Loading...
Item #06a Award of Bid #B11-04 Police Headquarters Fencing C1�Z center of Good L ivrr� ()C } AGENDA ITEM COVER SHEET Meeting Date: August 2, 2011 Item # Co Q,. Reviewed By: Contact Name: Joyce Tolbert Department Director: v oid „ , Are Contact Number: 1516 City Manager: Subject: Award of Bid #B11 -04 Police Headquarters Fencing (District 3: Johnson) Background Summary: The City was awarded a Florida Department of Law Enforcement Grant from the Department of Homeland Security in the amount of $235,000. The City is utilizing the grant money for fencing and other security related items. In conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to construct fencing at the Police Headquarters. All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by or for the City of Ocoee. Bids shall be deemed to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the furnishing and installation of fencing around part of the parking area adjacent to the newly construct Police Headquarters Building located at 646 Ocoee Commerce Parkway, near the intersection of Old Winter Garden Road and South Bluford Avenue and west of Wal -Mart on SR 50. Project components include demolition, concrete construction, fence installation, construction of brick columns, electrical wiring, lighting, permanent thermoplastic striping, and clean -up. The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. Issue: Award the contract for the construction of the Police Headquarters Fencing to Sherron Building Services Inc. Recommendations: Staff recommends that the City Commission award the bid to Sherron Building Services Inc. (SBS)., in the amount of $167,352.31 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Sherron bid 3. Reiker Duley bid 4. Sabanto bid 5. Invitation to Bid #B11-04 6. Addendum #1 7. Addendum #2 Financial Impact: Funding is from the Florida Department of Law Enforcement Grant from the Department of Homeland Security in the amount of $235,000. Type of Item: (please mark with an "x") Public Hearing For Cleric's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. 7+ N/A Reviewed by ( ) N/A 2 Mayor To Center of Good Lwl� Commissioners S. Scott Vandergrift Gary Hood, District 1 �� Rosemary Wilsen, District 2 City Manager,, ?'' Rusty Johnson, District 3 Robert Frank J �� ..� tea....` � i Joel Keller, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: June 26, 2011 RE: Award of Bid #B11-04 Police Headquarters Fencing ISSUE Award the contract for the construction of the Police Headquarters Fencing to Sherron Building Services Inc. BACKGROUND/DISCUSSION The City was awarded a Florida Department of Law Enforcement Grant from the Department of Homeland Security in the amount of $235,000. The City is utilizing the grant money for fencing and other security related items. In conformance with the policies and procedures of the City of Ocoee (City) solicited bids from qualified contractors to construct fencing at the Police Headquarters. All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by or for the City of Ocoee. Bids shall be deemed to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the furnishing and installation of fencing around part of the parking area adjacent to the newly construct Police Headquarters Building located at 646 Ocoee Commerce Parkway, near the intersection of Old Winter Garden Road and South Bluford Avenue and west of Wal -Mart on SR 50. Project components include demolition, concrete construction, fence installation, construction of brick columns, electrical wiring, lighting, permanent thermoplastic striping, and clean -up. The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. The bid was publicly advertised on June 19, 2011 and opened on July 19, 2011. There were a total of six (6) bids received. Bidder Total Bid with Alternate 1. Sherron Building Services (SBS) Inc. $ 167,352.31 2. Sabanto Inc. $ 181,320.00 3. Reiker Duley Construction Co. $ 207,553.33 4. Complete Construction Group Inc. $ 230,000.00 5. All Florida Guardrail Corp. $ 268,668.07 6. Tarpon Bay General Contracting Inc. $ 278,363.01 All bids are available in the Finance Department for review. The Engineering and Finance Departments 1 reviewed all bids received. It is staff's recommendation that Sherron Building Services Inc. offers the lowest responsive and responsible bid in terms of qualifications and price. 2 U O: = A • x iD i -1m T T T T71m m T T m 7 1 - n 00 -n 00 )()().M M M 00 m 0 T g li0 r(pD W morn r 0-. 0 c c c c c c c c c c c c c c c o o c o 0 0 0 o m m m m p m c m o m p n p ( O (D , D 0 D N' w NF f,i N N N N co N fl) N N N 3 N . N N N N 0 0 0 0 0 N Q D 0, J 0 C, "Cl N r 0 r J== J' J" = S J' = S S== S D- - a >• < G p) O N N m 2 2 2 2 2 2 2 £ A m m N _ o ° o n coat oaD gogogoaDwwgogo c o owaa0. aaaaa mdrx;v 1 ° T1 ao co 5 S g D " D J J J J J O: G '' 0 Z) ^. ; X O (i n 0 j N O y 2 J J J J J J J J J J N N N N N N 7 N N N N N 7 N N 0 m ^^ 3 g J = m :• t 0 m : • rn a rn m m m m m m m m m m m m m m m g m E G 7;t!1 t 0 a 0 O2, C j. a Z y x D s N o v 17 i o 1 m .o o A A A N A Oo fD f0 W N£ o p m D n al m, (1 0 ci o m 3 O a Fe O. 3 1- " 30£co 2222 i m m ° 3.m � = 5 m 3 a 0 0 co ° o a m C coo i i a ° ' x xic p O �� �m N �(DO O C) ° �p aQ c m o. rn a � ££ n � J �� m'm' m �_ 3 c ,3 a 6 D x N m >: >: m O Zl W D° m p m p N W X n m N Z J as -1 � tp� m a r F,.- m a(Aiu 2 2 2 aa oOi c a ravo n o) a m' Cam - 130 P, 3 g. o d <. 3 ao m, 3 n °� m la O o i va 0 ». no) %) c . j ('p O O Z J 0 00055O.3 () CO' .p O t O O �2 m D* 5 9 8' -0**s a .0d3m-0 m' m = i.) n c og m°_' c d rxxNm 5 E tpm A< ° ' m 0 01 m F n r r n O O S x m 3 d D = O G� 3 r m m > c • g Z a — N 5' i7 O 0 a , 1 11 o m g J. o.o 8 O V a n v 3 5 v 3 5 c 3 3 x 3 a" p m, c N — DD -- m J a= 0 — --003 OD Co CD 3 Q x co m P. N N 5. g m cn - -- -, (4,0 W a W' a_. ' T CD W -. N T N 0 0 V ! 0 0 0' 4. CO O 4 C it 60 6) 6) i EA 60 60 9 - - kw 9 4 9 EA • 6969 En EA EA EA 69 EA EAN9 D W NW (n NN A W (.9 03 69 Wy0 A W W 0N0A O 00 0 0 0 0OOOIV v 66 N W — 00 N 6) Eft 69 6600 666666 O 000000000000)000)00 O N W 006666 C) O 0 0 0 0 0 0 0 0 0 0 0 0 0 A o 0 0 0 0 N N 0 0 V N 0 0 0 0 0 0 m Q7 0 0 b 0 0 0 0 0 0 0 0 0 0 0 0 0 0 in o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 — m W ° O 0 0 0 0 0 0 O O O O 0 O 0 0 -- O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 \ ' O p -4 S = mdE 69 69 en -. -4 ° Nad O EA W 66 6A 69 66 N � 69 660 6�9 EA 66 66 66 66 N O EA EA EA EA EA EA 6A EA EA 66 66 N r a 000 N N W NO co 4 0 0 W (o( 60 W l4,. 6 6 4, 000 N0 N 09 0 0 ) 0 0 0 0 0 0 o - co 'co N V 'CO 0) 0 V 0 0 C n 0 0) A 0 0) .4 0) 0 0 0 0 0 0 N — 0 0 0) 0 0 0 0 0 0 0 0 0 0 0 N O O 0) 0 0 0 0 0 0 W 0 0 0 A A 0 0 0 0 0 0 .Z I d7 o CD 0 0 0 0 0 0 0 0 0 0 0 W O O N O O O O O N W O O CO CO O 0 0 0 0 0 0 00000000000000000000000000000o6, 6 6 6 m 0 V o V o 0 0 0 0 0 0 0 0 0 0 0 0 0 V O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c r" -. 6666 EA 669 066 EA E(pp64 EA EA EA EA -EA N Z n N N En co 66 EA . 0 (n (n 6i6 N 0 H N CO 6 i 3 W m m 00 1. 0) A A cp66 V OON W 69T EA 0)0) W 66 (A W W EA EA co O) 0)(,.) V (0' V 00 co 4, (n N00 V Eno V 0 Ca W 0 V N Nfo tO A N co X1 O N 0n 00(n 00) 0) O O 4.0 0 (n V W O V 000 A - • CO CO � ...4 m in o 00 o 0 ( n 0 0 N CO iO A oo A in 4, (n A G)o -% m W G D co N V OON0000000 N000)00 CO (n AN O AOI X0( O0 A -1 °y 0 (O -I 0 - O m J -• CO C N (A N 66 60 60 66 EA EA D ° N o N N C D W EA EA 66 EA E4 EE EA EA EA 0) N 0 (A EA 66 EA EA 66 EA 66 66 r O N -i N0T CO V 6066. 0101(D Of O C06/di N (pO�W NO) Nadi. S -. 0 Y -. O co -. (O O) A A in V 0 0 N W O - Co Of 0 W (n V 0t A W V W O) Oo (.3 V c0 O V N 00(n0)0)NOO V 00 Of 0 (o0 0 a,0(n W CO C0 A N co M O - m a) ON A (n0 O V O CO CO CO Co 4.001 T O W A A 010 ACn AO A-• CO CO n J XI A 0 0n A o0 6, in o o o CD CD O O V o o 6 CD • V ACO G) 00 41 4,0) 0 0 A n 4, o o Z 0 (0 - J 0 0 0) 0 0 0 0 0 0 0 0 0 0 0) 0 0 0) 0) 0 0) .4 0 0) 0 0 ) 0 0 ) ( 0 0 .4 CT V O N O(n 0 0 0 0 0 0 0 0 1 0 0 0 0 A 000 ACO m . Z N T C M 64 40 EA � (A EA EA EA 6069 EA EA (4 EA EA EA EA EA -0 a jc' W A N O) 69 EA (A . CO CO N N 64, . O EA V EA N _ N EA - ' x1 C 0 . z 0) AN 0) 0) V W A 4, 0 V 66 0) W 0 0) 66(0(0 60 0) N Oo - - O (n A Co A ry N (n 60 CO (n 01 0) A N A co 0 co co V W A N CO 00 EA En 0 N N 0 Co O m N 00 ACO ON0, W ao A O)O)(00)OO N ( 0) 4. En NO Oo0 4, 0 m a C)c - G o 4, O — 0 0 0 o 0 0 G.) 6 40 9 0 0 O N Oo in 01 O O 01 V o O o O o 0 a y F6 (C O(, Co 00 (00-000000 N W W 000 O CO A A 0000 V V 000000 r 0 1, N 3'c 01 c m m C) O EA pp N 6p f4, 60 6960 EA EA -EA W ((0 EAEA EA EA EA 64, E4060 E D o m m N = N V W A AN 64 9' 6N . CO CO v (110 606/cn NEEpp r di(A 60N N66 0) 2 in N 0 A N 0 O) co W A A Co A V A - Co CO - Co IV T T 0) O ( C (n O -- 4, 0 (n Co NOD 0 0 O) V W N -, 00 -DN-•ONT W Coo A Co CD CD 4.00 NO A N O N O C Co 0000) AO� 0 • G» 0 ) O O A O Co O O O O o o • V C O Co 0 O O 0 A 0 0 0 O O in 0 0 0 0 0 0 0 m W Co 0 O O (O O CO 0 0 0 0 0 0 0 tO N O O O ONO 0) CO 0 0 Co CO O O O O O O C E Z. y EA 66 64 (4 (A EA 69 60 EA (A (A EA EA 60 EA -0 . = D V) N j 0 N 66. 60 66 66 -4 66 66 6660 N N 66 69 60. W A V V O (n (0 ((n a. O O) t0—((9 -4En—N - )6060 069 - co O co co (n 0O 0 m 0 00 0 0 0 0 0 0 0 0 0 0) — 0 0 c o N N O O W EE AA V N (n O 0) 0 0 0 = CD 0 0 0 0 0 0 0 0 0 0 0 0 (n 0 0 0 0 O 0 CO 0 0 0 0 Na A O o 0 0 0 o m 3 co 0 00 o 0000000000000000000 o o o o o 0 o o o o'0 D am0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 j 51 N j i-c < o O J m o O g ° N EA EA Co EA V ER � 60 6061 66 A�di di O b i fA� 6 > (A EA � (A r y p ((/A0 V 6 ? A m N W CP CO N N 0 A 6FAi 1 4, 6 96 OD N N V N d i j 60 _ H0N (n d y d y 0) 9 N N m O ((nn V -(n A 0) 01 (0 -- (O. 0(0(n - 4,0 _(0)0o0N cn010)(=0)0)0o 0O 0 00 000000000 AA 0 - 00 OA i J V 000 Co 0) 000000 O O o 0 0 0 0 0 0 0 0 0 0 0 co c 0( n o000000b0000000bb00000000000000000 0 0000000000000000000000000000000000 C M «Z 40 40 40 EA N 4444 4 (n 40 40 40 40 EA � ( 4 {9 � � _ - (0 ( 0) C) 0) ( 0 n A O OO-1 N W ry -4 014 v0) 900 kn o 4, (400 o N OD O A W 0( V O N O O O 0 0 CO N co O N NN O V o 0 000000000 owa isCO00 0oa((nno00 +io00000o CO O o o 0 0 0 0 0 0 0 0 0 V O) W Na co 0 0 0 0 0 0 0 0 N co o 0 O 0 0 /0 p; 0 O w g O m • p∎ 69 6 6� 69 N m V N y A N W p � W 4 , -. V Co N A N N N o N 4, . E p 4 p j W { N .) N ( N ' n r a N 14 0 1 0 N N W Cn 0 A0 O 0 + V C CO 0 W V V ( a) da m 4) 0 o 31. N W 0 oCO V W 00000 OD N CO CO - 91 0 jo ± 0 0 0 b G b C O O C 0 co iD iD N 00 0 10 W /n O o O 1N i0 o o o o 0 o m O 0 0 0 0 0 0 CO 0 0 0 0- CO N A 0 0 O N O o 0 0 A A 0 0 0 0 0 0 C 66 Z EA 66 EA en da EA EA 60 69 0 60 EA 60 66 di 0 669 E EA EA EA 6A 1 O CO WNW ( N (C� O_ N N N CD CD 0 N Na H N A O N 9 (p A EA NN - 0 0 O m o o o 0 0 0 0 0 0 N a. O O Co o 0 0 O V N A O 0 0 Co coca En n En 0 0 0 N 0 0 0) 0 0 0 0 b 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO o 0 0 0 0 0 m 0 = J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (D o O o 0 0 0 (� 0 = 03 -1 N N J •c N N 60 EA di 69 f4, D N p m V60 V6966 6960 N EA W CO 60(960 6460 60 EA64696960 EA (0 O 00 0 N O N CO HO A W N N N CO CO W 0) V O N N CD 4 , a, 1.,4 6i - 4) N_ di _ 0))( N n J O 0 0 ) OOO )O) 0 0 0 0 0 0000 O) 9 00 V 0 (n 0 0 0 O 0 N W O O O O N NOON 0) 0 V V) ) C4 0 00 .� al W O 0 0 0 0 0 0 8 0 0 0 O W ) O O 0 0 0 g a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 o m -D 0 000000000 000000 irt#B11 -04 COMPANY INFORMATION / S1CNATURE 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 WORKBID FORM" ARE ACCURATE AND WITHOUT COLLUSION, THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND TILE COMPANY INTO A LEGAL CONTRACT. SBS, Inc. 352.314.0111 COMPANY NAME TELEPHONE (INCLUDE AREA CODE) 352.314.0115 FAX (INCLUDE AREA CODE) jeff @sbsfl.com E -MAIL ADDRESS C 1&o i t h D 4 4 I IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER. ADDRESS, PLEASE INDICATE BELOW: Andrea Sherron, President NAME /TITLE (PLEASE PRINT) » 55LWest Loon Road STREET ADDRESS GrnvPland. FL 14736 CITY STATE ZIP FEDERAL ID # 27.4250273 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 Personally Known V of Produced Identification Notary Public - State o (Type of Identification) AR- Co f 114 4 '0 -�•�u' iRRON 4 Commission # DD 875452 Expires June 28, 2013 ILL .r ladM Thy Troy Fain halm 000JE -7011 'rinte•, ypeI or stampe Commissioned name of Notary Public B1 1 Police Fencing 47 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS/FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: Hickey Electrical, Inc. @ 1319 Green Forest Court St. 412 Wiriter rden X4787 Bob Hickey 26.0640186 Smithwell, Inc. @ 6116 C.R. 561 34714 Chris Smithwell 31I76848626.2694429 Quality Labor Management @ P.O. Box 919252 Oda Debbie Rodriguer407.628.9448 X0,8544830 (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 fu lyequipped organization eapable,. 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. 22. 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. Compactor 2010 / Victory Owned / Stihl Concrete Saw 2008 owned 23. 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 NUMBER/EMAIL ADDRESS/NAME OF CONTACT City of Winter Garden, Marc Black 407.656.4111 x 2317 mblack@cwgdn.com multiple projects for the City varying in dollar amounts Department o •it tary • airs, gm ' enne a :u c - ersey • + .: . - butch.herseyiDus.army.mil multiple projects with an ongoing relationship. Recent completed project is Brooksville Perimeter Fence (Feb. 2011) $109,975.00 B11-04 PD FENCING 17 • Have you any similar work in progress at this time? Yes x No Length of time in business Thirteen Years Bank or other financial references: Regions Bank, Gavaskar Narine Branch Manager @ 352.787.5301 (Attach additional sheets if necessary) 24. 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. N/A 25. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 6.30.11 No. 2 Dated 7.12.11 No. Dated —� No. Dated No. Dated (remainder of page left blank intentionally) B11-04 PD FENCING 18 1 1 I + % 1 4 1 a • 0 � � °� 0a- �o o � o a v1 .`� o va �1� V ti ���N 0 . �► r M � cSo y- M o r-- d3 0 t Z • i 4 V74 p Z p ow H w 9 NM. p en w o v5 r- 1/} ki V ? _ O m 1 06 tV z �- N ���N t` W t N N 0 3° ) F r 1- N- 18 ,_ el 8 r r a Q Uy Q Q L1, Q Q J J J J J J J fn W J-I in (r J-J . J L IJ 44 J W W CO 00 G W 'u L .t v 04 w b. m 4 c CO z w °' c a a L u m § ,fir2ti O l' a a li 0 22 m 4 3 5 E c O c . m E ` 0 2 0 E c , c c c • A a E g 8U LL g � 3 11§09 3' - c �i p U m +j c 0 ,_ 72 06 �{ 06 R�' 2 c40 d c v c0 c3 U 2c) g rnn o '❑O .0 C 7 .Q C m Q C G a) c c c c F' .2 06 a CO .- r ft p . 2 J _m •- <O k,. 6 t0 C c c c'l c C 0 E Q � vCQf g E c C E E E E E E i .(sa f f :i .g .g .g .e m .5 L i U ) 2 0 c Z CC iX U 4 U U U u U LL L i u _ L i u . u _ Ste, Q W z r _ N M 1. In cO Is , 4;0 0) O a- N ch d• co c0 f-- co o) N N N 0.1 N 4 m ril N n t ve l d - Q ua { A r0 M 0-4 , p o N� I o C 3 •-- �M � o :.. 0 cd 41-1 t Q $ ° N r� v 1 z —t0 °C 3-,r► `9 Z f. ,- •- - N) 0) Cr) r- 4-- .- w Q q Q ..... -... ... F W W W W n W J J 6 J A . u t0 W co .-1 >- E rW N m r cr O —EE N a m 0 �, . co al ». c >- A 0 y O O y o v E a rn CO G R J3. w 3 E a ci 3 X*-' Q- 5 ▪ m m o • 11 _ cn c4 C.70015--2 a) Or g m • Q J 8 A 2 2 2 0 Rs c LU a 2 w , m m _4 o �, � � °' x Q i - - - E qq � d 0 0 •2 2 c a V JX J U I- G a] J LL. 00000tS00 et) otf cif adat3 m U m . z .c A -d c, r N y N L t .0 4 g 4 G Q V : v �[ w Li ..7 U I— Q � F- a °� (2_.' W L L L L L L L L L L L L L L LL O is o d d d J uJ a ° A % o £ 5 a kg 2 �- z • N N N N N N el 0, cn Q w y" W 72 3 _ m J PQ E. W4 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer /Supplier Lump Sum or Material Section (List One Only) Unit Price) CrArro 571f Pen t' S JFrt. < A 7 4 s,»3,6 SoM Represents 50 percent of the difference in cost (Minimum Deductible Amount per Substitution Item shall be $1,000; Bidder may make additional copies of this page, as required.) Police Headquarters Fencing SBS Inc. • 22557 W. Loop Road ..... Groveland, FI. 34736 Ceater of Good Lit, Mayor � ' Commineionezt; S. Scott Vandergrift �.i*�! ,�,'„�,.:.ii3i.. Gary Hood, District 1 Rosemary Wilson, District 2 City Manage ,, , • Rusty Johnson, District 3 Robert Frank Joel Keller, District 4 Florida - ..._. June 30, 2011 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #811 -04 • POLICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of two (2) pages including the substitution list form. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to thgpid documents lire: Amendments: Use the attached Substitution List if you are proposing alternative materials. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS The Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, If the Bidder desires to propose an alternate manufacturer, he may write in the name of such alternate in the substitution list included within this Addendum, but he must, nevertheless, also supply a price for furnishing the listed manufacturer's product. If the proposed alternate manufacturer /supplier is determined not equivalent" by Owner, then the Bidder roust furnish the listed equipment and/or material by the listed manufacturer. Ouestions: Q1. Along the west (left) side of the police headquarters, there are brick columns noted in writing but not drawn on the print 20' on center along the 221' measurement. Are there going to be brick columns in this area or is it only 8' ornamental fencing? Al. Only ornamental fencing. No brick columns are required for the north (left side) fence between the medical offices and the police building parking lot. Q2. Regarding the 8` high black vinyl coated chain link fence in the rear of the property. All of the framework and the hardware (fasteners, brackets, etc) are to black as well. Is this correct? A2. Yes. ert, CPPB Purchasing Agent attachment, substitution list City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org e C of Good Zly M -9o1 `S �� � Cornmiaeionaxfl S. Scott Vsudergrift t. {�''�f r Gary Hood, District 1 r _ Rosemary Wilsen, District 2 City Manager ^:. Rusty Johnson, District 3 Robert Frank \[ Joel Keller, District 4 f — J Florida July 12, 201 ] ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B11 -04 FOI,ICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of one W page. Bidders shall acknowledge receipt of Addendum TWO (2) in the space provided on page 18 of the bid documents, Failure to do so may subject the bidder to disqualification. The bid'date remains the same. Answers to questions received aid /or amendments to the bid documents are Q1. Item No. 2 on Schedule of Bid Items: We are to obtain and provide signed and sealed plans from an Architectural /Engineering firm with plans to obtain fence permit from the City of Ocoee Building Department. We assume the design calls for concrete footer, steel rebar, concrete block columns with brick on exterior to match existing building as close as possible. Is this correct? Al, Yes. Q2, Item No.3 Schedule of Bid items: We are to have a licensed land surveyor to layout fence line and on completion of project provide a signed and sealed plan to verity the fence local. Is this correct? A2. Yes. Q3. Item No. 22 & 23 on Schedule of Bid Items: Does not specific the type and size of gate operators to be used, as it is our experience there is many type and sizes with a long of many different costs. As we understand all the control components are by an owner vendor? Since we don't have any Information to bid scope of work. A3. Rollback gate operators (motorized openers /closers) are to be proposed by the bidder. Q4. Item No. 24, 25, 26 & 27 on Schedule of Bid Items: Listed are PC Locks & KP Locks and refers to item 18 & 21 which doesn't explain what these locks they are, what style, type or manufacturer to be used. A4. These locks and control panels are to be supplied by Quality Systems, Inc. and are not part of the bid. .. ............. .. . What will be required in the slte construction are the gates themselves and the conduits required to extend power and control wiring to these devices, if any, as shown on the plans. The Measurement & Payment section specifically excludes the locks from the bid, noting typically, This bid item does not include the specified locking mechanism(s) for each gate, which is to be supplied by the separate control system contractor." Michelle Hill Finance Department Accounting Assistant City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org AIAA310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Sherron Building Services, Inc. 22563 W Loop Rd, Groveland FL 34738 (352)314 -0111 as Principal, hereinafter called Principal, and American Southern Insurance Company 1301 Hightower Trl #210 Atlanta GA 30350 (800) 424-0132 a corporation duly organized under the laws of the State of Kansas as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee 150 N Lakeshore Dr, Ocoee FL 34761 as Obligee, hereinafter called the Obligee, in the sum of Five percent of the total amount bid, penal sum not to exceed twelve thousand five hundred dollars (5% amt bid NTE $12,500.00), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a bid for Police Headquarters Fencing NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished In the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Si ned and sealed this 19th day of July, 2011. , t ` e sslAtte 40 � Sherron Building Servic • Inc. B : - B oit IA k t I- (Principal) Am: = uthem s uranc ompany glib (Surety) ----- ,ft " z B : A /// . / "" Che Tor : o , Attorney in Fact & FL Licensed Agent 16118 N Florida Av, Lutz FL 33549 (813) 968 -8031 This document conforms to AIA Document A310 BID BOND. FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N Y AVE NW, WASHINGTON, DC 20006 AMERICAN SOUTHERN INSURANCE COMPANY Home Office: 3715 Northside Parkway, NW Mailing Address: P. 0. Box 723030 Bldg. 400, Suite 800 S Atlanta, GA 31139 -0030 Atlanta, Georgia 30327 GENERAL POWER OF ATTORNEY Know ail men by these Presents, that the American Southern Insurance Company had made, constituted and appointed, and by these presents does make, constitute and appoint Stefan E. Tauger of Parker, Colorado; Donald J. Kersey of Birmingham, Alabama; Arthur S. Johnson of Atlanta, Georgia; Donald H. Gibbs of Atlanta, Georgia; Andrew C. Heaner of Atlanta, Georgia; Richard .L. Shanahan of Atlanta, Georgia; Katherine S. Grimsley of Tampa, Florida; Jeffery L. Booth of Parma, Ohio; James E. Feldner of West Lake, Ohio; Cheryl L. Torrao of Canton, Georgia; Garry W. Black of Murfreesboro, Tennessee; Martha G. Ross of Charlotte, North Carolina; David R. Brett of Columbia, South Carolina; or Diane L. McLain of Fitchburg, Wisconsin, EACH as its true and lawful attorney for it and its name, place and stead to execute on behalf of the said company, as surety, bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount of the sum of $1,000,000 (one million dollars), including but not limited to consents of surety for the release of retained percentages and /or final estimates on construction contracts or similar authority requested by the Department of Transportation, State of Florida; and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of the presents, shall be as binding upon the Company as if they had been duly signed by the President and attested by the Secretary of the Company in their own proper persons. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted pursuant to due authorization by the Executive Committee of the Board of Directors of the American Southern Insurance Company on the 26th day of May, 1998: RESOLVED, that the Chairman, President or any Vice President of the Company be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the American Southern Insurance Company bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future, with respect to any bond undertaking or contract of suretyship to which it is attached. In Witness Whereof, the American Southern Insurance Company has caused its official seal to be hereto affixed, and these presents to be signed by its President and attested by its Secretary this 17th day of December, 2009. Attest: _ America Southern Insurance Company By: Gail A. Lee, Secretary Sco . Th mpso , President STATE OF GEORGIA SS: COUNTY OF FULTON On this 17th day of December, 2003, before me personally came Scott G. Thompson to me known, who being by me duly sworn, did depose and say that he resides in Atlanta, in the County of Fulton, State of Georgia, at 421 Hollydale Court; that he Is the President of Amer .. VI nsurance Company, the corporation described in and which executed the above Instrument; that he knows the seal of the said corporatlo 4 h sedl d to the said instrument is such corporate seal; that it was so affixed and that he signed his name thereto pursuant to due authorization .t' "'�*.- . 1 Candace T. Cheatham ; ! . , n. STATE OF GEORGIA Notary Public, State of Georgia SS: Qualified in DeKaib County �— r '41' COUNTY OF FULTON Commission Expires December 7, 2013 tips Lf I, the undersigned, a Vice President of American Southern Insurance Company, a Kansas Corporation, DO HERE W ,cetitilfrrittr 'cc( that t tCir bing and attached Power of Attorney remains in full force and has not been revoked; and, furthermore, that the Resolution of the of the Board of Directors set forth in the Power of Attorney is now in force. °'0 r, 11,1%... � 19t1 July 2011 Signed and sealed at the City of Atlanta, Dated the day of olezasecL. , John R. Huot Power No. 24306 Vice President 6/29/2011.11:96-AM . FROM: Fax TO: 1- 352- 319 -0115 PAGE: 002 OF 002 �� • SOUTHI3 OP ID: CL, -4WR L____-- 0° ( DATE (MndIDDlYYYY) 06,29,,, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 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. IMPORTANT: U, the certlflcate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to I , the terms and conditions of the policy, : certain policies: may require an endorsement. A statement on this certificate does not confer rights l0 the certificate holdss In lieu of such endorsementls). PRODUCER 40 889 - 420 CONTACT Greg Hinerman 0. P H O N E E FAX Bruce Morse Insurance Agency 407 862 -7656 U(�UC Ne.RKt1: 1 (A/C, No): 1000 Wekiva Springs Road . E-MAIL Longwood, FL 32779 ADDRESS: Greg R. Hinerman INSURER(S) AFFORDING COVERAGE NAIC N INSUHERA FCC( Insurance Group 10178 INSURED SBS • • INSURERS ; National Trust Insurance Co 20141 Sherroh Building Services, Inc 22557 W. Loop Rd. : , INSURER c Groveland, FL 34736 INSURER O: ' INSURER E : ' - - INSURFR F • COVERAGES • • ' CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY. THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHOTANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RE3PECR• TO WHICH THi3 - " - - • CERTIFICATE 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. INSR TYPE OF INSURANCE I�klswJfwm_ • POLICY NUMBER IMMD naMM POLICY LIMITS GENERAL LIABILITY • - F11CH(X;CUasNCC $ 1,000,00[ B X coMIVERCIAL GENERAL LIABILITY X ' GL0010A01 06/01111 06/01/12 I'F DAMAGE occurrence) mlce) S _ 1 00,000 If�M SES ( (Ea E0 oc CIAIN&-M.DE ! X:I OCCLR - MED EXP (Arty one person) S 5,000 PERScNAL &ADV INULJtY _ S 1,000,00C • GENERAL AO( GAZE $ 2,000,00C GENL AGCRE A LIMTJ\PPLiES PER: PRODUCTS - CCSPJOPAoo S 2,000,00C ' — I POLICY I I PRC}I- . n LOC $ AUTOMOBILE LIABILITY (Erucciderd) S 1,000,00( B X ANY AUI0 CA0010124 06/01/11 06/01112 BODILY IWI.RY person) $ - ALL OWNED - SCFEDLLED - BWILYINJURY (PM eccidenn S AUIOS AUIOS NON-OWNED - PROPERTY DAMAGE $ •� I €D AUTOS , AUTOS (Per accident S UMBRELLA LIAR rX;C(ii EACt I OCCLFPEN E _ $ — EXCESSLIAB - • CLAIMS AL'3CJ Q TE $ DFD 1 I REIFNRCNI S S WORKERS COMPENSATION C STA'Rl1 0111 AND EMPLOYERS' LIABILITY 1 W 1 ' CHYLIMTS I I fl ER I A ANY PROPRIFTO PARTNERIEXECUTIVE YEl N 1 A X 001 -WC10A -64430 06/01111 06/01/12 EL. EACH ACCIDF_N T $ 500,000 OFFICER /MEMBER EXCLUDED'! (Mandatory in NH) - - C.L. DISEASE - EA EM'LOYCE S 500,000 II yes, describe tYXler • DES(.NP HON OF CIPEIBITICNS bOlew . - E.L. DISEASE - POLICYLIMT 5 500,00E DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (Attach ACORD 701, Additional Remarks Schedule, IF more spec* Is requlred) Re: "Ocoee PoIlce Headquarters Fence" I.T.B. 1104.0.2011 The Clly of Ocoee Is.gran(ed additional Irisured status in regards to general • liability. A waiver of subrogatlon is in favor of the certificate holder In regards lo workers compensation. *30 days notice',of cancellation except for 10 days for non pay. CERTIFICATE HOLDER CANCELLATION OCOEECI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THB EXPIRATION DATE THEReor, NOTICE WILL BE DELIVERED IN City of Ocoee ACCORDANCE WITH THB POLIC PROVISIONS. Fax (407) 656 -5398 150 N Lakeshore Drive AUTHORIZED REPRESENTATIVE Ocoee, FL 34761- 2258 • I 0/1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered (narks of ACORD NOTICE TO EMPLOYER: If you have a Drug -Free Workplace Program established and maintained in accordance with Florida law, and you would like to apply for the 5% premium credit that is available, please complete this form and forward It to your insurer. Re- certification is required annually. APPLICATION FOR DRUG-FREE WORKPLACE PREMIUM CREDIT PROGRAM Name of Employer: SBIS'Inc Date Program Implemented: Testing: Procedures for drug testing have been established and /or drug testing has been conducted in the following areas: )0 Job applicant ❑ Routine fitness for duty Reasonable suspicion Na Follow -up testing to Employee Assistance Program Notice Of Employer's Drug Testing Policy: !/ Copy to all employees prior to testing ❑ Show notice of drug testing on vacancy announcements ►4 Posted on employer's premises ►'J1Copies available in personnel office or other suitable t•P Copy to job applicants prior to testing locations ❑ General notice given 60 days prior to testing ❑ No notice required because the employer had a drug testing program in place prior to July 1, 1990 Education: :! Resource file on providers r1 Employee Assistance Program ❑ Education r /� n ,� �1 f Name of Medical Review Officer: D1Cnctrl �s M o orefle 1d A. Name of approved Agency for Health Care Administration Lab or United States Department of Health and Human Services Certified laboratory: CX L l U I n t ua 1 Reference (.G b k to Yy) B. Phone No.: ( ) 3.2 ` . 7 Z g. 0 - 7 1 13 C. Address: 21 G 1 Julian Av� e. -t 2. Pa I rn B FL 32(4 o s Your certification is subject to physical verification by the insurer. Your policy is subject to additional premium for reimbursement of premium credit, and cancellation provisions of the policy if it is determined that you misrepresented your compliance with Florida law. Any person who knowingly and with intent to injure, defraud, or deceive any insurer files a statement of claim or an application containing any false, incomplete, or misleading information is guilty of a felony of the third degree. Si3 llnc, U`1. 1 1 b o Ar.L OA Employer Name Date Officer /Owner Signature' Pr ee}cerA Application must be si • =d by an officer or owner. Title THE ABOV- - .. IED CE'TIFIES THAT THIS INFORMATION IS A TRUE AND FACTUAL DEPICTION OF THEIR CURREN ' • " A M. " ", i L. SNR :�r','�..sion # qi) 875 i� ( 1 _ I 1 '..l�r,.:af June 26, 2013 ER 70» � F AN 452 No tary Public's Signalure Date • . • o ommlssion (NC 3010) Form 09 -1 Sabantor OFFICIAL BID: POLICE HEADQUATERS FENCEING Jo Li t q, zoo CITY OF OCOEE FINANCEIPURCHASING DEPAARTMENT CITY HALL, SECOND FLOOR 150 North Lakeshore Drive City of Ocoeee, Florida 34761 Sabanto Inc. 8615 Commodity Circle Suite #7 ORLANDO, FLORIDA 32819 TEL: (407)264.9963 FAX :(407) 264.9965 Original THE AMERICAN INSTITUTE OF ARCHITECTS' Executed In 1 Counterpart Bid Bond No. 71140063 j. AIA Document A310 Bid Bond • KNOW ALL MEN BY THESE PRESENTS, that we Sabanto, Inc. fHere insert full name and address or legal tide of Contractor) 8615 Commodity Circle St. 7, Orlando, FL 32819 as Principal, hereinafter called the Principal, and Western Surety Company Were insert lull name and address or legal title of Surety) PO Box 5077, Sioux Falls, SD 57117 -5077 a corporation duty organized under the laws of the State of SOUTH DAKOTA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here Insert full name and address or legal title of Owner) 150 N. Lakeshore Drive, Ocoee, FL 34761 -2258 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ -- -S % - -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Bid No. B11 -04, Police Headquarters Fencing, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, it the Principal shall pay to the O. difference not to exceed the penalty hereof between the amount specified in said bid and such larger amoun •r which the obligee may in good faith contract with another party to perform the Work covered by said bid, then this • •ligation shall be ull and void, otherwise to remain in full force and effect. • Signed and sealed this 19th da T �lf (Y�s� ?` �1 Sabanto, Inc. (Witness) CC C'. , S T raer • (Tide) Western Surety Company C - uLA (Sur (sear) (Witness) (Title) Gloria A. Richards, Attorney -in -Fact . • and Florida Licensed Resident Agent • AIA DOCUMENT A31e • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 Printed on Recycled Paper 8199 Western Surety Company • • POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT • Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Don Bramlage, Jeffrey W Reich, Susan Reich, J Gregory Mac Kenzie, Leslie M Donahue, Kim E Niv, Teresa L Durham, Patricia L Slaughter, Gloria A Richards, Individually of Maitland, FL, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, • undertakings and other obligatory instruments of similar nature ' - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 22nd day of January, 2010. �crr WESTERN SURETY COMPANY + oR4 ° s. T; , ' / Paul . Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 22nd day of January, 2010, before me personally came Paul T, Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Fails, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ; D. KRELL November 30, 2012 i aL SOUTH PUBLIC s L ` i ���` l' a NOTARY D A K O T A i I� /+4[/J D. Krell, No Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove.set forth is still in force, and further certify that the By -Law of the corporation ub printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto s embed my name and affixed the seal of the said corporation this S -t1"‘ day of JLL L , Q..CA C • 0ko WESTERN, SURETY, CQIv41 I Al V iT; _4- � tJ� . j l i f . / `4 4 i l jj ot w'S 2Z L. Nelson, Assistant Secretary Form F4280 -09.06 W es. Uwo'2 0., 5 ,, 0 , kp 4.1 _ 0 6 -- ; k0 '44 1 r _ v � ��l�� -- r- 4 oZ �� (X O V O O 0 0 j- N1 `3 O n cr 01 O Q O M • y; 0) r a, o rn 0 co I [. r r r r .-- r N r co co r r r r i r c 2 • r r J J J J J J J (j 11J — J J (} c j J CI) J J W J,J L U . LJJ IJJ _" o i - � . 1■ U m m . c ml�m O C L L CO W O r=' Q E E E m x c 2 2 0 a ° ` ° "2 o .. • c o 0 0 R) 0) c o O E a) °? U Z C9 > E a c ) — x U C9 C9 °o -o a m E c •c �, 0 • - C al N > m d m C >> y . , f0 c c ` o = 5 m a� iK, o) o (3_ co 5 c c • • W '- a> i o c °�> U w o a co O o p o f ! O a U d u� O o o c U o y -a >L °r °w' c , E:vco m Ce c m a • a o� V a- c - U 0 U ova o� co rn a o 0 E (a !C c o 0 0 -0 o a) ci a I- I- 1 12 4 0. a) co o c U U 6 c8 U 0- L '- 0 3 m iN, c N O D a p C LL Q 43, a) 2 2 2 2 (13,o c > v E o- u y •m c V } c c c c co c p J a� O .- co .E m co W ° c 0 a) �ap3 U r, -5 5 U -5 ...5 01 ...5 ea opt ea 92 m a, O O t5 N • 1 � / _J N h N 0. N 1� c Z � c E E o c c c c c E c c E E E E E E o O O O W O CO y 0 O 00 0 0 0 3 0 0 3 7 3 7 >> 2 u. cn 2 (A 0 CC W ce O O O O O LL O O LL LL LL LL LL LL W t 0: r N Ch u) co ti co O O r- N M _ CO 0 O r () 8 r r r r r r r ,N:-_ r OO ) r N N N N N . Az . - as AO M a, ; p 0 c) 0 8 s 2 § g (9 ct , v� d c `-' O O ti t1 _ r cv cr► c`+• F Fes'', �- o) 0) co r- r w a E Q Q QQ QQ QQ QQ QQ QQ LJ1 W W W W W J J W J O q CO co O N j - 0. cr w ++ 1 = 2 9 V .-• O) >- Q 1 a, O co N v) i u •r 2 2 S o U o o .N - p O D U C 0. Z • U J J Y N 3 e a w N 0. 4. - 1 N ( n -a U — J E 3 a ° c c m I I a) a) a) Y m N 8 - a — W 76 F- U) m m io a v$ o E m Q - . 'd W 0 C7 C7 IRO-D.- - t c z }; S hi A 2 2 2 0 y w oG -c -.E. s :. o c g,), co M W o 6,:$ m m o 6 o c o 0 U 4 (p ✓ I n ' co c _,0 ;t ;ct :a-onren ..9 co ...1 ''Ll j- . ._ a. 5 • +6 N y A 11 w N W Q W LL L. W C C C C C C O C C rn .0 od 0S 0S 0 ad otl od od 06 m o 4 E H y N h . 0 E c I w o r , 7 7 7 3 7 7 7 0 O 0 J V LL LL LL LL LL LL LL LL LL 1- U F- I Q y J V r{ d o g -U a 64 ' ,n c.0 ao 0) o 1- N W w Z ' N N N N N N M f9 C9 Q C9 'b '~ w ce, J go E-+ al 21. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: r EPIC INCA : ,n,aaoT / „TAT PAI.MtR / 4o7 2.0 1-401 - Scpl; + fat \N et, C112.455 l N C. ./ SJz.NE NAG,' /407 5 070q ELE -TTZ c - DE 1 . - 4 . 0 L. T1 orJ coNc.2EfE : S A 13 A + - rz) (7 rl o (i s E) - 6tLi t 20 LA- OFP : ti5Po 3z+- 303. 6 702 . (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. 22. 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. • SA - c oT: (owN ) - Li FT : U. tZ BLS ( R- EniTE.r ) - *pc csa TOR- ( Lt- (2- 1 LS) W 1Lu' t44.1 CA(3(i 407. 467. IzIT. — I 23. 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 NUMBER/EMAIL ADDRESS/NAME OF CONTACT o - +.a -*po a�f - r cep...) : 407- 4-b ,2 7 0(L '#- yis Coot -NT/ t=i fZ- STraT1ors L44 Jc FE .-- 1 C� Et-ies zA.yAS 407. $ 3 6 - 5344. 5 � �1;ZAGt 1Fo z Pa- c -vioUS WO2+c. t31 Svt c t(L B11 -04 PD FENCING 17 Have you any similar work in progress at this time? Yes No Length of time in business Bank or other financial references: FA (Rte t NJO • (Attach additional sheets if necessary) 24. 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. 25. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated 3 U NE 30 %0 No. 2 Dated J U VY - 1 1 / 2 - 0 1 1 No. Dated No. Dated No. Dated (remainder of page left blank intentionally) • B11 PD FENCING 18 n:Onvlacom Inc To: Luis Plnzon (14072652224) 16:41 07 /01 /11GMT -05 Pg 01 -02 center of Good Zio Mayor Commissioners S. Scott Vandergrift �.. ,,�,, ��• ;'1 Gary Hood, District 1 t Rosemary Wilsen, District 2 City Manager ��e+/ ` Rusty Johnson, District 3 Robert Frank \ — Joel Keller, District 4 Florida � — • June 30, 2011 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B11 -04 POLICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of two (2) pages including the substitution list form. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received an dlor amendments to the bid documents are: Amendments: Use the attached Substitution List if you are proposing alternative materials, • BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS The Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents. If the Bidder desires to propose an alternate manufacturer, he may write in the name of such alternate in the substitution list included within this Addendum, but he must, nevertheless, also supply a price for furnishing the listed manufacturer's product. If the proposed alternate manufacturer /supplier is determined "not equivalent" by Owner, then the Bidder must furnish the listed equipment and/or material by the listed manufacturer. Questions: Q1 • Along the west (left) side of the police headquarters, there are brick colurnns noted in writing but not drawn an 6h4 Isn6alr 001 .w •.n+oi' alou8 tlao n71I monnuuomont_ .t-no thorn Oning to hn brink nnhnnnn in thin nrcn nr it it only 8' ornamental fencing? 7 Al. Only ornamental fencing. No brick columns are required for the north (left side) fence between the medical offices and the police building parking 101 Q2. Regarding the 8' high black vinyl coated chain link fence in the rear of the property. All of the framework and the hardware (fasteners, brackets, etc.) are to black as well. Is this correct? / A2. Yes. r ti ;}-- CPPB Purchasing Agent attachment: substitution list Eity of flrnnn 150 N linKrnhnr DiiY0 • Doner, Flstiiila 1176 I n:Onvla.com Inc To: Luis Pinzon (14072652224) 16:41 07101111GMT -05 Pg 02 -02 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer /Supplier Lump Sum or Material Section (List One Only) Unit Price) N 4 • Represents 50 percent of the difference in cost (Minimum Deductible Amount l ifer Subs itution Item shall be $1,000; Bidder may make additional copies of this page, as require .) Police Headquarters Fencing C CiC n:Onvla:com Inc To: Luis Plnzon (14072652224) 17:02 07/12/11GMT -05 Pg 01-01 comet of Good L/p • mayor Commissioners S. Scott Vanriergrift Gary Hood, District 1 to . Rosemary Wilson, District 2 City Manager ti •. Rusty Johnson, District 3 Robert Frank. - - i Joel Roller, District 4 Florida July 12, 2011 ADDENDUM NO TWO (2) CITY OF OCOEE BID #B11 -04 POLICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of one (1) page. Bidders shall acknowledge receipt of Addendum TWO (2) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. • Answers to questions received and /or amendments to the bid documents are: Q1. Item No. 2 on Schedule of Bid Items: We are to obtain and provide signed and sealed plans from an Archltectural /Engineering firm with plans to obtain fence permit from the City of Ocoee Building Department. We assume the design calls for concrete footer, steel rebar, concrete block columns with brick on exterior to match existing building as close as possible. Is this correct? Al. Yes. Q2. Item No. 3 Schedule of Bid Items: We are to have a licensed land surveyor to layout fence line and on completion of project provide a signed and sealed plan to verity the fence local. Is this correct? A2. Yes. Q3. Item No. 22 & 23 on Schedule of Bid Items:. Does not specific the type and size of gate operators to be used, as It is our experience there Is many type and sizes with a long of many different costs. As we understand all the control components are by an owner vendor? Since we don't have any information to bid scope of work. A3. Rollback gate operators (motorized openers /closers) are to be proposed by the bidder. Q4. Item No. 24, 25, 26 & 27 on Schedule of Bid Items: Listed are PC Locks & KP Locks and refers to Item 18 & 21 which doesn't explain what these locks they are, what style, type or manufacturer to be used. A4. These locks and control panels are to be supplied by Quality Systems, Inc. and are not part of the bid. What will be required in the site construction are the gates themselves and the conduits required to extend power and control wiring to these devices, if any, as shown on the plans. The Measurement & Payment section specifically excludes the locks from the bid, noting typically, "This bid item does not include the specified locking mechanism(s) for each gate, which is to be supplied by the separate control system contractor." Michelle Hill Finance Department Accounting Assistant City of Ocoee • 150 N Lakeshore Drive Ocoee, Florida 34161 phone: (407) 905 -3100 • fax: (407) 905 - 3194 - www.ocoee.org N 0 c c 0 O -U go C) 3 m 0) rt 0 n0 m 3 c 0 0@ Q C - 7 0 7 N 0- 1 7 7 CD a) ° -0 a g 3 n a ° < 0 in n g o o a) = 0 o : 2 a < 0 m• ° a 8 2 gy • N o 3 "3" 4. 3 0 0 �° O�°3 rt � � a 3 0 . m. co ff O 0 o 0 ° O o a 11 03 d CD a ga o @ ° , m a @ a a m 0 8 -i m m Z D 4. o D n e a) a c c * R ° 3 3 < S3 0 Q c to a - m 3 3 a ; C art C 0) 0 = co 7 a 0 .+ `4 a 0 a) O O O 0 C) n 0 0 • G) a 3 , ' G) 4c a ai O • 0 c0 � , 0 -, aa 11 '11 m m "1 - co q. 0 0 co o r o 0 0 co 0 0 0 v o • 0 0 E 2 0 O 0 0 0 0 0 0 Z • £ a. o a a 3 Si m = 0 ; E 7 D g Jr 7 > G ) C M 0 g 0 o m sr , °- a) 0) a) a) a) m 0 0) o G) n x i � 3 ° 3 Q m g O a a a m or E a a . a O co a 0 a co P1 2. 2 2- O 3 ? o W a N = ° a) c = 1 0) 1 Z a) hi `n to v 0) co 1. p 4. a• A a w o co ' w O 14 14 o $ -J 71° 9 $ 71 `8 9) ? � n S L co O CO V7 Zvi C31 V V CO V V W co .a 0) W CO W A A O C) V W W Q W QQ t d � Q V R . = .1 W O co N g N_ pQDD A_ W «I ,A A _ N (p N T v co P V V V A co co CO CO CO (or r . IQ iA fA EA EA EA o co 0 0 0 0 {{4/0 4f, <A Eft EA .61 EN 4!0 -69 W '61 0)) o h o 0 p)� O N 0) --a 0 CO -a. CO 1 co N O co co 0) 01 i+• N -i co W N co 0) a 0 -� T C 3 : - p v O W (11 0) A W N A b o O N 0 0 _. C O1 co V OD W N CO CO O N 0 O O O O W V = es m 0 k) o Co o b) o o 0 0 o 0 co 00 o $ b) co u1 n) 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0c 3 3 3 0 3 3 0 3 3 3 3 3 3 3 3 3 3 3 in d o v+ . - 0 'O V - 0 'Q •0 v 'CS g, v _ - o is v 'O "2 W a Z1 03 CD CD CO ( N 03 CV CD CD 0 C CD CD CD 0 y A W N p p ..r 4t, g O CD O s -0 ,R1 o - 0-a 0� 0i i � •V C a7 o w co O a) O IL O) O O) a1 O O R CD p w Q( I C7 0 7� 7� o W ° a. 7 a a 0 a a E. ° c ' Cl) o o "< o Q 5 0 a s '< o -° —0 0 ?l :n 3l wo Ors, o 0a 05. T ° M.o O ca P. wA.0 coo co P. NP. �a o N3 a) to - 0 N 3 3 IQ Wc� a -4 V 0 V -4 V N a a c — a� a� w -- a ela aC.. m 4u0ar_ a, �a, �0 A 7ct� O o (D a 0 0 0 0 -a 0 c0 -, -a co °_ R 0 a -0 N " T1 7 "T1 7 7 Q 2 al o P. N ?1 = cD cD cD fD rn co co 03 03 GI K3 n CO 0 0 a Wo 0 o Q 0 0 0 m c. m o . CD m cO on CO CO (D (0 a a a cct ■ g CD 00 U0 X11 m5 s xi m v- _ -1 --i* o w CD 3 3 ° o a _ 3 — a cp m g •a3 - oowco cob' -0 ro. lo 3 2' G) ,g G) P.:4') lb w N w o < ° < f - CD < F)0 M w 0 E a 0 m 00 0 E. A- 0) (D -1 0 0 3 3 = 3 R. 3 -g 3 (D -0 9 a = a= n a7 0. W < 0 _,- ( x co a 71 'a tv o w � R w a7) c ° c 3p 3 a o c O d g g CD . d 7 a O O C 0 r ° ° a c. m O -, -i rt (0 (D v A N (D 2 rn 0 ° R- a o v E ; ( c c° o 3 ° m "E a x 0 0 2 , <= ( a) o 0 R m g n� CD ,x• g t c co go 8 (0 co 01 N ° go go go Ro 2 2 E ° ° 4' G) G) 0 0 ° 3 5 - n to 0 q0 0 ca i (0 (D 0 - Ti on m v � 0 0 0 r n. o O 8 c c° 0 c O 2 2 2 2 � 2 4. a o 0 0 0 r n n a) ° ° c' n i m ° m (0 CD Al a - O 0. °' m �i 0 N o CO G) G) G ) 0 Q 13 c co m < — 0) � 0 = = O a 2 7 m = co a d N g' N v x A p a $ $ Ca 0 $ it 0 0 0 A 0 V O N - � " v O O O O m V O co co' ---I ao 61 Cif cn en Ch N o) rn 9 s 0' -1 -1 0 Q 0 0) C3 c c Q =� N o CO o. 0) . o. -1 -4-4 o t o r EA filf En EA V) Ea 4/3 43 in °3 " .I V w 0 --& cn 0 N ja�,, CO CO coo 3 O 0 N v � V N Ul (0 00 00 (0 ' . N -4 (h 3 S N O A W N O O O (0 V O w O) a s C O - O O Oo O in O O co 0 O kJ, G O O co (0 co co co co 0) O O co O O CP v co 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c.) r O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c, 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 N 0 0 a . ' .0 U -0 'O � _ '0 0 '0 'd '3 '0 '0 '0 13 . 2. co CD . 2. a 2. . CD C 2 a m c@ o co (D (o co (D (D (o (D CD CD (D 0 (D (D (D (D 0 n rj WNOA " - o.P m� 'DA 13AD- 'U C�'OR OO r`' ei '�I 0 7 0 -4 0 r-CO w NO w lopEati N 0 01 � �w a .wa' `� ( N ' = 7 O = m w w w 9 w G o ��' -N. c � D m o) Co at co 7 0. 0. 0 0 o n 3- c a ' 0 0 - m a - n� 2 �° ?I� $ a Z1 W? - m 0� a V �O3' N-0 N N3 N3 c 3 m Q W O N Cl w 0) 0) a N�3 da CO 0 003 0 c,3 •9 DJ Op a §. L 0 G, C- a C_ A a 0 L • (h C d G. 7 . 7 . IV N I NI G a cam, w O O 0 O O? 7 co 2: co O ( j 0 V, 8 g 2 2. C 'T1 ' ?1 � -n = c4 ?1 0 co O O 0. A. o 0 ri w C w CO °wc a a rz; a < ( mo o n ( n 3 ( O (o (° n CO m (o (o co so cn 0 CO 1 113 -< 0 J0 0 0 D >O Oc/) -I rv0'cn - 0cn 0 _ — 3. o w 0 mo 2 0 -- cam °C°0 02 m°1 @mo 81' a= ? -1 I co a N ; G) c 2_ s - 7 m a 0 S = d Q 73 3 � o o � 0 rn6 = 7g � 0 6 @ 0,�. g L, o I 70 S o ,+ n a ( � m 00 3 s' � o a� , z 4 o gp 03 0 0. E1: O W s m x = 0 a o D.) °' 2 a - n 3 N. a 0- 6' 8 0 a ID cn c t � O c o v v _ v v m g g 0 o g o f ° v Q° (9 CD 2 n w' z CD CD 0 CD ° m m O c N c * * 2 c 2 * c ° c ° . c �c Z � = 0. z 0 %c � � O. O. 4 O, O. ` � 0 7 XI Xi xl c$ c2. cg o k 7J C XI M aw crf g 0 .0 0 = - D o M. ID M. m M a. > 0 0 U m 3 w' C7 . a i Q , 7 ° w 0 N C) Iv ' O 7C _ 7 , A A . A A A A 4W A A A A A - 0) O 0 0 0 O O 0 0 0 0 0 02 V V V V J V V 9) .4 V V V V V 94 CO CO CO V & Oo Co & V § co u e v CO J V O M cc 9) 9' WA $ W 9) 9) 9) 9 0 G V' A 4 C 9) 0 3 0 0) 03 03 + O �0) O O o j 0) C 0 0) O 0 a) of co c0 W CD A t0 W 0 0) 0 �I 03 01 0 0 4A fA EA EA d) {R EA 69 &) b9 fA {El EA 69 !A (A 0 V NN )) - pp (0 O A v O 0 0 W - 00 co CO co O w 0) 0 W 3 3 c,t+ 8 A fD O 03 0 O Q O d S V O w A W + 8 gy W O ��APPP 130 W O W O W O O V R. 2 t O O O O O ( O � ( ( 0 0 c J 0 01 S O 0 b 0 0 0 O 0 b b b 0 O O 0 0 O o 0 0 C 3 ' 'Q 3 'a 12 3 3 v v a Q v - o a C Cu H co R. M CD e ca cD m m co a) a 0 rn a a a @ 0, 'fl CD m m m m rn CO co m cD m m ca m co 0 N a 6 n W- CO-a. 13 8 m-D-W- co :1 •� W N o a0 O tD - 0 g - 0 - — V g 4 co cgD w Q fOD 8 N N v 1 0 cOD S g O r W W O y 0 m N d �8 o O J r ca 3 co a O= O � O O a O � O G l Na -+ 0 W O cD N 3 °c < < � a � r, < 0 r C v :161.7 � o a r . ' D� a m 'n <' O n' < < ' � N 3m0- n a m nD 4.0 40 40 n0 4.rn o a -0 o - w o co TI 'n - 0 - 0 . � - 0 R- 0 - 0 a _21 xi K.7 3 co (0 8 a a r'' -1 a) T Iv N 'T1 SD O -n sv -n co N 0 0 3 W V c A" 1--. A A r 4C_ 1 - 1 7 - e = R O m p) - rte N N r � A V p DP NN co 03 r- ?i7 N W NN 3 > :G Q t a 0 - NC D Y+ 0 0 00 00 w < < yP oo o 0c° IV 0 0 g ") a 0 N o 0 c xi Iv m !- m g W c g a) w p a o PC PC o m 7 x 7 co :u o) CD cD CD CO 0 cD O. _ a. r O A O O ( _ p ,; c v n c 3 o o 3 = ` 3 r„ _ 4 . c `� o p t o S 0 g 0 "a 7 M D D g 'n 2 a 2 < a Q p r« � . a El 3 _ !0 o ilg!@ o 0. m CO CO '< Q d 0 7 03 -0 a a g G) < m Po �. 8O m ��_ g m g m 3 W g tE d R o 3 ° (_ m t 0 ' "` cii A. N m o a§ 1 ' a o o 0. o o � `� o 0 o c io o a � 0 c 1 0 _ . n S Si �'il 0 o O n o `` O c 0 CD a N v c r r V 0) ' ' = n O cn C o - ° 5 . i °— o too - m 9 0 r) z au+com 0 4 0 m 0 o �+ • • 00 m 0 0 m 0 m 0 < 0 z • CO p N • W G) C c 7 C c Q1 O O 4 d N 7 a n , c * c 0 �D d > > 0 4 m m 0 7,- R l 3 o co n g o n i O M. o f ° i v m g a g 43 .. . A . A 0 0 0 0 0 "7 4' - -4 V C N 0 0 = 0 KJ ' y rn ' w ( � OD 8 cn -� OD ri NI r _ _.. -.A. 0 o a) CD _, A O m W A (D CO -. N EA Eft to EA in to d! to EA N N m co n 2 S N 0 O OD . 7 A cn lc O3 iv N O ' i-F O O 0 0 0 o N C (� o n � 0 0 0 0 (7 C 0. 3 m Lo, 3 3 (0 3 3 3 3 0. o R . 0 m N. G) coo F ` o 0 tat o N o y . f m co f a N N W >aJ� - 0 • O -W-' W V+ •1 0 3( CD 2 o n�0 m� ( ao C 4, m 6 g = o . (D o m nn � y � ` C co O <L Eg W - o su p * ` - � -* 'g r o o ` c -A- r� g 0 co 7 8 pp v No am W a a m < „ m c ,2 This foal business tax receipt Is in addition to and not in lieu of any other tax requited by law or municipal ordinance: Businesses are subject tto regulation of zoning, health and other lawful authorities: This receipt-is valid from October t through Septerober30 of receipt year. Delinquent penalty is added ,October 1. 'ORIGINAL' 2010 EXPIRES 9/3012011 3115- 1087638 3115 FLOORCOVERING/TILE /MARBLE $30.00 1 EMPLOYEE 1818 INSTALL CABINET /COUNTERTOP $30.00 1, EMPLOYEE JIMENEZ -JORGE M PRESIDENT TOTAL TAX 560.00 PREVIOUSLY PAID 560,0 TOTAL DUE •30.00. SABANTO INC JIMENEZ JORGE M 8615.COMMODITY CIR #7 8615 COMMODITY CIR #7 ORLAN00'FL 32819 U - ORLANDO, 32819 PAID: $60:00 99- 473286 8/9/2010 Earl K. Wood, Tax Collector Local Business Tax Receipt Orange County, Florida This local business tax receipt is in addition to and not in lieu of any other tax requited bylaw ormunldpal ordinance. BusInesses are subject to regulation of zoning. health and other lawful authorities. This receipt Is valid from October 1 through September 30 ofto elptyeat 0e19tquent penalty added October 1. "'ORIGINAL' 2010 'EXPIRES . 8/34/2011 31151087636 3115 FLOOR COVERING /TILE /MARBLE $30:00 1 EMPLOYEE .1618 INSTALLCABINET /COUNTERTOP $30.00 1 EMPLOYEE 4 JIMENEZ JORGE M PRESIDENT TOTAL TAX $60.00 PREVIOUSLY PAID 560,00 / TOTAL DUE $0.00 f i SABANTO INC JIMENEZ JORCE 8615. COMMODITY CIR#7 8618 COMMODITY CIR #7 ORLANDO EL 32819 U - ORLANDO, 32819 LCOR1P. PAID: $60.00 99- 473286 8/9/2010 • • This receipt Is official when validated by the Tax Collector. • . , - I :‘ ... . V: . t. . ..•,, .r. 4- ,,.-- : 7: ,. ,-, .../7...., .,.."-Mt V,•'•;• ,•-'., • • :, . , . • ... ,..:1 i 1,1 . :- '.., :.'.': ‘4- . 0 3 ' I TC ( S' • '(( F. • 417 ,%, •,;, „e ;41- e . , . , j_ ;,. ■ ; • ti 7: '7•:•:1'/'..... e i' ' Vt), if1" ' L41- • . 7 t , !.>,11. V.:,', ::If;■. - "M, 0 :,i ,(4) 4 - 1,--1 - ' Y-'' -. 1 4 1 , ' (.- T _,...,,k... I' N.• ., g - tql:S.- r . ! ' i' tp ,...4. 1 1 . .' . ikt PA, ":, 44 : : p...1 i(vA,,,vs3.,ttr, J' ,-; =.1k , :'':, , ,4:,i ,,, -,1);.,..y.,''t;a.,,,t , ' ,:•-•.vi.,.,',..<_-t,":(.5:-,1:,',,,,q,c.t.,- .-A:;•...''j'z'o'''' kl,-.,y, . ,l ,,,,,.4.-..., ''V•4.4`,.. :: A ■ , h! ' tA ,'4*"; '2 * ;1 ■ - , - I l r! ° 1 1 . " _f T I. -:.1 , i„, ../,..0..-.0••_,.., „..,„, , c.. , ,. , , , , , ,,... ; .. , ,,,,,,t,.. , L=.”.-, c-,.4 • ,..,:-.;-( - .4»,1 ,-- 0 ,4 ,:zr -, 5;,:•; - 1L4 - ; , .., , ,) , A7 - . - --':.• , ,,:deiv.,:c..:6-::::',7 , ,iNt_ , -..4r,,, , ,,,, , ,: - i- - .17;,'F;;;A-,_,i'' . . • • ',.---,,-",-"" '1,,,1$17",iJ ,24 ;, ''t - ',g" - - , ,, Tt " - I 7 -.- - - ‘ 0,11f= U-V" . .11 i*- . 1$ 1 ti Al II Z 'it', It , t - i' 'i ,,--•' (t.L. 7 11 3 ) Ir. 7.4 ■ir 41 -..‘,., , .. - R7 ,- .01-.=7 - _ , ty,,,k1-1).:,....t ,,, i ,,,,,,,, _ ,, _., - L- t-`1 '''*.-YY'' '-' ''' ' 'Zi. '1)Wa ' :" '''' ".' Pt.-1' `-' ircp.'">`,4: <:1-0.Y0 '' \,,wiir - -1, = '-' - '--4, <i••1 -- ,:: lc , ..,_.0;.,," ,• , ‘.,_1:-,1.-;-;,-, 1 , x , 4 3 R -;rr.c.,,, , ,,,,,,, g .., ;( , ■ .,,,,,..,,.. ; -,,,,,, E. %Y" 7-- z x N, fa t,D),( ,,'; Wig A174 „ -2.4t;-,- ,7:,!._ 4ss.., :.,,,',. ,. , , ,, .71. ,"...1,, . 4, ,..-;:,.. ' ..r77:;. _ - . -- -7',F.,..•; % • ...A :-.,..••• ,` 3.5 - ,72 . : 1' ir , 7 ".....6- •,- ,-- ; • ie r -,() r . ,, ' ..., - 4i5, -. 4 • 4t .,.., . ,••••;..,- • , 1,_Ple t.)? 1 !",•1' • s',, • a(p, ,,,A. 11 ,..•,/ ,' .1 , 2 ' -4•••• r s 1 . r .'4 YY• t'• ••,• :••• C : ' `'' '' !--" (''' I .r f ' - " . ,.$ i . ;:1 = ,,d,";.1) ;, : ,,,t,, i ,'"t--:.: . i '',■;...e :. -, - ., i:( --,,,-.. -,;-.,15,-,i, 1: ,,,,I,k0 ,,,-__T-1 0 „• 1 .,•1.-7-24 ,:f_f., ...i. ti. • 0• 47 j . , ,? I .s. _._,:‘? w ,,,',_. , Y.', • .,,; •!,, l' •, ,C ` . . 1• 1, 7.,...•,1' .7 .,,,..4' ,•,, 1;tx,..j.;: ; t 4 •; r?, :,',; ' .,1 ....i1,0'": 4 • ,'•■t • 4 • ‘ '‘,.e.. ' r'i - '. '''' E veA -,.. , "!•40 -- f.ti- - ,...::' , -.E.r.,,s. - - -;= " 7 " --- 4 • --; q = e , '`'. 0 ' ''''' ''' W- - - .•; - rt.;*? /-- ,, - ....,y; , ,!. 4. 1.7, - - - -17f7-. - 4 .f :,-',.. ,,,,,, -•1‘• ,..,, ^ .-‘ l'ii ,,, 4, , Pt?) ••-17)/". 1-,' _ Al gt..71r:1-1 • 7, u if , 1)f . I:.'' .-'''195:, r. It ‘i0.7 :-. i.s A ' 7 .- 11€7 A- 711... t-.12.1*%111t... r.... -42:t• k. ' • li."..4. 11 •.1 ..eh't • , „. , .,.._„...7 ___-„,.,•.,,,,,..-:... - ›i;„,'1.77, _. - --..7., -7-. -,,,,A,..-cf--7'4' -.--r--"'-';-"-',r.=)y,',..n.7 ■.- „,.. AA • II, 67- 5. , ,„ rit:1/41 =7, .t.r , (,, , l i ..L1/2" 0 • . V, .,, , ,I 4 / 4 1 ' I. )0 `, A .A. 14 1,,, .1. ? 4 , /k. , • 4. 4 4 A i ,,, A' il, ,y ."' F ''' ' " . r• ' : .,,,t '-'...." . ' '' '''' ' ' ''' 4'4 . 4 1\ ,t.t' in , ......' . .i1L - 11•IDNE.. - 14.,..•_. ":) ' kif. 1\ .... 11'.1..!itte, :1-* tcr'..?„'■..., -,t'e, , -Z, ' ‘.)'''I‘t'liC A -$.1,ft.7:■"i'-'0':'Pr.(05A131F.r---",,"--'nr,,'('r ?I'i \..qx.ri,r/(ii;;; ■■: E(ti,C ..vi';' -; .;;;;:2"1:;s:1'..''' . ": -; ,;;;,.,'f';',-- --C, ''',," - ''':5:W.i""fri''.47:::,;IP',1,'-,:i.Y4■,?.P,if!l",?.,r."51-'77'1\',;TriLr',',:;,;,:eAN;\'`ik"."-'y,,. - :i 7- , ' , .-',"--- .' '''., '. - r ' -- '' ':',, de ::i , t ., L.: i ,r: r7 Ty2 (Z5.,{!:i.',/.";,-NY.2).0:•,.. 4 '.' %,ii ' '''‘'' ' '' ... ..;" = .1 ,.,,,, ? ,,co..„„ - ;,,,, ,. . ) „, Of :, ,,,) , ';';." - 1.1-' - 1 t• ' ''rf : :I r C kA t ' ). ■.c;0' , :"'" , ,,V; ly - ' .. .. _ :' ,,,...,_,-,+,, '7, ..,;;.„*.,i,,,,' t.„T. zis".,k,:494)- c -Y., f .:1,72.4. ' &r i;',.,_ ' ,, ,,,, ),Y,.. ,,,- , 6 .,,,,■ 1, L .,.....:. It ,■ .. , ,, , .. ' , v )„ .4; .,,44,..i- ';',_ ,t,j,.! 4 „ \AO , ) N5 ' Z it. 'f.i f i?V,;) , : 1 , !.• j ' 6' 4 -,E,',1 ' ;'W,„..,,O;ZRITP. 11, 1 1 . ' fr:;;',Z . : 4 ,k,2• 1 1, 1 :-4;,),X,,,V CrotZ 1)5 ‘d'e,..•- - e r- ; - ..6,-;;, , ,/,:4.1 (::"5?,:f k4. , I :::.---,-,-, , ' r- - , •'..-‘...-'..: - - - -)1 1!- K lit:f -4.k (c...: m , i':‘,-;.- - f. , 41 .4 :( 1 . - , ,, ,3)`: , ;Vb))=. , :Vc aff):) (can , - '-' ti A•-"•- , f i,),r' !... t . , .'/V ,--i - i:'4.),),, ,,,,-, *. ((k a p t,-,. ( . ,... ,.. v.fc,,s .k. .. ,, , , ;r i; ti . , i • , , 4 ... p .± .'''P ;P._ , - A`'D :9,'': V IT,1 Ya0:54 \ , ' hrl 1 ■ l'404...„ , ..: ,-,. ,i, , 01, Af ..,,, : , ED , ,,,, xx. Ic ,(.,-) '? , Vi ''.!4 .• ' '' - ::" . q, I'tfi (..:. il.,,, , ,.,, , ,,-,.. 4 i.w , , : ,;:._.:' ,4(Q-p, . 1 , ',:_,. ic....7-4.-- ' , :: - 4..?..f,,;_,= - 1,,, , - , 2 = '-‘4\ - - , :t ,- ;'''' '.,, 4r1,t '''‘V--',,:. , ji .tr,.., 14$. #4 %• ' '41Z, ..,D,-.A < : i , ‘, a .. ,,,,,,_, ...„);.,-.:, 4 .);;,(,,: _icy )..5,, 03,..„.1,A0;,,,,,,, :i i, ", .;;,,,,„._:....;„K„,„ „ i!'.f • 4).e ' F,.. •••, ,,.•..74. ,,,,, ‘.5. p.',' \ 4.,,,„,,,, 14 •',..,_,1 , ,I,(0.', Ar.„,•••,(S`•■1) ;SA.1 ;,.- irr • ,?, ,,, f - e ,,, 4 1. A.. , ..." , _9 , .(v.- 4 ).-4_e00.....i.t, ....... "0, -__,2_, , .....,, ..,1,-_,, .' 1..c.4,-,-.: • p• :---7.--, '''' ' )4' .. V 4.- 1 . i' '' - ; --- -1 ' *-4 ‘4 4 j --- i'; ' ,A --',-.., --; i r r'N --' '''' S'N- 'A - - ' ' - An N'er ...Mi. - ; 7 1':*• • orn. ' 4 " 6. V . •• •• N "r likr" - ° 'Cr (co ' ' ' -r .7 - .:.4 ' s .43 L' i'A';,',ff_Tt:±2,.):(1';:ii1/11.;;,4716',1).‘ft. ) , ' ,....::. ‘, :.(' . ;7/QV I .4:.;..S9P - ?),ItFit3.7..): I t'! e ■- 1 :',}!tf.Z.A,i,7% 1 ?.1 1 - 1 c t■V 4■_ kf.'''''?t,lz,!:;1/ ",.r1., (.° ', )..`..3° 1 4 ...?„ ( )t..77 Z . ; i. ::" ',`.f. A "r'tg?-gl';!(g-j7Ji'S .i _ I =_:''' 1;`5'''...;_! S/,''.''). .„ ,' %s.z \ r. 4 '1 -- AAV; gn --ifi) .h5f4;;;AiralTaiii'Mriei•t-o'ihNtiVit71'01-1.V.;(7-iiFfnt-tiki•PuThi I; ' , •',I igar ;‘ 047 :7 X • &Rii•ti " C.* N rKirgiWIWZ . .. • i' • • . • • r , \ • \ 1 1 1 1 0 co 0 0 0 00 O O O 00 1O O N 0 0 0 0 0 0 10 0 0 W 0 0 0 0 0 0 d: O O O O 01 a O ct cal 0 0 0 00 O 00 ---. O O (, O O O oo o\ O Ni N 10 Ni N d O N 6 O O oo 0 00 0 o .-�� N N O N N w 0 00 01 'n L- N 00 00 � O v g . g W 'C V1 O - + .-� 00 N 01 ' M cr •� 00 10 1D 10 �O N 00 0 00 [ 01 04 _ 69 N ,y .--i N 69 69 69 c .,,;' 69 N 69 64 ,, .--i 01 kf 0 01 69 FA 69 69 69 69 69 69 69 69 M 69 6~9 69 69 69 Nz o F 6 0 .. 0 0 0 [- t- O O 00 , lr 00 O O O O M (*1 N O 0 W ^ 0 0 0 0 0 0 N 1 0 0 0 00 N O O O Cr] M 01 O O W WWW O 0 1C O O O vl O cV N Y1 Ni O 0 00 10 vD v6 o0 0 _ o 0 N N O 00 01 , -. .•+ N d• M N 00 00 0 Oo 'O N N 'IT CO F.j 10 'II 0 -4 •-', 00 N M \O l0 • M 10 l ., 01 X N .--i .-i N t .- --4 cV N 01 0■ A•1 Fg1 6. A › , a\ , --i o1 O O t� ,, M W V g cncncnc4Encn wy-4Qv)w >4>•(1)vArAwdd QQ ,..aaaaaawci)waa ci)cA aaawww ww 0 to I d, w Gi c 4 as 2 O O O w a a X JZ =b a.) W=Q A4 esl w0000 A �; U C.) a 0 o ..C4 oa .r cn o ° o 0 (L) FA 0 00 IA a U o k o 0 ob i' g ,° a s 4. o w up • 0 o o o 0 Z o a a a s U a U . � y a a o ;g 1 x xxx oo� p J a. 0 O 0 o U U v� U y y E- 0 0 0 0 1 " 0 1 0 0 . . G 4. . � ca CI r -7 _J �, 3 > z 14 J .4wv) ,4 ,.„() 4w000UUwUUwwwwww J ., . w W a W w F N M v) 10 l 00 01 0 ' - • N M ./1 1/4.0 t--- 00 01 0 N N M 8 ri w 0:1 co I I t1 0 0 0 0 0 0 on 0 0 T CO O [� 1 N 0 0 0 0 0 0 ..t 0 0 O .--. O ei 'O \O N O N N .-. O O .4 N O M t N 0■ 6.9 n S N d• 0o ,-4 1A .; 1t e- m 00 10 'o N et eel, N ■ .-r 64 69 V N R v M 00 r. 69 69 69 .•-• EA 6.9 O 69 69 O EA N ea fA (09 1. Q 0 0 0 0 •--4 0 0 0 .- O V im ) V T O i N N et 0 N V � et et en s N 10 N efi N T •--� .--� VO N d en 00 .--. .-. .-, .. en O\ en r•. .-. .--. .-r .--. Q < Q < < Q V) V) Q V) V1 w wwwww•aw a/4 O N V ..--. CO k 0 w V .-a 00 N d — V b U , O .0 'd N A p O Z7 0 0 YO O d › O V . .3 3 . E i 3 a Q U Vi vo Q W t� g b i 3 3 3 C J o •'0 w z F a o 00p -• � i p . , � 3 i� u 0 _ V0 - v .q 0k3 W ,_ • �� A �1 d ti j R O E > -d .s .S •E b p o� z v G t� td C� $2 O '� b .. 'D w TT+ � y A C.) ',Z1 C..) E " 02 . a PI 1 4 0 .. v.. ° ' w ''i w 11 y g:4 1 -6) -F, -6, -P, -PA 0) 0) 0) .g 4 z j • LFLVI z ww w F+ Uw 1 E -g,' w a. t 2 k a w ' et (n v:3 r- 00 O) 0 •-• N "' cy o W et ', / N N N N N N en M M 4., C, y,,, u 4 .- 4 W ai E-1 m 0 a O A 0 . 8 A p w WU fn W v1 00 O 00 .D z III k., .•■ 00 0 o N G' V F+•I r 00 00 00 00 ON T \0 m 00 o o o o 00000 v � o CA CA N y C9 Iti V m . a .�E W U 0 z oq P cQ N W f o • y H O r d 1 Li- m z e 0 ti Z 5`' a v� d W A Opp O W o a r a W o 9 41 y a SG, a .+ 0 z o o u a w 0 ox RI ' 5 U , o ° A Li `� ` � u ° 0 o o4 P V b . 5 0 0 ,4°) = J o S ao bo N "O g U 2 b y y ■ �i G4 v Q b O . P Z o�Vj,o� b � ,; W a ° 3 �n ° �e • a a z J �� 0i 0" v O 0 z 0 E LL g k 0 N a W a ') .--. N m in p Q z C aj O J 4 F m RIEKER DULEY CONSTRUCTION COMPANY PROJECT NAME: CITY OF OCOEE POLICE HEADQUARTERS FENCING BID NUMBER: #B11 -04 BIDDER acknowledges receipt of two (2) Addendums and the Proposal submitted is in accordance with information, instructions, and stipulations set forth herein: • Addendum #1 Dated 6/30/11 • Addendum #2 Dated 7/12/11 PROPOSER: Rieker Duley Construction Company BY: P Patrick Duley - Presid t DATE: July 19, 2011 Construction Services/Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.8727334 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) shall all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or coverd by this Application for Payment are free and clear of all Liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated July 19, 2011_ Rieker Duley Construction Company, Inc. (Contractor) By: ,, _ . _ t _! Patrick Duley _ (Name) President (Title) COUNTY OF Orange STATE OF Florida Before me on this A`") day of t,�.c, , 2011, ppr,sonally appeared (4 4 & a , know to me, who being duly sworn, deposes and says that (s)he is the (>( of the Contractor above mentioned; that (s)he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained herein are true, correct and complete. Notary Public : DANNETTE SCHONHER j• ±• �., Commiss(on DD 660742 My Commission Expires , • r' ,. '{' d GaeMd Thu Troy Ftln NNxana 800-,9g6.7' Payment shown on Line 11 is recommended by City's Resident Project Representative By: Date: (Authorized Signature) Owner's Approval By: Date: (Title) Bid #B11 -04 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. Rieker Duley Construction Company 321- 206 -3399 COMPANY NAME TELEPHONE (INCLUDE ARE CODE) 407- 872 -7334 FAX (INCLUDE ARE CODE) Pduley(ari ekerduley. com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGN RE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Patrick Duley - President NAME /TITLE (PLEASE PRINT) 300 S. Orange Ave., Suite 1525 STREET ADDRESS Orlando, FL 32801 CITY STATE ZIP FEDERAL 1D# 20- 5214942 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this n. day of ` , 2011. Personally Known or Produced Identification S`ciLOAL, Notary Public — State of RC:VG SO- (Type of Identification) County of _ O- Signature of Notar ' . • • • av,' ' DANNE1TE SCHONHER Si T .. Commission DD 660742 k Expires August 7, 2011 pgdadThw Troy FAIR mows a963B6'791 Priitt��, r, e • or stamped Commissioned name of Notary Public i („: A Document A3O5TM -1986 Contractor's Qualification Statement The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: City of Ocoee ADDITIONS AND DELETIONS: The author of this document has added information needed for its ADDRESS: 150 N. Lakeshore Drive completion. The author may also Ocoee, FL 32761 have revised the text of the original AIA standard form, An Additions and Deletions Report That notes added Information as well as revisions to the SUBMITTED BY: Rieker Duley Construction Company standard form text is available from the author and should be reviewed. A NAME: Pat Duley and Mark Rieker vertical line in the left margin of this document Indicates where the author ADDRESS: 300 S. Orange Ave., Suite 1525 has added necessary information Orlando, FL 32801 and where the author has added to or deleted from the original AIA text. PRINCIPAL OFFICE: Same as above This document has important legal consequences. Consultation with an X ] Corporation attorney is encouraged with respect [ ] Partnership to its completion or modification. [ ] Individual This form is approved and recommended by the American [ ] Joint Venture Institute of Architects (AIA) and The [ ] Other Associated General Contractors of America (AGC) for use in evaluating the qualifications of contractors. No NAME OF PROJECT (if applicable): Police Headquarters Fencing endorsement of the submitting party or verification of the information is 1 TYPE OF WORK (file separate form for each Classification of Work): made by AIA or AGC. [ X ] General Construction [ ] HVAC [ ] Electrical [ ] Plumbing [ ] Other (please specify) I § 1. ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? 15 § 1.2 How many years has your organization been in business under its present business name? since July 17, 2006 § 1.2.1 Under what other or former names has your organization operated? FIDE, Inc. and DEI AIA Document A3O5TM — 19B6. Copyright ©1964, 1969, 1979 and 1966 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties, Unauthorized reproduction or distribution of thls AIA Document, or any 1 portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:47:48 on 07/19/2011 under Order No.8421535127_1 which expires on 02!0312012, and is not for resale. User Notes: (1383355723) § 1.3 If your organization is a corporation, answer the following: § 1.3.1 Date of incorporation: July 17, 2006 § 1.3,2 State of incorporation: Florida § 1.3.3 President's name: Patrick H. Duley § 1.3.4 Executive Vice - president's name(s) Mark Rieker § 1.3.5 Secretary's name: § 1.3.6 Treasurer's name: Lori A. Rieker § 1.4 If your organization is a partnership, answer the following: § 1.4.1 Date of organization: § 1.4.2 Type of partnership (if applicable): § 1.4.3 Name(s) of general partner(s) § 1.5 If your organization is individually owned, answer the following: § 1.5.1 Date of organization: § 1.5.2 Name of owner: § 1.6 If the form of your organization is other than those listed above, describe it and name the principals: § 2. LICENSING § 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. State of Florida, Certified General Contractor. (Highest Level Attainable) Mark Ricker, CGC1514210 § 2.2 List jurisdictions in which your organization's partnership or trade name is filed. City of Orlando, Seminole County, Orange County, Manatee County, Pinellas County, City of Boca Raton, Duval County, Lake County, City of Daytona Beach, Volusia County, City of Groveland, City of Lake Mary, City of Wildwood, City of Clearwater § 3. EXPERIENCE § 3.1 List the categories of work that your organization normally performs with its own forces. Estimating, Scheduling, Construction Management, Field Supervision and other GC related services § 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) § 3.2.1 Has your organization ever failed to complete any work awarded to it? No § 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? AIA Document A305" — 1986. Copyright 81 1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document Is protected by U.S. Copyright Law and International Treaties. Unauthorised reproduction or distribution of thls AIA Document, or any 2 portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:47:48 on 07/19/2011 under Order No.8421535127_1 which expires on 02/03/2012. and is not For resale. User Notes: (1383355723) No § 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) I No § 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. I See Enclosed § 3.4.1 State total worth of work in progress and under contract: See Enclosed • § 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. I See Enclosed § 3.5.1 State average annual amount of construction work performed during the past five years: See Enclosed § 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. I See Enclosed 1 § 4. REFERENCES § 4.1 Trade References: 1 See Enclosed § 4.2 Bank References: See Enclosed § 4.3 Surety: § 4.3.1 Name of bonding company: See Enclosed § 4.3.2 Name and address of agent: Insurance by Ken Brown, Ken Brown- President, 1339 Arlington St., Orlando, FL 32805 I § 5. FINANCING § 5.1 Financial Statement. § 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); AIA Document A3D5TM — 1986. Copyright © 1964, 1969, 1979 and 1986 by The American Institute of Architects. Ail rights reserved. WARNING: This AIA Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any 3 portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This documentwas produced by AIA software at 10:47:48 on 07/19/2011 under Order No.8421535127_1 which expires on 02/03/2012, and Is not for resale. User Notes: (1383355723) Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). § 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: Roy Cline, CPA — 251 Maitland Ave., Suite 203, Altamonte Springs, FL 32701 § 5.1.3 Is the attached financial statement for the identical organization named on page one? Provided Upon Request § 5.1,4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). § 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? I Yes § 6. SIGNATURE § 6.1 Dated at this 19 day of July, 2011 Name of Organization: Rieker Duley Construction Company, Inc. / By. Patrick Duley ` � ` b Title: President § 6.2 1 Mr. Patrick Duley being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. n Subscribed and sworn before me this V1 day of lf-j20 If Notary Public( SC My Commission Expires: _ IM;EisL;. DANNETTE SCHONHER '- ;., _. Commission DD 660742 tv =��. Expires August 7, 2011 %R , h. Wodrd troy Rio Ynurancs 800- 3857019 AIA Document A305 — 1988. Copyright ®1964, 1969, 1979 and 1986 by The American Institute of Architects. Ail rights reserved. WARNING: This AIA Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any 4 portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 11:36:14 on 07/19/2011 under Order No.8421535127_1 which expires on 02/03/2012, and is not For resale. User Notes: (910701652) RIEKER DULEY CONSTRUCTION COMPANY Projects In Progress Projects Name: Halifax OR Modifications Owner: Halifax Medical Center Architect: Fred M. Humphrey & Associates, Inc. Contract Amount: $537,281.00 Estimated Date: August, 2011 Name: Halifax EP Cath Lab Owner: Halifax Medical Center Architect: Fred M. Humphrey & Associates, Inc. Contract Amount: $343,633.00 Estimated Date: July, 2011 Name: Apopka Family Health Center Owner: Community Health Centers, Inc. Architect: Baker Barrios Architects Contract Amount: $639,886.00 Estimated Date: December, 2011 Name: Chase Bank — 46A & Colonial Owner: JP Morgan Chase Bank Architect: BDG Architects Contract Amount: $976,830.00 Estimated Date: September, 2011 Name: Chase Bank- Hoffner & Conway Owner: JP Morgan Chase Bank Architect: Core State Group Contract Amount: $1,060,963.00 Estimated Date: December, 2011 Construction Servicesllnterior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321,206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY RDCC (Ricker Duley Construction) Projects Completed Name: Spine and Brain Center - Renovations Owner: Spine and Brain Neurosurgery Center Architect: Powell Design Group Contract Amount: $62,000.00 Start Date: March 2010 Completion Date: April 12, 2010 Name: Urban Flats - Dellagio Owner: Urban Flats Architect: Tim Gaus, AIA Contract Amount: $1,300,000.00 • Start Date: May 4, 2009 Completion Date: December 15, 2009 Name: Cart Barn Owner: Country Club of Orlando Architect: Guy Butler Architects Contract Amount: $1,140,545.00 Completion Date: June, 2009 Name: Park Lake Demo & Site Prep Owner: The Pizzuti Companies Architect: Hunton Brady Architects Contract Amount: $97,280.00 Completion Date: April, 2009 Name: Braishfield Insurance —Toll Brothers Owner: Eastgroup Properties Architect: Group 942 Contract Amount: $249,504.00 Completion Date: February 17, 2009 Name: The Vue — Unit 1911 Owner: Ron Pizzuti Architect: RAI Contract Amount: $117,896.00 Completion Date: February, 2009 Construction Services /Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY Name: Plaza Venezia Manager: Jones Lang LaSalle Owner: TCAM Core Property Fund L.P. Contract Amount: $320,220.00 Completion Date: October 31, 2008 Name: Radio Shack Owner: AEJ Development Architect: MAI Architects Contract Amount: $66,504.00 Completion Date: October, 2008 Name: JW Marriott — Meeting Room Owner: Marriott /Morgan Stanley Architect: Baker Barrios Architects Contract Amount: $189,411.00 Completion Date: September 10, 2008 Name: Hall Law Office Renovation Owner: Casto Architect: Morris Architects Contract Amount: $45,406.00 Completion Date: August, 2008 Name: Beacon Square — Bldgs 8 & 9 Stairs Owner: Global Group Investment Architect: Burke Hogue & Mills Contract Amount: $178,032.00 Completion Date: June, 2008 Name: Newport Expansion Owner: The Newport Group Architect: Hunton Brady Architects Contract Amount: $226,890.00 Completion Date: May, 2008 Name: Internal Revenue Service Expansion (Multiple Phases) Owner: General Services Administration Architect: Intertect Contract Amount: $950,000.00 Completion Date: January 31, 2008 Construction Services /Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY Name: RDCC Expansion Owner: Rieker Duley Construction Company Architect: Baker Barrios Architects Contract Amount: $185,000.00 Completion Date: September 30, 2007 Name: Lanham Auto Wholesale Owner: First Financial Automotive Group Architect: Cuhaci & Peterson Architects Contract Amount: $1,815,265.00 Completion Date: September 15, 2007 Name: East Orlando Animal Hospital Owner: Lake Underhill Ventures, LLC Architect: Cuhaci & Peterson Architects Contract Amount: $1,786,563.00 Completion Date: February 28, 2007 Name: Sand Lake Surgery Center Owner: Millennia Park, LLC (St. Joe Commercial) Architect: GWH Architects Contract Amount: $1,800,000.00 Completion Date: February 2006 Name: Southwood Town Center Owner: St. Joe Towns & Resorts Architect: Morris Architects Contract Amount: $4,200,000 Year Completed: December, 2005 Construction Services /Interior Improvements/Design -Build 300 S. Orange Ave., Suile 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407 872.7334 RIEKER DULEY CONSTRUCTION COMPANY GENERAL /CORPORATE INFORMATION Business Organizations: Rieker Duley Construction Company Inc. A Florida Corporation Rieker & Associates, Inc. A Florida Corporation RDCC Owners: Patrick Duley — President, 50% Owner Mark Rieker — Executive Vice President, 50% Owner RAI Owner: Mark Rieker — President, 100% Owner Licenses: CGC1514210 (Mark Ricker) CGCO59397 (Patrick Duley) Federal Tax ID: #20- 5214942 (RDCC) #56- 2479526 (RAI) Bank Information: CNL Bank Mark Ziebarth, Vice President 1200 International Parkway Heathrow, Florida 32746 407- 771 -0097 (phone) 407- 771 -0996 (fax) Insurance: Comprehensive General Liability Workers Compensation Comprehensive Automobile Liability Insurance By Ken Brown Kenneth M. Brown, President 1339 Arlington Street Orlando, FL 32805 407.849.0490 Bonding: Breen Ragland Group Gary Francis, Account Executive 255 Priinera Blvd., Suite 424 Lake Mary, FL 32746 407.833.0300 (phone) 407.333.3277 (fax) Construction Servicesflnterior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DU LEY CONSTRUCTION COMPANY Accounting: Roy Kline Associates Roy Kline 251 Maitland Ave., Suite 203 Altamonte Springs, Florida 32701 Construction Services /'Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY TRADE REFERENCES Bee -Line Supply Company, Inc. Ace Automatic Fire Sprinklers PO Box 521056 1730 Trinidad Ave. Longwood, FL 32752 -1056 Deltona, FL 32725 Attn: Robert Britt 407- 468 -3338 (phone) 407 - 339 -9042 (phone) 386 -532 -9901 (fax) 407 - 339 -5031 (fax) Cemex, Inc. Exact Plumbing Credit Services 400 S. Sanford Ave PO Box 31965 Sanford, FL 32771 Tampa, FL 33631 Attn: Jayson Turner 800- 398 -2869 (toll free) 407- 688 -2317 (phone) 813 - 269 -1045 (phone) 407 - 688 -2397 (fax) 813- 269 -1032 (fax) United Contractors Building Corp Mechanical Services Inc. (MSI) 1475-D East Taylor Rd. 9820 Satelite Blvd. Deland, FL 32724 Orlando, FL 32837 386 - 740 -8188 (phone) 407 - 857 -3510 (phone) 386- 734 -5776 (fax) 407- 855 -1166 (fax) United Rentals Inc HD Supply PO Box 100711 501 West Church Street Atlanta, GA 30384 -0711 Orlando, FL 32805 941 -756 -5565 (phone) 407- 841 -4755 (phone) 941- 755 -4063 (fax) 407 - 896 -8321 (fax) Corporate Electric 6855 Hanging Moss Road Orlando, FL 32807 407 - 677 -4080 (phone) Construction Services /interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY OWNER/MANAGER REFERENCES Ron Pizzuti Dee Bradshaw THE PIZZUTI COMPANIES COMMUNITY HEALTH CENTERS Two Miranova Place, Suite 800 110 S. Dillard Street Columbus, OH 43215 Winter Garden, FL 34787 614 - 280 -4001 (phone) 407- 905 -8827 x: 235 (phone) 614- 280 -5000 (fax) 321 - 221 -9460 (fax) Cliff Aiken Tim Timlin KIRCO COUNTRY CLUB OF ORLANDO 4200 Regent Street, Suite 200 1601 Country Club Drive Columbus, OH 43219 Orlando, FL 32804 614 - 944 -5200 (phone) 407- 849 -0990 (phone) 614- 944 -5201 (fax) 407- 581 -6961 (fax) Ed Malinas Bryant Kirk MARRIOTT GRANDE LAKES NEWPORT GROUP 4040 Central Florida Pkwy. 300 International Pkwy. Orlando, FL 32837 Heathrow, FL 32746 407 - 393 -4250 (phone) 407 - 312 -7827 (phone) 407 -393 -4876 (fax) David Ortiz Nizam Razack GLOBAL GROUP INVESTMENT SPINE & BRAIN NEUROSURGERY 17160 Royal Palm Blvd., Suite 2 CENTER Weston, FL 33326 7460 Doc's Grove Circle 954 -515 -0040 (phone) Orlando, FL 32819 954 -515 -0038 (fax) 407 -903 -9360 (phone) 407- 903 -9710 (fax) Lisa Jackson JONES LANG LASALLE Ted Johnson 200 East Robinson Street, Suite 275 FLORIDA HOSPITAL Orlando, FL 32801 601 East Rollins Street 407 - 872 -7887 (phone) Orlando, FL 32803 407- 872 -7887 (phone) 407 -303 -5600 (phone) 407 -468 -2867 (fax) Construction Services /Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872 7334 RIEKER DULEY CONSTRUCTION COMPANY ARCHITECT /ENGINEER REFERENCES Guy Butler Carole Hingtgen GUY BUTLER ARCHITECTS TLC 315 East Robinson Street, Suite 675 255 S. Orange Ave., Suite 1600 Orlando, FL 32801 Orlando, FL 32801 407 - 648 -5000 (phone) 407 - 841 -9050 (phone) 407 - 650 -0457 (fax) 407 - 425 -7367 (fax) Lonnie Peterson Richard Temple CUHACI PETERSON ARCHITECTS WALTER P. MOORE & ASSOC. 1925 Prospect Ave. 201 East Kennedy Blvd., Suite 300 Orlando, FL 32814 Tampa, FL 33602 -5181 407- 661 -9100 (phone) 813 - 221 -2424 (phone) 407- 661 -9101 (fax) 813- 221.2289 (fax) Maurizio Maso Joel Trexler HUNTON BRADY ARCHITECTS TREXLER ARCHITECTS 800 N. Magnolia Ave., Suite 600 805 Rowena Drive Orlando, FL32803 Ebensburg, PA 15931 407- 839 -0886 (phone) 814 -472 -7620 (phone) 407 - 839 -1709 (fax) 814 - 472 -7621 (fax) Tim Baker Dave Green BAKER BARRIOS ARCHITECTS INGENUITY ENGINEERS 189 S. Orange Ave., Suite 1700 300 S. Orange Ave., Suite 1210 Orlando, FL 32801 Orlando, FL 32801 407 -926 -3000 (phone) 407 - 398 -6007 (phone) 407 -926 -3390 (fax) 407 -398 -6003 (fax) Mark Isreal UNIVERSAL ENGINEERING SCIENCES 5971 Country Lakes Drive Ft. Myers, FL 33905 239 - 995 -1997 (phone) 239 - 313 -2347 (fax) Construction Services /Interior Improvements /Design -Build 300 S. Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206.3399 fax: 407.872.7334 RIEKER DULEY CONSTRUCTION COMPANY GOVERNMENTAL/MISCELLANEOUS REFERENCES Craig Shadrix CITY OF OCOEE 150 North Lakeshore Drive Ocoee, FL 34761 407.905.3100 ex: 1081 (phone) 407.427.8702 (fax) Frank Billingsley CITY OF ORLANDO ECONOMIC DEVELOPMENT 4007 South Orange Ave., 6 Floor Orlando, FL 32801 407.246.2709 (phone) 407.246.2848 (fax) Construction Servicesilnterior Improvements /Design -Build 300 S, Orange Ave., Suite 1525, Orlando, FL 32801 ph: 321.206,3399 fax: 407872.7334 , 0-. i , STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION '` - r CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-4395 4,,t- p. ' 1940 NORTH MONROE STREET �Wty TALLAHASSEE FL 32399 -0783 RIEKER DULEY CONSTRUCTION COMPANY 300 S ORANGE AVE STE 1525 ORLANDO FL 32801 I' +r STATE OF FLORIDA AC# 4434695 Congratulations) With this license you become one of the nearly one million 1 - Floridians licensed by the Department of Business and Professions! Regulation. w DEPARTMENT OF R AND Cur professionals and businesses range from architects to yacht brokers, from ‘' PROFESSIONAL REGUALATION boxers to barbeque restaurants, and they keep Florlda's economy strong. QB56872 06/17/09 080526315 Every day we work to Improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. QUALIFIED BUSINESS ORGANISATION There you can find more information about our divisions and the regulations that RIEEER DOLBY CONSTRUCTION COMPAN impact you, subscribe to department newsletters and learn more about the Department's initiatives. (NOT A LICENSE TO PERFORM WORK. Our mission at the Department is: License Efficiently, Regulate Fairly, We ALLOWS CODIPANY '1'O DO BUSINESS IF constantly strive to serve you better so that you can serve your customers, IT HAS A LICENSED QUALIFIER. ) thank you for doing business in Florida, and congratulations on your new license! 29 QUALIFIED uua.r te• provisioas of c1i.4 ti9 rg Cxplr.tlas date: AUO 31, 7011 L090612014111 DETACH HERE AC# 4439695 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSI NAAL REGULATION CONSTRUCTION: INDUSTRY LICENSING BOARD SE Q#LOga6120141e infai LICENSE NBR 06/12/2009 080826315 -056872 J The BUSINESS ORGANIZATION Named below IS QUALIFIED Under the provisions of Chapter 489 FS, Expiration date: AUQ 31, 2011 . (THIS IS NOT A LICENSE TO PERFORM WORK, THIS ALLOWS COMPANY TO DO BUSINESS ONLY IF IT HAS A 'QUALIFIER. ) RIEKER DULEY CONSTRUCTION COMPANY 300 5 ORANGE AVE STE 1525 ORLANDO FL 32801 CHARLIE CRIST CHARLES W. DRAGO GOVERNOR SECRETARY DISPLAY AS REQUIRED B'? LAW (i r�2 STATE OF FLORIDA 4t" ! r_ , DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .'� il:f "- CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 • �04 ;e' TALLAHASSEE 32399 STR FL T 32399 -0783 RIEKER, MARK W RIEKER DULEY CONSTRUCTION COMPANY 2088 WEMBLEY PLACE OVIEDO FL 32765 S3b42.b5' C ongra tu lations! With this license you become one of the nearly one million ' MIR Off OLciko0A ` ' ", Floridians licensed by the Department of Business and Professional Regulation '° tip�kR Ml < a.,.: x 8 A,D Our professionals and businesses range from architects to yacht brokers, from . .' . 5. ( :) , , , , ; ..„ „f . a A ,S C + +ti � It , 72 . ✓ �,l , , A i r f boxers to barbeque restaurants, and they keep Florida's economy strong, ti I :! F t t ; gf3C�.a1 �< . r $ 0094, Every day we work to Improve the way we do business in order to serve you better . ! For Information about our services, please log onto www.myflorldalicense.com ( . �; ' > , 1 S1 t There you can find m ore information about our divisions and the regulations that Impact you, subscribe to department newsletters and learn more about the ; o _ ��, 1 m O C ; Departments initiatives. y, , ,_, Our mission at the Department Is: License Efficiently, Regulate Fairly. We r „, constantly strive to serve you better so that you can serve your customers. x r x gx ,vqa. l"0,, _, ,does 9 _ a y � Thank you for doing business In Florida, and congratulations on your new license! !�slir,'� «0rcaFre!, °A�'Q, �1.. 0.�a , ��,00sogo�?gss DETACH HERE A 51642 -.. ' ' STATE QF FLORIDA 4 ; G ,� }, J I it - , r ty , (�! t! e t I ' ' ' �' /� '" _:,�,, tilt., � ��( t "; { � , ,� 4*I�� l � r ��,+'j'� � , I;L� I,: "i ��1y9;t)Q9Q "34?.t�5: f Air. cIr, '(tl raUMci' ft t � 3 t it� $ . } ti t Jti Y x 4 { , ' '. i l , V. 10 -:p3, 2, 1i , , +� ,,u �y • r I t E , - r r , .. 1 1 , d, brl.-ow Jf T + i lr.. • ` - - 1 cy '4 . y, I' I t it I r II + I , � et ,th. ovi o T I ' Cho to # :u:s e p '',11 I { , C . I {ti H 1 ) ! E bn d be ,k a , 3 1 , 2 O ,2 il l ! %+ - ..+ , V.,...• 11 1 ' l r y2 I t!f , I � r ,1 It 1tY } ` a. ! , i i4 ' 3_ ii� �]/Ir ; •. I r . I I 1 6 {mi �y 1 ! i I � A� f 'f i I r N XE R I 6 ' c o bt / o 1 , iT � f RLU '� TIoi'1 ® • ` r . o r, , . 1 r t I . • t • i , I ; R O. l" I MB Y I P L.O$!.' I t ' A ', i, r t '7:" j - ! aL F .5 I i , ` r t . , ' i . .,'' - 't OVI DO , BL 327 i ) r,vt S I r • 5 ) f,i! S ' ,. t 1 5: , t ',.'6!,,,•.,' ym • II� . L , . )1 { i ' 1 i 711 47'1`4 /r It. 1 q ..• t , t ,1 7 , y ,} f p . 1 •C CRXS 1 '� I .t t ill i. ' t v , t ( s RLIE : , . { a , P ;.. ! I ' ! 'I 1 f , . I tji _ I : I 1 - ?t ! i.,". >' D - CR SE CRETARY t fl ! Av 1 F,�!!' f�Ji JI R V 1 AIA' ` ... From: Jean Reynolds At: Ins By Ken Brown.lnc FaxID: To: Company Date: 7/15/2011 0122 PM Page: 1 or 1 ___.......*, OP ID: JR ACORO" DATE(MM /DDNYYY) CERTIFICATE OF LIABILITY INSURANCE 07/15/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, 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 321-397-31370 NAME Insurance By Ken Brown, I nc. PHONE FAX PO Box 940117 321- 397 -3888 jA(� No, Ext): I (arc, NO; Maitland, FL 32794.8117 Edam ADDRESS: Kenneth M Brown PRDDUCea CuSroMERIot RIEKE -1 INSURER(S) AFFORDING COVERAGE NAIC i INSURED Rleker Duley Construction INSURER A ; Amerisure Mutual Ins. Co 23396 Company _INSURER B ; Ame ris ure Ins Company 19488 300 South Orange Ave. Ste 1525 INSURER C: Orlando, FL 32801 INSURER D; INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. NSR ADM SLIER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE MR WVO POLICY NUMBER (MMIODNYYYI IMMADIYYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X GL2048598003 08122/10 08122111 DA RE 50,000 PREMISES (E EC' renC0 $ _� W J CLAIMS-MADE X J OCCUR MED EXP {My one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000, 000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY P LOC - $ AUTOMOBILE LIABILITY COMBINED SINGLE L MIT $ 1,000,000 A ANY AUTO CA204859704 08/22/10 08122111 (Ea accident) BODILY N,URY (Perporson) 5 ALL OWNEDAUTOS BODILY Pi .URY (Perecddenl) $ SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Peraccdent) $ X NON-OWNED AUTOS $ 5 UMBRELLA LLB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAR CLAIMSIMADE AGGREGATE $ 2,000,000 A - CU204860103 08122110 08/22111 DEDUCTIBLE 13. . _ RETENTION 5 5 WORKERS COMPENSATION 0 X [ WC STLIMITS ER ATU- 0T 1 X H- AND EMPLOYERS' LIABILITY l TORY B ANY PROPRIETOR]PARTNERCUTRE YIN N! A W C205195303 08122/10 08/22/11 EL. EACH ACCIDENT s 500,000 OFFICER/MEMBER I 500,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE 5 ]f v s, doculbe und DESCRIPTION OF OPERATIONSbe]ew E.L. DISEASE - POLICY LIMB $ 500,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS !VEHICLES (Attach ACORD 101, Additional Remarks Schedule, I1 more space IA required) City of Ocoee Is listed as additional Insured as respects to General Liability per written contract. fax 407 - 656 -5398 - CERTIFICATE HOLDER CANCELLATION OCOEE -1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Ocoee ACCORDANCE WITH THE POLICY PROVISIONS, City Hall /Building Dept 150 Lakeshore Drive AUTHORIZED REPRESENTATIVE Ocoee, FL 34761 01988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Mayor Cen ter of Good Commissioners S. Scott Vandergrift ire e ip/ Gary Hood, District 1 c - .. f Rosemary Wilsen, District 2 City Manager (1)8-4 Rusty Johnson, District 3 Robert Frank ) — - Joel Keller, District 4 Florid+ CITY OF OCOEE INVITATION TO BID #B11 -04 POLICE HEADQUARTERS FENCING City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905-3100 • fax: (407) 905-3194. www.ocoee.org TABLE OF CONTENTS FOR 6. , , BID #$11 -04 POLICE REAUQUARTER I EN4 1NG BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4 - 6 General Terms & Conditions 7 - 18 List of Subcontractors*, p. 17 Equipment Listing *, p. 17 References /Experience *, p. 17 Summary of Litigation*, p. 18 Acknowledgement ofAddenda *, p.18 SCOPE OF WORK, BID FORM, AND PLANSHEETS 1 -6 Section Page Exhibit A — Scope of Work/Measurement & Payment 19 -29 Exhibit B — Bid Form * 30 -31 Exhibit C Performance & Payment Bond Forms 32 -35 Exhibit D — Plansheets 1 -6, also available as .pdf attachments on Demandstar 36 Exhibit E — Proposed Contract 37 -44 Exhibit F— Application for Payment Form 45 -46 Company Information and Signature Sheet *, p. 47 *Submit with Bid End Table of Contents 2 B11-04 PD FENCING Invitation to Bid The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #B11 -04 Police Headquarters Fencing. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance /Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on July 19, 2011. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. A non - mandatory pre -bid conference will be held on June 29, 2011 at 9:00 a.m. (local time) on site at 646 Ocoee Commerce Pkwy, Ocoee FL 34761. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/Demandstar by accessing the City's website at http: / /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 project requirements; 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. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, June 19, 2011. B11 -04 PD FENCING 3 CITY OF OCOEE INVITATION TO BID #B11 -04 POLICE HEADQUARTERS FENCING INTENT: Sealed bids for Bid #B11 -04 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 ". A General Contractor license is required for each prime contractor who bids on the work. The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the Police Headquarters Fencing in the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. This project will be funded by a Florida Department of Law Enforcement Grant. 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: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407) 905 -3194, or email jtolbert@ci.ocoee.fl.us and must be received not later than 12:00 PM, local time, July 12, 2011. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies of the required submittals only by the Finance Department not later than 2:00 P.M., local time, on July 19, 2011. 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: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 -2258 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The 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. B11-04 PD FENCING 4 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; 0 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. A non - mandatory pre -bid conference will be held on June 29, 2011 at 9:00 a.m. (local time) on site at 646 Ocoee Commerce Parkway, Ocoee, Florida 34761, near the intersection of Old Winter Garden Road and South Bluford Avenue and west of Wal -Mart on SR 50. All bidders will be held liable for contents as presented at the pre -bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. 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 Onvia/Demandstar 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. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects 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. B11-04 PD FENCING 5 J. 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 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 ninety (90) days after the time and date scheduled for the bid opening. 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 formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional 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 selection of any and all bids. (Remainder of page left blank intentionally). B11-04 PD FENCING 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each bid must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company 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. Please note that Cashier's /Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety 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 bidder's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable bidders will be returned within three (3) days after the City and the successful bidders have executed the contract for work or until the 91 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 a) The Successful Bidder shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. 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. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Bidder. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City B11-04 PD FENCING 7 for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the 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; 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); B11-04 PD FENCING 8 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. 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 B11-04 PD FENCING 9 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 retainage 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 (25 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 • 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 sixty (60) days for substantial completion and ninety (90) days for final completion 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. B11-04 PD FENCING 10 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. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) 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. B11 -04 PD FENCING 11 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 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 B11-04 PD FENCING 12 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) 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. E- VERIFY REQUIREMENT: Because the grant funds for this project are passed through a State of Florida agency, the Florida Governor's Executive Order No. 11 -116 requiring use of the E- Verify system applies to all contractors doing work or providing services for local governments in the State of Florida. E- Verify is an Internet - based system for determining the eligibility of an employee to work in the United States and already applies to the City through other program commitments. All contractors for the City working on a State of Florida funded project must use the E- Verify system to verify the employment eligibility of all new employees hired by the contractor during the contract term. Contractors are also required to include in their subcontracts for such work the requirement that subcontractors performing the work or providing services utilize the E- Verify system to verify employment eligibility of all new employees hired by the subcontractor during the contract term. Information on registration for and use of the E- Verify program can be obtained via the Internet at the Department of Homeland Security Website: http: / /www.dhs.gov /E- Verify. B11-04 PD FENCING 13 20. 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 has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the B11-04 PD FENCING 14 following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: • $100,000 Any (1) Location • $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (remainder of page left blank intentionally) B11-04 PD FENCING 15 ACORQ CERTIFICATE OF LIABILITY INSURANCE OP ID JC DATE IMMIDDIYYYY) FRAZB -1 11/04/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION CONFERS NO RIGHTS UPON THE CERTIFICATE ONLY HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. *USURERS AFFORDING COVERAGE i NAIL s INSURED - - INSUR AR 1100 Satiny 1- or *attrr , INSURER 15 I Contractor's Name Address INSURER C. i INSURER 0, i _ INSURER E: COVERAGES THE POLICIES 00 INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REDUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED SOME POLICES OESCRISEO HEREN IS SUBJECT TO ALL THE TERME EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TR Tp 5 L N50 TYPE 04' INSURANCE DA ( MW POLICY NUMBER D VMMV LIMOS ) [GENERAL I IAEA 'TY ! EACH OCCURRENCE 5 1, 000, 000 ! X ■ Xi COMMERCIAL GENERAL IASILITY j : PREMISES(hootWenuj 5 50, 000 ...x , I � 1 CLAIMS MADE OCCUR I { MED EXP (Am n. wr3On) 5 5 , 0 0 0 1 PERSONAL d AP/INJURY S1, GOO, 000 J ( GENERAL AGGREGATE 5 2, GOO, OQO _^ • � [CENT AGGREGATE IMrr APPLIES PER: ''1 PROCUCTS• COMP/OP AGG $ .2,000,000 Y r GA i POLICY '. i J 7 Lac AUTOMOBILE LlAe1LRY { I ' COMBINED SINGLEUMIT 1 1,000,000 ' X ANY AUTO ' (EE usidni) —{ , I ALL OWNED AUTOS 500410 00 r RY S 7 SCHEDULED AUTOS 1 j x - HIRED AUTOS C BOOBY MOW V f I S ][ NONUWNED AUTOS (Pm =MEN) v.. __ PROPERTY DAMAGE f I'"' 1 - (Pm SCoaa5) ; OAIAGE L1AeILTPY AUTO ONLY • EA ACCIDENT 1 ANY AUTO OTHER THAN EA ACC 5 AUTO ONLY: AGO S I EICESwMBRELLA L•3IUTY EACH OCCURRENCE S 1, 000, 000 i X _ occ 7 CLAIMS MADE I AGGREGATE s 2,000,000 a �, [EDUC f I ; RETENTION 5 I ( 5 I WORIERS COMPENSATION AND 1 X } TO501MU B } . IDEA' 59000013, LABILITY ` E.L. EACH ACCIDENT 5 500, 000 ANY PROPRIETOWPARTNEWEXECUTNE OFFICEAAEMBER EXCLUDED? I ( I E.L. DISEASE• EA EMPLOYEE 15 00,000 SPEC Iyes AL PRO ourn 05 VISI51 ONS bMOw I E.I. DISEASE• POLICY LIMIT 5 500, 000 ( I OTHER Builders Risk I Any 1 Loc 100,000 1 1 } 1 Any 1 Occ 1,000,000 DESCRIPTION OP OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED SY ENDORSEMENT! SPECIAL PROVISIONS The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability i Umbrella Liability. Workers' Compensation, Employers' Liability 5, General Liability shall contain • Waiver of Subrogation in favor of the certificate holder. The csrtif irate holder is added as a alma irarEd for atk1 Risk. CERTIFICATE HOLDER CANCELLATION OCOEEOX SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAR 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO IRE LEFT- BUT FAILURE TO 00 SO SHALL City Of Ocoee 14E'05E NO OSLJGATION OR LABILITY OF UPON THE INSURER. ITS AGENTS OR 150 N. Lakeshore Drive Ocoee TL 34761 -2258 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORO 25 (2001/08) • � �► ®AGGRO CORPORATION 1959 B11-04 PD FENCING 16 21. 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. 22. 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. 23. 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 NUMBER/EMAIL ADDRESS/NAME OF CONTACT B11-04 PD FENCING 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) 24. 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. 25. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No. Dated (remainder of page left blank intentionally) B11-04 PD FENCING 18 EXHIBIT A BID #B11 -04 POLICE HEADQUARTERS FENCING SCOPE OF WORK/BID FORM 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 construct fencing at the Police Headquarters. All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by or for the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary to furnish, deliver, and install all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the furnishing and installation of fencing around part of the parking area adjacent to the newly construct Police Headquarters Building located at 646 Ocoee Commerce Parkway, near the intersection of Old Winter Garden Road and South Bluford Avenue and west of Wal -Mart on SR 50. Project components include demolition, concrete construction, fence installation, construction of brick columns, electrical wiring, lighting, permanent thermoplastic striping, and clean -up. The bid shall include all of these and any other work necessary to provide a complete and working installation ready for operation. Measurement and Payment PART 1 - GENERAL 1.01 GENERAL A. Payment for all work done in compliance with the Contract Documents, inclusive of furnishing all manpower, equipment, materials, and performance of all operations relative to construction of this project, will be made under the pay items listed herein. Work for which there is not a specific pay item listed herein but is necessary for complete execution of the work will be considered incidental to the Contract and no additional compensation will be allowed. B. Measurement and payment will be based upon work completed and accepted in accordance with the Contract Documents. The below - described items apply to all applicable parts of the Bid Form. All work shown on the Drawings, herein specified or implied in any way in the Drawings or Specifications, shall be done regardless of whether or not the work is specifically defined in any bid item. C. There are no bid items for general requirements, administrative overhead, insurance and bonds, profit, cleanup, or restoration. These costs and considerations are to be included in the prices bid for each listed item. D. Work shall not be considered complete until all testing and restoration have been satisfactorily completed and the item of work has demonstrated compliance with plans and specifications. Owner shall bear the cost of any required geotechnical testing using a consultant of its selection. E. Water required for construction shall be furnished by Contractor. The water shall be from a potable water source satisfactory to Owner. The cost of the water shall be included in the unit cost of the work B11-04 PD FENCING 19 and no separate payment will be made for this item. A contractor's meter can be obtained from Owner without paying a deposit. Contractor shall be responsible for timely payment of monthly water bills and associated costs. E. The bid items shown on the Bid Form have been created solely for the purpose of comparison of bids and for use in the preparation of monthly construction pay requests. Quantities shown thereon must be considered as approximate only and should not be used by Contractor as a basis for ordering materials. Contractor shall conduct his own independent analysis of the work to determine necessary material quantities to complete the work and order all materials based on his independent determination. F. Measurement for payment will be based on complete work performed in strict accordance with the Drawings and Specifications. All work completed under this contract shall be measured by Contractor in the presence of Owner or its representative according to the methods outlined below. G. Owner reserves the right to alter the Drawings, modify incidental work, and increase or decrease quantities of work to be performed in accord with such changes, including deduction or cancellation of any one or more of the pay items. Changes in the work shall not be considered as a waiver of any conditions of the Contract, nor shall it invalidate any provisions thereof. When modifications result in changes to the quantity of work to be performed, Contractor will accept payment according to Contract Unit Prices that appear in the original Contract, unless the parties have agreed to a schedule of values. A schedule of values or a change order will be required when quantity changes involve a net increase or decrease of more than 25 percent (25 %) of the estimated quantity of a payment item in cases where the particular pay item amounts to 10 percent (10 %) or more of the Contract Price. In other cases, the parties may utilize a change order to modify the unit price as a result of quantity changes. 1.02 EQUIPMENT AND MATERIAL IN STORAGE: Payment for materials and equipment in proper storage at the site of the work or other approved storage site will be made for those items for which the Contractor has submitted paid invoices to Owner, less 10 percent (10 %) retainage or as specified in State law. If stored off -site, proper storage requires that the materials be placed in a bonded warehouse and proof of the bonding insurance must be provided to Owner. Contractor shall be wholly responsible to replace any and all items that are lost or stolen, whether stored on site or in a bonded warehouse. Contractor shall provide such replacements at no additional cost to Owner. Owner shall not be responsible for materials and equipment that become damaged or stolen, even if Contractor chooses to store said materials and equipment on Owner's property. PART 2 - MEASUREMENT AND PAYMENT 2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item 1) A. Measurement - The work specified in this pay item will be measured as a lump sum. The mobilization component consists of the preparatory work and operations in mobilizing to begin the construction project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, and for the establishment of Contractor's temporary offices, buildings, safety equipment, first aid supplies, and sanitary and other facilities, as required by these Specifications, special provisions, and State and local laws and regulations. The demobilization component consists of all clean -up and close -out work, removing excess and scrap materials, decommissioning any maintenance of traffic installed, relocation of equipment out of the project area, and any other action necessary to completely prepare the project area for normal use. The amount for this bid item should not exceed five percent (5 %) of the total bid price. B11-04 PD FENCING 20 B. Payment for this lump sum bid item will be made at the applicable lump sum price listed in the Bid Form. The price to be paid for this item shall be based on such work being completed and accepted. No more than 50 percent (50 %) of the total bid price may be paid in the first progress invoice, and at least 25 percent (25 %) must be held until final payment is made. 2.02 FENCE ENGINEERING AND PERMITTING (Bid Item 2) A. Measurement - The work specified in this pay item will be measured as a lump sum, and consists of furnishing all labor, materials, and supervision necessary for structural engineering of the fence and its components, as described in the Drawings, and for acquiring the required City of Ocoee building permit. The Work described here does not include the preparation of plans and application materials required for securing the permit(s) required for electrical components, which shall be part of the bid price for those items, nor for the brick curtain wall covered by Add - alternate Bid Item Al, but shall include the delivery to Owner of two signed and sealed paper prints and one electronic AutoCAD file set in a format acceptable to Owner, which are in addition to any documents filed with the building permit application. B. Payment for this lump sum bid item will be made at the applicable lump sum price listed in the Bid Form. The price to be paid for this item shall be based on such work being completed and accepted. 2.03 SURVEY AND LAYOUT (Bid Item 3) A. Measurement - The work specified in this pay item will be measured as a lump sum. The work consists of furnishing all labor, materials, and supervision necessary for laying out the work, as described in the Drawings, and for preparing and submitting record drawings, including, but not limited to, a plan of the underground facilities in the affected construction area. The record drawings shall show the new construction, existing infrastructure, deletion or alteration of infrastructure, and the related properties of the infrastructure (material, depth, etc.). Record drawings shall include certifications from the Surveyor and the Contractor, and shall be delivered as two paper prints and one electronic AutoCAD file set in a format acceptable to Owner. B. Payment for this lump sum bid item will be made at the applicable lump sum price listed in the Bid Form. The price to be paid for this item shall be based on such work being completed and accepted. No more than 50 percent (50 %) of the total bid price may be paid in the first two progress invoices, and at least 25 percent (25 %) must be held until final payment is made. 2.04 MAINTENANCE OF TRAFFIC (Bid Item 4) A. Measurement - The work specified in this pay item will be measured as a lump sum. The work consists of furnishing all labor, materials, and supervision necessary for warning and controlling traffic on the adjacent streets and within the internal parking areas and driveways affected by the work. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. Payment for this item shall be held until the final payment or, upon application by Contractor, during progress payments in proportion to the amount of the overall effort performed and accepted. The amount for this bid item should not exceed three percent (3 %) of the total bid price. B11-04 PD FENCING 21 2.05 STORMWATER POLLUTION PREVENTION (Bid Item 5) A. Measurement - The work specified in this pay item will be measured as a lump sum. The work consists of all activities generally required to secure or comply with applicable regulations and permits, while protecting adjacent properties and existing stormwater facilities, such as ditches, retention ponds, and catch basins, from siltation during or following construction activities. The amount for this bid item shall not exceed three percent (3 %) of the total bid price. B. Payment for this bid item will be made at the applicable lump sum price listed in the Bid Form, and shall be based on such work being completed and accepted. No more than 50 percent (50 %) of the total bid price may be paid in the first two progress invoices, and at least 25 percent (25 %) must be held until final payment is made. 2.06 GENERAL DEMOLITION AND EXCAVATION (Bid Item 6) A. Measurement - The work specified in this pay item will be measured as a lump sum. The work consists of demolition and excavation not associated with a specific bid item, and includes all labor, materials, and equipment required. There is no specific work or quantity to be measured. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. Payment for this item shall be held until the final payment or, upon application by Contractor, during progress payments in proportion to the amount of the overall effort performed and accepted. The amount for this bid item should not exceed five percent (5 %) of the total bid price. 2.07 REMOVE EXISTING CONCRETE CURB (Base Bid Item 7) A. Measurement — This pay item will be measured as the actual linear feet of concrete curbing removed in accordance with the Drawings. The unit price for the bid item shall include the cost of all labor and equipment necessary for the work, and the cost of removal and disposal at a facility acceptable to Owner. B. Payment will be made based on the actual number of linear feet of curbing removed and the applicable contract unit price stated in the Bid Form. 2.08 REMOVE EXISTING CONCRETE PAVEMENT (Base Bid Item 8) A. Measurement — This pay item will be measured as the actual square yards of concrete pavement removed in accordance with the Drawings. The unit price for the bid item shall include the cost of all labor and equipment necessary for the work, and the cost of removal and disposal at a facility acceptable to Owner. Pavement removed as part of the optional conduit installation method will not be counted under this bid item. C. Payment will be made based on the actual number of square yards of concrete paving removed and the applicable contract unit price stated in the Bid Form. 2.09 RELOCATE TREE ONSITE (Base Bid Item 9) A. Measurement — This pay item will be measured as the actual number of trees relocated in accordance with the Drawings. The unit price for the bid item shall include the cost of all labor, B11-04 PD FENCING 22 equipment, materials, fertilizer, bracing and restraining devices, excavation, backfill, compaction, and any necessary incidental items to remove, transport, and replant a tree within the site. Contractor shall install a minimum of three 2x4 PT diagonal braces from the tree trunk to the ground for each palm tree relocated or three bungee cord straps for each hardwood tree relocated. Contractor is responsible for tree watering after planting during the construction period. B. Payment will be made based on the actual number of trees relocated and the applicable contract unit price stated in the Bid Form. 2.10 CONSTRUCT REINFORCED CONCRETE RETAINING WALL (Base Bid Item 9) A. Measurement — This pay item will be paid as a lump sum following construction of the retaining wall in accordance with the Drawings. The unit price for the bid item shall include the cost of all labor, equipment, materials, fertilizer, bracing, excavation, backfill, compaction, and any necessary incidental items to construct a concrete retaining wall with rebar reinforcing. Contractor shall be responsible for engineering design of the wall by a Florida- licensed professional engineer. The cost of engineering design work shall be part of the lump sum price. B. Payment will be made based on the lump sum price stated in the Bid Form following completion for the work by the Contractor and acceptance by the Owner. 2.11 CONSTRUCT D -TYPE CONCRETE CURB (Base Bid Item 11) A. Measurement — This pay item will be measured as the total length, in feet, of FDOT D -type concrete curbing constructed by Contractor and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, forms, excavation, backfill, compaction, and any necessary incidental items to provide D -type curb completely installed and ready for service. B. Payment will be made based on the actual length of D -type curb installed, complete and ready for service, and the applicable contract unit price stated in the Bid Form. 2.12 CONSTRUCT 18" F -TYPE CONCRETE CURB AND GUTTER (Base Bid Item 12) A. Measurement — This pay item will be measured as the total length, in feet, of 18" -wide FDOT F- type concrete curbing constructed by Contractor and accepted by Owner. (Standard FDOT- specified F -type curb and gutter has a nominal width of 24 inches. The product specified here has an 18 -inch width in conformance with the existing site construction.) The unit price for the bid item shall include the cost of all labor, equipment, materials, forms, excavation, backfill, compaction, and any necessary incidental items to provide F -type curb completely installed and ready for service. C. Payment will be made based on the actual length of F -type curb installed, complete and ready for service, and the applicable contract unit price stated in the Bid Form. 2.13 CONSTRUCT 6" WIRE - REINFORCED CONCRETE PAVEMENT (Base Bid Item 13) A. Measurement - The work specified in this pay item will be measured based on square yards of wire - reinforced concrete pavement constructed by Contractor in accordance with the Drawings B11-04 PD FENCING 23 and includes all labor, materials, and equipment required. This bid item includes the 6' wire - reinforced concrete slab within the curbing, which is covered by other pay items. B. Payment shall be based on the number of square yards of concrete paving constructed multiplied by the unit price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed by Contractor and accepted by Owner. 2.14 CONSTRUCT 4" CONCRETE SIDEWALK (Base Bid Item 14) A. Measurement - The work specified in this pay item will be measured based on square yards of fl- inch -thick concrete sidewalk constructed by Contractor in accordance with the Drawings and includes all labor, materials, and equipment required. This bid item includes the 6' wire - reinforced concrete slab within the curbing, which is covered by other pay items. B. Payment shall be based on the number of square yards of concrete sidewalk constructed multiplied by the unit price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed by Contractor and accepted by Owner. 2.15 FURNISH AND INSTALL TOPSOIL AND SOD (Base Bid Item 15) A. Measurement - The work specified in this pay item will be measured as a lump sum. The work consists of supplying and installing clean topsoil fill and St. Augustine sod matching that used elsewhere on the site so as to provide a continuous planted surface, and includes all labor, materials, and equipment required. The work under this bid item shall extend to those areas where trees and other plants have been removed for construction of required improvements and any necessary repair around replanted trees. This bid item also includes restoration of other landscaped surfaces disturbed by construction. Contractor is responsible for preserving and watering sod during the construction period. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. Payment for this item shall be held until the final payment or, upon application by Contractor, during progress payments in proportion to the amount of the overall effort performed and accepted. 2.16 CONSTRUCT 6" YELLOW THERMOPLASTIC PAVEMENT STRIPING (Base Bid Item 16) A. Measurement — This pay item will be measured as a lump sum for all 6" -wide yellow thermoplastic pavement striping installed by Contractor in accordance with the Drawings and accepted by Owner. The work under this bid item includes both longitudinal centerline stripes and crosshatching on the driveway median island. The price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to provide 6" -wide yellow thermoplastic pavement striping completely installed and ready for service. B. Payment will be made according to the lump sum contract price stated in the Bid Form. 2.17 CONSTRUCT 6" WHITE THERMOPLASTIC PAVEMENT STRIPING (Base Bid Item 17) A. Measurement — This pay item will be measured as a lump sum for all 6" -wide white thermoplastic pavement striping installed by Contractor in accordance with the Drawings and accepted by Owner. The work under this bid item includes both longitudinal parking space stripes and crosshatching on two islands. The price for the bid item shall include the cost of all B11-04 PD FENCING 24 labor, equipment, materials, and any necessary incidental items to provide 6" -wide white thermoplastic pavement striping completely installed and ready for service. B. Payment will be made according to the lump sum contract price stated in the Bid Form. 2.18 FURNISH AND INSTALL 8' HIGH BLACK ORNAMENTAL IRON FENCE (Base Bid Item 18) A. Measurement — This pay item will be measured as the total length, in feet, of 8' -high black ornamental iron fence installed by Contractor and accepted by Owner. The width of any brick columns will not be included in the measurement. The product to be used is black Master Halco Classic Industrial Classic Premier iron fencing, using spear pickets on a six -foot, three -rail panel using steel Classic Premier Rail and other industrial grade materials, and three -inch square 12- gauge posts for a wind rating of 110 mph. (See http : / /homeowners.masterhalco.com / Contract. nsf /classicpremierindustrial ?OpenForm for more information.) The unit price for the bid item shall include the cost of all labor, equipment, materials, fasteners, brackets, and any necessary incidental items to provide multiple sections of ornamental iron fencing, including supporting posts (but not brick columns specified in the Base Bid), completely installed and ready for service. Each metal post shall be set in a concrete foundation, as shown on the Drawings, manufacturer's shop drawings, and engineer - prepared plans (Bid Item 2). Separate bid items cover the fence sections used to construct hinged pedestrian and cantilever traffic gates. B. Payment will be made based on the actual length of 8' -high black ornamental iron fence installed, complete and ready for service, and the applicable contract unit price stated in the Bid Form. 2.19 FURNISH AND INSTALL 9' HIGH SQUARE BRICK COLUMN (Base Bid Item 19) A. Measurement — This pay item will be measured as the actual number of square brick columns installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to construct a brick column. A complete brick column consists of reinforced concrete footer, 24 "- square mortared brick column with appropriate internal reinforcements, and precast concrete cap. This bid item includes all labor and material required to construct the concrete footer and any other incidental elements of a complete brick column structure. Ornamental iron fencing is attached to one or two sides of each brick column; fastening hardware for ornamental iron fencing is part of the fence bid item. Bid Item 2 covers the cost of engineering design and construction permitting. B. Payment will be made based on the actual number of brick columns constructed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.20 FURNISH AND INSTALL 9' HIGH NON - RECTANGULAR BRICK COLUMN (Base Bid Item 20) A. Measurement — This pay item will be measured as the actual number of non - rectangular corner brick columns installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to construct a brick column. A complete brick column consists of reinforced concrete footer, 5 -sided mortared brick column with appropriate internal reinforcements, and precast concrete cap. (Corner column cap is to be constructed from multiple pieces of rectangular cap.) This bid item includes all labor and material required to construct the concrete footer and any other incidental elements of a complete brick column structure. B11-04 PD FENCING 25 Ornamental iron fencing is attached to two sides of each corner brick column; fastening hardware for ornamental iron fencing is part of the fence bid item. Bid Item 2 covers the cost of engineering design and construction permitting. B. Payment will be made based on the actual number of corner brick columns constructed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.21 FURNISH AND INSTALL 8' HIGH BLACK VINYL- COATED CHAINLINK FENCE (Base Bid Item 21) A. Measurement — This pay item will be measured as the total length, in feet, of 8' -high black 6- guage vinyl- coated and galvanized chainlink fence installed by Contractor and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, fasteners, brackets, truss rods, and any necessary incidental items to provide the specified chain link fencing, including supporting posts, completely installed and ready for service. Each metal post shall be set in a concrete foundation, as shown on the Drawings, for which all related labor and material are included in this bid item. Fence sections used to construct passage gates are covered by separate bid items. This bid item does not include the width of intervening gates. Bid Item 2 covers the cost of engineering design and construction permitting. B. Payment will be made based on the actual length of 8' -high black vinyl- coated chain link fence installed, complete and ready for service, and the applicable contract unit price stated in the Bid Form. 2.22 FURNISH AND INSTALL POWERED CANTILEVER GATE TO MATCH ORNAMENTAL IRON FENCE (Base Bid Items 22 and 23) A. Measurement — This pay item will be measured as the actual number of ornamental iron cantilever gates installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to construct and install powered cantilever gates of the specified opening width. A complete gate consists of the movable gate constructed from multiple sections of ornamental iron fencing matching the material specified as Bid Item 18, guide rails, guide wheels, motor and drive mechanism, control unit, wiring, hardware, and other components required to furnish a complete and operating gate. This bid item does not include the cost to furnish power and control to the gate from the control unit located in the headquarters building, power to the control unit from the service panel, manual pushbutton control switches, logic unit to accept and act upon signals received from pushbuttons and inductive loop sensors, and related wiring, brackets, fasteners, and incidental components. These components are included in Bid Item 30. The separate control system contractor is responsible for activation logic control and wiring connection to the power control unit that activates gate movement. B. Payment will be made based on the actual number of rollback gates constructed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.23 FURNISH AND INSTALL WALK -THRU GATE TO MATCH ORNAMENTAL IRON FENCE (Base Bid Item 24) A. Measurement — This pay item will be measured as the actual number of walk -thru gates installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental B11-04 PD FENCING 26 items to construct and install walk -thru gates of the specified material, location, and size. A complete walk -thru gate consists of the movable gate constructed from a single 4 -foot section of ornamental iron fence matching the material specified as Bid Item 18, hinges, locks, and other components required to furnish a complete and operating gate. This bid item does not include the specified locking mechanism(s) for each gate, which is to be supplied by the separate control system contractor. The necessary electrical power and control wiring conduit, if any, is part of Bid Item 31. B. Payment will be made based on the actual number of walk -thru gates constructed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.24 FURNISH AND INSTALL WALK -THRU GATE TO MATCH CHAINLINK FENCE (Base Bid Item 25) A. Measurement — This pay item will be measured as the actual number of walk -thru gates installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to construct and install walk -thru gates of the specified material, location, and size. A complete walk -thru gate consists of the movable gate constructed from a single 4 -foot section of chainlink fence matching the material specified as Bid Item 21, hinges, locks, and other components required to furnish a complete and operating gate. This bid item does not include the specified locking mechanism(s) for each gate, which is to be supplied by the separate control system contractor. B. Payment will be made based on the actual number of walk -thru gates constructed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.25 FURNISH AND INSTALL LIGHTED BOLLARD (Base Bid Item 26) A. Measurement — This pay item will be measured as the actual number of lighted bollards installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to furnish and install each lighted bollard at a specified location. A complete lighted bollard consists of a Beacon Model No. CMB42L /AC /MHSO- 120 /ENL /BB fixture', light bulb of Owner - specified wattage and configuration, and concrete footer with anchor bolts of the dimensions and construction specified by the manufacturer. All lighted bollards shall be controlled from a central point using a photocell detector to actuate the internal light fixture, which is part of Bid Item 28. B. Payment will be made based on the actual number of lighted bollards installed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. C. By mutual agreement between Owner and Contractor, Owner may supply the light fixtures to Contractor for installation. Any such agreement will be negotiated after the work is awarded to the Successful Bidder and will not enter into Owner's evaluation of bids. The model number decodes as concrete mounted bollard, 42 inches high, with clear acrylic lens, 50 watt metal halide light fixture, 120 volts, externally louvered cap, and black color. B11-04 PD FENCING 27 2.26 FURNISH AND INSTALL REINFORCED STEEL BOLLARD (Base Bid Item 27) A. Measurement — This pay item will be measured as the actual number of steel bollards installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to furnish and install each bollard at a specified location. A complete bollard consists of a 5 -foot section of 1 /4 -inch steel pipe set into a 12" diameter concrete footer so as to expose 36 inches above the pavement. The interior of the pipe shall be filled with concrete and mounded for drainage at the open end of the pipe. The portion of pipe visible above the pavement and any visible concrete shall be painted using reflective yellow traffic paint. Bollards should be installed prior to construction of the adjacent concrete pavement. B. Payment will be made based on the actual number of bollards installed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. 2.27 FURNISH AND INSTALL LIGHTING AND POWER SYSTEM (Base Bid Item 28) A. Measurement - The work specified in this pay item will be measured as a lump sum. This bid item covers the cost of installing underground conduit, pull boxes, conduit risers, additional circuit breakers, subpanels, internal power supply lines, bollard photocell controller, and connecting control wiring necessary to construct a complete and working installation and not included within the scope of any other bid item. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. Payment for this item shall be held until the final payment or, upon application by Contractor, during progress payments in proportion to the amount of the overall effort performed and accepted. 2.28 FURNISH AND INSTALL CONTROL SYSTEM CONDUIT WITH PULL STRING AND PULL BOXES (Base Bid Item 29) A. Measurement - The work specified in this pay item will be measured as a lump sum. This bid item covers the cost of installing underground conduit, pull boxes, conduit risers, and pull strings for use by a separate control system contractor. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. 2.29 FURNISH AND TYPE 9 CATCH BASIN (Base Bid Item 30) A. Measurement — This pay item will be measured as the actual number of Type 9 catch basins installed by Contractor in accordance with the Drawings and accepted by Owner. The unit price for the bid item shall include the cost of all labor, equipment, materials, and any necessary incidental items to furnish and install each catch basin of the required type at a specified location. The price of this bid item includes the cost of intersecting the existing 24 -inch round reinforced concrete stormwater drainage pipe. B. Payment will be made based on the actual number of catch basins installed by Contractor and accepted by Owner, and the applicable contract unit price stated in the Bid Form. B11 -04 PD FENCING 28 2.30 CONSTRUCT 90 SF BRICK CURTAIN WALL (Alternate Bid Item 1) A. Measurement - The work specified in this pay item will be measured as a lump sum. This bid item covers the cost of installing a brick curtain wall where an overhead garage door now exists. The brick and mortar are to match those of the existing building as closely as practicable, which may require mortar tinting to match aged mortar on adjacent walls. The garage door may remain in place. This bid item also include demolition of two 30 -inch garage entry corner protectors constructed from angle iron. B. Payment shall be based on the lump sum price listed in the Bid Form. The total price to be paid for this item shall be based on such work being completed and accepted. 2.31 INCLUSIVE CONSTRUCTION The bid items described above are considered to be inclusive of all materials, labor, permitting, and other costs of the work necessary to provide a complete and acceptable installation of all bid items and other aspects of the work shown on the Drawings. No payment will be made for any cost not explicitly included in the description of a bid item when that cost is necessary to produce a complete and acceptable product that satisfies the intended purpose. The Total Base Bid or Total Base Plus Alternate Bid, as may apply to the awarded work, shall be sufficient to provide the completed project, as described herein, provided that more or fewer units may be installed by mutual agreement of the parties pursuant to the terms of an approved change order. END OF SECTION B11-04 PD FENCING 29 Ug a W ca. co Q Z F■ oz E.- .. o W a M a � F � z z i- A O 0 0 0 f- Lo M -1 [.r N co N 1- M co CO N r LO , CO O 1 CA a ,- ,- , LO LO W F (n(n(n >- Q (ou_ u- r a J J J J J J J (1) W J J J (1) co J J J J W W J W W N bt 2 a W c.o c CO - r 4. U I- co L c m u. m O c 11 — co • _� O w 7 E C E E ILLI C' a) a) X J Z A b o - L - 2, -. W M 0 W g U c_c s 0m x a) Y.� U U ` U LO co t _ QQa) cm 22 V C LL E ` 'a 0 0 CO a — as a� rn (/) o o c a) a) G C7 E E U CD CD m E c '7 d a) c F . c N ai> E m,> >> 0. 'ca a_ E L. m m F4 Q) 0 0) a) = 0 U u E c -1C C C CA co o; • 5 a �i E U o Y i c a) FO U CO W D ay = a) U -° as Lo _c co A ( E c X U a 2 U fu c 3 v) o o 0 t c C' N N a� N a > W a? c c 10 06 E E m cC 0 co a2, 3 la O d ID U 0 0 Lj 0 0 (n _ L " ° L L -C -C 0 0 E c U c c o 0 c U c o a cn r _ � _ °> _ rn rn a d a) N U 0 O c O O y O O Q N N H 2 2 2 2 0) (7) U U a) eN 0 o L >. U 1- o w , ao a) a) bo v- } H - = am c O c _ o a) u; ,- c - s c o oo o 0 .o •-- a) c >�+ U :° >O- co N co N co co co a) >, N a E . • in a) •� �; _ v� v.) cn (l) cn U) 0) C •c J c a`) o x x Ct 0 .- Co v c Zo Zo c c c c c c rn . u W D5 c T — W W N ..... ° +5 V otS otS otS a2S otS atf N >+ N 3 c > > N . . . - +`. rte+ N y - 5 �+ to a� o w. " o E E o c c c c c c c c 'c c 'c 'c c 'c c� o m m 'LO o a .) a) w w 0 0 0 o O 3 0 o 3= 3 = == C 2 u_ co 2 m 0 CC W CC U U U U U u.. U U Li. u_ u_ L.L. u_ L.L. w Q A.4 w F 0 O- N Cr) LO co I� a0 O 0 N CO rr Z �- N co t0 Co r- a0 co N N N N 15 r4 U g en aw a cr: a I -{ Z O a a a z z [. .- . .-- Cr) 0) M, a s a- CA wa QQaQQQ(f) (.1)Q Cr) Z W W W W W W J J W J bA C 75 C � N w" co x >- m L 2 0 et a) .- N Z CO CO 4.. o — d i3 • p C' .c N N a CO ' Fa ' 2 CO L L f6 11 Z CI 2 w 0) } y O (0 N 'D •` (1) A '' N fn O o O 0 O — 0 E a Y Y = = J U U . d rn Z U o O .. (o Q J J Y N 3 2 a a a 8 -a N •"= m E E. _ _ J N >. = 0 D n 3 3 3 Y O c . � 'cis W 11 IG CD CL) CD } U O p -p c >, N N W --5 O (� L . m v co (A F LL .. - > Y C _ L m U J To To To E L . L C C O O) N O) O T . c m v v v U W _I U I- 0 m � J m u_ G. 11 (D CO (o (0 CO N 03 N (o W CO W LL c c c c c c c c c N O < J 0 0 6 05 06 oo ots 06 05 06 m CO ) _ .0 7 f N ( L n ( = n ( L n y h N Q to' Q i ll <10 U E c c E E E E E E 1- c I- ct Z = z = = = == z z 0 0 0 11 G LL u_ u_ u_ u_ L.L. u_ u_ u_ I - U I - W c w CU Q Li 5 a w H p v CO Is- CO 07 O N W e0, 0 A z N N N N N N M M co Q Ur w r J OO H CC) EXHIBIT C PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and , a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Police Headquarters Fencing (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by City of Ocoee, dated May, 2011; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B11-04 Police Fencing 32 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B11-04 Police Fencing 33 Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal "), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B11-04 Police Fencing 34 (Seal) (Principal) By (Name & Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney END OF SECTION B11-04 Police Fencing 35 EXHIBIT D PLANSHEETS 1 - 6 (also available as .pdf attachments on Demandstar) B11-04 Police Fencing 36 EXHIBIT E PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE POLICE HEADQUARTERS FENCING Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by staff of the City of Ocoee; however, the City Engineer or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete (all work complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces) within sixty days (60) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within ninety days (90) calendar days. All time periods begin from the effective date of the Notice to Proceed, as provided in paragraph 2.03 of the General Conditions (Commencement of Contract Time; Notice to Proceed). 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar -day period provided the work is considered to be Substantially B11-04 Police Fencing 37 Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, (NUMBERS), which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. B11-04 Police Fencing 38 ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the General Conditions. Applications for payment will be processed by Engineer, as provided in the General Conditions. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty -fifth (25 business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.02 of the General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to ninety percent (90 %) of the value of work completed, and ninety percent (90 %) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, as provided in paragraph 14.2 of the General Conditions, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50 %) complete, the retainage may not exceed five percent (5 %) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2% ) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the rate of 6% simple interest per annum. B11-04 Police Fencing 39 ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that are identified in Section 00200 "Information Available to Bidders ". 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents B11-04 Police Fencing 40 are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50 %) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement (Section 00500). 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Performance Bond, Payment Bonds and Certificates of Insurance 8.4 Notice of Award and Notice to Proceed 8.5 Project Manual bearing the general title "City of Ocoee, Florida, Police Headquarters Fencing" dated June 2011. 8.6 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee Police Headquarters Fencing 8.7 Addenda numbers to , inclusive. 8.8 Contractor's Bid 8.9 Documentation submitted by Contractor prior to Notice to Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, as provided in paragraphs 3.05 and 3.06 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions. B11 -04 Police Fencing 41 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. B11-04 Police Fencing 42 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Signature page follows). B Bid Name 43 IN WITNESS WHEREOF, the parties hereto have signed this Agreement for B11 -04 Police Headquarters Fencing. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: APPROVED: BY: BY: Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , under Agenda Item this day of , FOLEY & LARDNER, LLP BY: Paul Rosenthal, City Attorney END OF SECTION B11-04 Police Fencing 44 EXHIBIT F APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: P.O. No.: Project Name: Police Headquarters Fencing Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) B11-04 Police Fencing 45 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20_, personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative B Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) B11-04 Police Fencing 46 Bid #B11 -04 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIBID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 . Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B1 1 -04 Police Fencing 47 C of Good Li Mayor 'S� 9 11 6 0. Commissioners S. Scott Vandergrift 111 Gary Hood, District 1 (-) E - Rosemary Wilson, District 2 City Manager 1 i Rusty Johnson, District 3 Robert Frank � '�� Joel Keller, District 4 Florida June 30, 2011 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B11 -04 POLICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of two (2) pages including the substitution list form. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are: Amendments: Use the attached Substitution List if you are proposing alternative materials. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS The Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents. If the Bidder desires to propose an alternate manufacturer, he may write in the name of such alternate in the substitution list included within this Addendum, but he must, nevertheless, also supply a price for furnishing the listed manufacturer's product. If the proposed alternate manufacturer /supplier is determined "not equivalent" by Owner, then the Bidder must furnish the listed equipment and/or material by the listed manufacturer. Questions: Q1. Along the west (left) side of the police headquarters, there are brick columns noted in writing but not drawn on the print 20' on center along the 221' measurement. Are there going to be brick columns in this area or is it only 8' ornamental fencing? Al. Only ornamental fencing. No brick columns are required for the north (left side) fence between the medical offices and the police building parking lot. Q2. Regarding the 8' high black vinyl coated chain link fence in the rear of the property. All of the framework and the hardware (fasteners, brackets, etc.) are to black as well. Is this correct? A2. Yes. T ert, CPPB Purchasing Agent attachment: substitution list City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer /Supplier Lump Sum or Material Section (List One Only) Unit Price) Represents 50 percent of the difference in cost (Minimum Deductible Amount per Substitution Item shall be $1,000; Bidder may make additional copies of this page, as required.) Police Headquarters Fencing Cen ter of Good L Mayor � �e vi Commissioners S. Scott Vandergrift ti, 1'Il \ Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager ` Rusty Johnson, District 3 , Qr` � -� � , Robert Frank ^�+_ Joel Keller, District 4 r —� Florida July 12, 2011 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B11 -04 POLICE HEADQUARTERS FENCING This addendum shall modify and become a part of the original bid documents for the police headquarters fencing. This addendum consists of one (1) page. Bidders shall acknowledge receipt of Addendum TWO (2) in the space provided on page 18 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are: Q1. Item No. 2 on Schedule of Bid Items: We are to obtain and provide signed and sealed plans from an Architectural /Engineering firm with plans to obtain fence permit from the City of Ocoee Building Department. We assume the design calls for concrete footer, steel rebar, concrete block columns with brick on exterior to match existing building as close as possible. Is this correct? Al. Yes. Q2. Item No. 3 Schedule of Bid Items: We are to have a licensed land surveyor to layout fence line and on completion of project provide a signed and sealed plan to verity the fence local. Is this correct? A2. Yes. Q3. Item No. 22 & 23 on Schedule of Bid Items: Does not specific the type and size of gate operators to be used, as it is our experience there is many type and sizes with a long of many different costs. As we understand all the control components are by an owner vendor? Since we don't have any information to bid scope of work. A3. Rollback gate operators (motorized openers /closers) are to be proposed by the bidder. Q4. Item No. 24, 25, 26 & 27 on Schedule of Bid Items: Listed are PC Locks & KP Locks and refers to Item 18 & 21 which doesn't explain what these locks they are, what style, type or manufacturer to be used. A4. These locks and control panels are to be supplied by Quality Systems, Inc. and are not part of the bid. What will be required in the site construction are the gates themselves and the conduits required to extend power and control wiring to these devices, if any, as shown on the plans. The Measurement & Payment section specifically excludes the locks from the bid, noting typically, "This bid item does not include the specified locking mechanism(s) for each gate, which is to be supplied by the separate control system contractor." Michelle Hill Finance Department Accounting Assistant City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34'761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org WO • o — — so i L _.1 :I — 4 ; o R r i 8 b 74: a , - n o 1 0 I a , 41(111 I =_--_— . A4 = i t o g if A . iii 5. 's rl7ip ;'FF�7�1C7y317#1 € 2 a b �,s,,,t;e= 3 t.F i F9f g § 0 111 1 r fa, 90 „i o 1 . we yo (11111111 CD r ii _..—. 11.1L_ 1 Nl, -13 n o Q 8 g ; s ? [ \ D _8 a •e ed® b =I !:_= fi - ;`,.••• 0 — Qa � a , 0c} 1 8 � 1°8 . I�o�wJl a 1 � R ° i o " § a 3 ' # R" 3R , Ia Ir Jn S C " A n 9 X 2 1°'1 g m o n _ .._— 3 a ,i 'Ia a 85 m a 8 U q s ca c $ �s P. a ae 5 } J u 0 1 Z i Q g t x s m v " D ` ,, 3 1 " 2 . 3 °m v y 'oa " m a-am . I 3 0 s i s/ ; � 0 1 ; j Y. h X11 3 a ^' � '� �' 1 Ei gg E r r � @ E �J l [ J i. �,/ r j r a i $ 3 b = h 9 ' j / / b � F 3 " �,. J gU ___ -,C F i' Y v Y 11 2 P 0 0 0 0 0 0 0 9s. "mil if Y5 � 54m gyg 6 b e Y , a s O k 1 i ' y E Sg7 'ycg$3 ¢ {� : . ) 1 3 M. a il p't -Y� YCI .393 /if , }qq ii lof S � • m ! t : . i , - L L P's - 0 C 'ou m ^4au:=- eu n uu=o m- .mu ∎wu 3 3`'�`"r n pp ..33 o m 2 m "; 84 4 ' d3 > qqs� .fir %m "di ^!5? S C c $i � , " ^: n V72a 3 s C1 VI 33 ;; zT4 1 1 3 �m T -5Ae'e u n m'm^' t a - m o g s : °co ;:°' 2 3 n v n o ' a u m N N m ° a ,� \� -----41;c4: . 4 .- .'.,;-,#,, =,,,r. ea. NV °II" ''.. '. ir I I IIIV:1 ty,. '------- ;ON1, . : w I I I I I I I I r . , ��1 fir, b � ` !; l ' . . 1; _ o + .7t 1� \� 0 1r ml ®I � :II 0 Di ; s�_- 7 : 7 :,, . i 4 fr : • , e r . c • m � I� ' 0 -- 10. ) . © mem I A _ — F_ 43,4e. c4 [ i 3 0 1 :o P., , 3 A a a oa 1r . N 1 wm'a 11 i x 1 I e--------, - - -- - r -1 - n N dr m o--0.-- o - — - 3 •_ f ' /. A 1 6' - 6' 1 f"h t. b r. 11 its g 7 A • e 4 / 0 i °000000 - 1 lit ICI 1 r — 7 1 Ih-- ,., i 4 e • °g RC J T q g; 2-o I Y a 8 li s C oI • • I 8 T `, v % s y 2 o E ; 3 m 9 a G 'o 4 d b 1 - = j 1 0. a `'P► CO o - t' a = t • i'6; A i M _. _ — __l _. _ el 0 k� ga� 1�* g � x_ 13 1 I —g , 0 0 0 0 0 0 0 c 6 ak ■ e ,h s 0. g 1. - . f if 1 4 I .. mom �. «, s . .. < _ -, i it I M }} I °1 1 1 4d 3N 1 C. 1 9- p � 011, -� g I i b 't i t ♦m g a a i l I • �s VIII =11111 C — s� Ell o co iItILIItttfIlt' — p k I Ei3 g °S }S$iu .i!li i gth ■ Pia WI; g I; f 5 i 3s'S3 it I"ig E p S3ig '9iai ev . m O S� g'.. 1 3 3!. t. - " s a s WI/ it I0 3 5 3 2i 4p $i it £ !r "..t a e o � n g c E; R .g 3 °a 3 0 � y , \ . , , r M = , s. -,==,: : / i.11 _, :;'. [ ..„.. I'l • i' OM i co •—■ z - a I . 0 . g • ... 2' ' Oil R. rr \ ER k : : : ( [ La i g r el - int= itiouft, ,1? 2 11 , .,.,. el NI OM i r ' • ; g. o g L-• mi . ,, .., > . 2 • I icy, i'17. i:- . . .. . - . . 00 , a 1,..: '1 Ei - ;;i: •,,,' ii I n 5' ii m 5 . KEN / 1 z : y i =I 111 I ill g R m il II II \ 0111 \ li x ° " i MERE =Noir mmirailiml RI ti 0 ,.. V.' -- ---,,- o ' I Olio 2 2. . 0 ____ --, . ...__-_-__ i % St' , -.... 4 3 I I !, I i II P I D IIIMIll ..- gU III III f - f 1 . 2 I ill, Irt 03 -0 V ili 2 . ., ,=-=-•- . --- 1 =..- , ,, . . 1 h i t iir 0 ' • 1,1 111 il 5 2 0 0 ti : a . . 8 ...c /----i - • k .1",. - 111 I . g ' , 0