Loading...
Item #13 Award of Bid No. B13-03 to C&D Construction, Inc for Construction of Community CenterSre C of Good Lipp AGENDA ITEM COVER SHEET Meeting Date: February 5, 2013 Item # C Reviewed By: Contact Name: Al Butler, Support Services Department Director: �! Contact Number: 407 - 905 -3100, ext. 1543 City Manager: , ........... aupject: Hwara of bid No. B13 -03 to C &D Construction, Inc. (Cocoa, FL) and authorization for the Mayor to sign an agreement with that company for construction of a replacement of the Community Center and to increase the budget for this project (District 2 — Wilsen) Background Summary: The City Commission determined in FY 2012 that it was in the best interest of the city's residents for a larger Community Center venue to be available for public and private events. In furtherance of this decision, the architectural firm of Rhodes & Brito was selected to prepare the conceptual and construction plans for the project. Through a series of design sessions with City Commissioners, staff, and potential users of the facility, a set of bid documents were created for a facility with a maximum occupancy of 500 persons. Bids were opened on January 23; 10 bids were received. The lowest responsive and responsible bid was provided by C &D Construction, Inc., of Cocoa. Their base bid amount was $2,097,000.00. Their proposed price for Add - alternate 1, an enhanced building sign with a fountain and clock tower, was $44,000.00. Their proposed price for Add - alternate 2, a power switch and wiring system permitting the use of a portable generator to power the building's electrical system, was $24,000.00. Taken together, the lowest responsive and responsible bid was $2,165,000. The second lowest bidder was Pillar Construction, which offered a base bid of $2,276,000, an Add - alternate 1 bid of $35,000, and an Add - alternate 2 bid of $13,000, for a total bid price of $2,324,000. Based on the lowest responsive and responsible bid of $2,165,000 from C &D Construction, Inc., and staff's desire for a 5% contingency allowance, the total construction phase budget needs to be $2,273,250. The currently available funds are $1,636,052.45. Issue: Should the City Commission establish a project budget sufficient to cover the costs of the lowest responsive and responsible bid price with 5% contingency and authorize the Mayor to sign an agreement with C &D Construction, Inc. for the replacement of the city's Community Center? Recommendations The Finance, Support Services, and Parks & Recreation departments recommend that the City Commission add sufficient funds to the current project budget to award Bid No. B13 -03 to C &D Construction, Inc., and to authorize the Mayor to sign an agreement with that company to build a replacement for the Community Center in accordance with the bid documents. Staff further recommends that the project include Add - alternate 1 (fountain and clock tower) and Add - alternate 2 (generator switch) in the scope of work, along with a 5% contingency allowance. The project budget will be increased by reallocating unused funds from other projects. Attachments: • Bid tabulation Bid submitted by C &D Construction, Inc. Staff analysis and recommendation regarding the bid from C &D Construction, Inc. Financial Impact: The current available budget remaining for this project is $1,636,052.45, which consists of $1,058,552.45 from the General Fund and $577,500.00 from the Recreation Impact Fee Fund. An additional $637,197.55 is needed to fully fund the construction phase at $2,273,250.00. Based on the relative sizes of the existing building and the new structure, the maximum percentage of the construction funding that can come from the Recreation Impact Fee Fund is 48 %, or $1,091,160.00. Staff proposes to provide the additional funding required by reallocating budget from the following projects to the Community Center Reconstruction Project: Project Description Amount Note 15501 Softball Complex (General Fund) $194,536.00 15501 Softball Complex (Recreation Impact Fee Fund) $337,197.55 1 28701 City Hall Campus $2,585.90 30501 Central Park $2,314.10 30504 Tennis Courts $1,418.88 30602 Lakeshore Drive & Park Improvements $5,184.46 30606 Clarke Road $721.88 32301 South Lakeshore Drive Drainage $17,203.75 Maguire House Roof PO (Retainage) $1,639.22 Landscaping ROW $2,940.00 Reconfigure City Hall $7,000.00 City Hall AC Duct Work $15,000.00 Funds to Stabilize City Hall Structure $49,455.81 2 Total Funding Donation $637,197.55 Notes: 1 - Leaves $362,802.45 in Impact Fee Fund budget for this project. 2 - Leaves $40,544.19 in Capital Reserve Fund budget for this project. 3 - For all other donor projects, this action will eliminate all remaining budget. The scope of work for use of the project contingency allowance includes any necessary modifications of the Withers- Maguire House and surrounding grounds to serve as a rental facility that augments the Community Center. For example, the Orange County Health Department has told the city that a mop sink, three - compartment sink, and water fountain must be added. The contingency funds will also be used to cover the cost of geotechnical testing and the added cost of the asbestos survey and abatement change order related to demolition of the original structure and required by Orange County. (If this agenda item is not approved, the demolition change order will be funded from the existing project budget.) Any unused General Fund or Capital Reserve Fund allocation will be applied to the Stabilize City Hall project reserve. Any unused Recreation Impact Fee Fund allocation will be applied to Project 15501, Softball Complex. I301111 2 Type of Item: (please mark with an 'Y) Public Hearing Ordinance First Reading _ Ordinance Second Reading Resolution X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by Parks & Recreation Reviewed by Publ Works For Clerk's Dept Use: Consent Agenda Public Hearing Regular Agenda N/A N/A N/A N/A Z H 4 J M � m Q � H � 0 m m C N M N Q O O O O � c L T T O T T rn eo N m cD o rn N O) J 0 m N a ea p ui p L U T T O U T > fn p v. p V C O - V 2 N O O Of O N O O � G O N G O f N N O N T N T > V � N T N T O O M N O O O O V N U O o O 0 O 0 O 0 O U J T T U � T T O N �O O OJ N U W p p p V C C O U C U N a � O O O N <O O M O O 07 O� of M O O V CD O O O N O O O M m y 00 O) U V U C O N T N T y > U T T O W ? N O N M 0 O 0 O O N U 2 C O U c N � d m A C9 A c C 2 O U N N > N N r N O O) V N N - N M M N o N a W N W E O F LL W C C Q N N m J LL L Z y O U C e Q N H O LU LO Y O m C 10 y LU J L LL LL W C C Q t0 J o �.. V t H m LL v c V u m v O y O O o Q Y W W y # 0 y #( y V Z y L l0 a F Y d d U LL J C C 0 a) O r m d 0 N • C J U C L J F 'a C v 3 O m Q J R U H Q to x Q W fA F- 0 U C O O M � 0 r O O o N N c•i U T T T U � T T O) J 0 m Of ea p ui p V C Q J C O _ O T T O U T > O O O N N O O O O O O O O O M N c U `m a fN p fA p V O C U m T T U � T T O O M N O O O O V N U J U o O 0 O 0 O 0 O U J T T U � T T O N �O O OJ N J 0 N C L (A Vi fA fA O U c a � ° o O o M 0 0 O 0 rn 0 O 0 m Co O 0 ro U y 00 O) N E � y W Q E O F LL W C C Q N N m J LL L U y O U C e Q N H v Y a a y F y Z L LL l6 C Y C O 0 J o �.. V d i0 m J Q C P v u m o O a °_� x; O Q J W U ~ Q N W (N H E O a c � y � d � c m d o d Q U C_ E o O U 'o n d � m N � C O o a N m E c 4 O O m m E c � � O L 0 Fn Z 2 SECTION 00300 BID FORM SUBMITTED: January 23, 2013 (Date) PROJECT IDENTIFICATION: OCOEE COMMUNITY CENTER RECONSTRUCTION NAME OF BIDDER: C & D Construction, Inc. ADDRESS: P.O. Box 236577, Cocoa, FL 32923 -6577 PHONE NO.: (321) 639 -9198 CONTRACTOR'S FLORIDA LICENSE NO.: CGCO26821 (Contractor must hold an active Florida - issued General Contractor's License; other qualifications apply, as noted in Section 00100 Instruction to Bidders) THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond, This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 Dated 12 -17 -12 No. 5 Dated: 1 -17 -13 No. 2 Dated 1 -9 -13 No. Dated: No. 3 Dated 1 -16 -13 No. Dated: No. 4 Dated 1 -17 -13 No. Dated: Receipt of all is hereby aclaiowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B13 -03 00300 -1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports . and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. C. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and Project B 13 -03 00300 -2 convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and ADDITIVE ALTERNATE BIDS to perform all the Work as required by the Drawings and Specifications. ITEM l: BASE BID Project Name: City of Ocoee Community Center Reconstruction Project Location: 125 N. Lakeshore Drive, Ocoee FL Owner: City of Ocoee Owner Project Number: 30609 Architect: Rhodes +Brito Architects Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Bid Documents (Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, and all subsequent Addenda), as prepared by Rhodes +Brito Architects and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of. Dollars ($ 3� 01 77, (W, Uq Project B13 -03 00300 -3 ITEM 2: ADD ALTERNATES Design and build the upgraded building identification sign that includes clock tower and fountain (includes deletion of base build design element). Add Alternate 41: Dollars Furnish and install the external generator change -over switch and related wiring, complete, ready for use. Add Alternate 92: Do] lars ($ t /, CC7� , l� P) The Bidder agrees to commence work on the date of the Notice to Proceed, which is expected to be issued mid - February 2013. The Work shall be substantially complete (all work complete and the facility available for its intended use) by October 11, 2013. The entire work shall be frilly complete and ready for its intended use, including final dressing and cleanup, by October 25, 2013. The Work is expected to be awarded on February 5, 2013, or as soon thereafter as practical, assuming that the Contractor shall meet all the prerequisites for award. The Owner shall not unreasonably withhold the Notice to Proceed required for work to begin. 6. In accordance with Article 17 of the Instructions to Bidders, the Owner will consider the lowest "Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) selected by the Owner for implementation will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in its sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and /or "Additive Alternates" accordingly. The following documents are included and made a condition of this Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) C. Non - collusion Affidavit (Section 00480) d. Certification of Non-segregated Facilities (Section 00481) e. Sworn Statement on Public Entity Crimes (Section 00482) f. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B13 -03 00300 -4 The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. The work shall be performed under a Florida General Contractor's License. Contract shall not be awarded unless proof of valid license(s) is provided. 10. The undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. Substitute materials, manufacturers, or products will not be considered during the bidding and award process. 11. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and /or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women - owned businesses as subcontractors. 12. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: Western Surety Company Surety's Address: 2405 Lucien Way, Maitland, FL 32751 Name and address of Surety's resident agent for service of process in Florida: Construction Underwriters, Inc. 4168 Southpoint Pkwy, Suite 305 Jacksonville, FL 32216 Contact: Tom S. Lobrano IV (904) 296 -3331 and (904) 296 -1314 Fax This Section continues with signature forms. Instructions: Strike out (X) the entire non - applicable signature blocks and complete the single applicable block (or blocks for joint venture). ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES. Project B13 -03 00300 -5 Use this form if Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: (Individual's Signature) Project B 13 -03 00300 -6 Use this form if the Bidder is: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) doing business as Business Address: Phone No.: Florida License No.: Project B 13 -03 00300 -7 Use this form if Bidder is: A CORPORATION C & D Construction, Inc. (Corporation Name) -Florida (State of Incorporation) By Curtis Deen (Name of person authorized to sign) President (Title) (Authorized Signature) (Corporate Seal) Attest Brenda Deen (Secretary) doing business as C & D Construction, Inc. Business Address: P.O. Box 236577, Cocoa, FL 32923 -6577 Phone No.: (321) 639 -9198 Florida License No.: GCCO26821 Note: Corporations must also complete form, "Corporate Authority to Execute Documents," which is included at the end of this section. Project B13 -03 00300 -8 Use this form if Bidder is: A JOINT VENTURE By: (Name) (Address) By: (Name) (Address) doing business as Business Address: Phone No.: Florida License No.: (Each joint venture member must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above. Reproduce the necessary forms, as needed.) Florida License No.: Project B 13 -03 00300 -9 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of C & D Construction, Inc. a corporation under (Contractor's Corporate Name) the laws of the State of Florida , held on the 1st day of January RM 2013 the following resolution was duly passed and adopted: "RESOLVED, that (signature of individual) (typed name of individual) as President of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE COMMUNITY CENTER RECONSTRUCTION between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 1st day of January , x.2013 (CORPORATE SEAL) &.`rat Lz — (Corporate Secretary) Brenda Deen, Secretary STATE OF Florida CITY OF Brevard The foregoing instrument was acknowledged before me this 23rd day of January , U0 2013 by Curtis Deen (name of officer or agent, title of officer or agent), of C & D Construction, Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. He /She is personally known to me or has produced identification (type of identification) as identification and did /did not take an oath. , - � vF d P�, h!otary Public State of Flori a nee Leslie a Pu ic) Amy Re ee Leslie e PFy Commission DD933070 r� Expires 1 011 4/201 Comm' -s Expires: 10114/2013 OF I F _ END OF SECTION Project B13 -03 00300 -10 SECTION 00301 QUESTIONNAIRE DATE: 1/23/13 PROJECT IDENTIFICATION: City of Ocoee Community Center Reconstruction NAME OF BIDDER: C & D Construction, Inc. BUSINESS ADDRESS: P.O. Box 236577, Cocoa, FL 32923 -6577 TELEPHONE NO (321) 639 -9198 EMAIL curtis @c- dconstruction.com CONTRACTOR'S FLORIDA LICENSE NO. CGCO26821 This questionnaire is intended to provide descriptive information about the Bidder and to offer the opportunity for the Bidder to demonstrate its compliance with the minimum requirements of Section 00100, Article 3, Qualification of Bidders. With regard to Bidder's qualifications, the answers provided in this section should apply to the company and the project team that will actually oversee the work. Consideration may be given to those companies that have no prior experience with projects of the type for which this solicitation applies but which have project team members with oversight authority who do have such experience. In all cases, the relevance and quality of prior experience necessary to identify a responsive Bidder shall be judged solely by the City of Ocoee at its discretion and is not reviewable through the bid protest process. Resumes of key project team members and their expected role in the project should be attached to this section and included in the bid package submitted by the Bidder. The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. How many years has your organization been in business as a General Contractor? 21 years 2. Describe and give the date and owner of the last three projects that you have completed similar in type, size, and nature as the one proposed. For each project, list the name of the project, describe your role in the project, the total value of the work you completed, and special conditions present that had to be overcome, the Bidder's project manager, the client's project manager, a reference person familiar with your work on the project, and contact information for that person. The relevant project shall be removed from the list of references if the listed contact person refuses to provide information regarding your performance. Please see Attachment 'A' 00301 -1 3. Have you ever failed to complete work awarded to you? If so, where and why? No 4. Name the proposed members of your project leadership team, listing the name and title for each person. Attach the resume of each named person who is presented as the means for the Bidder to meet the minimum experience requirements listed in Section 00100.: Curtis Deen, President - Please see Attachment 'B' _Gregg Galzerano, Project Manager - Please see Attachment 'B' Curtis Smith or David Franklin, Project Superintendent - Please see Attachment 'B' 5. Have you personally inspected the site of the proposed Work? Yes If so, describe any anticipated problems with the site and your proposed solutions? 6. Will you Subcontract any part of the Work? If so, describe which portions by listing the name of the subcontractor, the part of the project they are to perform, and the percentage proportion of the Work represented by that activity: Yes 00301 -2 7. What equipment do you own that is available for the Work? r L'xcfl , L4 _ 1 8. What equipment will you purchase for the Work? None 9. What equipment will you rent for the Work? 10. State the true and exact, correct, and complete name under which you do business and give the company officer and the address of the office that will be responsible for the Work: C & D Construction, Inc., P.O. Box 236577, Cocoa, FL 32923 -6577 Curtis Deen, President and Gregg Galzerano, Project Manager END OF SECTION 00301 -3 SECTION 00301 -A SUBCONTRACTOR/SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No X (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. COMPANY NAME, WORK TO BE CONTACT PERFORMED (TRADE) ESTIMATED ADDRESS, PHONE OR COMMODITY TO DOLLAR NUMBER BE SUPPLIED AMOUNT 1 R.B.M. Plumbing PLUMBING Systems of Florid Inc. )nald Mahler (407) 339 -0637 $72,000.00 2 Holiday Ent. MECHANICAL Heat & Air, Inc. Mr. Robert Holid (352)728 -2665 $220,000.00 7) Cam• co 4 5 6 7 END OF SECTION 00301 -A -1 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Measure (Description) Unit of Measure (LF, SY) Unit (Quantity) Unit Cost Extended Cost A I Slope LF 500 $ 10.00 $5,000.00 B $ $ C $ $ D $ $ TOTAL $5,000.00 BIDDER: C & D Construction, Inc. SIGNED: L2�L Q 0� — BY: Curtis Deen (Print or type name) TITLE: president DATE: 1/23/13 THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION 00302 -1 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 00303 -1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: C & //JJ D Construction, Inc. (1 Signed: 2:� �--�_ By: Curtis Deen Print or Type Name) Title: President Date: 1/23/13 END OF SECTION 00303 -2 SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF Florida COUNTY OF Brevard ) Curtis Deen being first duly swore deposes and says: 1. He (it) is the President (Owner, Partner, Office, Representative or Agent) of C & D Construction, Inc. the Bidder that has submitted the attached Bid; He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. By: �)� Title: Curtis Deen, President 00480 -1 2013 Sworn and subscribed to before me this 23rd day of ,Tanuar in the State of Florida , City of Cocoa r � , (IL C-4 Soc Notary Public My Commission Expires: 10/14/2013 sy. ° YY '4T END OF SECTION � F =u�iic Stale of Florida ° ' < °� limy Re 'Iee !_eclie a yCnr,nissiunUD Expires 10/14/2013 r� S. ,p' Div' ° ti�° cc' a' ap" F4: �i9.�(;- �"•lk:lrYr�nao�p�'*,r�} 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date January 23rd , 2013 . C & D Construction, Inc. By: rtis Deen, President (Title) Official Address (including Zip Code): C & D Construction, Inc., P.O. Box 236577 Cocoa. FL 32923 -6577 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00481 -1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. C & D I. This sworn statement is submitted to City of Ocoee, Florida by Construction, by Inc. Curtis Deen, President (Print individual's Name & Title) whose business address is P.O. Box 236577, Cocoa, FL 32923 -6577 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly 00482 -1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer detennined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 1/23/13 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Curtis Deen, President Date: 1/23/13 00482 -2 C & D Con struction, Inc. Name of Bidder (Contractor) STATE OF Florida COUNTY OF Brevard PERSONALLY APPEARED BEFORE ME, the undersigned authority, Curtis Deen who, after first being sworn by me, (Name of Individual Signing) affixed his /her signature in the place provided above on this 23rd day of January , 2013 Notary Public My Commission Expird : 10/14/2013 END OF SECTION, os9Y �t y i:;et�ry ?uoiic State of Florida . ReYnve Lea!;e DD933070 F.xpkes '1 011 41201 3 lrev E�O+d Le h �G`Y1,vf'bi _ 00482 -3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I X have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I X have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certific ons in my files. Date January 23rd , 20 13 By: L A__� (Signature of Authorized Official) Curtis Deen, President C & D Construction, Inc. (Name of Prospective Construction Contractor or Subcontractor) Box 236577, Cocoa, FL 32923 -6577 (Address of Prospective Construction Contractor or Subcontractor) (321) 639 -9198 59- 3113094 (Telephone Number) (Employer Identification Number) END OF SECTION 00483 -1 ATTACHMENT `A' C & D CONSTRUCTION, INC. REFERENCES Contract: Barrier Island Ecosystem Center, Melbourne Beach, FL Amount: $2,957,938.54 Owner: Brevard County Parks and Recreation Amount: 2725 Judge Fran Jamieson Way Project No. Viera, FL 32940 Contact: Mr. Jack Masson, Director Phone: (321) 633 -2046 Fax: (321) 633 -2198 Number: 20010005 Contact: Mr. Mike Knight, Program Manager Phone: Brevard County Environmentally Endangered Lands Program (EEL) Fax: 91 East Drive Year: Melbourne, FL 32904 Phone: (321) 255 -4466 ext. 28 Fax: (321) 255 -4499 Year: 2008 Contract: Fort Pierce National Guard Armory Upgrades, Fort Pierce, FL Amount: $1,738,822.82 Project No. 4205204 Owner: State of Florida, Department of Military Affairs Architect: P.O. Box 1008 CFMO -MD St. Augustine, FL 32085 -1008 Contact: Mr. Kenneth `Butch' Hersey Phone: (904) 823 -0282 Fax: (904) 823 -0189 Architect: Hanson Professional Engineers 720 N. Maitland Avenue Maitland, FL 34751 Contact: Mr. Zoran Aleksic, R.A., NCARB Phone: (407) 622 -2052 Fax: (407) 622 -2051 Year: 2008 Contract: Ortona Elementary School — Additions and Renovations, Daytona Beach, FL Amount: $2,233,544.12 Owner: The School Board of Volusia County Phone: 3750 Olson Drive Fax: Daytona Beach, FL 32124 Contact: Mr. Tom Brown Phone: (386) 947 -8786 ext. 50822 Fax: (386) 947 -5847 Fax Architect: Strollo Architects 731 Franklin Lane Orlando, FL 32801 Contact: Mr. J. Pat Strollo, President Phone: (407) 423 -5355 Fax: (407) 422 -5994 Fax Year: 2006 I[. . Barrier Island Ecosystem Center Melbourne Beach, Florida (Completed: November 17, 2007) r 1p �� 7 � ,3 j tWl M"� Ortona Elementary School — Additions & Renovations (2006) ATTACHMENT `B' Curtis G. Deen President /Owner curtis @c- dconstruction.com www.c-deonstruction.com (321) 639 -9198 x15 (321) 690 -2291 Fax Work Experience: C & D Construction, Inc. (1992 — Present) Cocoa, FL President — Formed C & D Construction, Inc. incorporated on February 7, 1992. Began by working on Federal Government contracts with good quality practices and high ambitions. Started C & D with one employee and currently employs thirteen (13) field employees. Consistently managed the growth of the company over the past nineteen (19) years. Has completed over $120 million in construction contracts. Actively involved in the day -to -day operations of C & D including administration, estimating, construction scheduling and human resources. Space Coast General Contractors (1986 —1992) Cocoa, FL Project Manager — Served as a project manager for SCGC for six years. Responsibilities included the management of construction projects as well as estimating, administrative duties and the negotiation of contracts and modifications. Annual revenue of $1 million. Supervised and managed employees while working for SCGC. Lockheed Space Operations Company (1984 —1986) Kennedy Space Center, Florida Vehicle Operations Coordinator — Pre- plan/coordinate activities of processing the Space Shuttle orbiter. Provided detailed schedule for tasks to be completed. Education: Florida Institute of Technology (198 1) — Bachelor of Science; Masters Program, Contract Acquisition, FIT participant Certifications: Certified General Contractor State of Florida CGCO26821 (1984) Community Service: Associated Builders & Contractors Association — Past Director Cocoa Little League — Past Officer and Coach Merritt Island Christian School — Past Board Member Gregg C. Galzerano Project Manager E mail: gregg @c- dconstruction.com www.c- dconstruction.com (321) 639 -9198 x12 (321) 690 -2291 Fax Work Experience: C & D Construction, Inc. (1994 — Present) Cocoa, FL Project Manager — C & D Construction is a MBE specializing in Commercial and Federal Government construction projects. Duties include project management, estimating, writing formal proposals, subcontract negotiation, scheduling of construction activities, submittal approval review, contract modifications, pay requests, writing and execution of Quality Control Plan and Safety and Hazard Communication Plan. Recent Projects Include: Avenida Menendez Seawall, St. Augustine, FL " (2012) - $4,092,735.44 *S -62 Concrete Repairs, Orange County, FL (2011) - $747,800.00 Concrete Bulkhead at Florida School for the Deaf and the Blind (2011) - $727,350.00 'Brevard Community College, Building 12 Renovations, Cocoa Campus (2011) - $173,000.00 Past Projects Include Project Management of the following jobs: *S -61 Navigational Lock Refurbishment, Osceola County, FL (2011) `Construction of Barrier Island Ecosystem Center, Melbourne Beach, FL (2011) `Ortona Elementary School Additions and Renovations, Daytona Beach, FL ACT #10 Modifications, Port Canaveral, FL (2003) `BCC Central Plant Modifications, Bldg. 6, Pre - Engineered Metal - Building and Concrete, Melbourne Campus, FL (2010) $2,353,145.59 $2,957,938.54 $2,576,450.00 $3,245,493.16 $114,987.00 Speegle Construction, Inc. (1993 —1994) Cocoa, FL Estimator — SCI a Florida based General /Site Contractor specializing in Federal Government construction projects locally and abroad. Duties include estimating, subcontract negotiation, review /approval of submittals, contract modifications, material procurement and shipment to Ascension Island and Antigua. Mead Construction, Inc. (1992 —1993) Melbourne, FL Chief Estimator — Performed estimating and scheduling duties Education: Auburn University, Auburn, AL (12/91), Bachelor of Science, Building Science Minor: Business (12/91) Curtis K. Smith (321) 639 -9198 Superintendent (321) 690 -2291 Fax Work Experience: C & D Construction, Inc. (1994 — Present) Cocoa, FL Superintendent — Responsibilities include the supervision of all field related matters on the construction site for each construction project. Supervision of subcontractors, coordination of the project schedule with subcontractors and C & D Construction administration, purchase of building materials and responsibility for completing general daily tasks required to complete the job per plans and specifications. Current Projects Include: "Avenida Menendez Seawall, St. Augustine, FL " Past Projects Include Project Management of the following jobs: "Concrete Bulkhead, Florida School for the Deaf & the Blind" "S -62 Navigational Concrete Repairs, Orange County, FL " "Fort Pierce National Guard Armory, Ft. Pierce, FL " "Child Development Center, MacDill AFB, FL " "Construct 3 Admin Office Bldgs and Renovate Chapel, Ft. Rucker, AL " "Bayside High School, Palm Bay, FL " "DOD Elementary School Upgrade, Ft. Rucker, FL " $4,092,735.44 - $727,350.00 - $747,800.00 - $1,738,822.82 - $3,541,559.00 - $1,153,974.00 - $1,934,221.40 - $917,000.00 J.J.C. Contractors, Inc. (1992 -1994) Project Manager — Scheduling, estimating, job coordination and quality control duties. Various construction projects, including work at Homestead AFB and the VAMC, Miami. Home Remodeling Business (1990 —1992) Owner /Operator — Subcontracted work from Scotty's which included, but was not limited to installation of kitchen and baths for home owners. Also included general home repair work. Worked on several projects for Rinker Materials which included remodeling on dispatch office, building display and storage room, remodeling work in the District Office in Cocoa, FL. Madesin General Contractors (1985 —1990) Missiaugua, Ontario Carpenter /Supervisor - Traveled throughout the East Coast remodeling satellite stores such as Mayor Jewelry, Macy's, Casual Corner and Petite Sophisticate. Duties included: demo, layout, metal stud work, drywall, and finish carpentry. Supervised several jobs for Madesin. Education: Graduated from High School (1973); Brevard Community College — Voc. Diploma in A/C David Franklin Project Superintendent xxnxnx� n_rarnn etrn rti rn� rnm (321) 288 -6876 Cell (321) 690 -2291 Fax Work Experience: C & D Construction, Inc. (2001— Present) Cocoa, FL Project Superintendent— Duties include supervision of subcontractors, coordination of the project schedule with subcontractors and C & D Construction administration, purchase of building materials and responsibility for completing general daily tasks required to complete the job per plans and specifications. Current Projects: * Building 1 Server Room, BCC Palm Bay Campus (2013) - $153,977.00 *Educational Services Facility Courtyard Repair (2013) - $51,46600 Past Projects Include Project Management of the following jobs: * BCC - Building 12 Office Renovation, Cocoa Campus' (2012) - $173,000.00 * Interiors Modernization at Project FL19 -3, Cocoa, FL (2012) - $740,289.50 * Freezer /Cooler Replacement at 6 Brevard County Schools (2011) - $65,925.00 * BCC Central Plant Modifications, Bldg. 6, Pre- Engineered Metal Building and Concrete, Melbourne Campus, FL (2010) - $114,987.00 * BCC Aerospace Lab Remodel, Bldg. 14, Room 129, Cocoa Campus (2010) - $49,900.00 BCC — Softball Field, Palm Bay Campus (2009) - $65,264.00 * BCC — Bldg. 10, RM 11 Renovations, Melbourne Campus (2009) - $99,915.00 * BCC — Bldg. 5, Cocoa Campus, Cocoa Campus (2008) - $79,917.00 LICENSE /MBE INFORMATION STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Ye CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET pD WEI TALLAHASSEE FL 32399 -0783 DEEN, CURTIS GLENN C & D CONSTRUCTION PO BOX 236577 COCOA INC FL 32923 -6577 (850) 487 -1395 Congratulations. With this license you become one of the nearly one million STATEOFFLORIDA - Floridians licensed by the Department of Business and Professional Regulation. DEPARTMENT OF BUSINESS AND:i: i Our professionals and businesses range from architects to yacht brokers, from EROFESSION'AL REGULATIO N boxers to barbeque restaurants, and they keep Florida's economy strong. CGCO26821 07/06/12 120015753 Every day we work to improve the way we do business in order to serve you better i For information about our services, please log onto www.myfloridalicense.com. I There you can find more information about our divisions and the regulations that CERTIFIED ;GENERAL CONTRACTOR DEEN, CURTIS GLENN impact you, subscribe to department newsletters and learn more about the q; & D CONSTRUCTION INC Department's initiatives. - Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE IS CERTIFIED under the provisions ofChi:489 FS }! ( Expiration date ',,.UO 31, `2014 L12070601020 L - -- REGULATION SEQ# L12070601.020 KEN LAWSON SECRETARY a � y 0 p-, al 0 u ;-4 RM t 0 11 r- 0 -1--i C) U) C: 0 0 CA Fidl 0 C W 0 cr) P==4 0 c o cu Cd U C d no 0 00 L 6 0 Cd L-1 C)O MK T C) C\j CN C) G) C) I 0 CN CN 0 0) 0 (f) Ln Qj Q) Q I Qj (J) - C) N O LO r-i U% 0 co t- � 00 co C. CD U CY\ C 1 0`\ C\l Cf) at CD 00 co (1) cu Id CD U CD 7 1 1 C, fn Q) all YU �3 J a � y 0 p-, al 0 u ;-4 RM t 0 11 r- 0 -1--i C) U) C: 0 0 CA Fidl 0 C W 0 cr) P==4 0 c o cu Cd U C d no 0 00 L 6 0 Cd L-1 C)O MK T C) C\j CN C) G) C) I 0 CN CN 0 0) 0 (f) Ln Qj Q) Q I Qj (J) - C) N O LO r-i U% 0 co t- � 00 co C. CD U CY\ C 1 0`\ C\l Cf) at CD 00 co (1) cu Id CD U CD 7 1 1 C, fn Q) all SECTION 00410 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, C & D C ONSTRUCTION, INC. as .Principal, and WESTERN SURETY COMPANY as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ Five percent of the larges amount for which award can be made under the accompanying bid (5 %) (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns, Signed, this 22nd day of January , 20 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid attached hereto and hereby made a part hereof to enter into a contract in writing, for the OCOEE COMMUNITY CENTER . (. Project).; PROJECT NUMBER: B13 -03 NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 00410 -1 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby, 10. This Bond is untended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be. included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision 00410 -2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete tbis signature block, (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) 00410 -3 If Bidder is PARTNERSHIP, complete this signature block. r � (i) (Pal Nanie) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) Telephone No.) (Florida License No.) 00410 -4 If Bidder is CORPORATION, complete this signature block, C & D CONSTRUCTION, INC. (1) yj ; _E t'J (Corporation Name) Amy Lesl e (Witness) Florida (2) & (State of Ineoiporation) Debbie Hottle (Witness) By- Curtis Deen (Name of Person Authorized to Sign - See Note 1) (SEAL) Curtis Deen, President ('Title) (Authorized Signature) Curtis Deen, President (Corporation President) P.O. Box 236577 _ Cocoa, FL 32923 - 6577 (Business Address) (321)639 - 9198 CGCO26821 (Telephone No. ) (Florida License No.) 00410 -5 SURETY Witness: (If agency is not a Corporation) WESTE SURETY COMPANY (Surety Business Name) I (1) (Witness) 101 South Phillips Avenue P.O. Box 5077, Sioux Falls, SD 57117 -5077 (Principal Place of Busi nes ), (2) (Witness) Surety Agent's Signature -- See Note 2) Attest: (If Agency is a Corporation) Tom S. Lobrano IV �/G � .,� ( (Surety Agent's Name) (Corporate Secretary Signature) Attorney -in -Fact & Florida Resident Aqent I Ann Bullard (Surety Agent's Title) (Corporate Secretary Name) CONSTRUCTION UNDERWRITERS, INC. (Business Name of Local Agent for Surety) (Corporate Seal) 4168 Southpoint Parkway, Suite 30_5, Jax, FL (Business Address) 32216 904 - 296 -3331 (Telephone No.) N/A W NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 11.1 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida COUNTY OR CITY OF Duval County, Jacksonville ) Before me, a Notary Public, personally carne Tom S. Lobrano, IV known to me, and known to be, the Attorney -in -Fact of Western Surety Company , a South Dakota Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Western Surety Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Western Surety Compa (Surety Company) Given under my hard and seal this 22nd day of Janua 2013 ry �\ • Notary Puhillc, State Golmnissloa (\lo. a�� Sti � �!✓ W v (Notary Public) Teresa L. Blunk My Commission Expires May 31, 2013 END OF SECTION 00410 -7 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 Thomas S Lobrano IV, Mark C Fore, Robert W Weber, Individually of Jacksonville, FL, its true and lawful Attomey(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 Attorney, 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 Vice President and its corporate seal to be hereto affixed on this 21st day of September, 2012. WESTERN SURETY COMPANY carVO l e^: y= . G tk . OP .... aul T. Bmflat, Vice President State of South Dakota County of Minnehaha ss On this 21st day of September, 2012, 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 Falls, State of South Dakota; that he is the 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 r J. MOHR r June 23 , 201$ s SEAL NOTARY PUBLIC SEAL ' s SOUTH DAKOTA s }4444444444444444444h4�aS4} CERTIFICATE J. Mohr, Notary Public I, 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 printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 22nd day of January 2013 WESTERN SURETY COMPANY C. -� .- _Wi�1 T I�`i Di yo.. SE A�'r'it�a Form F4280 -7 -2012 L. Nelson, Assistant Secretary Mayor S. Scott Vandergrift City Manager Robert Frank MEMORANDUM TO: Robert Frank, City Manager FROM: Al Butler, Director of Support Services jj};► DATE: January 28, 2013 / RE: Award of Bid No. B13 -03 to C &D Construction, Inc. COPIES: Steve Krug, Joyce Tolbert, Jeff Hayes Commissioners Gary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 The City Commission determined in FY 2012 that it was in the best interest of the city's residents for a larger Community Center venue to be available for public and private events. In furtherance of this decision, the architectural firm of Rhodes & Brito was selected to prepare the conceptual and construction plans for the project. Through a series of design sessions with City Commissioners, staff, and potential users of the facility, a set of bid documents were created for a facility with a maximum occupancy of 500 persons. Invitation to Bid No. B13-03 was issued in December 2012 for the construction of a new Community Center on the site of the existing facility. Bids were opened on January 23; 10 bids were received. The Invitation to Bid was clear that any contractor undertaking the work must have prior experience with similar construction projects: The subject project involves complicated construction, coordination of several specialty subcontractors and suppliers, a tight construction schedule, detailed trim work, and expensive finish materials that will require expertise in construction. As a result, the City will only consider bids from those companies with extensive prior experience in the construction of similar facilities, such as hotels, conference centers, fine restaurants, and other commercial projects involving relevant technical and project management capabilities. Each bidder must provide examples of relevant experience on the Section 00301 questionnaire. For each example project, the Bidder must provide a description of the project, its location, and a contact person willing and able to discuss the Bidder's performance for that project. Only projects for which the Bidder was the prime contractor will be considered to be relevant. The lowest responsive and responsible bid was provided by C &D Construction, Inc., of Cocoa. Their base bid amount was $2,097,000.00. Their proposed price for Add - alternate 1, an enhanced building sign with a fountain and clock tower, was $44,000.00. Their proposed price for Add - alternate 2, a power switch and wiring system permitting the use of a portable generator to power the building's electrical system, was $24,000.00. Taken together, the lowest responsive and responsible bid was $2,165,000. This procurement used a lump -sum base bid with two add - alternate bid items, which also used lump sum pricing, so no detailed bid analysis is applicable. The total spread was about $1 million for all 10 bids. The City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3167 • www.ci.ocoee.fl.us _ .. Center of Good j C &D Construction supplied three representative building projects: • Barrier Island Ecosystem Center (Melbourne Beach, FL) - $2,957,938 • Fort Pierce National Guard Armory Upgrades (Fort Pierce, FL) - $1,738,823 • Ortona Elementary School (Daytona Beach, FL) - $2,233,544 I spoke by telephone to the client contact person for each project and received consistently positive reviews of the contractor's performance. No negative comments were made by any contacted person. All reported a willingness to undertake future projects with the company. Although none of these projects was a community center or hotel, they did present challenges of an equal of higher magnitude. For example, the Melbourne Beach Ecosystem Center project was on a very difficult barrier island site that required extensive measures to build a stable foundation for the building. The building was also difficult to construct, as it employed a semicircular shape as a strategy for hurricane survivability, and the water supply system had to be self - sufficient due to the remote location. In addition to the reference projects, I also reviewed other comparable projects completed by the firm but not listed in the bid submittal. The most striking of these was a project involving extensive modifications to the cruise ship embarkation port facilities at Port Canaveral, which presented very difficult site constraints. The site had to remain open and in operation while under construction and involved constructing concrete forms over an active roadway for trailer truck deliveries to the ships. It is also worth noting that the company has completed several complex projects for the federal government, which employs fairly rigorous project control methods. C &D Construction has been in business in Cocoa since February 1992 and has been under one owner for its entire existence. That owner, Mr. Curtis Deen, was previously the vehicle operations coordinator for Lockheed Space Operations Co. at the Kennedy Space Center and Project Manager for Space Coast General Contractors prior to forming his own company. He has been a State - licensed contractor since 1984. The project manager assigned to our project is Mr. Gregg Galzerano, who has been with the company since 1994. He was also the project manager for two of the three reference construction projects. The funding for the project is coming in part from the Parks & Recreation and Public Works departments, both of which will also be involved in the building's operation and maintenance. Through their signature of the related agenda item documents, the directors of these departments have indicated their concurrence with this award recommendation.