Bo~ ' lip ~1~~~IJ'SIFL D7. 3 1--10crr 5 6 7 WORK TO BE PERFORMED (TRADE) OR COMMODITY TO BE SUPPLIED PlPe ESTIMATED DOLLAR AMOUNT 1n J C(-S-~a , ~ 5,510. DC ~J::: - tOf\fj[2ur( (}IJ 'I Dt--oS 50IJ 1~\Tt+lf.flTI Cl10 tt Lf, fL(O, 00 As1Ml1 p(f[CH ~'3 30.00 END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. M/WBE DESIGNA TION OR MAJORITY OWNER ru6~ fJ0J 10t5,J (DOcU 0030I-A-I SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 _ Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is required to further identify these costs in the summary below. BIDD BY: ,l (Print or type name) TITLE: lliieEb ~IA ~ fAI ,~ DATE: ~ THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.) END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00302-1 SECTION 00303 DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.037). In order to have a drug-free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations, 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (I). 4. In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5, Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted, 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00303- I As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements, Signe By: Title: Date: (Print or Type Name) ~-hJA1JCiAllk(~ Id'GjO'1 tJc END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00303-2 SECTION 00410 ITB-10-02-0-2010/CC BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Schuller Contractors, Inc. . as Principal, and The Cincinnati Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $~. ()'fffu/SD , T v.k:"lJ\\( ~ Tl-WS~() ,&1t\ H-fV $1'1. (J6lLciUlJ:,. AF,iD 6ollco Do' LN,(J;~ (written amount in dollars and cents) for the payment of which, well and tmly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 1 st day of December ,2009 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for Reclaimed Water System Retrofit Wedgewood Commons and Whitehill Subdivisions NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any difference between the total amount of Bidde'r's bid and the total amount of the bid of the next lowest, responsible and responsive bidder as determined by Owner for the Work required by the Contract Documents, provided that: 1,1 If there is no such next lowest, responsible and responsive bidder, and Owner does not abandon the Project, then Bidder and Surety shall pay to Owner the penal sum set forth on the face ofthis Bond, and 1.2 In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Amendment to the Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, 00410-1 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions 3, This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Amendment to the Agreement" required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3,2 All bids are rejected by Owner, or 3.3 Own~r fails to issue a Notice ofIntent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (01' any extension thereof agreed t<;> in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof), 4, Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety ofwl'itten notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due, 5. Surety waives notice of and any and all defenses Qased on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days fi'om Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prim' to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7, Any suit or action under this Bond shall b~ commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of tlus Bond, Such notices may be sent by personal delivery, commercial cOl.lrier 01' by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a CUll'ent and effective Power of Attomey evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length, If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision 00410-2 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions of said statute shall govern and the remainder of this Bond that is not in contlict therewith shall continue in full force and effect. 11, The tenn "bidll as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set f0l1h above, BIDDER: ature block. doing business as (1) (Individual's Signature) (Witness) (SEAL) (Florida License No, 00410-3 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions ) usiness Add....> ,./'/' lorida License No. 00410-4 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions ature block. (Witness) (Witness) (SEAL) (1) If Bidder is CORPORATION, com tete t j Schuller Contractors, Inc, (Corporation Name) Florida (State of Incorporation) By: Al Fl?~ CfWum (Name ofPerson Authorized to Sign - See Note 1) ']iMoTH 4 S0i-tUl J 'P() (Corporation President) 8046 Presidents Drive, Suite A Orlando, FL 32809 (Business Address) 00410-5 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions (2)~~ (WI less) (SEAL) I SURETY I Witness: (If agency is not a Corporation) The Cincinnati Insurance Company (Surety Business Name) (1) 6200 South Gilmore Road (Witness) Fairfield, OH 45014 (Principal Place of Business) (2) By: XcLJ;.. I/j. ~ (Witness) (Surety Agent'sSignature - See Note 2) AtleS"~ (If A:ncy f:~ Leslie M. Donahue J~/- (Surety Agent's Name) (Corporate Secretal'Y Signature) IAtlO"2eY in Fact & FL Lie. Resident Agent Susan L. Reich (Surety Agent's Title) , (Corporate Secretary Name) Florida Surety Bonds, Inc. (Business Name of Local Agent for Surety) 620 N. Wymore Rd., Ste 200 (Corporate Seal) Maitland, FL 32751 (Business Address) (407) 786-7770 N/A (Telephone No.) (Bond No,) NOTES: (1) Complete and attach "Corporate Auth,ority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach 11 certified copy of "Power-of-Attomey" prepared by Surety appointing individual "Attorney-in-Fact" for ex.ecution of Bid Bond on behalf of Surety and corresponding notarized "Attorney-in-Fact", (3) Above addresses are to be used fOJ' giving required notice, (4) 'Any singular reference to Biddel', Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and bo authorized to transact business in the state where the project is located. 00410-6 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Schuller Contractors, Inc, (ContractolJs Corporate Name) a corpo~ation under the laws of the S te of --.JL()eJ'M , held on the I ~ day of following resolution was duly passed and adopted: "RESOLVED, th t- (51 ature 0 I .. al) As ~0A-t\D'AL [)(YtC:.et0 (title) of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for Reclaimed Water System Retrofit Wedgewood Commons and Whitehill SubdivisionslTB-1 0-02-0-201 OICC (project name) (Bid No.) between the City of Ocoee , a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation,lI I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHE~OF, I have hereunto set my hand and affixed e official seal of the corporation this. i'){' day of (CORPORATE SEAL) STATE OF -r::Lof4t?/t CITY OF -d14Uf00o The fwe.soing instrument was acknowledged before me this -1- day of DEe.. , J-.c:ol by N-l.P"J.i00~ c.~pL) m (name of officer 01' agent, title of officer 01' agent1 ~f Schuller Contractors, Inc. (name of corporation acknowledging), a ~()n- (state or place of incorporation) cOloration. on behalf of the corporation, He/She 1s personally known to me or has produced identificati (typ of ddentification) as identifioation and 'did/did not mke an oath, if (Notary Public) My Commission Expires: NOTARY PUBLIC. STATE OF FLORIDA ...',......,,'. Patricia H, Lockhart ~ W ~Commission #DD643814 \~l Expires: APR. 09,2011 '",,\. .~ ,""'c BONDING CO 1Ne. BONDEDTHRU lUUUU' ., 00410-7 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF FLORIDA COUNTY OR CITY OF ORANGE ) ) Before me, a Notary Public, personally came Leslie M. Donahue known to be the Attorney-in-Fact of The Cincinnati Insurance I a Corporl!-tion, which (SUI'ety Company) Company known to me, and NH (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said The Cincinnati Insurance Company Directors, The Cincinnati Insurance and that the execution of the attached bond is the free act and deed of Company (Surety Company) were affixed by order and authority of said Company's Board of (Surety Company) Given under my hand and seal this. 1 st day of December ,. 2009 O~~~ p~ Notary Public State of Florida ~ . Janet L Carey ~ c:;: ~ My Commission 00918725 "'" Or t\.o'" Expires 09/06/2013 'VV"v 4-~ -! - (' Lt~ (Notary Public) Jane L....Carey My Commission Expires September 6, 2013 END OF SECTION 00410-8 Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY TIIESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Don Bramlage; Jeffrey W. Reich; Susan L. Reich; Kim E. Niv; Teresa L. Durham; Leslie M. Donahue; patricia L. Slaughter; J. Gregory MacKenzie; Gloria A. Richards; Lisa Roseland and/or Cheryl Foley of Maitland, Florida its true and lawful Attomey(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Five Million and No/1OO Dollars ($25,000,000.00). This appoinbnent is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seali and may with or without cause modify or revoke any such appointment or authority, Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company," This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7'" day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COlvlPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 101h day of October, 2008, THE W INSURANCE COMPANY //4:Z;dW STATE OF OIDO COUNTY OF BUTLER ) ss: ) On this lOll> day of October, 2008, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. ""'".."",,,,, """,~" \ A l 8 ~~ !to'" ~.. ~,,\ 10 ...""", ." '=' i ;;: ~VNfII, ''1 =* *: .. S i. 0':' \tP,.. ~I "'I.-f"E f 0, ~"'" O~..., 'IUI'.... I, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COl'vlPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. 1st day of December . 2009 --, .-;tL MARK J, H LLER, Attorney at Law NOTARY PUBLIC. STATE OF OHIO My commission has no expiration date. Section 147.03 O.R.C. ~g~~---- BN-IOOS (10/08) SECTION 00480 NON-COLLUSION AFFIDAVIT ST ATE OF ---=FLDeJDA ) COUNTYOF~) -.--.:~~ CAPLLW , being first duly swore deposes and says: He (it) is thefBr8f:-htJMciAG0FHCE10 ~ (\ ~~' Office, Mtative or Agent) of U LL82.. LOtJTQA ,OePCQ , , the Bidder that has submitted the attached Bid; 1. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, finn, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement n e rt of the Bidder or any other of its agents, representatives, own e pi ye or a i n interest, including this affidavit. By: Title: Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00480-1 J~~ Sworn and subscribed to before me this "2!.- , in the State of FLOf2-IOFJ- My Commission Expires: day of ~. dDc51 , County of () {Zf)N[r,;;; Notary Public END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. NOTARY PUBLIC - ST' ~~ :'? TI,ORlDA ."'"'''''' pnt :.: ,', ,;: ;'",!. hart l~~-:':. a fJ:": ";,;,,,\.1\ ~, ~7 }COmml!:[;WI1. ~! i ?64:3814 "",11\'''''.... Ex::-:.'\,:-,' ~,~I. :-:. \)9,2011 BONDEDTlfRU ,:;~'~: ,";(, ~'~'N'U;NG co" me. 00480-2 - SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Name Note: The penalty for making false statements in of Date I d-'(_\ , J-CV1 . Title Official A~~,jincluding Z-iR Code): ~LUoA- ~ri;j[~'\1s uQJvE: 11lJ AtJtD, 0L 3;)(;'Cff , ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICA TION OF YOUR BID. END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00481-1 SECTION 00482 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. I. SQJ-l Ll L-LEQ.. This sworn statement is submitted to City of Ocoee, Florida by CbtSii200UD by 1\ (l^^ __ (\' r. ,7\((-- . IIJC- j{LEM~ VWUID .l1-l1g:i1tJAtJC1~ut+(CPe > (Print i~dividual's Name & Title) whose business address is ~VJA +PESILJE'tJrs 'ld2.';ff;j J)R{~ ~I~f-t 3;l~ I 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1 )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1 )(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person, A person who knowingly Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5, I understand that a "person" as defined in Paragraph 287.l33(l)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). J Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FO~J~PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH _ I . , . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLI ENTITY PRIOR TO ENTERING INTO CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SE 28 FLORIDA STATUTES FOR CA TEGORY TWO OF CHANG IN INF ~J: INED IN THIS FORM. tfo } Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00482-2 Date:~1 {01 SlI-tU~CuSrQ.AITbt"S (tJ L Name of Bidder (Contractor) STATE OF ~, Oa7 COUNTYOF~ PERSONALL Y APPEARED BEFORE ME, the undersigned authority, _JQ-ttxr-J-/\)f)~ t\4PtJTD (Name of Individual Signing) who, after first being sworn by me, affixed his/her signature in the place provided above on this day of j)E&~BP:O , d-.cc>=L, Notary Public !lJ;;/)/L ~J My Commission Expires: 0 END OF SECTION NOTA"Yj""'T' ..." ',", ;2 - STATE OF FLORTDA ..........\ "".... r~.". ,.,W ; ," ... g w: -: '- "l.d~J\l H. Lockhart ~J~liCon~nussion #DD643814 ,>,.".'"., Expires: APR. 09,2011 BONDED nmu ATLANrIc BONDING co,; me: Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions, 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (I) I / have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participjlted in a previous contract or subcontract subject to the Equal Opportunity Clause, I ..../ have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from pr. ~ctive lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any 10 er-tie c ion subcontracts with a price exceeding $ 10,000. I also agree that I in suc ce ifi 0 s n m files. Date~, 2009 ( . (l Official) 5tHUl~~~ACfDeS IJJ~. (Name of Prospective Construction Contractor or Subcontractor) ]lli~A \PRT:5I~ I DQLA~ +1-, 3J%rY1 (Address of Prospective Construction Contractor or Subcontractor) Lt67,~S5 ,5S1:l (Telephone Number) 3:J -351384-0 (Employer Identification Number) END OF SECTION Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions. 00483-1 SECTION 00501 CORPORA TE AUTHORITY TO EXECUTE DOCUMENTS CERTIFY that a Il'\eeting of the Board of Directors of L' J~L (Contractor's Corporate Ngme) the laws of the State of -L t4 JnLR ' the folio re olu .on a corporation under "RESOL VED, that e on the I ~ day of 'Dfr__ and adopted: -.fh~0w(ITD. ~FD (typed name of individual) as tFo of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivisions between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation thi . day of ~ ' J.l:;()1 . (CORP SE (Corporate Secretary) (1 STATE OF CITY OF The foregoing insH~ument was acknowledged before me this J ~ day of 'Dtr.; ~ocA ' by H--Lf'lfW{)::12. QA()\>uTO \ (name of officer or agent, title of officer o! agent)~ ~\-\\JU Idfl-.c.otJT~~t[Oll ~ I J'J( (name of corporation acknowledging), a _Rl?(l.(O If ~ or place 0 incorporation) corporation, on behalf of the corporation. He/She i rsonally know to me or has produced identification (type o~t#~ and did/did not take an oath, tV!' (Notary Public) Ip My Commission Expires: ~ cr. ':2tJ/1 NOTARY PUBLIC. STATE 0 FLORIDA END OF SECTION ~""'''''''''' Patricia H, Lockhart a ~ ECommission#DD643814 ':;"" ../ Expires: AFR. 09, 2011 ,..\' BOtmE9 1llRY ATl,^Nl'Hl BeNDING CO., 1Ne. Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions 00501-1 ,,,._,-,--- ,.-.. " " ,.....:,:.;.,.-:: ..:,I.~;~.~::,., "':'ii..'o(,~i-<d),~ ~::"r;~!:)~~~Jf{ . .......~,. ",:- ':.: ''';;.'~''' ','-'>t ~" '<' 08 ~.~' Q~ tIl r:w:: ,U:El PH tEl#: "'OM' t H '-... . ri1'~ ~ " .'j ~~,i:;::Ff~I,;Mf~ OJ ~i{:~ (Y).. '~:~~~~K~i'~~~; - ~jfC;.,.. {{It;,~*,~~ ' "It:: U -=: .. ".,:,'" .- . ....~.. .J . . , ~. , :;~~;j~,}i:F.i?i~ . . . . - jjf~~i~, ,,', "'I.,,-~g",f'I" '., "e:'.:il~i:i' '>~O~ c~I5.:' tf.l~ rzlU ..:lrzl ~tJl ~" U , ", :s: :5 "~'lo" , ;';";[;:1: 0::;" ; ://,~t;:;~' en <( , ,,' >-' <( ....J a.. ',~, .. 9- "~i';'~~~':"~.i~'~'{i))~":' . ){~,fI "rdm.' '" . . Hri1~':?' ,.;I> ,P::O" , ~0". ," .'(),: Form W-g Request for Taxpayer Identification Number and Certification Give form to the requester. Do not send to the IRS. Check appropriate box: 0 Individual/Sole proprietor GZJ Corporation 0 Partnership o Limited liability company, Enter the tax classification (D=disregarded entity, C=corporation, P=partnership) ~ ....... o Other (see instrucllons) .. Address (number, street, and apt. or suite no,) 8046A Presidents Drive Enter your TIN in the appropriate box, The TIN provided must match the name given on Line 1 to avoid backup withholding, For individuals, this is your social security number (SSN), However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3, For other entities, it is your employer identification number (EIN), If you do not have a number, see How to get a TIN on page 3, Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter, Certification Under penalties of perjury, I certify that: 1, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2, I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not tieen notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3, I am a U.S, citizen or other U,S, person (defined below), Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 does not apply, For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally ayments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN, See e structions n page 4. (Rev, September 2007) Department of the Treasury Internal Rdvenue Service Name (as shown on your income tax return) ~ <IJ Ol <Il C. C o 4l '" c.5 l:'.. .... I.) o 2 ........ t: '" ,_ t: a:~ 'ij 4l 0- C/) <IJ <IJ (j) Business name, if different from above Schuller Contractors Incorporated City, state, and ZIP code Oriando, FL 32809 List account number(s) here (optional) Taxpayer Identification Number (TIN) Sign Here Signature of U.S, person ~ General Instructions Section references are to the Internal Revenue Code unless otherwise noted, Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (fIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonrnent of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U,S, person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are aU,S, exempt payee, If applicable, you are also certifying that as a U,S. person, your allocable share of any partnership income from a U.S, trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9, o Exempt payee Requester's name and address (optional) I Social seCU!ity num~er or Employer identification number 59 3513840 Date ~ aC1 Definition of a U.S. person. For federal tax purposes, you are considered a U,S. person if you are: . An individual who is a U,S. citizen or U.S, resident alien, . A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, . An estate (other than a foreign estate). or . A domestic trust (as defined in Regulations section 301,7701-7), Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax, Therefore, if you are a U,S, person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U,S. status and avoid withholding on your share of partnership income, The person who gives Form W-9 to the partnership for purposes of establishing its U,S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States is in the following cases: . The U.S, owner of a disregarded entity and not the entity, Cat. No, 10231 X Form W-9 (Rev, 9-2007) Citv Manager Robert Frank Commissioners Gary Hood. District 1 Rosemary Wilsen, District 2 Rusty ,Johnson, District 3 Joel Keller, District 4 Mavor S, Scott Vandergrift Florida CORRECTED November 30, 2009 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #BI0-02 RE-BID RECLAIMED WATER SYSTEM RETROFIT FOR WEDGEWOOD COMMONS & WHITEHILL SUBDIVISIONS This addendum shall modify and become a part of the original bid documents for the Reclaimed Water System Retrofit for Wedgewood Commons and Whitehill Subdivisions. This addendum consists of two pages. Bidders shall aclGlowledge receipt of Addendum One (I) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. Please note bid date has been changed to 12/08/09 at 2:00 pm. Answers to Questions received and/or amendments to the bid documents are as follows: I. On p. 00300-3 section 5, a.7. Corporate Authority to execute Bid (Section 00510) should be Section 00501. 2. Please use attached revised bid form. The quantity for pay item U 13 was changed from 16 to 2as noted on the plans. 3, Any bid already submitted will be returned unopened, as the bid date has been extended to December 8, 2009 at 2:00 pm local time. attachment: Revised Rid Porm City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 905-3491 . WWW,Qcoee,org ~-- ufJJ P2~ c...ll:l ...:l~ ~~ o~ ~'-' ~~ u~ P2ll:l c...~ ~~ ~~ ~ . - .... f-t~I"""'"l_--- ~o ~ ~ ~ fJJ .... fJJ Z o E=: ;;:l ~s ~~ o~ ~fJJ .... ~~ -~ ~~ ~~ ~-< ~~ ;>~ ~~ e::E .... -< ...:l U ~ ~ ~ .... ll:l I ~ ~ ~ooo:2 '<t" '<t '<t 0.. N '" - N - -N'--N' N \00 0 __'''Nl''''l'''N'<t,,,ON N -.."-,,, 1/')..,,-::::: t fJJ (/) (/) (/) (/) .... .... .... .... < < < < < Zo (/) < < < < < >< >< >< >< ~ ...J ...J ...J ...J ...J ...J ...J ...J ...J ~ ~ ~ ~ ~ f- ...J ~ ~ ~ ~ ~ (/) (/) (/) (/) z o .... ~ e: ~ u (/) ~ ~ I':: .8 ] :.0 o 8 ~ ,Ef o ~ ] ~ :.0 8 o U ~ ~ 00 .S "E o U <Ll ..... -;;; ;:l '~ o :.a ~ -0 fii 11 0. '" III 60- o I':: ... II) o 8 -a .g I':: ;:l o cr' ';::: (1.) U ..... g ~ III II) I:: I':: o II) U 0 II) U fa 3 .s .5 ,5 -0-0-0-0-0-0-0-0-0-0 ] fa fa fii fa fa fa fa fa fa a .c::.c::.c::.c::.c::.c::.c::.c::.c::.c:: ~ .~ .~ .~ .~ .~ .~ .~ .~ .~ .~ 8 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ CO............tJ......tJ..........tJ...... x x x 0 00.0 .0 .0 -0 -0 -0 a a a II) <Ll <Ll :> ~ ~ ~ :> :> II) ~ ~ ~ 00 00 I':: I:: I':: 0 o 0 .= ~ ~ ,= ,= II) ~~~~~ o Q 'U 'U ;:l ::r: ::r: ;:l ;:l -0 .c:: .c:: -0 -0 .c:: U U .c:: .c:: U I':: I:: U U I':: ~ ~ .~ .~ N -""'""'\000....... I':: I':: I':: I':: 'C;; 'C;; '(; .t<j 8 8 8 8 ..... ..... J,.., .... QJ CIJ ~ ~ ~ ~ ~ ~ ~ ~ -0 -0 -0 -0 <Ll II) .~ .~ .~ .~ .:g~uu ~ ~ ~ ~ .... ..... ~ ~ p... p... @ @ .c:: .c:: U U .S .5 I I \0 00 .- .- -;;; (;j (;j -;;; (;j (;j (;j t; 1n .~ .~ .~ .~ .~ x o .0 -0 I:: '" II) :> -;;; :> II) ~~ 8 ~ .= -0 ~ S - ,~ U '" III ;:l .- OJ) -0 ~ .5 .c:: ..... t:: g '5 t.:=: ~ .~ ~ -'<tQ .- - 333 .s .s ,s .5 5 '" I':: . ~ 't<j '" .... 8 ~ ~ ~ '" :?; -0 -g 00 50 .~ -0 ~ 2 .~ '~ 8 ~.:'O~2 ,;:l 0 II) tl .;: ~1I):9-o(;,l v ~ ~ ~ 2 ~v~~.s Cd ~ en .~ .~ ~DIIl"d'~1':: ,~ I':: 0 I':: 0 fa .g 'B .g 'B v U v U V (Jvava -02020 a 0 U 8 U ~ 8 II) 8 o.B u ...... u ._ I:: .~ ~ ,~ ~ :E~V~II) ~ ~ ~ ~ If Ei:<<b~tb~ b"o.gb"o.g @ ,~ .g ,~ .g 'SJ) OJ) p::; ~ ~ ~ ~ .... .... .... tJ.. ~ ~ ..... .... U 0 I:: 0. o 8 U v -0 .:t:: <Ll ~ ~ '-' <8 ~ II) ,9 ~ o~g-o tl 1, 0 ~ I':: ~ U O ,= ,.., U ~ ,3 '~ '5 '5 ] .S ,5 ,5 0. ~ I I CI'J s::; '<t \0 '" -0 8 8 8 a '" '" '" frfrfr .... .... .... -0 -0 -0 fa a a ..... s '" ~ -0 II) 8 .t<j U <Ll .... OJ) .5 - III 'x II) .9 I':: ,8 - U II) I':: I':: o II) v v U :> :> :> II) 000 ~ 8 8 8 ~ ~ ~ ~ ,...... ,!:l '" ~ .; U '" -a v ..... .;~ :> -< o Eo-< ~ 0 ~ Eo-< ~ ~o =: N ,,, '<t I/') \0 r-- 00 0.. ~::::: ~ ~:::: ~ ~ ~ ~ ~ ~;:::; ~ ~;:!; ~ s z -' ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J ::J :J :J ::J :J :J :J ::J ::J ll:l c:: o f-< r/1 :::) II Z o f-< .o~ ~ >- Q) ~ ;::3 0' r/1 II >- r/1 ~ r/1 0.- ~ ~ II r/1 ~ .;...~ o o ~ ~ Q) c:: ;J II ~ ~ ..d u cd W II <r: w o C5 o w ~ In I o o (") o o ..... l;1 o !:J Q) p:: o 8'0'- Bc::t:O CIli:ll"lt :>'CIl"O r/1 c:: ..... ~ 0 t:O ~ ~ CIl ~ 0 g '0 U ';j) Q) ';> 8 -g .... .~ 0::8 u~rJ5 ~ OJJ.- "O~ '01I),..l::; ''''':3: II) o:l .';:: ~~~ N o I SECTION 00020 INVITATION TO BID (RE-BID) RECLAIMED WATER SYSTEM RETROFIT FOR WEDGEWOOD COMMONS AND WHITEHILL SUBDIVISIONS OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent in the City ofOcoee, until 2:00 pm, local time, on December 1,2009. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Any bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01pm. Description of Work: All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by or for the City ofOcoee. The proposed project will be awarded and constructed, if award is made, in conformance with the plans and specifications. Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals, and services, including labor, for the work, which generally includes, but is not necessarily limited to, the construction of a reclaimed water distribution system within an existing residential subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing utilities and private property is an important aspect of the work. Prospective bidders may secure a copy of the documents required for submitting a bid through OnvialDemandstar by accessing the City's website at www.ocoee.org under Finance/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using OnvialDemandstar, prospective bidders will be provided with all addendums and changes to the applicable bid; fees may apply for non-members. Membership with OnvialDemandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Bids shall be prepared from complete, full-size contract documents. Addenda will be posted on DemandStar and transmitted to all holders of complete contract documents not later than twenty-four (24) hours before bid time via facsimile or U.S. mail, as determined by the City ofOcoee. It shall be the bidder's responsibility to verify addendums and acknowledge and addendums in the bid submittal. B 1 0-02 00020-1 Pre-bid Conference: None is scheduled. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5%) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B 1 0-02 for (Re-bid) Construction of the Reclaimed Water System Retrofit For Wedgewood Commons and Whitehill Subdivisions Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. A State of Florida Underground Utility or General Contractor license is required for each prime contractor who bids on the work. Bidders must acknowledge receipt of all addenda in the prescribed bid form, Bids must be signed by an authorized representative ofthe bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 150 North Lakeshore Drive, Ocoee, FL 34761. Award of Contract( s ): The City of Ocoee reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City, 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 ofthe City, is the most responsive and responsible considering price, qualifications, and other factors. City Clerk OCOEE, FLORIDA November 1,2009 END OF SECTION ., B 1 0-02 00020-2