Loading...
Item #02 Approval to Award Bid #B10-07 Sorenson Park Access Improvements Meeting Date: July 20,2010 Item # 6( Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: Subject: Award of Bid #B10-07 Sorenson Park Access Improvements Commissioner Hood-District 1 Background Summary: The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to reconstruct the access road, add sidewalks, improve bleacher and scorer's stand structures, replace baseball dugouts, and make related improvements at Sorenson Park in north central Ocoee. The intent of the project is to provide improved access to recreational facilities. Issue: Award the bid for the Sorenson Park Access Improvements Project to Southern Building Services, Inc. Recommendations 1 )Staff recommends that the City Commission award the bid to Southern Building Services, Inc. for an amount not to exceed the available budget, which is presently $76,000.00, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received. 2) Authorize staff to proceed with contract negotiations with Southern Building Services, Inc. If contract negotiations are unsuccessful with Southern Building Services, Inc., staff shall terminate negotiations and initial negotiations with the second low bidder, and so on, until an agreement is reached. 3)Staff recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Southern Building Services Bid 3. Addendum # 1 and #2 4. ITB #B 1 0-07 Financial Impact: The project budget is $76,000.00 Type of Item: (please mark with an "x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval For Clerk's Deot Use: _ Consent Agenda Public Hearing _ Regular Agenda Discussion & Direction _ Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney ~. _ . ,0 . r.. A '^ ,/'t ^ Ir : 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 Rustv Johnson. District 3 Joel Keller. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: July 13,2010 RE: A ward of Bid #B 1 0-07 Sorenson Park Access Improvements ISSUE Award the bid for the Sorenson Park Access Improvements to Southern Building Services, Inc. BACKGROUND/DISCUSSION The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to reconstruct the access road, add sidewalks, improve bleacher and scorer's stand structures, replace baseball dugouts, and make related improvements at Sorenson Park in north centralOcoee. The intent of the project is to provide improved access to recreational facilities. The award of the bid will be contingent upon revising the scope and being able to negotiate a price that is within the budgeted amount of$76,000. Scope revisions may include: (1) not rebuilding the eastern end of the existing access street; (2) reducing the thickness of concrete pavements in non-critical areas from 6 inches to 4 inches; and (3) renegotiating the price for fence modifications. Staff recommends contract negotiations with Southern Building Services, Inc. to bring the cost under the budget. If contract negotiations are unsuccessful with Southern Building Services, Inc., staff shall terminate negotiations and initial negotiations with the second low bidder, and so on, until an agreement is reached. The bid was publicly advertised on May 23, 2010 and opened on June 22, 20 I O. There were a total of nine (9) bids received. The lowest three (3) bids are: Bidder Total Bid Amount 1. Southern Building Services, Inc. $94,716.08 2. Trimble and Son Construction Group, Inc $94,834.66 3. JAR Construction, Inc. $96,301.82 The bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review. The Parks and Finance Departments reviewed all bids. It is staffs opinion that Southern Building Services, Inc. offers the lowest responsive and responsible bid in terms of qualifications and price. U E ui OJ en 'e ~ :g. . OJ>->- E w ::!: w U WoooaOaaOOI.OLO OOOOOOOOON....... ~ggggggggg~~ Q.~~~~~~~ri~ri~ ;;J,vt tI)&') ffl tl)fI}fI)tI) t- o t- OOOOOOOOOL()I.O 000000000.............. wac::iocioaooa~N ~~~~g~g~~gtl)U} a::,..:tI)~N&')"":f:hM-q: Q.tIl tl)U') 6ll U}&') t- Z ::::l UJggg~~~~~g~~ U..not:iai~~N~NLriod u ~~;g~~~~~~~~ ~ N.,..:tI)"":~fflU}"":N"":~ C ;;J,ffl~ ffl fflfflfflU} o t- t5 .~ 0 2~~~iilt- Oi>->->->- c: o U a:: <t: .., OOOI.OOOOOON-V oaoC"')tl)U')Lt)I.OQOI.O W..n~aj-.:i-.:iN~N..oNtO ~~;~~~~~~~fflEA "N"":ffl""':Eflfl)Ul""':N" Q.tI}U} tfl U)&'} t- Z ::::l c UJ~~~~g~ggg~~ ~ UNci~o~~~NMaiM 2 ~Mml.O"""'N'Vo~O'VM ~ ~ CL.~~~~~~~~~~~ c ~ ~fI} fflfl} fflU)fflfflfflffl 8 .<: <t: c:genuenen13 oOQ.)~Q)Q)..... ~~>~>>w~~~~g~g~g~~ ~ ~ ~NO~O~M~NM..o~ ~ u ~~~~~~~~~~fflW E t:~ ;;;;;; ;;;;;;~~ 'C: Z t- ::::l 1Il I- Z w :!: w > 0 0::: Q. Z :!1 ,... ~ 0 a: 0 1Il f= 0 'lIl <( 0 ~w ...J N cou ::::l '!tu co 0 .... 0<( <( 0 -~ l- N COo::: Q N N <( CO iD Q. Z 0 1Il Z W 0::: 0 1Il ~ wggggggggg~~ ~ Uciooo~doo~~m ~ ~~~g~~~~g~~~ ~ ~ ~~~~~~~~~~~~ m ~ ~ g' () 0 :Eu~~~~t- '5.E>-CII>->- al :.c E rJ CII () .<: :l o m '" o Z E :J "0 c: OJ "0 "0 <t: oil o Z E " :J 0 "'0 ~ ~ ~ "0 en 0 <t: "'EZE Q)I....~OQ~ CO "01"=:'<:U.li:'C <(~a~~ii:~ I- 0 CII en ,= () t:l O~~~lg[fl~ m<t:tll:::;a::c::;: OCOOOOOOOIl)or- oooOOOOOO....CD wooooLridooLrif"'i"": ~::~~g~~~gS;4It.,. a::::~~~~~"''''r,rt'lr Q.4IttA-....,. ...,. t- Z ::::l ~~ o c ..... m W a a a ou>o o~o ..,.000 "'OtO MMa ",~..,. '" '" o a 0 au> 0 oq:mm "''''''' '" '" u>O>0 "''''0 NlOtci ,..."'''' ,...,...0> ~o)~ '" '" '" '" u>,.....,. '" a '" 1O,....:~ "''''''' '" '" u>u>a 00,...0 cOlON "''''00 ",..,.00 NMcci "'~'" '" '" ~u>'" ",,...to ""':mo ~"'''' '" '" 000 MOO "":uici 00...0 ..,.0..,. N~fD ... ... M ... ... 0000 MOO cOcOui ~"'N ... ... "'''' OU> ,....0 "',...0 ",,...0 "'~ 00000000 aaoaaaoLO ooodooccO aaLOLOaaoo oq-LOCQoq-............NLO tIl ~MfI)fI)fI),...:cti E1)tI) tI) m '" 0000000 0000000 0000000 oq-OU')LOOOO U}LOU")oq-............CO :;;;tI)fltU}U}~ OOU')OOOON ,.....Ooq-OIt)LOO~ NlO~cciC"iMci...... ,.....Ooq-OLOLOCOO NLON<X>(",)MNM ~~fltU}fltfltcx)cti "'0> '" '" ,.....OlOOOOO NOMOLOLOO ""':Lrill'icciC"iC"'io NOMOLOLOf"- fl)LOfIt<X>("')MO fit fl)E/}tI},...: '" ON......O<X>Ooq-(() O,.....MOLOCO<X>CO ON~N~m~~ oq-O,....CONCOf'-M LO<X>(f')oq-oq-MCO<X> tfl LO-~E/}Ulfhrt"i..j U} fI) ...... m '" '" ONMO<X>OCO O,.....MOLOcom oq:NcON~m"": LOomCONCO...... UlCO......oq-oq-M"q' llitA-fhfl)(;A-cwi '" '" oooooooc:o 00000000 ciLliciciLliariciui M~~~~~~r::: .,. rtS~.,..,.vtN..-tti ~.. ....cn ... ... 0000000 c!oooooo M~~g~~g ..~....Il)............ rtS"'''''''''M' ... ... ~"",""'"",""'''''''II;f ~ g " Q) "C W "C " " ~ ~ "CE .0 .~ 0.. ::::J (tJ en g ~ ~ ~g U Q,l ~'O....J01 aO ~ =)( uC:cUa ~ ~ ; j ~ ~I~ ~ ~ .~ u ~ ~O'~~~~ 'S ~ ~ Q,l ,~:v Q,l w ~ m 0... ~~~ :5-5gClO~ ~ -tgg 6~~C3~C;: Q) .....UU mrae:::zeoO Q,lro 00'0'0 ~g~CijCij(ijiii ~ ~ .~ ~ ~ Ii) E ,~ g in in en UJ m~>:~.E.E~ 5giE~~~ g~~b'~'~U5 =g~D3~ ffi ~~ ~ e ~ ~ :v ~ ~ I ~ ~:.~ ti ~ ~ < ~ ~ 5 ro ~ Li: ~ :g .E ro 'E .~ '~ b N~::dd.. .~~~:E~~t!lJ..u.1- <II ~ ~ ~ g :J ~ 13 .~ ~ ~ s ~ Ui2 ~ ., CD U5 2:' 'S Q) 11i. 2,,_:~ ~ O.J::. ". ~ ~ c: g~~c( e8~,fa:.='~ g~~~~o~ ~~~~~~~~ ooooo~'S~ '~~~~~g~~ WOOCOO...Jw " Ii ::J m al ~ :c '" Ui "0 OJ ~ 'C: .c J!? OJ a:g~ ~8~ ,~ 'iij :5 OJ.c Q.OJ:.i m en <l: :g~ OJ_ ! "::"- en OJ 1:: > 8.~ mE _ III lijU Oi.,:; E5~ -g<9ij ~!~ ~ ~ 5 u.", a a au> ocO 00 0'" ctilli "'''' '" ~ '" a a o a a ai '" "'..,. U>M cOcO ON 00 cD~ "'0 ",... ... '" to o a ai '" "'..,. ~ en cO ex) "'en ~N NM u>M '" ... ... '" a -i '" o ri ;;; 000 00 NcO ...N M<D ",- ,...: '" M ... ... ... a o cC N 00 ..; ... ... '" rn :: <II " '0 " '" 0- Il! ~ '6 " " '" 0- Il! '" ., <II ~ ~ 5 ffi.E ~ jii'g ~ Q):: Q) -5 "E ~ ti I.g .:.= Q) ~~~g,~ ~alO;::C5 ~"5~-5~ ....JQ).sz~ 'O~_Q).Q ~ ,~ ~ ~ ~ rr.Qa:~ " o ~ " o "C " 'E " > <II " " " II! ~ II! Iii C Q) E C e 'S; ~ e ~ ~, ~8>->- 'C o u: ~ c Q) U U"'''' ~ Q) Q,) '" '" <(>->- en I- Z w :i!: w > o e::: ll. ""~ oen 'en ~w coo 'It:o 0<( -~ coe::: <( ll. Z o en z w e::: o en o U C o U S '" '" '" 5 Q) Q) '" ... u>->- C o C Q) .c -e C\l a. Z:!E 00: i=o jo ::::)N COO <(.... I-~ 9~ coiD 1:' ~ E o u ~ ~ ~. . ,,>->- C\l <<i 3: Q) .c ~ O/l C ~~ ~ :::l...J .c ~gU)(J g:E~~. . (J~ :c C\l C '" g8 ~ c w u '" u '" c. E o u '" co i ~ ~ ~ 5: 8 .c ~ .~ () j .:.:: 'S ~ Q.) Q) .!: 11. .cee ~ IV (ij- Ulgg .c ~ '1:: ct 0 0 (,) la ~ "7 U U (ij l.g ~ ~ (f) ~ -g _ u; en to IV .~ ~ ~ ~ .f: -gm~>::I-.E.Ec: 5 .~t3mg'--'~'IDS :c ~ == e.:.:: Q.) 0 .... ..... en c: ~~Ee~~~~~;~ .t: en ._ Q) c: ._._ -.1 ~ ~N~SS~~~~~ OOOOOOOOOOlO ooooooooam""tt W . . . . . . . . . . . UL.(')lOONVIl)l{)OOOC\lf"'- C"')t---OMv......MOMNO D:: I,(). 1O. ,...... 0>. M. ,...... O. 1.0. CD. o. to. o..(1)NlOtO.,-v__......mM,..... -J~Ef}E:I}EI)tI)EI)U}U)&'}Ef}U} ~ . ~ 00000000001.0 w~~~~~~~~C!~~ ~~~g~~~~g~~:: O::::lOlO,.....mM......Oll)CO tit 0. C1>-Nt.()-cD~v-......-~ai ....ttlEl)Ef}Ef}U)EI)EI)EI)U) Z ::> 00000000000 00000000000 W . . . . . . . . . . . UoaolOoooOaCOtO OaONOOI.OOlO......tO ~~~~~~ri~~~~~ tfl El)EI)U)f:I) EI) t/)...... ...J '" ~ o ~ 00000000000 w~~~~~~q~~~q ~8gg~8g~g~~~ O::::tnlOlOtOlOlO,.....ON Ell o.aif;lt~M~Mfh.nfh ....tIt UltlttlttA- fh Z ::> 00000000000 wooooooooooo OOOOOOOadOt.ON (iooooooooo......v 0.. ~~ ~~~-~~ ~-~ri; ..J...... ~U)Y} Y}U}Y}U} <('" ~ o ~ 00000000000 00000000000 UJoooooooooLri...r UOOOOOOOOO<<l)...... _0l.l)000l.l)1/)l.l)0 ffl O::cifh&6~~fhfhNli'i ll....... U}Y)U} tRY} ~'" Z ::> 00000000001/) woooOOOOOOON Uocrioo...r...rollioONM ~ 8_ ::_~. O';_~ ~ ~ ~_ ~_ oo_~_ l.l)("")......"d" ......MNCO -Jy}U}EflY} (/}(/}tREfl ~ o ~ W u ii: a. ~ Z ::> UJ~~~~8~~~~~~ UMOOOOOOOO"d"(",,) ~5:;Rgg~g~5:;8~~ -NfhMMfhN-tltN-.i"":Efl -J(/} EflU} (/) t1tt1tU} <( ~ o ~ ~~~~~~~~gg5:;~ _(",,)00000000""':""': ~:1t~g_g.~g.~5:;_g_Ef)tIt t:~ ~~ ~ ~~ z ::> ........-........-..-..-..-........ ~ o c t- VI w N o z E " ." C Q) ." ." <( O/l ... ~ en ~ Ig .a ~ u .~ 2 0 g ~ u; 2 I~ ~ 2 U; g C '5 ~ ~ .c :~ ~ ~ gig ~ ~ <t eU<l:u.O:~I~ g~~~~~~ ~~~~~~~ OOOOOO:J .~~~~~~I~ wooooO...J o z E C :] .2 ." 1ii g ~ ." .c ." '" 0 ~ "6E~~ col.g~~~ii:~ <(~:;U.,,_.g .....~~~.~5~ C~VlC~VI'i5 -o."f!Q)wo co <(ili:.:;o:c::;: '" '" 0 r--oo o '0 ....~M No>r-- ai"":~ '" ~ M '" '" '" '" '" ....tOo> cO cO cO to"'N '" '" 000 000 o...ro M N 0 ...."'0 NcOm ",~.... '" '" 000 000 cONlli ~ ~ M '" '" '" 000 000 Lrioo Nr--O or--o NMN ",~.... '" '" 000 000 Lrido ~ ~ M '" '" '" 000 "''''0 N...rd MO'" Or--N cD - M- '" ~ M "'''' 0'" ON ...ro "'~ '" 00'" '" '" r-- cricOM "''''N '" '" 000 000 ocrio 000 r--"'.... N"uiri "''''.... '" 000 000 o...r""': N"'M '" '" "'''' 000 I'-CD "'1'-0 "'1'-0 "'.... 00000001/) 0000000.... ooeooocDN NOOOlt)l.l)f'-CO M_ 0 1.0 CO ("") ("") f'- ("") ;;; g~~th(/}~-ri '" ~ '" 0000000 0000000 Ndeddd"": ("")000Lt)l/).q OLOCOMMO> (/) u:itR......-EflEfl~ '" '" ~ '" 00000000 00000000 ddc:ioolriocri OOLOl/)l/)f'-OCO o. l/) "d" N ("') N 0 "d" y;g-~Ef)U}Ul~~ '" ~ '" 0000000 0000000 ddaodlrio OOLOl/)l/)......O ......Lt)(")NMNI.O EflrifhU}U}EflcD '" '" 00000000 00000000 odc:iddddN OOOOl.l)l.l)OLO O_LO"d"OMMOO y;~~~tltfh~~ <I> ~ '" 0000000 0000000 ddoocco OOOOlt)lt)Q ......It)NOMMO Ul uifh.,..:ththci '" '" ~ '" OOOOOOOlt) OOOOOOON ...r...rlriotriujolri N.qCOCO............l/)l/) M.qOONNOltO thNN.,..:tlttlt..j'lt)- ththtlt 0 '" ~ '" o 0 .... 0 N lli '" 0> '" N '" 00000000 00000000 00000000 001.000000 It).............qMMCOOl U} C'i"":fhthth.q-ri tit(/} NO "';;; 0000000 0000000 0000000 It)OlOOOOO tIt......NVMMN C'iutUltlttltcO '" '" ~....r-- ~.... ~ ,g. '" Cl U W ~ o u E :::l f- c: ~ en en "'"S '" w 0 Q)"C -Jcn t:5 C <..>:J 5 Bll.~ ili ~ <">g~>~ g .U) 0 ~ ~ Q:i~z""'(D -5g~~~ ~~~~C::c .~ ~ ~ ~ ~ ~ ..2 ~ "C "'C "'C c( <(U5~~~~ ~ ,~ ~ ~ ~ c( .~ ~~ .~~ 5 e::::e::::u..u..u..1- ." Q) ~ 'C .c '" Qj a: ~ u '" Cl ,jgc5~ ~ = ~ o '" u Q).c ~~~ ~~~~ '" Q) t:: > o Q) ~E 'ffi8~ 1iiQ)~ ~~~ ~!~ E' .... "...!=i u..N.... 0'" o ~ <ON r-- 00 <ON .,,-- "'00 "'~ '" o o oj C;; M ;;; 00 00 occi 000 0.... Mm ....<0 '" ~ '" o o o '" r-- ci ;;; 00 00 ON 0'" 00 0- cO ........ '" ~ '" o o o o o ci ;;; 0'" ON duj N N 0> to ~ui o '" ~ '" N 00 00 dd 00 o to- ui M '" ~ '" o o o o o en '" .... 1ii :; ... '" '" c: '" c. ~ ~ '5 '" o 'C c. ~ '" '" ... ~ ~ ~ ffi,g ~ "ii)-g ~ "'::: '" -a 'E ~-d I ~ . ~ 2 =~~~~ ~ ~ I.;:: .. 0 ~-5~~~ ~~=;~ *8~~~ ;:;;:;~~~ C o ~ c: o u Q) 'E '" > ... '" o C ~ ~ ~ cn I- Z W ~ W > o 0:: D. w~..... w_o acne ucn.... owai u. U . ouo >c:(z I-:::r:::c -0::- uc:(D:I D. z o cn z w 0:: o cn Q 0 0 0 0 c Q 0 Vl a"l ~ 0 0 ., OJ I:) \) 0 .:1 0 0 0 () ~ 0 0 () 0 . :to tt'} v 0 0 0 . <:5 V) . () ~ v1 . ~ ...9 B {] ~ . :s () () () '0 G :r ~ lG ~ 0 r- - d 3~ 0 - a ~ ('- 0 a :r {) :r 0- t- - tv) \r) ::J-' <.r- l\J 0- J' - N ..5} ('() - --" ~ N r-:J ~ - 1YJ l.P - J - - - ~ lo' A ''>! '" 0 0 ~ r;) g 0 0 0 0 <:> 0 Q CI) ., V .0 :) :) 0 ;:) v . . . v ~,!;1 u Q ~ V) () ~ a V) EO Vi . .;: 0 % -' 0 G D. C t'- (J ~ a t"'- V) ~ t'II U S g N .... - \P r./) G - . 0c' q l-' '2 - - I..J) :J a- C() - T ill :::J ~ tY) r- t\J :r - - - N l\j -... rf) ~ -....; " .4- ) -0 e Q) ~ - 0 U -0 co e .c c. .... co E ::l Ci5 , 0 I- ~' U . Q) ill Q) co a; cI!:l a; x .... U Q) .... . Q) e oo U U N U 0 C Q) ~ co e ..- e U 0 oo .... n: 0 .c Q) Q) ~~ e .... oo ::l e U - LL e 0 ::l Q) t5 .~ .f: ~ .~ 0 I- ~ ~ t5 ::l ::l co - Q) .f: .... '..", ... I- Q) CJ ::l t5 U5 I- ::l co - ~(j) c Q) III ~ I- ::l 0 a.. ~ Q) .c aI :0 U5 I- ~ - I- co U U5 Q) U u-o co C 0 2 ::l -0 (ii oo e e e .c Q) , E - g :~ . .c co 'C <( 0 0 co U Ci5 ~ (ii I I- Q) ..- u uU5 Q) '(3 co oo oo Cl - I (ii 0 u .g, E Q) <( .c co (/) -0 -Ooo E e e Q) ::l 5l~ Q) ~ ..... iii ::l -0 0 oo Q) Q) .... cI!:l (/) .~ u e e e (5 U <( LL ~ I- ~ co ~~ l- I- Q) - 'E co I- ..... ..... ..... ..... ..... -0 CD ..Q ..Qo I- .~ e C 0 0 0 0 0 2: Q) ~ l- e e U 0 ::l 0 ~ CD e .~ 'ijj (/) -- <i: .9 e e e e e U I- -0 U ::l ~ 0 ~~ e ro ~ ~ 0 0 ~ (/) I- :c 0 I- I- :E :2 0 I- U e ~ ~ 0 co .. .~ e "5 ~ co Q) 0 Q) ~:::. ~ co '" 0 (5 (5 (5 (5 (5 U5 E e:;= - LL .c oo :0 '00 E E E E E ~ .c ::i Q) e u:: u::~ e t:: -0 .1: 0 0 Q) Q) Q) Q) Q) co . E 0 ii:! 0 'ijj .... co N ::i~ = -0 'Ill ~ W 0 0 0 0 0 ...J W ..- <0 ..- Co coW ~ ~ .... >- >- >- >- >- >- <( i. :2 (/) (/) (/) (/) (/) (/) (/) (/) (/) (/) :::J ...J ...J ...J ...J ...J ...J ...J ...J ...J (/) (/) U (/) (/) (/) ...J W .. ~ ..... 0 .... C'? C'? l!) ..... 0 IC 0 ..- ..- ..- ..- ..- ..- ..- ..- ..- 0 l!) C'? ~ "<t. ..- ..- I'- l'G I'- co ..- ::l ..- ..- 0 " .- ... s.8 "<t It) (Q co en 0 .... ('II C") "I:t It) (Q ..... ai'S .... ('II C") ..... .... .... .... .... .... .... .... .... =~'::l 'z c-- s:: -.-J ~C -::: - - <./1 ....:>"'V cO......... E~ <::.,)UJ i ~ c. V) >- D:I C W ~ ~ D:I :::J cn c 10 1.0 C'l z o 1= u ~ ~ E-o r:/) Z o U ~ E-o c.::: :::> o u Cfl ~ u.:l E-o -.:t 0.... I . ogs -I"- o:ig) Lt) ;1 0:: o cn I- Z W :!E W >- O' o::fl 0.1- w:!Ez w-O OcnO ocn- ow:;; u..0' oo~ )-<ai I-:::C:: . -0::0 o<z o.c z- OlD cn Z W 0:: o cn .. ~ ~ () 0 () 0 C i t:J () 0 . , . . G ....9 - S ~ \Ii \I) --' ! .0 :J , l- N N r- , \J) - - N ~ c - :r- Ill! (]-- .. I () C 0 () 0 ~ a:l CI) ~ ~ 0 W 'l t,) . C) , 'I:: t() Vl V\ en 0. C <( ... 0 N (\J 'c a:l Vl - - :J - ..J ~ tv) <( l- e >ji; I- " " .. c ~ .~ Cf) Cf) :; ~, w g '0 ..J C g ::J co C 0 - .g I Cf) Cf) w ro c Cf) > .0 0 0::: a> . '(jj 0 (/) (/) z 0 co a> w I- CD () 0 c 0 ~ 0 <( ~ N .~ C) 0 0 x C co 0::: Z Co 0 1: ro ro ro +:l :g. g: - cn cn (/) , ... ~ .E: c c t,) - - .' II) l!:! '0 '0 '0 0) - c c c C Cf) co co co ~ , c .c .c .c , .9 (/) (/) (/) ro 'c 'c 'c L.. L.. L.. a> ::J ::J ::J E- o::: LL LL LL < oj; . j~ Cf) <( <( <( c :J ..J W W W , ~ t;o ~i: ...- ...- ...- .q- co :J , a ~. , .... . 0) E~ co C'l 0 ...- 0)' ...- ...- N N == :J .... Z ,. , n 1 ::J ~ ,Il' ~ ~ ~ s N') t:::) .0 ~ ..of I- ~.. V) = ........... 0 ;. w \J ~ Q) ~ u Z '1:: 0. ev, ~ - w 'c ~ I- :J ..J ~ <( I- ~ e '0 C) a> ~ co c , () 'C J: .0 l- ii' co -- 3: a> L..- o...::J (/)a c .~ ::J a:l ~o co_ ..J .'(3 ro <( a>.o 0. a> I- Cf)(/) e , '0 co I- IDCD ; t;:::...... (/) a> t> o a> 0.= c Cf)c 0 -co ,~ roC) cna> c c u -0 lien '0<9 0) lijg C .cC (/) 0 .- ..J C= L.._ ::J.q- LLN ... <( 'c :J W ~ ... c .q- '" co ::J a ... iE 1l < O)~E ...- ==:J N ~ Z r-- M "'0 &i >- d) &i ;:j J 0" r/:J 7. II --- >- r:/) ~ .... IJ 0 0 t.r.. ~ d) ... c<:l ~ ;:j Q 0" V7 r/:J ~ I II .- C'J t.r.. N ~ '2 r/:J 5 I ~~ d) -...$l ~ .... - r:/) '+-< -:. 0 Q) J 0.. .... ~ en ..... tYl 0 ~ () Q .....l d) ~ II ..s '? ~ r/:J en 0 ~ .....l ;:j C.'\L 0.. ~ -~ cv 0 0 l,....J 0 M t.r.. I v1 0 &i .- V1 en d) 5 c d) e ~ .... --J U) - II '+-< I. l- .. 0 ~ t.r.. (5 g .....l ..d' ~ u.l en () > d) c<:l ..s w ~ .~ II j:l., d) ~ ~ .... l- w c<:l >. U) 8 Q) U) ~ '2 ... u.l d) () u .... -e r:J ~ ~ U a.l ~ <t: I. - II .... ~ ~ ;:j Q. v1 U 0 I:.J OJ) a.l ~ <t: ;:j ~~lV j:l., Cl d) z ,..l:1 ... 0 .... I. ;:j U) .~ cS en Z Q) ell "0 .- d) ~ "'0 ..... ~ .. .. 05 ~ ~ '+-< 0 U) ca 0 en r- .... .... 0 0 'S I E-< 0 * ~ CD 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL J.D. NO./CONTACT PERSONIPHONE #: I . . m~ . ~ s I . . ~ .j/. we tf ~ G' s:. d75'Y' 'n'n; 3SCl-~cJ.9- fPY'6j/ The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped. organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, malce & model of all equipment that will be used on City of Ocoee properties, includipg whether owned or leased. If leased please provide name of lessor. . 13 ko t- . 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must d.emonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. ~ DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBERJEMAIL ADDRESSIN AME OF CONTACT Ocoee Utilities Admin Buildig / 04-08 / $366,513.00/ City of Ocoee @ 150 N. Drive, Ocoee / Charles Smith @ 407.905.3100 x 4000 Winter Garden Fire Administration Bldg /11-08/ $637,427.00 / City of Winter Garden @ 300 W. Plant Street, Winter Garden / Marc Black 407.656.4111 x 2317 i<issi'mmee"pa'rk Maintenance"Sh-op7Ti-08 / $148,541.00 /'C.ity..oTidssTrTlmee@-....... 101 N. Churchstreet Kissimmee / Steve Lackey @ 407.518.2342 BIO..07 SORENSON PARK ACCESS IMPROVEMENTS 17 Have you any similar work in progress at this time? Y es~ No ~. Length of time in business Founded 1998/ 12 years Bank or other financial references: Wachovia Bank / Marc Powell 407.649.5233 Regions Bank / Rose Pina 407-656-3633 (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute{s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. Ifnone, please so state. N/A 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 No._~..._._.__ No. No. No. Dated 6.15.10 Dated _6..1Z..l0_.._.._..___ Dated Dated Dated (remainder of page left blank intentionally) BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 18 Bid #Bl 0-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. J Sworn to and subscribed before me this 22" day of Personally Known y or Produced Identification (Type ofldentification) B 1 0-07 SORENSON PARK ACCESS IMPROVEMENTS Lto1Ss1l. II O~ TELEPHONE (INCLUDE AREA CODE) LtOT81l.ll2'Q FAX (INCLUDE AREA CODE) ,)sh(n1)n@SoLttrtm bu Ildl ngserVlc es, (O\'V1 E-MAIL ADDRESS IF REMIIT ANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: .3VJ1c:. , 20.LJ2. NOTARY PUBUC-STATE OF FLORiDA ,......, l' S h b .-'~ l-- .]sa c! wa ['~~I"! ~Commission #DD861378 - ,<:Wr" R' 'R -",,,'!...,,,, ",XPll'CS: FL. 15,2013 BONDED TIIRU ATI.JJo.'TIC BONDING co" INe. Notary Public - State of RIJ"-; iq coun~~ -'. ~. ~/,J Signature of Notary Public . 1 t-;Sq Sc/;a/~ Printed, typed or stamped Commissioned name of Notary Public 28 TOlal Compliance NoetWCHk, 1m:. Drug Free Workplace Programs 5440 NW 33rd Avenue Suite 106 Ft. Lauderdale, Florida 33309 (954) 677-1200 Phone (954) 677-1201 Fax June 21, 2010 To Whom it May Concern: Total Compliance Network implemented a State of Florida Drug Free Workplace Program for the company listed below. TCN also provided the below-indicated services. If you have any questions, please feel free to contact me at my office, (800) 881-4826. Company Name: Southern Building Services, Inc. Address: 1165 E. Plant Street Winter Garden FL 34787 Telephone #: (407) 877-1108 Contact Person: J err Sherron Date TCN Implemented program with the above contact person: December 2001 TCN provided the above-named company with a Compliance Manual which includes: 1. An Employee handbook containing company policy and all necessary information (i.e., Information on where to seek help, medications that affect the outcome of a drug test, etc.). 2. Initial 60-day Drug Free Workplace notification. 3. Employee agreement forms, including company disciplinary action. 4. A Supervisor's handbook. 5. Information to post in conspicuous locations (signs, posters). 6. Additional forms and agreements (rehabilitation, notification of positive test results, etc.). TCN has also set up a drug screen collection site, AHCA or NIDA certified testing laboratory, on-staff Medical Review Officer, results reporting (telephone and hard copy) and billing. TCN has instructed the above-named contact person on the following procedures: 1. Distribution of 60-day Drug Free Workplace notification. 2. Conducting the Employee meeting including distribution of Employee handbook, educational material and collection of signed paperwork. 3. Drug testing requirements and procedures for testing: a. Job Applicants d. Return-to-work. b. Post-accident e. Random (if applicable). c. Reasonable suspicion f. Routine fitness-for-duty. TCN will also continue to act as a consultant for any questions regarding this program, but will not be held responsible for any company's negligence or inability to perform the State of Florida Drug Free Workplace requirements using TCN or TCN materials. Total Compliance Network Representative Nick Mirowsky I ..~ .. . .. .. ... .. . ..... ~ .. 6/21/2010 5:08 PM FROM: Fax Morse Insurance TO: 4078777188 PAGE: 001 OF 001 .~Drr. CERTIFICA TE OF LIABILITY INSURANCE I DATE (MMlDDIYYYY) OP 10 TH 06/21/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS C.ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMI'UK I AN : If the certificate holder IS an , the policy(ies) must be endorsed. If SUBROGATION IS 'v"...., sUbJect to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:V Greg Hine:rman WgN~o Extl: T(..()~, No): Bruce Morse Insurance Agency 1000 Wekiva Springs Road ~tbA~~SS: Longwood FL 32779 CUSTOMER 10 .: SOUTH13 Phone:407-869-4200 Fax:407-862-7656 INSURER(S) AFFORDING COVERAGE NAIC. INSURED INSURER A : National Tru.t Insurance Co Southern Building Services Inc INSURER B : FCC I Insurance Group 10178 Andrea Sherron 617 Glenview Dr. INSURER C : Winter Garden FL 34787-1900 INSURER 0 : INSURER E : INSURER F : COVERAGES CERTIFICATE NUM BER: REVISION NUM BER: I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA TED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICA TE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. l'tfR. TYPE OF INSURANCE INSR WVC POLICY NUMBER (MMIDDIYYYY) (MM/DDIvYYY> LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 f--- A X COMMERCIAL GENERAL LIABILITY GL 0010401 06/01/10 06/01/11 ':'!'~'''>t:: $100,000 f--- ~ CLAIMS-MADE ~ OCCUR PREMISES (Ea nCClJrrAnCA) - MED EXP (Anyone person) $ 5,000 X X PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2,000,000 I POLICY n j~& n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000 - (Ef't rll:cidI-!111) A X AfN AUTO CA 0016124 06/01/10 06/01/11 BODILY INJURY (Per person) $ - ALL OWNED AUTOS BODILY INJURY (PAr acciriAn!) $ - SCHEDULED AlfTOS PROPERTY DAMAGE - $ HIRED AUTOS (Per accident) - $ NON-OWNED AUTOS - $ UMBRELLA L1AB H OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEDUCTl BLE $ - RElENTION $ $ B WORKERS COMPENSATION 001-WC10A-64430 06/01/10 06/01/11 Ir1;"R~ IT ~I Ttt I IOJ~ AND EMPLOYERS' LIABILITY YIN ANY PROPRIElORlPARTNERlEXECUllVE D I>lIA E.L. EACH ACCIDENT $ 500000 OFFICER/MEMBER EXCLUDED? (M.nd.tory In NH) E.L. DISEASE - EA EMPLOYEE $ 500000 ~t~~~~~~~ ~~dO~ERATlONS below E.L. DISEASE - POLICY LIMIT $ 500000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more sp.ce Is required) Project: Sorenson Fark Access & Imp.rovement to the General Liability City of Ocoee is Additional Insurea with respects coverage on a primary and non-contributory basis. Waiver of Subrogation applies to the General Liability coverage. CERTIFICATE HOLDER CANCELLATION OCOEECI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Ocoee Fax (~07) 656-5398 150 N Lakeshore Drive Ocoee FL 34761-2258 AUTHORIZED REPRESENTATIve ~~ ~CORD 25 (2009/09) @) 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City 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 June 15,2010 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B 1 0-07 Sorenson Park Access Improvements This addendum shall modify and become a part of the original bid documents for the Sorenson Park Access Improvements. This addendum consists of one page. Bidders shall acknowledge 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. Answers to Questions received and/or amendments to the bid documents are as follows: Q I. States a bid bond of 5% is required, but no other bonds are required on a project under $200,000.00. the estimated budget on this project was listed at $65,000.00- can you clarify if a Bid Bond is nesessary? A 1. Yes Q2. What is the warranty period required for this project? Page 9 states that a bid will be awarded to "lowest most responsive & responsible bidder according to following criteria" which includes "warranty offered". Also, where is the warranty offered to be written on bid docurnents? A2. I year required. Q3. Is a builders risk policy required? A3. No. Q4. Is a General Contractor required to bid this project? A4. The licensing requirements for the Sorenson Park Access Improvements Project, now out for bids, are: Grading, paving, and sidewalks - No license required Bleacher removal and re-installation - No license required, as we are reusing the existing bleachers, which conform to current Code Dugout construction/installation - Building or General Contractor license is required Pullbox replacement and streetlight realignment - Electrical Contractor license is required Building permits to be acquired at no cost by the Contractor are: Grading, paving, and sidewalks - Site development permit Bleacher pads and bleacher re-irstallation - covered by site development permit, as we are reusing the existing bleachers; note that we require shop drawings for bleacher anchors Dugout construction/installation - Building permit; requires Florida PE signed & sealed plans Pullbox replacement and streetlight realignment - Electrical permit; requires shop drawings for pullbox Crystal Conley Purchasing Technician City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 905-3491 . www.ocoee.org 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 Florida June 17,2010 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #BIO-07 Sorenson Park Access Improvements This addendum shall modify and become a part of the original bid docurnents for the Sorenson Park Access Improvements. This addendum consists of one page. Bidders shall acknowledge receipt of Addendum Two (2) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. Answers to Questions received and/or amendments to the bid documents are as follows: Q I. In regards to the Sorenson Park Access Improvements, will the construction materials testing scope of work be handled by the City of Ocoee or will it be under the responsibility of the hired Contractor? A I. Material testing, such as in-place compaction, is handled by the City. Crystal Conley Purchasing Technician City of Ocoee' 150 N Lakeshore Drive. Ococe, Florida 34761 phone: (407) 905-3100. fax: (407) 905-3491. www.ocoee.org City Manager Robert Frank Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift CITY OF OCOEE INVITATION TO BID #BI0-07 SORENSON PARK ACCESS IMPROVEMENTS City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3 100 . fax: (407) 905-3194' www.ocoee.org - - - TABLE OF CONTENTS FOR BID #BIO-07 SORENSON PARK ACCESS IMPROVEMENTS BID DOCUMENTS 3 4 thru 6 7 thru 16 * 1 7 thru 1 8 Legal Advertisement Invitation to Bid #B 1 0-07 General Terms & Conditions S u bcontractors/Equi pment Listing/References/ Summary of Litigation! Acknowledgement of Addenda SCOPE OF WORK/BID FORM 19 thru 25 *26 thru 27 *28 Scope of Work Bid Form Company Information and Signature Sheet *Submit with bid. END OF TABLE OF CONTENTS B10-07 SORENSON PARK ACCESS IMPROVEMENTS 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #BIO-07, SORENSON PARK ACCESS IMPROVEMENTS, no later than 2:00 P.M., local time, on June 22, 2010. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids from qualified contractors to reconstruct the access road, add sidewalks, improve bleacher and scorer's stand structures, replace baseball dugouts, and make related improvements at Sorenson Park in north central Ocoee. The intent of the project is to provide improved access to recreational facilities. No Pre-Bid Conference has been scheduled at this time. Bid Security: A certified check (no personal or company checks) or bid bond shall accompany each bid, no cash accepted. The certified check or bid bond shall be for five percent (5%) of the bid price and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Each Bidder shall submit one (I) original and two (2) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City of Ocoee, Attn: Crystal Conley, Purchasing Technician 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:0 I PM, local time, or as soon thereafter as possible. Prospective Bidders may secure a copy of the documents required for submitting a bid through Onvia/Demandstar 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 Onvia/Demandstar, prospective Bidders will be provided with all addendums and changes to the applicable bid; fees may apply for non-members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective Bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Award of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the Bidder qualifies his/her bid by specific limitations. No fax or electronic submissions will be accepted. City Clerk May 23,2010 BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 3 CITY OF OCOEE INVITATION TO BID #BI0-07 SORENSON PARK ACCESS IMPROVEMENTS INTENT: Sealed bids for Bid #B 1 0-07 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder". The proposed Contract will be for the labor, supervIsIon, materials, equipment, supplies and incidentals for the Sorenson Park Access Improvements in the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Crystal Conley, Purchasing Technician (407) 905- 3100, extension 1523, fax (407)905-3194, or email cconley@ci.ocoee.fl.us, and must be received not later than 12:00 PM on June 15, 2010. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (l) original and two (2) copies of the required submittals only by the Finance Department not later than 2:00 P.M., local time, on June 22, 2010. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Crystal Conley, Purchasing Technician 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2 :05 P.M., or as soon thereafter as possible, on the above-appointed date. Bidders or their authorized agents are invited to be present. The 810-07 SORENSON PARK ACCESS IMPROVEMENTS 4 actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors/Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents/scope of work. G. No Pre-Bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through OnvialDemandstar issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. 1. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; BID-D7 SORENSON PARK ACCESS IMPROVEMENTS 5 d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. 1. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00 and greater) for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287. 133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninetv (90) days after the time and date scheduled for the bid openin2;. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive Bidder whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a Bidder to submit such evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. B 1 0-07 SORENSON PARK ACCESS IMPROVEMENTS 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) 'days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to A ward by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work or until the 91 sl day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS None are required for this project unless over $200,000.00. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the B I 0-07 SORENSON PARK ACCESS IMPROVEMENTS 7 contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnifY the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; B I 0-07 SORENSON PARK ACCESS IMPROVEMENTS 8 d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: · Compliance with scope of work, specifications, terms, and conditions · Bid price · Warranty offered · Experience with similar work · Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. B 10-07 SORENSON PARK ACCESS IMPROVEMENTS 9 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten (10%) retainage until the job is fifty (50%) complete. Subsequent to the fifty percent (50%) completion milestone, Owner shall reduce retainage withheld on each payment application to five (5%) retainage. All retain age amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty-fifth (25th) business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: . Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and 810-07 SORENSON PARK ACCESS IMPROVEMENTS 10 · Pursuant to Chapter 212, Florida Statutes, the City IS exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City-issued purchase order. Construction time will be one hundred twenty (120) days from the Notice to Proceed. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. I) Construction material shall not be stored so as to block exits. BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 11 m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse 810-07 SORENSON PARK ACCESS IMPROVEMENTS 12 or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. B 10-07 SORENSON PARK ACCESS IMPROVEMENTS 13 b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance h~s been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. . Include Waiver of Subrogation in favor of the City ofOcoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City ofOcoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 14 · $1,000,000 PER OCCURRENCE · $1,000,000 PERSONAL & ADVERTISING INJURY · Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City ofOcoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. · $1,000,000 PER OCCURRENCE · $2,000,000 AGGREGATE 6) Commercial Umbrella: · $1,000,000 PER OCCURRENCE · $2,000,000 Aggregate · Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (I) Location · $1,000,000 Any (I) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. (remainder of page left blank intentionally) 810-07 SORENSON PARK ACCESS IMPROVEMENTS 15 A CORD_ CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DATE (MINDDrfYVY) FRAZI\-l 11/04/04 f I'ROOUCI. THIS CERTIFICATE IS ISSUED":; A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE 1 NAlC . IN5UREO INSURER k .. ...t. latlag J.- .1' ..Ull' I INSURER " I Contractorl. Name _Co I Addre.. ..SUAERO: I INSURE.R. E: I THE POlICIiS OF iNSUft4NCE lIS1E'O BELOW HAVE BEtH ISSUED TO THE INSuRED HAMEC ABOVE'OR THE POLICY PERIOD INDICATED. N01W1TMST......QlNG AJ('( RE<:lUIREME~. TCRM OR; CONorTlON OF AN'( CONmAtCT OR OTHER DOCUMENT WITH RUPECT TO WHICH THI8CERTlFICATE MAV IE ISSUED OR IrMY PUTAIN, THE INSURANCE ~FO~D BYtM[ POlICES oESCR18EO )oi[JlEIN lS SUBJECT TO AU. niE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POlICIES. AGGREGATE lIMITS SHOWN ~VHAVE BEEN ..eOUCJ;:OIV I",tJ()CLAJIolS (l~T:r.:s':t~ TYPe OfIINSUIltANCE POLICY NUMBER DA NlOQIYY RfT ,...... lx ~EJW. UAalUTY EACH QCCUAAfNCE .1,000,000 ~DC""GE"""'UAIl"'TY PR.EJr,nses u OCO#tn<< .50,000 \ I-- CL.\IUS UAOE ~ OCCVA MED EXP (My 0I'Ie per.on) .5,000 PERSONAl. j AlN INJURY '1,000 000 GENERAl .lGQREa... rE .2,000,000 n'l AGGREGAli;g; An! PER: ..ROOUCTS . COt.lP/OP AGO .2,000,000 POlICV Ixl J T lOC ~CMOBJL.E t,lA81LITY COlolB!NEC SINGLE l,.!I.lIT '1,000,000 ~ _AlITO lE.,aid_) f- All OWNED AUTOS 8OOn. V INJURV . SCHEDUlED AurOS I (p.~) I r-- ~ M\RfD AUTOS 800ll Y HJURV I I . ~ NON-OWNED AUTOS (Pet.ccld.nt) PROPERTY DAMAGE " i I tP..to<IWlt) RAAAO! ~UTY MlTO ONLY. EA ACCIDENT . AHV AUTO OTHER THAN EA ACe . I AUTO ONl ~ AGO . lfJU5MUI.n... UA8JUTY EJlrCH OCCURReNCe .1,000,000 X X OCCUR 0 Cl,AlNS WADE AGQFtEOAT! .2,000,000 q DEDUCTIBLE . --- I I : RETEHTlO'" . I WORKtltJ COWfNJAnoN AND X IT~RY \Mir~ I 10:;;' EMP\.O.,IAS L.....1UTY LL EACH ACClOENT .500,000 : ~., PRQPRjETON1'AFt~EfUE)ll!:Cl.lTN'e Ofr:ICEAiMEMBiR EJ<<:LUOED? E.L. DtSEA4E. EA EW"LOYEE S 500 , 000 ;~:.~s DtlOw E.L OI3EA$E. poucY LIMIT .500,000 OTHU I Buildera Riak Any 1 Lac l00,<XXl Any 1 Occ l,OOO,ODO OESCIU'llON OF opeRATION' 'lOCATIONS IVtHIC\.U I DC\.UJIONS AOOED." [ND()fUf.M!NT ,SPECIAL ~ The insurance evidenced by this certific.t. .hall nama the certificete holder. aa an additional inaured on the Gener.l Liability , Umbrella Liability. wor:kera' compenaation, Employers ' Liability , General Liability .hall contain . w.iv.r of Subrogation in favor of the certificate holder. The certificate holder i. added a. a mrm :irBnrl ftr ~ RiSe. CERTIFICATE HOl.DER OCOllKOl CANCELlATION IHOtAJ) ~ Of TMB A&OV! ODeRl8!D ,0001ClU a. CAACILLID af.~1l! ntl!.!XI'tAA~ DAn: THIR!D', THI! IUUlNG IHSl1"!R WILL ENDtAVOR TO WJL !.SL- DAyS WRJTI'lN MOllCI TO 'flll! ctJlmP'1CATt ~oeR MAMID TO THE LEn. BUT FAllURI! TO DO 10 SHALL \MPOSI HOOlUOATKlHOR UAMlTYO' NN K1HO upON TH! IHSURfJt,ITS AlJlHTS Ollt RUREJDlTATN'U. AlITHOfUUO IlURUINTATN'E COVERAGES City of OCO&8 150 N. Laka.hore Drive Ocoee FL 34761-2258 C> ACORD CORPORATION 1981 ACORD 25 (2001108) S~PLG' BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 16 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBERlEMAIL ADDRESS/NAME OF CONTACT B 1 0-07 SORENSON PARK ACCESS IMPROVEMENTS 17 Have you any similar work in progress at this time? Yes_ No_. Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Dated Dated Dated Dated Dated No. No. No. No. No. (remainder of page left blank intentionally) BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 18 CITY OF OCOEE #BIO-07 SCOPE OF WORK/BID FORM SORENSON PARK ACCESS IMPROVEMENTS Scope of Work The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting bids from qualified contractors to reconstruct the access road, add sidewalks, improve bleacher and scorer's stand structures, replace baseball dugouts, and make related improvements at Sorenson Park in north central Ocoee. The intent of the project is to provide improved access to recreational facilities. The work will involve removing existing concrete slabs used as bleacher bases, four concrete block baseball dugouts, a portion of an existing asphalt driveway and street, some chainlink fencing, and various other existing improvements to the property. Two trees need to be removed to make room for subsequent work. Improvements to be constructed include approximately 1,300 square yards of concrete sidewalk, 774 square yards of asphalt street pavement with limerock base, 600 square yards of asphalt driveway with limerock base and stabilized subgrade, and four new dugouts, plus reconstruction of two scorer's stand concrete slabs. Dugout construction may be accomplished in one of two ways, at the City's option. The base bid calls for the dugouts to be designed and constructed by the selected contractor using any combination of prefabrication and on-site assembly methods. A conceptual design of the expected product is included in the plans. A bid alternate has been provided to use a commercial product available from Sportsfield Specialties (Delhi, NY), which the selected contractor would install at Sorensen Park. The manufacturer can supply the required signed and sealed plans for permitting. A licensed building contractor or licensed general contractor is required to do the work related to the dugouts. Bidders must submit prices on all items included in the base bid. Bidding on the alternate items is optional; however should the City accept the alternate item your bid will not be considered. All work is to be done in accordance with the plans prepared by the City of Ocoee and labeled, "Sorenson Park Access Improvements," and the specifications included in those plans and in the Measure and Payment section, below. The total bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed, as indicated on the plans. Quantities shown in the Bid Form are summarized from the plans, which provide a separate statement of estimated quantities in the notes. Where useful, estimated quantities for lump sum bid items are stated on the plans as an aid to prospective bidders, but such quantities are not binding on City for payment. (remainder of page left blank intentionally) B 10-07 SORENSON PARK ACCESS IMPROVEMENTS 19 Measure and Payment This section describes each bid item so as to clarify what it includes and how payment will be made. The included bid items describe the entire scope of all work required to deliver the finished facilities ready for use. Where appropriate, a bid item's description includes an indication as to whether prior City approval of the proposed improvement is required pursuant to a submitted shop drawing or catalog cut sheet, as appropriate. There is no "General Requirements" bid item. All overhead, profit, administrative expenses, or other considerations must be included in proposed bid item prices. Any cost items not explicitly stated for a listed bid item but necessary for completion of the work must be included within the bid price. The quantities listed in the plans and on the bid form were developed by the City using the best available information. Bidders are responsible for confirming all quantities related to lump sum items; there will be no adjustment in price if a difference in effort is discovered after the project award is made. Unit price items for which a bid quantity is given in cubic yards, square yards, linear feet, number of units, etc. will be paid based on the actual quantity installed and accepted by the City. A reconciliation change order will be issued at the end of the project to match contract and installed unit quantities. 1. Mobilization and Demobilization - Includes all general costs of starting and ending the project, including transport of equipment and materials, portable toilets, construction signing, site clean up, and transport of construction trash and excess materials. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. No more than 50% of this bid item can be paid on the first invoice and at least 25% must be invoiced in the final pay request. 2. Erosion Control - Includes the costs of furnishing and installing erosion control fencing, temporary groundcover, and other efforts to reduce stormwater flows into and out of the work site in accordance with NPDES rules and City regulations. This bid items is invoiced at a rate of25% for each of the first three progress payments and the final 25% in the final payment. 3. Demolition of Concrete Structures - Includes all costs associated with removing all indicated concrete surfaces, including transport and disposal to an appropriate facility. Existing improvements covered by this pay item include four dugouts, five bleacher slabs, two scorer's stand slabs, two sections of concrete curbing at the end of Ursula Street, and a section of sidewalk adjacent to the north side of the concession stand. Contractor is encouraged to dispose of this material at an appropriate concrete recycling facility. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 4. Demolition of Asphalt Structures - Includes all costs associated with removing all indicated asphaltic concrete surfaces, including transport and disposal to an appropriate facility. Existing improvements covered by this pay item include an asphalt street and driveway in the southeastern portion of the site, a 6' x 22' section at the end of Ursula Street, and an adjacent pedestrian access point. Contractor is encouraged to dispose of this material at an appropriate asphalt recycling facility. Payment may be made on a BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 20 proportional basis according to the amount of work completed by Contractor and accepted by the City. 5. Demolition ofPencing - Includes all costs associated with removing all listed fence sections, including transport and disposal at a suitable facility. Chainlink fencing at the pedestrian access point on Ursula Street is included in this pay item. Chainlink fencing to be removed as part of enlarging or relocating gates and openings is included in Bit Item 15. Removal of fencing includes removal of all supporting posts, footers, gates, and hardware within the area indicated. 6. Demolition of Remaining Structures - Includes all costs associated with removal of all indicated structures not listed above, such as benches, picnic tables, bleachers, and trash receptacles, and the cost of either transport and disposal or safe on-site storage, as appropriate. Some structures (e.g., picnic tables and trash receptacles) may be transported from the project area by City staff for reuse at other locations; other structures may remain on-site for the Contractor to re-install (e.g., bleachers). Care must be taken to protect any structures not slated for disposal so they may be effectively reused by the City or returned to use on site by Contractor. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 7. Demolition of Trees - Includes all costs associated with removing all indicated trees and disposing of the plants at a suitable facility. The trees identified for removal include one pine and one crepe myrtle. Tree removal includes removing stumps and major roots within the immediate area. Payment may be made upon successful removal of all trees indicated on the plans. 8. Layout Survey & As-built Drawings - Includes all costs associated with construction survey layout and compilation of as-built drawings by a Florida-licensed surveyor and mapper. This bid item includes any pre-construction videos and photographs the Contractor may compile for its own purposes in order to document existing conditions. No additional charges will be accepted for adjustments to the survey. Payment for construction layout survey may be paid over the first two progress invoices. Payment for as-built drawings must be included in the final invoice. 9. Earthwork - Includes the cost of all grading to finished contours, fill compaction, and other work required to achieve the final grade ready for additional construction or sod restoration. The City will provide any geotechnical testing required to ensure compliance with the plans and specifications. Contractor is responsible for any fill material required for the work. Any excess materials remaining after construction are to be removed by Contractor. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 10. 12" Stabilized Subgrade - Includes all costs associated with stabilizing the soil under tennis court pavement to a depth of 12 inches, such as stabilizer, working the stabilizer into the soil, grading, and compaction to 98% (modified proctor method). Stabilized subgrade is to extend 12" beyond the limits of the proposed paved area. Payment will be made according to the actual number of square yards installed by Contractor and BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 21 accepted by the City. If a limerock base must be constructed using Bit Item 12, no stabilized subgrade will be required. 11. 6" Limerock Base - Includes all costs associated with materials and labor required to furnish, place, grade, and compact the limerock base for asphaltic concrete pavement. Limerock is to extend six inches (6") beyond the outside edge of asphalt pavement on all sides. The limerock base surface must provide the appropriate slope indicated on the plans for water runoff, which is generally 1" in 1 0'. Limerock is to be compacted to 98% using the modified proctor test. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 12. Limerock Base Material, Put in Place & Compacted - This is a contingency item; zero, some, or all of the bid quantity may be required. A determination will be made upon removal of the existing street asphaltic concrete paving in the southeast corner of the project site (694 SY) as to whether the base must be replaced. If base replacement is required by the City, then the existing materials will be removed to a depth of7.5 inches below finished grade and a new limerock base installed. The amount included is sufficient to provide a 6-inch thickness for the entire length of the 22-foot street and extending 6 inches outside the paved area (809 SY). This bid item may alternatively be used, as required, to bring the road base up to final grade. The price for this item includes the cost of removing, transporting, and disposing of any excavated base or native soil material now in place. 13. 1.5" FDOT Type S-l Asphaltic Concrete - Includes all costs associated with material and labor required to create the paved 22-foot street surface and the 12-foot driveway surface, exclusive of base and subgrade, including transport, placement, and compaction. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 14. 6" Fiber-reinforced Concrete - Includes all costs associated with the construction of concrete driveways and sidewalks, as indicated on the plans, including labor, forms, and materials. This concrete is to be a minimum of 3,000 psi after 28 days of curing, with fiberglass reinforcement. Preformed expansion joints shall be placed every 20 feet along linear runs of sidewalk, between the sidewalk and any integrated driveway apron, and between any new concrete and an adjacent hard surface. Surface cuts of3l4-inch depth shall be located every 5 feet between preformed expansion joints. Larger sections of concrete, such as under bleachers, shall include sawcut expansion joints on a 12-foot or other appropriate spacing, with preformed expansion joints located where such concrete areas connect to linear sidewalks. This pay item includes any costs associated with the elevated portion adjacent to the concession stand in the northeast portion of the work site, including fill and forming (turndown edge that serves as fill retaining structure is anticipated). Ramps leading to the elevated portion shall not exceed a slope of 1: 12. This pay item also includes the cost of materials and labor associated with replacement (mandatory) and relocation (if necessary) of scoreboard wiring pull boxes. Pull boxes supplied and installed must be traffic bearing type constructed of non-metallic materials and with a traffic-bearing cover labeled "ELECTRIC." Pull boxes shall be installed in accordance with FOOT Standard Index 17721. At Contractor's option, one larger pull box may be installed rather than two smaller ones. Payment will be made according to the actual number of square yards BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 22 installed by Contractor and accepted by the City. Shop drawing and prior City approval are required for pull box and installation method. Note that the listed bid quantity is in excess of the amount shown on the plans in order to provide a 5% contingency allowance for the installed quantity. 15. 6" Fiber-reinforced Concrete with 12" x 8" Turndown Edge - Includes all costs associated with the construction of a concrete slab and foundation for two scorer's stands, including all materials, forms, and labor, and any costs associated with removing and preserving the roof structure and supporting metal posts. This concrete is to be a minimum of 3,000 psi after 28 days of curing, with fiberglass reinforcement. A preformed expansion joint is to be installed along the edge where the scorer's stand slab is adjacent to a sidewalk. Where necessary, any difference in elevation between the scorer's stand slab and the adjacent sidewalk may be accommodated by a ramp not exceeding a 1: 12 slope. At least four (4) inches of horizontal concrete slab cover shall be provided beside any penetration by roof support posts. At the Contractor's option, the roof posts may be modified for surface mounting rather than embedment. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 16. Modify and/or Install Chainlink Fence - Includes all costs associated with modifying an existing chainlink fence or installing a new fence. The work may be more specifically described as: (1) moving a 12-foot gate and filling the gap left where it was previously located; (2) widening an opening in a fence by two feet; (3) installing a gated fence section at the end of the new street and the beginning of the new driveway; and (4) constructing a gated fence section at the end of Ursula Street. Modified fence shall be done using like materials and methods. New fence shall be installed using Schedule-40 posts, commercial-grade hardware, and 6-guage galvanized fabric with 2- inch diamond mesh. Posts are to be set in concrete. All gates shall include latches suitable for securing with a padlock. The 12-foot driveway gate shall also include a drop rod and in-ground anchor to hold the gate in the open position. The work includes all hardware and labor required for a complete installation. Payment will be made on a lump-sum basis following acceptance by the City. 17. Reinstall Aluminum Bleacher on Concrete Slab - Includes all costs associated with reinstalling the bleachers removed during the demolition phase of the project using approved concrete anchors inserted into predrilled holes, including the cost of anchors, their installation, and the placement of bleachers in the correct location on the new concrete surface. Payment will be made for each complete bleacher installed by the Contractor and accepted by the City. Shop drawing and prior City approval are required for anchoring devices and method of installation. 18. Realign Streetlight - Includes all costs associated with realigning the existing pole- mounted streetlight that presently is oriented over the concession stand, including the cost of labor, fasteners, and equipment. Payment will be made on a lump-sum basis when the work is completed by the Contractor and accepted by the City. 19. Furnish and Install ROAD ENDS Sign - Includes all materials and labor to furnish and install a complete ROAD ENDS (W8-3) sign assembly, including heavy-gauge galvanized post, aluminum sign with the appropriate retroreflective face, and all B10-07 SORENSON PARK ACCESS IMPROVEMENTS 23 required mounting hardware for a complete installation conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and ready for use. The sign face is 36" x 36", yellow background with black lettering and border. Payment will be made for each complete sign assembly installed by Contractor and accepted by the City. Shop drawing and prior City approval are required. 20. Furnish and Install NO MOTOR VEHICLES Sign - Includes all materials and labor to furnish and install a complete NO MOTOR VEHICLES (R5-3) sign assembly, including heavy-gauge galvanized post, aluminum sign with the appropriate retroreflective face, and all required mounting hardware for a complete installation conforming to the MUTCD and ready for use. The sign face is 30" x 30", white background and black lettering and border. Payment will be made for each complete sign assembly installed by Contractor and accepted by the City. Shop drawing and prior City approval are required. 21. Furnish and Install 8' x 24' Baseball Dugout - Includes all posts, post footers, mounting hardware, roof framing, roofing materials, aluminum gutter and downspout, chainlink fencing, labor, and all hardware required for a complete dugout, as indicated on the plans. Benches are not included. Fence fabric shall be 2-inch diamond weave using 6-gauge galvanized wire. Posts and hardware shall be galvanized new materials prior to installation unless otherwise specified by engineer. Payment will be made according to the actual number of dugouts installed by Contractor and accepted by the City. Payment for the concrete slab included within the area of a dugout will be made under Bid Item 14; however, post footers are included in this bid item. Shop drawing, signed and sealed drawings produced by a Florida-licensed professional engineer, and prior City approval are required. This component of the project is subject to the Florida Building Code and will require the Contractor to secure a City-issued building permit and pass related inspections. There is no cost to the Contractor for the building permit. 21 A. Furnish and Install Sportsfield Specialties Prefabricated 24' "Long Gone Cantilever" Baseball Dugout - Includes all materials and labor required to construct and install a complete dugout, including materials, shipping, signed and sealed drawings, installation, and perimeter fencing similar to that described for Bid Item 21. Contractor is to add locally sourced or vendor-supplied gutter and downspout similar to that shown for Bid Item 21. Benches are not included. Payment will be made according to the actual number of units installed by Contractor and accepted by the City. Payment for the concrete slab included within the area of a dugout will be made under Bid Item 14; however, dugout roof support footers are included in this bid item. Shop drawing, signed and sealed drawings produced by a Florida-licensed professional engineer, and prior City approval are required. This component of the project is subject to the Florida Building Code and will require the Contractor to secure a City-issued building permit and pass related inspections. There is no cost to the Contractor for the building permit. Bid Award The City, at its sole discretion, reserves the right to select the successful bidder using the total base bid or the total bid with alternate. The City also reserves the right to negotiate a change in scope with the successful bidder in order to adjust the final contract price so that it is within the available BIO-07 SORENSON PARK ACCESS IMPROVEMENTS 24 project budget. The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the Bidder qualifies his/her bid by specific limitations. Construction Time Time allowed for construction is 60 days to substantial completion and 75 days to final completion from date shown on the Notice to Proceed. The City will delay the start date shown on the Notice to Proceed to allow a reasonable time for dugout fabrication and delivery to the site. The Contractor will be required to furnish a confirmed delivery date to the City at the preconstruction conference so the period of construction can be determined. Liquidated damages in the amount of $250 may be levied by the City for each day beyond the final completion date shown on the Notice to Proceed. A no-cost change order may be negotiated by the parties as a result of a delay in dugout delivery. (remainder of page left blank intentionally) 810-07 SORENSON PARK ACCESS IMPROVEMENTS 25 '-D N iii - o .... , CI) (,) 'C a.. :t:: c :::> CJ) .... z W "C e :! Q) 3= W - 0 U "C > CO e .0 0 a. ..... ~ 0::: E :;j (/) .... a.. 0 Q) w:!" () Q) Co - Q) w_o c6 - x ..... OCJ)O Q) u Q) ..... N Q) e (,)CJ).... l/) u u u 0 OWca c Q) ~ ~ e T"" e () 0 l/) ..... 0 Q) LL. (,) . Q) l/) :;j e Q.. () ~ u. ; e ..... - e 0(,)0 Q) t5 .~ .~ .s. 0 :;j ..... e u ..::,(, 0 >-<(Z :p t5 :;j :;j CO E e ..... ... ..... - Q) Q) ....~C (,) CO :;j t5 - ..... :;j CO ~~lil Q) .t::! ..... (/) 0 e ~ -0:::- en - :;j Q.. ~ u (,)<(00 CI) :.0 (/) ..... ~ - U U"C 'm CO C Ci5 Q) l/) ~ 0 Q) :;j "C CO e e e ~ a.. g ~ o 0 CO () E - - e .0 CO 'C CO Z Q) ro 'm I g. Q) T"" (){)Ci5 Q) ..... l/) ro 0 u ~ 'u l/) Q)ro I E 0 e E Q) ~ .0 (/) "C"Cl/) (jj CJ) e Q) :;j ~ ~-..... :;j "C 0 l/) Q) Q) ..... c6 (/) l/)~ .~ e e Z e "6 () ~ u. 0::: I- ~ COQ)~ ..... ..... Q) - W CO ..... "C CO l/)~;:; o 0 ..... ..... E - - - - - - __0 0::: e 0 0 0 0 0 Q) ..::,(,cou l- e e u 0 :;j Z e C :0 0 0 0 e e e e e .!::! uCOe I- 'ij) 'ij) (/) <{ :;j ..::,(, 0 CJ) :p () 0 0 0 0 0 (/) ..... :.0 e..::,(, ~ 0 ..... ..... ..... e CO E E E E E 0 I I 0 CO ro ....... .t::! e - 3= CO Q) u e 0 QjQj~ ~ t-< 0 "6 "6 "6 "6 "6 :;j Ci5 Ee:p u. .0 .0 (jj U :.0 '00 E E E E E g ~ .- Q) e u.U:~ t "0 e ~ 0 ....JEo Ln 'ij) 0 ..... Q) Q) Q) Q) Q) CO CO N eo:.::iS - "C 0 p:: ~ W 0 0 0 0 0 ....J W T"" T"" eoeoW ~ 0::: t-< r/) - Z 'c (/) (/) (/) (/) (/) (/) (/) (/) (/) >- >- >- >- >- >- (/) ~ 0 :::> ....J ....J ....J ....J ....J ....J ....J ....J ....J (/) (/) () (/) (/) (/) ....J W U " 52 ~ t-< l"- e p:: - ("') ("') It) ~ C l"- e e ..- ..- ..- ..- ..- ..- ..- ..- ..- e It) ("') ("') ~- ..- I"- 0 ca I"- 1.0 T"" - T"" >- = ..- ..- u a 00 c r/) ...... W ~ ~ ... ~ e.8 :! t-< 'It 0 .... N M 'It II) to " 00 CI) e .... N M II) to " 00 en .... .... .... .... .... .... .... .... ::::I '<::t :::= CJ) o~ Z I . C 0(0 0 co ...... r- COg) <0 ;1 0:: 0 en I- Z w :!: w >- 0' o::!? 0..1- w:!:z w-O Oen() ()en- Ow~ u.()' O()~ >-<m I- ~ . -0::0 ()<z 0..0 z- om en z w 0:: o en s 0 l- .. Cl OJ Q) W u 'i: en a.. <( :!:! OJ c :;:) ...J <( I- 0 l- e .12 (J) (J) - :J W ~ "0 ....J e U :J CIJ e 0 U5 .12 I (J) W ro e (J) > .0 I, 0 0:: Q) 'in 0 tIl tIl Z 0 CIJ Q) w I- a) u 0 ~ e 0 0 <( ~ N U 0 0 x c ro 0:: z Co 0 - ro ro ro ~ ~ g - - U; tIl tIl ... ~ e e e u - - - I/) Q) "0 "0 "0 .... Q) U5 e e e 0 CIJ CIJ CIJ e ~ ~ ~ '.2 .~ .~ .~ ro e e e .... .... .... Q) :J :J :J 0:: LL LL LL :!:! (J) <( <( <( c :;:) ....J W W W ~ - c .,.... .,.... .,.... -.:t I'll = 0 ... Q) E.c co 0) 0 .... Q) E .... .... N N === Z n; - 0 l- .. iC W I- Q) <( u Z 'i: 0.. 0:: :!:! W c I- :;:) ...J <( I- :) 0 "0 C) Q) :) ro Cl u J: 'C .0 I- CIJ - ~ ~- a...:J tIl g Cl Q) :J OJ EO CIJ_ ...J '(3 ro <( Q).o 0.Q) I- (J)tIl 0 "OCIJ I- -a) Q) - l+= -.... tIl Q) t > o Q) 0.= C (J)c 0 -CIJ ~ roU - tIl Q) ... e e u - 0 I/) "0<.9 Q) ~ g 0 ~e tIl 0 .- ....J e = .... - :J-.:t LLN :!:! <( c :;:) w ~ - C -.:t I'll = 0 ... Q) E.c < Q) E .... === N Z [--. M -0 ..... ro >- v ..... ro ;:3 0"' V1 II >- V1 - 0 0 ~ v ..... ro ;:3 0"' V1 ~ II ~ M V1 a an v - ;:3 - V1 4-< 0 ~ 0... - a CIl - 0 ~ ;:3 u ~ ..-l v II ..e V1 - CIl ..-l ;:3 _n 0. 0 0 0 M ~ I ~ ....... CIl v a t:: v 8 ~ - CIJ - II 4-< loo l- .. 0 ~ ~ z a .....:l t.1.l ..en ::;E ;:3 t.1.l CIl U > v ro ..c ~ 0 - II cG .~ 0... V <t:: ::;E ~ ~ CIJ E >. ai CIJ ,Q ..... t.1.l v U U - "0 :;c <t:: u ~ -< loo II - ~ 2 ;:3 Q., U 0 CJ) ~ <t:: -< loo ;:3 Q., 0... Cl 8 v Z ..c ..... 0 - loo ;:3 [/) .~ ..s CIl z ~ ro "0 - v t.1.l -0 - :E cG as .. E= 0 = 4-< [/) ~ 0 t- CIl 0 - - I 0 'c 0 r-- * :::J a) Bid #BI0-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HA VE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL lD # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_. Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B10-07 SORENSON PARK ACCESS IMPROVEMENTS 28