Loading...
Item #05 Award of B15-08 Bluford Avenue Stormwater and Utility Improvements Project (Rebid) t 4. ocoee fiorida AGENDA ITEM COVER SHEET Meeting Date: October 6, 2015 Item # S Reviewed By: - Contact Name: Joyce Tolbert Department Director: %�,�; :�,.o ,_. Contact Number: 1516 City Manager: 4' Subject: Award of B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re- Bid) Background Summary: The City of Ocoee, Florida(City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals to construct the Bluford Avenue Stormwater and Utility Improvements Project. The project includes improvements to the drainage system and utility upgrades on Bluford Avenue from Columbus Street to 7th Street inclusive of the Orlando Avenue intersection; consisting of new stormwater pipes, structures, water and force mains, curb and gutter and pavement. The work incorporates approximately 2,200 LF of force main and 2,000 LF of roadway reconstruction. The project is located in the Wekiva River Basin area and the improvements will eliminate a long standing drainage problem. The project will be completed within(270) calendar days from the issuance of the Notice to Proceed. The bid was originally advertised in March but was cancelled due to unanticipated right-of-way issues. The bid was publicly re-advertised on July 12, 2015, and opened on August 25, 2015. There was a total of two (2)bids received ranging from $1,425,549.10 to $1,447,499.70. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed the bids received and all were considered responsive. Staff recommends awarding the bid to Dewitt Excavating, Inc. for $1,425,549.10 as the most responsive and responsible bidder,per the attached recommendation from Steve Krug, Public Works Director. The table below is a listing of the bids received. Bidder Total Bid 1. Dewitt Excavating,Inc. $1,425,549.10 2. Jordan Brothers Construction LLC $1,447,499.70 Issue: Should the City Commission award the bid for the Bluford Avenue Stormwater and Utility Improvements Project (Re-Bid)to Dewitt Excavating, Inc., as recommended by the Public Works Director? Recommendations: Staff recommends that the City Commission award Bid #B15-08 Bluford Avenue Stormwater and Utility Improvements Project (Re-Bid) to Dewitt Excavating Inc. in the amount of $1,425,549.10 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. Award Recommendation from Public Works Dept. 3. Dewitt Bid 4. Invitation to Bid#B15-08 5. Plan Sheet Cover Financial Impact: This project is adequately funded in the Stormwater and Utilities Capital Improvement Program. The Stormwater portion of this project is $1,040,552.42 and will be funded from the Bluford Avenue Phase 1 Project Job #32314 $950,379.50 and the Bluford Avenue Phase 2 Project Job #32319 $200,175.00 for a total project budget of $1,150,554.50. The Water Utilities portion of this project is $265,059.41 and will be funded from Fund 408 Major Water Line Replacements for a total project budget of$290,000.00. The Wastewater Utilities portion of this project is $119,937.27 and will be funded from Fund 408 Ocoee West Transmission System Design Job #24901 which has $305,363.23 in available funds. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading X 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. $04 N/A Reviewed by ( ) N/A 2 ocoee florida Mayor MEMORANDUM John Grogan Commissioners Date: September 4, 2015 Vacant District 1 Ocoee Public Works Team To: Joyce Tolbert, Purchasing Agent <�� f Rosemary Wilsen District 2 From: Stephen C. Krug, Public Works Dire or Rusty Johnson „00, - District 3 Improving a great community RE: Contract Award Recommendation. Joel F.Keller District 4 City Manager Public Works recommends award of the Bluford Avenue Stormwater Robert D.Frank and Utility Improvements Project, Bid No. 15-08, to the lowest responsive bidder, Dewitt Excavating, Inc., of Winter Garden, Florida, in the amount of $1,425,549.10. The City received two responsive bids from contractors with the low bid in line with the Engineer's estimate. The Contractor has been in business for over 30 years in Central Florida. The City has successfully contracted with Dewitt Excavating previously on the Peach Lake Manor Project Phases 3, 4 & 5. Public Works contacted other municipalities in Central Florida to confirm Dewitt Excavating has successfully completed projects of similar size and scope. Prior to joining Public Works, Team Members have had positive contracting experiences with Dewitt Excavating on projects of similar size and complexity. This project is part of a multi-phase stormwater program for the Bluford Avenue corridor. The stormwater portion of this project is adequately funded in the Stormwater Capital Improvement Program, however some funds approved for additional phases will be utilized due to unanticipated property acquisition costs required to move this phase forward. Bluford Avenue Stormwater and Utility Improvements project include improvements to the drainage system and utility upgrades on Bluford Avenue from Columbus Street to 7th Street inclusive of the Orlando Avenue intersection, consisting of new stormwater pipes, structures, water & force mains, curb & gutter and pavement. The work incorporates approximately 2,200 If of stormwater pipes, 15 new inlets 2,400 If of water main, 1,600 If of force main and 2,000 If of roadway reconstruction. The project is located in the Wekiva River Basin area and the improvements will eliminate a long standing drainage problem. City of Ocoee •301 Maguire Road•Ocoee, Florida 34761 Phone: (407) 905-3170•www.ocoee.org W C) Co Co 0 V 0 0 0 0 0 C) 0 Co 0 C) CO 0 0 CO N CO 0 0 Co V f0 C) O Co V A O O O O 0 0) ,- O - A CO V O .- C) .- A CO Co CO■- 0) CO Co O 0) O O O O Co Co 0) co V O CO 0) Co Co N- CO 'A Co N Co CO CO C) Co Co CO 0) 0) A A Co Co CO O V Co Co O f0 A N d A co r co Co Co Co Co C) N Co C) W N C) A n 0) V Co .- O M o J V O Co O Co 0) N A M O 0) W s- Co Co N Co A CO Co '? V Co Co 4 A Co N Co V N Co 7 Co C CO Ci N N 4 A C H 19 CO V3 u C! J 9 f9 9 0 7 CCA 7 0 9 d C) 9 A A 9 9 A C 0 o 2 N C) O m L m W O` X m Co Co C CO Co 'A CO CO C CO 0 A A 0) A O) CO 0 O C 0 a Co Co U CO CO O N CO A C) Co C V CO CO V Co V O 7 O O 7 7 C A 7 C CO _ D) 1- CO C] O Co 0) Co CO O Co 0) O 0) C) 0) 0) n Co Co O H 1 N N o N r Co Co Co 'A. /A Cd A Co V M C H A Co M V V D O M 0. - r C) Co C) O F V O Co O Co W Co I Co 45 y CO OZ AN Co Co Co N Co K 2 x a. W 0 00 0 0 0 0 0 0 0 0 C O C) O M 0 O O O N N Co CO Co 0)co 1 O O O O O M O O O 0 O O A N C A A CO O A V CO CO 0 co Z 0 Co M A V O O O O O a O l) CN a 'C - A Co C C Co CO N A O A Co CO W 0. Ir.., 0) CO C) N - A Co 0 .- CO 1r N. C) 0 M C Co 0 A Co CO C .- CO r Co 4 CO - M N 3 M p 3 N N w N M co N W ' y N CA M C M M N Co .. as °o-— c LO J I =4 it,)i1 F CN m . Co o 0 o O o 0 0 0 V CO Co C 0) Co C M C) C CO C PM V Co 0 O o O O O 0 CO CO CO M C 1r N co O] CD A co CO co 1 co co M Cl co O Co A V C] O O C) h C 0i Co C) V CO C Co C co O V C V Co Co co co Z Z 0, A CO N oCO 0 N H i A N Co N Co w N Co CO m N O Co CO 7 O a d 0) co.w w N w N A N N H N CO A Co CO 7 I- O CO Co W Co Co Co N Z CO N .AO N N CA J w n CC CO a c0 0 O 0 O O O O 0 01 O 'A O M r- O CO m t- o - - .-, V ^ M O O O ,O N 7 .1- N m N A co^ .M, Co Co V Co N) F A U) U) Co W w a� > c c - 4 d, a E - V] V N N O N n b v E. O G D .°' o Co m F a 0. a - b 0 c o a - x _ p - O P? a o v c LL �. O m c ... " ,_ C, .c ., a) a) a) U U d ' 111 co . F C) a v t a'i O O O o a v o nn " F o 0 0 0 ° t F 5 °a 8 c) q v Q U c R7 u U 0 U 'c ! ti . . ,- > > > ), ) w H 2 x v w w E U s .c N ° C Q `� Ecqq U U v > `° CO CO CO 0 W C)O w 55 O 0 O 0 C) H 'O a Na C C .E > N CK TC, Q c00 .d 0. i-. .C, ^.-f=. ^.C. .2 rC-r �[ 'O W C) O , C) b id d O O O a" op~„o AF ? c C g c o s 0)) vU c a Q a > v' g " cv g \c c c CO g 8t-2_ t° o o m 0 > > 2 m 2 v R m c a a 0 c V K - W E,c. p, .) p Ye U e > `° c y W 2 E 2 U F F '' <n . E r E H E y ^ t H � a�i u°',.� V =' o y .. :: y ° > :� E'.� E. F F F F `^ O - a o.� .�. .� ra ovc°1igWoetm2. z 0 X 2. > 2. 0 0 0 o Q Q Q 0A F c7oa ° E2 E2 E Fa' 2 m�2 O 2 `a 3 2 v) U W 1n Co c2 O c2 � w U U U U w w w w i.. w FO w P� w W w w w W 1. CO a CO el - OJ o CC) N co 1 V 0 0 0 0 0 0 N 0 0 0 0 CO 0 0 O N O Cs! f0 01 O CD N N1 4) N O N V O) N 60 O 0 O 60 6- In - CCW N M. CC CCO Co Co) O C) CO Co) ' Co(1 D O O CO CO Co O CC) Co O N V CO 01 Co CC a CO 1- V Co CO a CO O V Co CC CO CO CO C N Co Co Co N CO n. CO V V H 0- H V CM H H C ,,j J N Co r. C') 69 M M .q 6 / H NN Ce Co 19 H H Co CO H H N H J I- H O Q U 2 ) C 0 D (-)0 a L W a a, m y N v 0 Co CO A co o Co A 0 v A Co Co C) CC 0 CO CO Co COO CO Co CC Co A CO O CO CO 0 1- CO Co N� N 4- N 1f) C!) 3 N N Co CO N N Co A N CO M Co Cr; N Co C 0 F CO rn N CO Co CO CO 0 Co 7 co `d H Co 69 H H H H H H H Q 0 V a o o N u C CD CO 69 Co Co N Co 671 2 » 69 Ce H » 49 O m W a C O W N CO N 0 CO CO CO Co NC) Co N O 0 0 0 0 0 0 0 0 0 0 O O O O F U O A O 0 o CC CO n CO CD CD 0 O N CO CO M N V o 0 0 0 O O Z - CA A Co O CO A N CA a O N CO O N N CO Co CO CO CO O a N '1! O W A A CC O CC CO O A Co V Co D) O CO N N to CO O CO CO < O 0 c d O O V N N N O 0 V N V O 1 CO I_ N O N 1� CD CO CD N CO 10 c J . V M CO co' N CD A N 06 N LC). H O H V H H CD M la 4 H H H H 1 3 H H H H H H H H H H CO w as oo2 a N W -J_ 4j LA H = W Co O) N O CO CO 1 Co Co C CO N O H �MC CO CO O CO Co Co < O CO ID CC O O a p OO N A a M M N H H N N w I N Z Z d C Co W 4 N O D) M C CO M N Co O a a. 0. 0 V H H H H w N N.. W H N H W rz ce z H N h N H H W J H Co a � IX H o CA E N F `t N ^' N N �O V' CC vN) N —' 01 © N OM O� O— 00 M ° ON 7 ON C Ok W w M Z a > > > > o o w m a H U U U U U p°. ue) y E 3o s o z K o s a O p a a a a a C 74 9 Q 3 3 3 7 q >" 3 3 0 " A a a a a' CO s U .o ° v v v v 3 d v «-� «-U °- H i ;d x x R m A co a v 0 0 0 0 If) 9 T F . `N^ O. c o p0 0 0 0 ° 0 3 3 A c = 00 .2 .a,p E ° .o A > O O A 0 U ° w a X = C' `° `, U a 5 v > 4 s s .4 . 4 .4 A j� H H H H H H H - - w U w O W i W c ° o s_ ° v o= i cn ;_° ^ , o, — v u 8 c ^ a 3 a a a a s a 7; Z :° .5 4 - c " : W• CO O 0) O M CO ON') N M CO N- CO 41 UMO 61 000 ca.. U) 0 N. 0 Or • Up UO OD V M O 0) 0) O r O m M m 0i UO O O) t0 0 N O OD f0 0 O O O M O0 f0 0 4 O M ON0_ 3 v a r N U) 0 OD CO U T � � ci J N N N N O0 UO OD r UO a N V N UO N ) UO 0) UO U� 0 a- 69 69 69 69 V9 49 lA V9 lA U9 V9 49 f9 09 V9 YQ CA 09 J H O Q 70; U 2 N C O D °E). m t W o rt UJ 0) C. 61 0) CO CO N CO <0 CO O 0) CO M 0 OD V U` CO M 0] 0 M a 0 1- r e- e- e- CD U` CO UO CO r CD N M CO 0) C UO N m O 0) 0) O O 0) N 6 fV M 00 4) ✓ 12 C. OU9 M 0 N N- M O UO O .- 409 CO OD CID U9 U9 V9 E9 UOO 669 W "O) U9 N r OCA I- <9 U9 f9 f9 U9 EA 69 f9 O m c a F U 0 0 0 0 0 0 0 0 O 0 a CO 0 0 0 0 0 0 0 0 0 o O o 0 0 o 0 0 0 q n u< 0 0 0 0 0 0 o el r Z - o IS N m 0 0 0 a e) v v o 0 0 0 0 0 0) W Ot N M O) ' M - A � 0) N. 0) N UO N. N ' UO N V M 0. Un N. 10 N. N O) 0) M V e• N e0 V O CO i J a O t0 U9 UO UO Up UO UU) UO N UO A V CO UA � e') N > 4 y y N N W N W N V! V/ y 4 69 N CO N N e 2 C O H as al O 2'..!, C N � J b F W N = W o 0 0 0 0 0 0 0 0 0 0) m 0 0 0 0 0 0 0 N. CO G U 0 0 0 0 0 0 0 o O o V o 0 0 0 0 0 0 0 0 Of O 10 eD N N O V M I 00 O V M co C)) N N M �. Z M f0 O O) N 10 r A O • O) l0 O a O- w w w N V O) 0) N W V O N W N N 00 V! H <A 4 Z y y y h .6 H N In a CI m O 0 b .M. N N an N .-. •-. N ,0 co N O 6. 0O '1 h N F W W Z 0 3 'O 4C V C C OCCD .F C s w m Ce - X X it .N a) x T O O 3 3 0 0 o p° w w X U P. o r4 a O LI. C .'= W P9 fA v o ° w a w W ' 0) . 0) C E g Q.C O -d g C C C 1 N a. m v . . v > t H v F 'C F 'C > P. . > 4 b o Q 4 3 4 a a>, a 3 a• 3 ? ) a N N j > a v = a = v E 00 v t.o oD .a -a• o j ;O j oo ^ °° ^ 0 0 0 o f?. p o 2. C C. C C. C 4 C. 4. C 5 C C C 0 2 0 .C. gC a) 0) 0) 0) .CC O U U U U � H 'O -O tF -o 'O 'O 'O 'O 'O ..,713.' -o O 'O ^ 'O '0 , .. nl A Ud Ud , re a g . N A g g g g R R . gi g g "' -, c G c g tTd °: Q V ti V 0 U N H N H N H .Uni N v . . 00 ti Cp L41 H y 3 3 J W a G a s a a a a a , a a a lg. a o 0 0 c 00 O w a w a w w w w w w 3 w 3 w 3_w i� w w w w 6 C7 6 CD w a! Q 12 Kc1 'L. SECTION 00300.0 BID FORM SUBMITTED: NI0251 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID B 15-08: Bluford Avenue Stormwater and Utility Improvements Project (Re-Bid) NAME OF BIDDER: E'- i� // '!� BUSINESS ADDRESS: k O i i. )k7 / PHONE NO.:49'-M 1797 CITY, STATE, ZIP: ; i(, -' CONTRACTOR'S FEDERAL I.D.NUMBER- t l / 4C)8 CONTRACTOR'S FLORIDA LICENSE NO (VC 414,2J-4,P 62 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 Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to 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: G,f No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-1 (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress,performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. 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 Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract B15-08 Bluford Avenue Stornnvater and Utility Improvements Project(Re-Bid) 00300-2 Documents are generally sufficient to indicate and 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. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement(Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms(entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond(Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit(Section 00480) 4. Certification of Non-segregated Facilities(Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices(Section 00483) B15-08 Bluford Avenue Stonnwater and Utility Improvements Project(Re-Bid) 00300-3 i1 f ry v H c �l �� `.yam �( �� �` 'o C A r v" V:\�, h\ \ ` p a Q E V a 4. A '" �` r l'� `t , �\ (�p\\ r�`, v.l �y {thy, • ►. Ai \ v' CFI a a a d ■--1 zn va L V) `-1 v) va a s \� o 6 \ CC a co b E o •Aa 0 0 O:' ^ O O ..n O v1 O M ^ d• •-• M O O O V 1 00 M •c M cn l� D s �O �o �p vO N V1 N N N N Fl e a p G� NQ o 'O O 4. 1. . Cl) N c� Ti O Ti s 0 > v, U t C ° 0 . _ _ A�. bA O u O N U Q cW cl C .N-. s- �C 1 G1. a) O C O �' �' O 4~ +, P1 a- a.) 0 CA ti iQ o 00 a' o p ¢ " V °' 0 'o 0 to- fl .. aXi o H -i " o x j C7 A c -'g d E PA W G1 = 0 0 0 O W d `a 0. .�D .? b w d Stl „ ci U ° 1 b d d 'v co ti .fl 4J a 0 in N .,, 0 0 -, F .•N U cd E ,� CO i i i U H H U ai 1 c c$C) > ,∎o •E l `1 N aatt E ° c O O O c ciCA . vUV U U C) .I 4 C U W W vD ) w 0 P. w w 4 Q cl N M ••z v) N 00 O\ 0 ■•-■ N cn d' in \Q N 2 d C C O 0 0 0 0 0 0 0 O — •-a 4-' 2 ,-4 N N N N cV cV N N N N N N N N N cV N N V ■ ■ 1 eu CIL 1,) °a ° ,:,. S . t 1/4• 0.�� �` vs, e) 0 CA •: ' a E ` ` :12..,,.c.,.44 :..._.,z= c..),,--,...:: ..k.,_(v.). .,,,,,,,,..,,,, ,,,,,,,,,,‘ ,,,,.. ,... t2rosi-.. ,..,, , ,,,,.., ,.. ,,,,., - s. ‘3 -.) , c.•1 \-, -, ‘ c' 6 6 AI CZ cil a ' w w Q < Q d Q • Q d d d w w w w \a a w w w w w w w w w w ) a w i ,�, O M N v1 ,r M ,-- d' N N N O CO .. .-■ - N \O ,tt s a as o O E 0 Q O '7 O U r E � N N _°: F>' U a 0 0 au e.) a a' au U U U EA a r o ° H a• a a) a) p H H u " �--� 0 a) 4., '0.. p. • 0 ' 1 4' = c a ti ° o Q " i; I a) o 0 0 = ° V 0 0 0 rfd 4 Q w C. C7 C7 H' H a '. Fes' `� a 0 W H H E-• H H ° ° ° I. w .� , ,--.. �.. . 00 ° o .- > Q Q U `XIX • 4) > > w w w w w 4'4, r=4 ew �oo N ` °N 0 7 o _, 0 ° z ct OH E ° E ° EE E E E E Ems " E0 0E ° Eo a o o 0 o o ° 0 ° = a w N w ..V wV...w �..w w w w w w 00 w �- wu, w ..w .- ccs E O 00 Ch O .-. N r1 Cr v1 '.0 S 00 ON O - N M P. z N N N N N N N N N N M c� M M o N N N N N N N N N N N N N N N N U G.) au 0 0 0 b a (1 0 57.1 ..... i. -0 \k:,) % '.\■ ) . - ,, kk) C) NI) ' ' r"9 • (' ' = t Z ^i slt N N)' .j°.•,°-- ((‘,1 Q). ‘C..) ',5) Ni... I 11 F-■ z 0 r• el... N.,:.... 0 \ = \ `I) 4.0 C ^ VI 0a) * -0 a) N \ g .+g z N- ,,c \.. -, ‘>\\ ) A- ,, q.. .13 = a) is ....: ''‘`..' s■ N. \ \ O E 3... .9, 1:1-4 . -■-> ,- ... v) -y W -W Y L■-i•., w,-.- i,-.1-.-. w,- w)-- P)-..). \\\„\\„k > a) — E Y d N z,0, i., c. \ 0, C? J i=i1 ,_, & tr, cv .--, rq cr) ,-, 00 cr) ,.._, 0 ,t. l---• cn c-•1 •• C o la o cn Czo et o c 15 0 0 = 0 E '-' 1? 0 2 ,...... /....., ...S., ..4 0 U c..)-■ ....--, a) 0.) T.!) 0 O U .49 472. .te. (/) 0 0 •=:” — — cu sa. _ _ = a iii e, - i■t 7:r - - Co a) ci..) = .4.-. -0-1.-- p, ,....., v) v.) 0 •••-■ cV -.JD 0 - a) • ,........, ,....-, •-.., ,...-, •.-.., ......, • 0 0 .- 6. 0 ,C:`, i•-■ 1- c..) 0 .2 .0 0 (...) 0 -,r,% 8 -0 :g .4• • ,'”) .0 0 ,,71 1... 0 u :."--, r's C4 421 r) i:n Co +, 13 U '5 3 0 0 0 0 0 0 0 ,...., , „, E E tu. -- 4) ;c, ° 00 (I) 0 0 0 0 •kj 2-it r)(9 c'd • ..- .._., _ a 0„), ,c _. ,= ,.= ' Erl ,.? tn 5 F.I '' >) E-■ F4 H E.-■ H f--I ' 4.) 0 cc al cA' 0" (6 6' 0" 0" 0" )IIII 1 ,-1 `cf4 th CO •"=-1 r)) 7; v)+' Q. C--,i, 4 4; ,i; E •45. .. '.h *.o ' '"'' ' •- — .-a' i z b 0 '— '— <4 r., wu r, r., r, (ID U ,,.J ,..., c.) t,„ , . 0 -rs 1: , = 71 "0 v) d ''''' o >< i r=4 ' '..'+.5; E!.- F-i H H E-■ H •' ..4- P.. 11.). , ..4 Ei •^' W o '...2 (1-.) o 0 -0 -0 -0 -o -0 -o `') - {--1 cat 0 •■-■ "' 1, (I) (1) •^' 0 0 0 0 0 0 z 4-1 Cs.12, c.i., cn v) c,) '03 P4 P4 >-■ a) cn v) v.) cn v) cn ,. in ■0 N 00 CA © -, cV cn •:r kr) '.Q N 00 O\.ils Z cn cn cn cc) cn cc) CD 0 0 0 0 0 0 0 0 0 ,--i '-' CV CV CV cV Csi c-,i cii cn cn cr; cc; cli cci cc; cc; cr) cn ° (..) d U7 C) r `gin -�Z / �� , ^ `tom �.. n� ` U a 4 6 g In 4, f) ,1, a , -.. Z '''''") N."`,..) cr.,.. \k",) ,.',:,. -,.., .1,..s. .Nk- V2.:', , ., \r' 1 \ i:i P., N 0 a w w w w w a a w w E a w w w a V o I. 4--, w Qa 0�1 O� M N N v') N •--, .r ,-r .-, N — N v) ir) ,__, ,-, �� a >, N 7. 1" b ° N 0 E bn odn bn bn D I = bn LT.' •. .V = Gz. w w 3 0 0 'c:;:1) ° W W k 0 o ° ) aQi ❑ C� Al b o o W o �, 'q • a 4-i 1.71 Td a ' 3 3 N v1 N ,7 a' .-, — r3 - E 3 0) 0 0 060 ax Q p g X 00 t) a a A d ) x -d x •d r •d A cn d a 1J c Q C L - 0 C7 C7 _ 4) - ° - . k V) - a N z = c N N O = _ O c :O H �' \O 00 •-■ Co 00 ,--, '-' 4 •"' 4 0 4 00 ,--, 00 , .., CO a `•a Td d cd cc cd cd V V) = U V V mid> 4 > > s n N a 4) --•-+. a A _ A c d 5 4 4 > > 5 › s c a -d c 0 b -d b d -d v -d d ^d v -d 0 'd 0 C 0 ,,, N .N �+ .N.. . .V) .c) y, V) c_n cn cn ,d ,V) ,b ,V) „d ,U to Q) E = E = E z E z E E E E E E E E E E dE UwUw w w �w � '- w w w z wUwUw w w w w C al E ZO — N cn 'f � 'D h. 00 CA O — N m d- v1 vo P. O O O O O O O O O O •-' ^- '-' •--' ^' --, '—' U 1 J ( V -a) fl o r,,..,, `r c;.; N v m s J o Z 1 �� v \, ') * N. 4• "4 0 o • 1` . p" .tea :I---E8 o o` `J o N y `� `�` o b S iLi o o a ° V w \ S >)a N � a°' w w w w d ; b gio 0 5 ,.. w a a w v) v U tl O 6 0:) O G.' Q 3 C W a) 00 iial 1-1,� .O O oo M O\ Vi . . 0 Ca V 00 O Ii on 0 44 0 Qa ; 'b a� I •-G a a0i a 1. 7.V o o} u O E '0 a a s a 0 E 14. ca p O o.)i a q v C ^ .^ � II �4p cn F. r . -5= �a A w w w w › A N a) ' pa a) a, a� a� x tv ct ° _ O Iy .b •-• a G 00 4U-+ m cad 0 N V o `t .0 O O l f` 0 ~ Lt ~ CZ' ~ �'O O O O y p PA cd C a) C .c o 0 O a) a) a) N U a E C U y U U U U r O O 174 >, >c c d R � x • O a a { • 0 °w 6 . a ;3 co ) . o O — I v v O O +a' cn o c, ,_ i-, " „ O OU 4, d r r ,/ d A cC 374 N 0 d N 00 a O N N N a G4 Q H r-- 4 d 4 ' 'mot ,j (..) Z .~ c',1 cn 4 r' 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid,which are defined in the General Conditions and included as part of the Contract Documents,have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format,the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-9 Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or"equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City's • needs. • SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Manufacturer/Supplier 15050—Process &Utility Piping,Fittings,Valves, and Accessories Fittings A. Union B. U.S. Pipe C. Nappco D. American E. Tyler F. Trinity Valley G. Sigma H. EBAA • I. Smith-Blair HDPE Pipe A. Plexco B. Driscopipe • C. Lamson Vylon B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-10 Valves(Plug and Check) A. M&H/Clow B. Mueller(Check Valve only) C. Pratt D. Milliken E. Dezurik PVC Pipe A. CertainTeed B. Can-Tex C. North Star D. J-M E. Capco F. H&W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections A. Mueller Meter Valves/Corporation Valves A. Mueller Polyethylene Pipe A. EndoCore Trace Wire A. Kris-Tech B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-11 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Sp ec (Indicate Whether Item or Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) ■ Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-12 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) r. "/ doing business as / , Business Address: / Phone No.: Florida License No.: PARTNERSHIP (SEAL) (Partnership ame) (Gener.. Partner's Signature) eneral Partner's Name) Business address: Phone No.: Florida Lice se No.: _ B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-13 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION i / 7 ( 6---(CL'R , ce% (Corporation Name) 0 (/State of IncorporatioOekr/) By (Name of person authorized to sign) zeitle) ; M jl,*' t�ttrt.a.z'd jgn tune) ,mot te4 ivi (Corporate Seal) Attest , �.. r��n ge,-vt ''1 -) 1 y 1 Business address: f � iirCi Phone No.: //" Corporation President: -ix-041.w Florida License No.: (,,,.old C A-V:/i £r' 1 B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-14 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address By Name) (Address) Business Address: Phone No.: Florida Lic: se No.: (Each joint venturer must sign. The manner of signing fo -ach individual, partnership, and corporation that is a party to the joint venture should be in th- manner indicated above.) Florida License No.: B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-15 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: YYLJ(' 47/4 d L"�.,,)� o)f?6 Surety's Address: `/OjOXt9i 14620/d/4 - v# 7 14. Name and address of Surety's resident agent for service of process in Florida: j 490 lfektk20,1ei/a( -0 B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-16 i CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEnBY,C Y that a meeting of th B© rd of Directors of ,_ f_' /"`r( XC" ` .- -h i ,a corporation under (Contractor's Cor•• e gme) C- ,j the laws of the State of III 4 c4 , held on the day of �`r 1 /t (. , 2015, the following resolution was • a' 1•assed . d adopted: t/ 7 'z . +/, "-.-_./A `off "RESOLVED, that - _ G , ' si nature of individual) ----- (typed name of individual) '• / r as j#,/, ( 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 B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 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 WHE have hereunto s-, my hard and affixed the official seal of the corporation this day of . "4 i5 2015. p.PORATE SEAL) ' t.Ct.aorate Secretary) 4..., Vein / (Corporate Cor ' STATE OF iGd1`6' . ) CITY OF 'C;.td- '-- - " The for • • s rument wa ac no led ed before me thisC"Y�../' day of I'• "I , 2015 by 17( . I �v y -, (name of officer or agent, title of office,• r agent), of rii'Yi e 14fif ciiCl, (name of corporation acknowledging), a )4'(J t,16)(1.. ' _ (state or place °oaf` incorporation) corporation, on behalf t e corporation. H�/She is personally kno to me or has produced identification ,/ (type of iden f a. .,fit dentificat'on and did/did not take an oath. f f � L -_-- " (Notary1't}}.lic) A /J r'. �•>s`' Notary Public State of Florida My Commissith'Expires: (P1 f�s�t_,/ < . Use Jones J My Commission FF 212900 END OF SECTION q n Expire•042019 1315-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) 00300-17 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company. DATE: Or" /.. J PROJECT IDENTIFICATION: City of Ocoee B15-08 Bluford Avenue Stormwater and Utility Improvements Project(Re-Bid) NAME OF BIDDER: J7 /� � �C c �� (� r �,y ' lV BUSINESS ADDRESS: /44H r 3 � ` / 'U/' [7j ''� 7/7 TELEPHONE NO 40(7-6561799 EMAIL 61e4 Vt C-,C CONTRACTOR'S FLORIDA LICENSE NO (L 4 C/ 2 ' '(se' The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. I. How many has your organization been in business as a General Contractor? A yrai - 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and natur as the one proposed? `Ai�yi'C /1 r '/14,44.7`e---,2-I 'f C> (f l f///7k7�"�.a l '�� 4 J 4 /de- ./d -- ,/,;; ; - 5 .' mil![ i, 26t., ID '6 :. ,'"." it g`t / 1 isir k i ,,' f (otab O-F fi , 3. Have you ever f ' ed to complete work awarded to you? If so, where and why? 4. Name three (3) municipalities for which you have performed similar work and contact j person: ,Aafra 4keze.,,,,--- , -r. ' _.' L 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems ith the site and _our op s� olutions? ' /i? --1 77.12 d1. B15-08 Bluford Ave Stormwater&Utility Improvcmcnts(Re-Bid) • 00301-1 6. Will you Subcontract any part of this Work? If so, describe which portions and the perce Cage of the project: 16-0, 7. What equipment do you plan on using to complete the Work? • I F79 e 8. State the true and exact, correct,and complete name under which you do business. Bidder is: /`1 C C , 1315-08 Bluford Ave Stoi mwatcr&Utility Improvements(Re-Bid) 00301-2 SECTION 00301-A SUBCONTRACTOR& SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No < Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, 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/Supplicr List with Final Payment Request. COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 4,0r°�i/jG'?�. izl '.4'c:,J1� f�,. ;v�� f _ 190!''f�K�fri_v ifreM ` J00 -101-47.--N, -,9,9, '.- 2 c!`crt y 1 1 r< &" 4:474 ..d 45-7.5 7 CRL77/ fle-,�" ' . - a-4e w /o ` eg ao rLj._ A o�-7 ,,)it ' , AL �- ci,-4-1,-, c9 - 4: . 0/% 40 4Y7-. .7/.. / 1 4 ,X,d//c`,.1 X.. CJ/t,'L /t; 3 1 Ce:li itc=4Lt Ad:/ii '/ 4 /0 -40 (p—z'O�7'7 � � 5 ,W. rj4< ` ' 6 9f..1s 11>3i! c, 1 e //,�7f//c ,m75,4 �t7 K 0 / /MA(t/2,1-,W_9( c3 70! ) 4017— ,1'*4.. 040E : ll� 7 /71,/(1,A"�`E;;e act' &/wr=y :. --7.1 -rX).Y j END OF SECTION B15-O8 Bluford Ave Stormwater&Utility, Improvements(Re-Bid) 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 Unit of Measure Measure Unit Unit Extended (Description) (LF,SY) (Quantity) Cost Cost A / ? a27 $ / if $ 0 • . B 44:—.. .41GX Al ,5( - $ $ /�/ c $ $ D $ $ _ TOTAL $ c"i d i t`� BIDDER: Ale,t , , L/i -"Jr'/.. •, (4) SIGNED x -''_-/_/�i / � (Print or type name) TITLE: > C✓ —'mot../��/ DATE: Q8 5----/ 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 B15-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 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: 1. 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 an Chapter 893 or of controlled substance law of the United States p any 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. B15-08 Bluford Ave Stormwater&Utility, Improvements(Rc-Bid) 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirement . I Bidder: 1 . Signed: .."` .// ,,..i �1 By: r/ let. J�t �CJC , i ( ----_. Y 1 ( int or Type Name) r 'r I Title: Date: 0 8 .1 —r 0 END OF SECTION 1 B15-08 Binford Ave Stormwater&Utility Improvements(Re-Bid) 00303-2 SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of frve percent (S%) of the contract bid i KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, DeWitt Excavating, Inc. , as Principal, and Westfield Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of (5 percent of the Contract Bid) $Five Percent of bid— (5% of Bid) (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 25th day of August , 2015. 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 Project: "B15-08 Bluford Avenue Stornrvater and Utility Improvements Project (Re- Bid)" 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. B15-08 Btu ford Ave Stormwater&Utility Improvements(Re-Bid) 004I0-1 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 clays 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. 6. 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 intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length, If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision B1S-08 I3luford Ave Stormwater&Utility Improvements(Re-Bid) 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 terns "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 D idder is SOLE PROPRIETORSHIP, complete this signature block. /17 — (1) (lnclit idual's Signature) (Witness) (2) (In 'vidual's Sig shire) (v itnes doing business as (SEAL) (Business Addr- s) 0/ (Telephone No.) (Florida License No.) 1315-0813hiford Ave Stormwater&Utility Improvements(Re-Bid) 00410-3 If Bidder is PARTNERSHIP, complete this signature block. (1) attic) (Witness) r r i (z) (Gel eral Partner's Sig! tune) ( . itness) • (Generalier's Name) .41& (S ,AL) usiness Ad. .ss) (Telephone No,) (Florida License No.) • • 1115-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 00410-4 If Bidder is CORPORATION,complete this signature block DeWitt Excavating, Inc. ( Aka �",./�/ I -- Name) (W' •.$) Michigan (2) ii _. .."--`--e (State,of'Incorporation) (Witness) r� - / „ By: ' ' � rar / (Name'of Person A'ithorizeci to Sign- See Note I) -777E01 5 - L)' __ (SEAL) 4,14, --A 64.e4t//(' . (Title) ",./"-;----"-....27,10e (Authorized Signature) } 4 C l /! r l ✓ (Corporation President) 14463 W. Colonial Drive Winter Garden, FL 34787 (Business Address) _ – �407 656 1799 0(Telephone No.) (Florida License No.) I ,. 1315-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 00410-5 SURETY Witness: (If agency is not a Corporation) Westfield Insurance Company (Surety Business Name) (1) (Witness) PO Box 5001 Westfie.A._ Center It 44251. ,rincipal P •• of Business) (2) (Witness) By: Al (Surety Agen t'x gnature-See Note 2) Attest: (IfA-enc : Corporation) Robert G. Chapman l:;,.�, /,�/r (Surety Agent's Name) ',l.I orate ecr•tat ignature) Attorney—in—fact Judith M. Peterson (Surety Agent's Title) (Corporate Secretary Name) David Chapman Agency (Business Name of Local Agent for Surety) (Corporate Seal) 5700 W Mt Hope Hwy Lansing. MI 48917 (Business Address) 517-321-4600_ NA _ (Telephone No.) (Bond No.) NOTES: (I) 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, I115-08 Milford Ave Stortmvater&Utility Improvements(Re-Bid) 00410-6 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Michigan ) COUNTY OR CITY OF Eaton County ) Before me, a Notary Public,personally came Robert G. Chapman known to me, and known to be the Attorney-in-Fact of Westfield Insurance Co. , a. Ohio Corporation, which (Surety Company) (State) • executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Westfield Insurance Co. 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 ,Westfield Insurance Co. (Surety Company) 2015 Given under my hand and seal this 25th day of August , Za ,_' C J1/1 __..gin .¢--- (Notary Public) Julia C. Ferree My Commission Expires June 25, 2017 END OF SECTION 1315-08 T3luford Ave Stormwater&Utility Improvements(Re-Bid) 00410-7 • THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER 0 AND ISSUED PRIOR TO 02/09/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 2141182 06 Power Westfield Insurance Co. ' of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office In Westfield Center, Medina County, Ohio,do by these presents make, constitute and appoint DAVID G. CHAPMAN, ROBERT G. CHAPMAN,CLOYD W. BARNES, MARCIA J. MILLER,NATHAN G. CHAPMAN, JOINTLY OR SEVERALLY of LANSING and State of MI its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact, may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of FEBRUARY A.D.,2011 . x,,......41 ,l' ,.,,,..Il,l„, '• III Corporate ,.••aSuR��, ;,,,•j`ONA(,A,,,,, �NSU ,, WESTFIELD INSURANCE COMPANY seals tIQr,.••••••.,P�%� ..P,.• ?/pG,, ;,;p$........4/1,:, WESTFIELD NATIONAL INSURANCE COMPANY Affixed v;• •es■ ;`t ,:...9.., ••-A' `�: ° •'t�' OHIO FARMERS INSURANCE COMPANY ( tSEAL ) 1 : SEAL 121 13e Vf• .ay. �� �'. ::a 184 8 .'a= �` i o/Ora e /..Y-j7 State of Ohio ”"°` By Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 09th day of FEBRUARY A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial I /co.^l,, ,s."..„ I �/. 4..g4,4,....L. Affixed �Pa,Y, '• ,'; / •, �.• - . William J. Kahelin, A .rney at Law, Notary Public State of Ohio X kfl :`;r' '. /o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: • .q .• , reoro I, Frank A. Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 25th day of August A.D., 2015 . . +o,.., ,1i(~„4M' ,0,,„1(�NA(0,,1 •, .«Iwun,4,,, va '�c� -� �;F.- ,,,....,!tis;•. ���SS\NSUIP,.4,'., • Wes' ,es, '' n: ;'o; Gp` '.tip•''' + *• 1`‘�'� Nt. :X .SEAL. m/_ ', •'CNARTEREp:3 �'� t SEAL�} ro 'Ni =g�:• :sE Secretary a .'N. ,,y1 f..N*;, ;'•• ,:o %o.1848;�., Frank A. Carrino, Secretary BPOAC2 (combined)(06.02) SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF\.--r/C14G� ` COUNTY OF /1J'f�r 't -„) ) `- - ,O .2-11, / • , being first duly swore deposes and says: 1. He (it) is the ``"T 1 -_0/6-‘ -1_/l '"- ----- (Owen Paa'tner, Officer-Re •esentative or Agent) of ij J°Yi• f f t/iC-� " (/r- ric , the Bidder that has submitted the attached Bid; l 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; i 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder not 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; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employe or parties in 'nterest, including this affidavit. B Y ' %/�/ • Title: `"1 Y ",-//61_ l 1115-08 Bluford Ave Stormwatcr&Utility Improvements(Re-Bid) 00480-1 i ./ fl Swor subScr'bed before me this day of � ,201�in the State of J�fOi4C , County of fir(- i ,//0,4, ---- Notary Public ■ ../A, `JAY e r My Commission h .ires: .00 Notary Public State of Florida END OF SECTION Lisa Jones tcli$ My Commission FF 212900 ten. Expires 04/22/2019 ■ i i 1 B15-08 Biuford Ave Stormwater&Utility Improvements(Re-Bid) 00480-2 I 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 8 U.S.C. 1001. Date 1!it , 20 /�f � c., /IC /. A■401..-41114X,410._ By: C--47,11rArill iF. 4/..c.j"/4_,(e,,,t. ----- „ (Title) Official Address (includin Zip Cod :ino/. Vg.121a, fr i 9 -7017 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION B15-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 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. 1. This sworn statement is submitted to City of Ocoee, Florida by ,X6111i by e------7- 7,:? /, sd(Wiff:-7, -^r: /' / . .. (Print individual's Name&Title , , , ,. whose business address is /4-163 a f r f ,�,.._. , , fti-e,.- .0---a-lc--- c °712' 1 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 B15-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 00482-1 i 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, j 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 e 'ty submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) 1 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 GOg`of—/(1% . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE i THRESHOLD AMOUNT PROVIDED 1N SECTIO 287.017, FLORIDA STATUTES FOR ire CATEGORY TWO OF CHANGE IN THE INF• c�►�ATIO -CONTAINED IN THIS FORM. — r3 a°may ig_naature) Date: V O ,�X /-' B15-08 Bluford Ave Storm eater&Utility Improvements(Re-Bid) 00482-2 l4->-- Wr.- Z--7---E'--- 7r -,'72) Name of Bidder(Con ract• I . STATE OF )r t ---- COUNTY OF f ` %li L- PERSONALLY APPEARED EFORE ME,the undersigned authority, ` /A r(«J j/� (' /(( who,after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this . day of taJ71------- , 204— Notary Pr •lrc ��ti.....1.r My Comi on Exp'res: M �� Notary Public State of Florida ;tr • Llea,Jones d My Coma-404°n FF 212900 wn ire•04/22/2019 END OF SECTION B15-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 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 • ctive construction contractor or subcontractor. I certify that: (1) I have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have particip e.1 in previous contract or subcontract subject to the Equal Opportunity Clause,I �t 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. 1 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 low- -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain sI , -rtific.t'. : in my files. /Date O O/ , 20 e B y: /.1.!!'// ��i "— ignature of .ut orized Official) /4 1,// - --- (Name of Prospective Construction o• • ctor or Subcontractor) 4/ 443 W i ' -)./ .13/1s vel /1/7frAdde t-g7I7 , (Address of Prospective Construction Contractor or Subcontractor) 7 -/79? -136-1B/ BOOB , (Telephone Number) (Employer Identification Number) END OF SECTION I. B15-08 Bluford Ave Stormwater&Utility Improvements(Re-Bid) 00483-1 79%5,¢20/5 • Florida Department of Transportation RIC%SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee, FL 32399-0450 SECRETARY June 24, 2015 DEWITT EXCAVATING, INC. . 14463 W COLONIAL DR WINTER GARDEN FL 34787 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2016. However, the new application is due 4/30/2016. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3) , Florida Administrative Code:' Your company's maximum capacity rating has been established based on X Audited Reviewed financial statements. To access it, please log into the Contractor Prequalification Application System via the following link: https://www3.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING FOOT APPROVED SPECIALITY CLASSES OF WORK: CONCRETE CURBS, SIDEWALK AND MISCELLANEOUS STRUCTURES. You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3) , Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, Alan Autry, Manager Contracts Administration Office AA:cj www.dot.state.fl.us of" STATE OF FLORIDA a.� 4sr`t . fi DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION V'' .*---4/..1;.;* CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 `t ,et ' 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 NATTRASS, JAMES E '' ' DE WITT EXCAVATING INC 14463 W COLONIAL DRIVE WINTER GARDEN FL 34787 l ,t {'.- I'*`r,t;'' , Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and 1..lry. Professional Regulation. Our professionals and businesses range f, f ` STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, t, 3 DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. " PROFESSIONAL REGULATION I Every day we work to improve the way we do business in order to CUC1225226 ISSUED: 04/29/2015 serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more information CERT UNDERGROUND&EXCAV.CNTR about our divisions and the regulations that impact you,subscribe ,JAMES E to department newsletters and learn more about the Department's DE WITT EXCAVATING'INC ; 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, Is CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiration dale:AUG 31,2016 L1504290000591 ■ i DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD -r?° LICENSE NUMBER f` r P e^. CUC1225226 Vli 1',q `'e' The UNDERGROUND UTILITY& EXCAVATION CO '', ' Named below IS CERTIFIED �, Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 NATTRASS, JAMES E '—i `1 DE WITT EXCAVATING INC . 7 it 14463 W COLONIAL DRIVE �,'' � ° WINTER GARDEN FL 34787 •�ti.:I-• ISSUED: 04/29/2015 DISPLAY AS REQUIRED BY LAW SEQ# L1504290000591 yorte stye,",.. STATE OF FLORIDA ' aW '� °..n �g p p �1 /y s. P,__,�� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION F ,',,v ,1 CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 `'"EanT ' 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 n��i t,r ' s' 9,g_ NATTRASS, JAMES EDWARD + 1 `:, DE WITT EXCAVATING INC 14463 WEST COLONIAL DR. WINTER GARDEN FL 34787 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range ?sT-ka, STATE OF FLORIDA from architects to yacht brokers, from boxers to barbeque restaurants, 5 DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. \;; PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CGC061686 ISSUED: 06/09/2014 serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information CERTIFIED GENERAL CONTRACTOR 1 about our divisions and the regulations that impact you, subscribe NATTRASS,JAMES EDWARD 1 to department newsletters and learn more about the Department's DE WITT EXCAVATING INC 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, IS CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiration date:AUG 31,2016 L1406090000981 , t i DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (qp�-"� Kt p'skTS Y"� ( Ki LICENSE NUMBER bOicI CGC061686 �a� . " s' The GENERAL CONTRACTOR Sid F'( s $ ° Named below IS CERTIFIED LT3 Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 NATTRASS, JAMES EDWARD �.• DE WITT EXCAVATING INC •, " ITa' 14463 WEST COLONIAL DR. } ,I�i'' WINTER GARDEN FL 34787 r{ �.- ISSUED: 06/09/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1406090000981 II ;cot t r aid©Dph, Tax Collector, Local Buslriess Tax Ric&upt Orange County, FHor LL its local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance.Businesses are subject to regulation of zoning,health and oth, wful authorities.This receipt is valid from October 1 through September 30 of receipt year.Delinquent penalty is added October 1. 2014 EXPIRES 9/30/2015 1814-0007230 1814 CONTR-UNDERGROUND U $40.00 11 EMPLOYEE TOTAL TAX $40.00 ) '' , REGULATED WASTE $50.00 } , DEWITT THEODORE D /A .> PREVIOUSLY PAID $90.00 I TOTAL DUE $0.00 ;11DEWITT EXCAVATING INC p DEWITT THEODORE D 14463 W COLONIAL DR 1 14463 W COLONIAL DR C-WINTER GARDEN,34787 1 r`r, F o WINTER GARDEN FL 34787-4214 PAID: $90.00 0098-00633907 7/30/2014 This receipt is official when validated by the Tax Collector. • • • • • CITY OF WINTER GARDEN W...� .F., 300 WEST PLANT STREET ® WINTER GARDEN, FL 34787 III 111 T l R P: 407.656.4111 UWVW.WINTERGARDEN-FL.GOV GfIRD { fl WINTER GARDEN•A charming little city with a juicy past. LOCAL BUSINESS TAX RECEIPT FOR CITY OF WINTER GARDEN Business Name: DEWITT EXCAVATING INC Location: 14463 W COLONIAL DR Receipt No: 16-00001884 Class: LAND CLEARING/EXCAVATION Tax/Add'tl Tax: $86.00 $ Issue Date: August 13,2015 Late Penalty: $0.00 Expires: September 30,2016 Total Paid: $0.00 Restrictions: MAX OF 1 VEHICLE Comments: MUST COMPLY WITH LOCAL BUSINESS TAX REQUIREMENTS DEWITT EXCAVATING INC 14463 W COLONIAL DR WINTER GARDEN FL 34787 BUSINESS TAX RECEIPT MUST BE POSTED IN CONSPICUOUS PLACE AT ALL TIMES. ***PLEASE NOTE THE TOP PORTION IS YOUR LOCAL BUSINESS TAX RECEIPT AND IS PAID THRU SEPTEMBER 30th OF NOTED YEAR ABOVE *** 1. Business Tax Year is from October 1st through September 30`h. Tax fees are prorated after April 1St as a half-year fee. 2.All new commercial business tax must be inspected by the Fire Department to meet all applicable state and city code requirements.You will be contacted to make arrangements for your inspection. 3.An Orange County Business Tax must be paid AFTER YOU HAVE BEEN ISSUED THE WINTER GARDEN BUSINESS TAX RECEIPT.They are located at 201 S. Rosalind Ave, 2nd Floor, Orlando, FL(407)836-5650. Detail by FEI/EIN Number Page 1 of 3 lii i FLORIDA DEPARTMENT OF STATE �;, DIVISION OF CORPORATIONS sins . .� ,, FY Detail by FEI/EIN Number Foreign Profit Corporation DE WITT EXCAVATING, INC. Filing Information Document Number 847022 , FEI/EIN Number 38-1818208 Date Filed 09/22/1980 State MI Status ACTIVE Principal Address 14463 W. COLONIAL DRIVE WINTER GARDEN, FL 34787 Changed: 01/03/2012 Mailing Address 14463 W. COLONIAL DRIVE WINTER GARDEN, FL 34787 Changed: 01/03/2012 Registered Agent Name & Address SEVERNS, ANN L 14463 W. COLONIAL DR WINTER GARDEN, FL 34787 Name Changed: 02/26/2002 Address Changed: 02/22/2010 Officer/Director Detail Name &Address Title President DEWITT, THOMAS A 14463 W. COLONIAL DR WINTER GARDEN, FL 34787 Title S/T http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 8/25/2015 Detail by FEI/EIN Number Page 2 of 3 SEVERNS, ANN L 14463 W. COLONIAL DR WINTER GARDEN, FL 34787 Title VP DeWitt, Timothy A 14463 W Colonial Drive Winter Garden, FL 34787 Annual Reports Report Year Filed Date 2013 01/21/2013 2014 02/27/2014 2015 03/05/2015 Document Images 03/05/2015--ANNUAL REPORT View image in PDF format 02/27/2014 --ANNUAL REPORT View image in PDF format 01/21/2013--ANNUAL REPORT View image in PDF format --ANNUAL REPORT View image/03/2012 e in PDF format g 01/12/2011 --ANNUAL REPORT View image in PDF format 02/22/2010--ANNUAL REPORT View image in PDF format 01/12/2009 --ANNUAL REPORT View image in PDF format 01/21/2008 --ANNUAL REPORT View image in PDF format 01/11/2007--ANNUAL REPORT View image in PDF format 04/27/2006 --ANNUAL REPORT View image in PDF format 06/15/2005 ANNUAL REPORT View image in PDF format 02/25/2004 --ANNUAL REPORT View image in PDF format 04/16/2003--ANNUAL REPORT View image in PDF format 02/26/2002 --ANNUAL REPORT View image in PDF format 02/19/2001 --ANNUAL REPORT View image in PDF format 02/23/2000 --ANNUAL REPORT View image in PDF format 03/05/1999 -ANNUAL REPORT View image in PDF format 03/19/1998 --ANNUAL REPORT View image in PDF format 02/25/1997 --ANNUAL REPORT View image in PDF format 04/29/1996--ANNUAL REPORT View image in PDF format 04/21/1995--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 8/25/2015 Licensing Portal - License Search Page 1 of 2 4:12:13 PM 8/25/2015 Data Contained In Search Results Is Current As Of 08/25/2015 11:08 AM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type Name Type Number/ Status/Expires Rank Certified Underground DE WITT CUC1225226 Current, Active Utility and EXCAVATING INC SBA Cert Under 08/31/2016 Excavation Contractor Main Address*: 14463 W COLONIAL DRIVE WINTER GARDEN, FL 34787 Certified Underground NATTRASS, JAMES CUC1225226 Current, Active Utility and E Primary Cert Under 08/31/2016 Excavation Contractor Main Address*: 14463 W COLONIAL DRIVE WINTER GARDEN, FL 34787 Back Hew " rte' * denotes Main Address - This address is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business is physically located, 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida_Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455,275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with https://www.myfloridalicense.com/w111.asp?mode=2&search=LicNbr&SI... 8/25/2015 DBPR - NATTRASS, JAMES E; Doing Business As: DE WITT EXCAV... Page 1 of 2 4:12:21 PM 8/25/2015 Licensee Details Licensee Information Name: NATTRASS, JAMES E (Primary Name) NG INC (D BA Name) WITT EXCAVATING ( ) Main Address: 14463 W COLONIAL DRIVE WINTER GARDEN Florida 34787 County: ORANGE License Mailing: LicenseLocation: License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225226 Status: Current,Active Licensure Date: 04/29/2015 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/29/2015 Business Alternate Names View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1345 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=0B5876C0... 8/25/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below Is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMs)are available to the public, regardless of whether any appear below,and may be rep The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ut For more Information about CAM complaints, please visit the CAMs page. Name: The Status and Discipline Description below Is only the status of a complaint.To see the status of this license select the"Back"button Number Class Incident Status Disposition Disposition Discil Date Date Date 1940 North Monroe Street,Tallahassee FL 37399::Email:Customer Contact Center::Customer Contact Center:050.487.139! The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Plorida.Privacy Statement Under Florida lacy,email addresses are public records.If you do not want your email address released In response to a public-records request,do not send electronic mail to this entity.Instead, contact the office by phone or by traditional mall.If you have any questions,please contact 850.407.1395.`Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.roust provide the Department with an entail address If they have one.The entails provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chanter 455 page to determine If you are affected by this change. • https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=6063332 8/25/2015 DBPR- NATTRASS, JAMES E; Doing Business As DE WITT EXCAV... Page 1 of 2 4:12:38 PM 8/25/2015 Licensee Details Licensee Information Name: NATTRASS, JAMES E (Primary Name) DE WITT EXCAVATING INC (DBA Name) Main Address: 14463 W COLONIAL DRIVE WINTER GARDEN Florida 34787 County: ORANGE License Mailing: License Location: License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225226 Status: Current,Active Licensure Date: 04/29/2015 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/29/2015 Business Alternate Names View Related License Information View License Complaint 1940 North Monroe Street,Tallahassee FL 32399 :: Email. Customer Contact Center :: Customer Contact Center: 850.487.1395 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=0B5876C0... 8/25/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMs)are available to the public, regardless of whether any appear below,and may be real The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ur For more information about CAM complaints,please visit the CAMs page, Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button Number Class Incident Status Disposition Disposition Dlscil Date Date Date 1940 North Monroe Street,Tallahassee FL.32399::Email:Customer Contact Center::Customer Contact Center:850.487.139. The State of Florida is an ANEFO employer.Convr alit 200Z•2010 State of Florida,PrIVata Statement Under Florida law,email addresses are public records.If you do not want your email address released In response to a public-records request,do not send electronic mail to this entity.Instead, contact the office by phone or by traditional mall.II you have any questions,please contact 850.407.1395.'Pursuant to Section 455,275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an ernalt address If they have one.The emalls provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chanter 455 page to determine If you are affected by this change. • https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=6063332 8/25/2015 I • 41C1° . . 4.,,,,. (�0 0d' cr) N T 1 6 o 9 V d co o oes h � ,� a).0.. co • O 3 (o T C 0 Q T• m - N ce Q) ll� I` N c w C O cu co M O > O *'C O _c - y < E 16 N 0 =,p L !1 U O m m / wW Ki4 . 4; , i \\ / N Ak_ „I , 0 in a) mil o Q 0 X 2 h. 5 . 0 0 cr (I) : ii-- . ,. (in . cc . . ..... u. , . , , . W p; o W o � z /� i a' VWl° 0, P 1% W R z t E� o �- 7 z. i U ' �4 c.) (/),, O o 0 � Z Q 0 o 0, x'a O H 0. y o g Ez 7 c) P 0 ,r, 7., , . ., ,, ___, 7 IIJI S € tl O0 ciD 44 ® / '0 M M Q O h h "�1 0 1 l N 7 h �lCn M o C o C Q N h 0 a a a q ■ ( ri ri ri ri ri ri\'00sae Q rl 0 fx 0 ,nry. H cz , . y LI, 4..i 3 z , -.,, , ,. . . . ,..c., ,,,, g 0 H . t/ ri) Cn Fo, a ,,,'1 , -,. , =,-, =,1',,,, O O w p 2 C e ja �0. h 0 wwww F c.0 4]F-.,E.�COOC OtiC44(4000 OO C UhO7.oUCOOC O 0 w 4.1 Z ti'Z ti a. y ® O p w w ti z 4 1 � u0 � • z 00. U o U o 1-4 44 3 U 0., a � J h U U w? O2a O j *C7'., O ti O W O O O R• h am4 4�0 Q ti 'O z h ti N en p. ti Cq q N ry `ZO w M ^ 0 ~ . N `� 0 4y tiy,4 2�j0 SECTION 00020 INVITATION TO BID #B15-08 BLUFORD AVENUE STORMWATER AND UTILITY IMPROVEMENTS PROJECT (RE-BID) OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department/Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee,Florida 34761,until 2:00 pm,local time,on August 25,2015. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be constructed in accordance with the drawings and specifications prepared by 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 for the furnishing, delivering, and installing of all materials, equipment,incidentals,and services,including all labor for the work which is generally described as the following: • The construction work set forth in these contract documents is to be completed along Bluford Avenue and Lakewood Avenue in the City of Ocoee as shown on the Drawings. • This project includes construction of new drainage collection system along Bluford Avenue along with substantial Utilities as shown in the Drawings and listed in the Invitation to Bid. • The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all work required by these Specifications and as shown on the Drawings. • The Contractor shall perform the work complete, in place and ready for continuous service, and shall include repairs, tie-ins,testing, permits, clean up,replacements, and restoration required as a result of damages caused during this construction. • The Contractor shall furnish and install all incidental materials, equipment, and labor which is reasonably and properly inferable and necessary for the proper completion of the work, whether specifically indicated in the Contract Documents or not. B15-08 Bluford Ave Stormwater&Utility Improvements(Re-bid) 00020-1 • The Contractor shall comply with all County, State, Federal, and other codes and regulations applicable to the above construction work. 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/Departments/Finance/Purchasing/home.htm. 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. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty-four(24)hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre-bid Conference: None scheduled at this time. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent(5%)of the bid price,and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety(90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B15-08 BLUFORD AVENUE STORMWATER AND UTILITY IMPROVEMENTS PROJECT(RE-BID)"and the bidder's name,address,and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. B15-08 Bluford Ave Stormwater&Utility Improvements(Re-bid) 00020-2 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.] 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. City Clerk OCOEE, FLORIDA END OF SECTION B15-08 Bluford Ave Stormwater&Utility Improvements(Re-bid) 00020-3