Loading...
Item #08 Approval to Award Bid #B17-01 White Road Roadway & Drainage Improvements Project to Stage Door II, Inc., in the Amount of $405,960.00 ocoee florida AGENDA ITEM COVER SHEET Meeting Date: January 3, 2017 Item # Reviewed By: 'nn' Contact Name: Joyce Tolbert Finance Manager: e% �L%�1 Y k.Nu Contact Number: 1516 City Manager: Subject: Award of B17-131 White Road Roadway & Drainage Improveme •roject 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 White Road Roadway & Drainage Improvements Project. The White Road Stormwater Retrofit Project primarily consists of the installation of an exfiltration trench system with required pipe connections for subsurface storage and treatment. The project location is at the White Road intersection of the White Hill and Cambridge Subdivisions. Pipe diameters including 15-inch and 18-inch will be required to drain and minimize the flooding at the subject intersection. In addition, the project includes removal of existing asphalt areas, construction of a landscape island on White Road, and 3-inch milling and resurfacing along White Road. The bid was publicly advertised on October 23, 2016, and opened on December 14, 2016. A pre-bid conference was held on November 16, 2016. There was a total of Seven (7) bids received ranging from $405,960.00 to $620,635.01. 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 Stage Door II, Inc. for $405,960.00 as the most responsive and responsible bidder, per the attached recommendation from Steve Krug, Public Works Director. The bid is lower than the Engineer's estimate of $446,677.88. The table below is a listing of the bids received. Bidder Total Bid 1. Stage Door II, Inc. $405,960.00 2. Cathcart Construction Company-FL $421,810.00 3. Estep Construction, Inc. $461,112.05 4. Can& Collier, Inc. $466,870.00 5. MCG Services LLC $478,306.00 6. Schuller Contractors, Inc. $489,940.00 7. Atlantic Civil Constructors Corp. $620,635.01 Issue: Should the City Commission award the bid for the White Road Roadway and Drainage Improvements Project to Stage Door II, Inc., as recommended by the Public Works Director? Recommendations: Staff recommends that the City Commission award Bid #B17-01 White Road Roadway and Drainage Improvements Project to Stage Door II, Inc. in the amount of$405,960.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority 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. Stage Door II Bid 4. Invitation to Bid#B17-01 5. Addendum 1 6. Addendum 2 7. Addendum 3 8. Plan Sheet Cover Financial Impact: The Stormwater Capital Improvement budget includes $525,000 for this project; $125,000 from the FY 16 budget and $400,000 from the FY 17 budget. Type of Item: (please mark with an `k') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 ocoee florida Mayor MEMORANDUM Rusty Johnson Commissioners Date: December 20, 2016 John Grogan District 1 Qcoee Public works Team To: Joyce Tolbert, Purchasing Agent Rosemary Wilsen - District 2 From: Stephen C. Krug, Public Works Direc or = , Richard Firstner -.► District 3 Improving o great community RE: Contract Award Recommendation. Joel F.Keller District 4 City Manager Public Works recommends award of the White Road Roadway Robert D.Frank Drainage Improvements Project, Bid No. 17-01, to the lowest responsive bidder, Stage Door II, Inc., of Apopka, Florida, in the amount of $405,960.00. The City received seven responsive bids from contractors with the low bid below the Engineer's estimate. The Contractor has been in business for over 40 years in Central Florida. Public Works contacted other municipalities in Central Florida to confirm Stage Door II has successfully completed projects of similar size and scope. This project provides improved stormwater treatment in the Lake Lotta Drainage Basin and will reduce flooding on White Road during rain events. The project is adequately funded in the Stormwater Capital Improvement Program. The White Road Roadway Drainage Improvements Project, located at the White Road intersection of the White Hill and Cambridge Subdivisions, will provide subsurface storage and treatment to minimize flooding at the subject intersection through the installation of a burned exfiltration trench system and required pipe connections. In addition, the project includes the removal of existing asphalt areas, construction of a landscape island and 3-inch milling and resurfacing along White Road. The project is located in the Wekiva River Basin area. City of Ocoee •301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905-3170•www.ocoee.org a O a O O a a a O a 06 a O O a a a 0 S O O S a O a a V g $ g g g g g 3 g g 3 g gg o 8 i q g $ Qg g n g g G d N O N N O N N . W q M NN q _ c P O O r A N .6 M M N N N CV N N p N N N N N N N _ J N O iq •). m $ ' 1) Q O a 8S O O p O O S p S O p S p S 3 OO H a S p S O 5) m a 8 p S N G A D N p N N g g s N N N O 3 N y NO N M N N e M N N N N O y N 0. N N i- N N N 2 o w o O 0 0 0 0 o O O o 0 ° 0 o O O o o O O o ° ° Li lie?' m o N a 0 O 0 o c N c o a 0 0 0 0 0 < 0 o c o N o d . O 0 H 0 V v4 4- • -0 J N 00 H W , H N H H Q q H H CO W w q w q H W W L0-* O 0 C• 1 co f o a m W O O O O O O O O O O O O O O O O O O O O ° o N 7 O a O a Y a r a O O O a a O a pN N H H H w H a N o 69 a a N 2 CO q N H N N q W L H w N w . H w a N 0 2 H H 0 Lo U o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 2 O O Co 0 0 o o N O '6 0 0 O O 6 O 6 0 0 0 0 O O O Co o d O O Co O O N O n CO N O O 0 m O ° O a O a a 2 N N W M J J a � a O 0 • W • aD y a Q N w H N l'-,s,' W W N H H a q W 0 q H H N q W _ CO'5 Co O O O N O O O O h a O O O O O O O O O O O O W N n• m o O 2 o q W H w w w q a N N c ° W w H w N N N H a U N 2 H H q N a N a H H w I- .4 H H 2 m V a O a o 0 0 0 0 0 0 im a a °e a o a o o a a a a0 a0 a Lio 2 a0 O a 0 G Co 00 Co Co anaf 0 d C a "' ro — n m Co a4- Co n CO CO - C N Y N CO O N CO DC Co n Co r O . CO U O Q H w H H H w w N a . H H N,rt H a H H W a v a W H■ H Co W o q W N H a v c 2 Co O O • m '.,a,Ce Co y Co Co Co a o N ao O- O- w n w- N N m m a N O o n I d a a Q 6 O A ' N r G N O 6 6 6 W W N O a N Y N cn o ° •pN N N N N a N H O1 a W a -• N a 2 ° ° a w w H N H 2 « d F w w W w 2 2 Ill D O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 d 1.17 0 0 co . 0 0 0 0 0 a o O 0 0 a O J U O 0 m p m Co Co 0 0 N N O N N ° ° N Y a 0 h N Co J O a - - - a 0 N O - - °- - w - q - N 2 Q a N w N w - W 2 H H q H H N z g W D'S Q C_LL m ~ o H d Q U w ° 0 0 0 0 0 0 o O O o O O o 0 0 ° ° v 0 0 0 0 0 o Z 0 0 0 0 0 0 0 o O O O O o 0 0 0 0 o o 0 0 0 0 -I (B W 6 6 6 Ni 6 6 N O O 6 0 O O C 4 D w 0 = m U ° 4 a a w w N a 6 H ° $ N a a a a s $ - w a Q 0 ° a w H H 0 m E 0. 49 H N H H I-4} O U F q a— p W o 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 ° ao O O O O O o 0 0° o 0 o v o O O O O o 0 0 0 ° O U N o 0 0 0 0 0 o .4 g c c o 0 0 0 0 0 0 0 0 o O O O O° O N N N N O N O O O 00 a°Oa d m N N o _ °o °v N v CO ° n N a o 0 0 0_ K J ii N N w H w ' a6 w w q A A a H H H H a o Q c w H w w w w H H H aN o - a 2 K d c r U m = a5 m w o 0 0 O 0 0 o n o O o O o O n aO o 0 0 0 0 ° ° ° 3 C U N O O N N r G ^ aU a G C a7 H O O H a d Co O O w q w W q q 49 H Co N H w g N W 00 O O 4- C(.0 w G a a H w w a a r H E W a _ • 0 O O O O O o O O 2 O n O 2 8 8 8 2 2 8 O U r O O V G G a r n 6 N a O G O s O N n V O N N d 2 O O tO a a aD N ap 2 r n M n N m V N N O a O E' J N O n p a N N O a a a N a N a a a N - a ° 7 O N ; ; H H w a H W a A a s q W U y a O C V , m W a a a N; O a a ° a a M N a a a o r a o N 2 (it) N r O N O a N s 6 6 6 W a a O � C 6 a _N m O d D O• N N N w H O - q N w O < q q w w Co H o H v a6 r N w w H 0 H H 7 N F 0000 0 0 O• - a N O� O O O NO •Co N N m a CO 0 o O O m ary 0 ON N W PL m w. y n 'O E L., 0 ti v - £m P R. ? C7, g m ... v O Y �_ E m 0. 0. I O .y CO C 2S o Q, n N "' 3 Q U' m m m i' 0 W a a C ° o 4, 4' O- i. 0 .a. .P. 0. m 0. m - N - ¢ t -F.s a o E `�° ` �j `' CC7 E.. Q Q r=1 ::n¢ oo m rn m U " a. b V O C C V N O C N N N N v y C• - a E E °¢ .g.7-&,- u g ci u 1 o O u z z zEzE yN_F our c a o Z t v.. o o s U a U :? « :". :d :? :? >° >:°. = 3 ,. q2 q a❑ m E m 11 51, m 0 m 5.p 0 o > 0. a -o C ¢ .C. 0. 0 .0 .0 .5 _c 0 an C C «- E 04 0 m .y rnm a °o,o C 5 cd ¢ 4 y -a -0 -0 -0 v a -o o�v .m. A a b U > m v m o o Q x g 5 5 5 5 5F o. . a° E g J Q ; 2 m m 2 N N 2- a. - 0 M 0 m 0 i F .O .O w 0 w .o 'C �...=b5 w u 0. 0 y Q °a r• p 5 N `m ;W o 4 d ar a 5 F. a a N m FO F E E E F F 6 F O F axi .va o . ..5.a 8 i @ "' 0 E m ° a A Q E > ., 9 909090 0 � if 7 ° S"3�o El ¢ m J p a` 3 ¢ [- <n rn P] o: v. c,.. v, n. a u. n, an u, v).i. a rn :.) 3 v, F _ SECTION 00300.0 BID FORM SUBMITTED: 2/ i Ll / 16 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID B 17-01 WHITE ROAD ROADWAY & DRAINAGE IMPROVEMENTS PROJECT NAME OF BIDDER: S ,Y( :roc J BUSINESS ADDRESS: 3O , "r PHONE NO.: `467 - 5A _2918 CITY, STATE, ZIP: fVT, CQ, CONTRACTOR'S FEDERAL I.D. NUMBER 59 ILA CONTRACTOR'S FLORIDA LICENSE NO.: (,RUC v`1 `! Oh( CBC 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: No. I Dated I'1/I / I '' No. Dated: No. Dated ' ^ a No. Dated: No. 3 Dated j'Z/'J it a No. Dated: No. Dated No. Dated: B17-01 White Road Roadway&Drainage Improvements 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 B17-01 White Road Roadway&Drainage Improvements 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) B 17-01 White Road Roadway&Drainage Improvements 00300-3 a) a4 §, g g:p3' g 6 § § 2 4, e 1 P-4 4 2• ^ $ # ?c.' I co . 6..= . g a _ z-, ....., ,a. ,, o. .I Q N a, D ® o �, o •. o v e ° 0 4).5 -c). g 8 0.° 2: 8 0 . 0 Q � .E 41Z o 0 d v) } ›-+ w w d d w w w w w t aACT E a ° °o °o °o °o ° °o ° d- o ° °N in oo d 5 •= co 1 o i2i O a) M A a U ,-- O o PG ,,,t . 0 0 at v) co a) G, v) va a 3 3 ''' a) a) e �' a a �, 4 0 c' •Q. �,• o 0 o cn — 03 Q as U — g d N cn xi .� o 0 a) + ~ice. � rn o -d U o ° a) ° a a) d , O of o, ° ° — cv"i vi aa) 0 ° bA ~ a�i y a) Q U v1 cn U1 �' a) a) c tow ° I -7 a) a) a .ti E.H.. °_°, 2 Q, a r .. d o - - C4 'c b U U ( �w d U Z Z Z Z o0 � • o 'ail ail o cd d ca I d I � +, 1=1 a, C L7 O O O , v� v� �i - - I � - O H N ct o o U .1 a d d 4-2 -d a, -d -d b -d -d -d -d N N O N 0 U 0 4 0 '1:1 .� , o H Cl)ti � � o i ea 'cd 9 0 0 a a)cn Cl), ° o d '" d " Z aaa, Ci d H v) w w w w w w w w �w � ›, MI E ,--- N ) d' N oo U O —, N a.,-, 71- cn l0 N 00 0 O O O O O O O O O --4 .-I .-, •.--• .-+ .--4 .-+ .--1 .--, �, •--. .--1 .-1 .--1 .-1 .--i .-1 .-1 .-1 1-1 r+ .--I 1--1 .-I r-. .--1 _ 0 U Q a) o �d O G a� P, 5 § g rzio 2. $ g � z ... ......., N 0 Q 0 . P. � � c0N G'lm � 0a ca *.9 49 ta 44 341.0% 0 cct a rj j\ 0 7-. z Ca 0 �© 0 cd a Z b �. o x a 0 � <3 g C7 b 00 c,0o 6 LO a) ..c, '`q 1' a -t w o o 3737t s AO z w a w a b w a as -o 0 f "IV i.i O ''�, 9J w y CU Co) GL •.-■ O O O E _,-y %'� O � fl •4O 00 -- M N li' tom' o y 0 °? ., — O p " O © o O Q y bq acn s' c i o• ,M,,� _y 0 rn _ o w `� W YO. O Q) k el'O v1 1-4 .4 > ¢,P, cdd N .4 II 'o E O W 0 5 N O cd .s: U F" cd ) to o a cd a.) O 0., cn tll ry co v01 U .cn P- a Q N ' W> -0 o o cd t o a c CO —' N w ,-I ° o 0 ,) c 7r •K �' U ,.., a) 8 ial mi cyn ^ � 0 -0 ti ;o 4-' V) ,.. 4-'' Pa a)4. cd V) cd Q" p 0S ^at c) 0 b cn t+ W O 7O. O ca cd 5 Ey Q 'Z a) •0 col w E-+ v) 7-) a v) U � w d Q O 0\ O '--� N M 't Cr) y Z cd N U N N N N N N y; W Q d • Li o a U z � NM4 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 B17-01 White Road Roadway&Drainage Improvements 00300-6 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. B 17-01 White Road Roadway&Drainage Improvements 00300-7 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Item or Spec Manufacturer/Supplier (Indicate Whether Material Section (List One Only) Lump Sum or Unit Price) c\(\&- J 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.) B 17-01 White Road Roadway&Drainage Improvements 00300-8 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) doing business as Business Address: Phone No.: Flori.: 'cense No.: A PARTNERSHIP (SEAL) (Partnership Name) ( e : . Partner's Sign. e) (Ge - . Partner's Name) Business address: Phone No . Florida License No.: B 17-01 White Road Roadway&Drainage Improvements 00300-9 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 (3+cA9e bwr 11, (Corporation Name) (State of Incorporation) By tf acef1-4-' (Name of person authorized to sign) Qre -\cn- (Title) \\*4114 (Aut orized Signature) (Corporate Seal) ,/ Attest T(1V' iS pend1Q-k-or (Secretary) Business address: 30so te c Dp, , FL 3270� Phone No.: L i - 571s Zct l�S Corporation President: s Ceux, Florida License No.: - sj gc and c.uc ogg1.4 `J B17-01 White Road Roadway&Drainage Improvements 00300-10 Strike out(X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE • By (Name) (Address) By me) (A.. -ss) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual,partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: B17-01 White Road Roadway&Drainage Improvements 00300-11 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: b'(cY n 4 g• eQwr∎ TosaxancQ Surety's Address: 220 S. R\c1AQooDd ��Q lYktprA 32.E YE 14. Name and address of Surety's resident agent for service of process in Florida: OWP 4: Brown of Cioro i y tr r Deibord 220 S. i -c( fwc, Pny na , i... 32.E B 17-01 White Road Roadway&Drainage Improvements 00300-12 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Stage `C 11, SYNC_ , a corporation under ((Contractor's Corporate Name) the laws of the State of 1.---0t i do , held on the q_day of C e rn hex, 2016, the following resolution was duly passed and adopted: "RESOLVED, that likik P-i Pi G(e r 1-i (signature of individual) (typed name of individual) as CRt 5;CA-e.n± 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 B17-01 White Road Roadway & Drainage Improvements Project between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this I -H'1 day of Deee rt1 tom(, 2016. (CORPQRI?FE S r. J r c._ dot / ' (Corporate Secretary) Wv i5 end l'_-ton, 5kC fe t.r 5 STATE OF /�.,LeM.: 4- CITY OF GZtci. The foregoing instrument was acknowledged before me this ` day of 2016 by TMANS P.era/e i-ov. t ,.. cre%try (name of officer or agent, title of officer or agent), of S -ci.5 Zr e -77'1 T, (name of corporation acknowledging), a FL— (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced identification K-444m.vv.i (type of identification) as identification and did/did w riot take an oath._ _ _ , _ _ �w / n �^w J�lPgV p;;, CAROLE ANN MCCOY 4 e° --,1 `�; Notary Public-State of Florida � (Notary Public) I e My Comm.Expires Mar 16.2017 1 ��� My Commission Expires: 3�l Ih '•;, t-- �, Commission#EE 876365 ,'�O�+%%%,, Bonded Through National Notary Assn. ■ END OF SECTION B17-01 White Road Roadway&Drainage Improvements 00300-13 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company. DATE: 12 /L /16; PROJECT IDENTIFICATION: City of Ocoee B 17-01 White Road Roadway &Drainage Improvements NAME OF BIDDER: lit_i • 1 BUSINESS ADDRESS: SO5C -�, A(r p , F'i_ -32703 TELEPHONE NO.: 4101 5-78 2C,q 1(iS EMAIL PQ:{-e @ j Urge dco r.-f U;p. Corn CONTRACTOR'S FLORIDA LICENSE NO. cajoqq14&LI aryl Cgc 05'7���t The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? at �nJ_ c( u1+ L�kt uncle(hill Rd.. 04 Ki btrt, - -n+�� er � i�'1pro'JUW.&-e, Jon . 2o1& Jun. JZc.)jC9 `tns Onci uprirade of S+O,r Sewe Sq S+evnrS. i-.a92_ SfructuY��.� ai p;pe Sr ac-t-eve bgclw and -1-0-tui %-e ma 3. Have you ever failed to complete work awarded to you? If so, where and why? NG 4. Name three (3) municipalities for which you have performed similar work and contact person: C� rancy Cam-1- - M Ke \Nth rrr; f-z C7-s3�, - 55 q C:i-I I. of Le Saur s Qc. Maudlin i fl 352 4 75- y�iH2 Of San fare - r+ c 11 1-101-CA& )(5423 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? 11eS ,‘ObI ei∎n s o n-h c;poo- d B17-01 White Road Roadway&Drainage Improvements 00301-1 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: 7. What equipment do you plan on using to complete the Work? See Ot*acV'e c* 8. State the true and exact, correct, and complete name under which you do business. Bidder is: <5+9e r B 17-01 White Road Roadway&Drainage Improvements 00301-2 SECTION 00301-A SUBCONTRACTOR& SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No .1 (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME,CONTACT FORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE) OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 MiddleE f\S‘Dno + LLL. isi l ti n() area PaNi i n9 to-705 C® rno rt- E7,1 >r1ancb FL 32&21-4 OM) 2.60— 0011 40q-1. .00 2 Fier u3Cn WetferUJOrKS l>i"i 149 ' I t"' pr(ancin F._ 32s2L1 3 4 5 6 7 END OF SECTION B 17-01 White Road Roadway&Drainage Improvements 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 o LA." LO o $ 2 B $ $ C $ $ D $ $ TOTAL $ BIDDER: e .`;Y � hC SIGNED: \\� BY: e P COCyy\4-i (Print or type name) TITLE: Qre DATE: I Z / (;? / ( (p 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 B17-01 White Road Roadway&Drainage Improvements 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 Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. B 17-01 White Road Roadway&Drainage Improvements 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: , I s aC i Tine— Signed: lb- By: -k-C GUS)4-i (Print or Type Name) Title: Pie 5 Cl Date: 12 /1(A; END OF SECTION B 17-01 White Road Roadway&Drainage Improvements 00303-2 SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OFjO COUNTY OF CYt/Y1CIe_ ) Ft--Ve Q('_eir14-i , being first duly swore deposes and says: 1. He (it) is the Q'Vn der* * (Owner, Partner, Office, Representative or Agent) of s-rAge. /1C Y E � T . , the Bidder that has submitted th attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, 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, employees or parties in interest, including this affidavit. By: T+ke Title: cVe_ cke n.-fi- B 17-01 White Road Roadway&Drainage Improvements 00480-1 Sworn and subscribed to before me this (p `' day ofl�-ZC./. , 2011,4m the State of /L , County of ,r.t...fl- . CCIAret/ ) Cary Notary Public My Commission Expires: 911.//-7 I 4av"r'� CAROLE ANN MCCOY I ., e`o= Notary Public-State of Florida '_My Comm.Expires Mar 16,2017 ` 9 IN,�;� off= Commission#EE 876365 END OF SECTION a '''gg l,, Bonded Through National Notary Assn. 0 B 17-01 White Road Roadway&Drainage Improvements 00480-2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is •rescribeddiin 18 U.S.C. 1001. Date belie YYIb,r (A, 20 l(0. 4 �) By: fni aCen+i Pres\ckx - (Title) Official Address (including Zip Code): 0SO �T Nnplaxi fi V.7-703 3 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION B 17-01 White Road Roadway&Drainage Improvements 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 \\,,,,Nmi, by W-1-e._ P►oce_y4 , Pre (Print individual's Name&Title) whose business address is 3060 bee , pl-pO6) -O.� �� S2�C- 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 B17-01 White Road Roadway&Drainage Improvements 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). ✓ Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 3/ 31 /77 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INF•RMATION CONTAINED IN THIS FORM. (Signature) pew ICkCeXil, Yre5itij)-r* Date: fz/ /f(f2 B 17-01 White Road Roadway&Drainage Improvements 00482-2 " ame of Bidder (Contractor) STATE OF f Yt /A d - COUNTY OF b1G0 PERSONALLY APPEARED BEFORE ME, the undersigned authority, Pew" Pi Acenli who, after first being sworn by me, 6 '0 (Name of Individual Signing) // affixed his/her signature in the place provided above on this to off-- day of 20 /G 4 /,.oa,,.�e, CAROLE ANN MCCOY C ?'e° � . s Notary Public-State of Florida Notary Public • !` :•-My Comm.Expires Mar 16,2017 My Commission Expires: 3//t► �,O11 tps, Commission#EE 876365 Bonded Through National Notary Assn. 1 END OF SECTION B17-01 White Road Roadway&Drainage Improvements 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 undersig ed prospective construction contractor or subcontractor. I certify that: (1) I have/ have not participated Ina previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a•previous contract or subcontract subject to the Equal Opportunity Clause, I have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding $10,000. I also agree that I wi retain such certifications in my files. DateCeMnIr (nth, 20 III • By: (Signature of Authorized Official) ri::'+e_.- ¶)i aCEtl+;,, =.r-e.. ;dy' r Si-cW Mt ,r- 7 c _ (Name of Prospective Construction Contractor or Subcontractor) A)SO 0.7e Si-, kpcp )i_ 32-703 (Address of Prospective Construction Contractor or Subcontractor) Lin 5-76 -2c'tt Si - 11-1600%1 (Telephone Number) (Employer Identification Number) END OF SECTION B 17-01 White Road Roadway&Drainage Improvements 00483-1 STATE OF FLORIDA 4 r y' \ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 PENDLETON, PAUL BROOKS STAGE DOOR II INC 3208 OVERLAND RD APOPKA FL 32703 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 STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. ~ . r° PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CBC057849 ISSUED: 07/18/2016 to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more CERTIFIED BUILQING.OQNTRACTOR information about our divisions and the regulations that impact PENDLETON,I A L BROQK you subscribe to department newsletters and learn more about STAGE DOOR II INC , the Departments 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. Expiration date : AUG 31,2018 L1607180000650 and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD , LICENSE NUMBER l� r CBC057849 The BUILDING CONTRACTOR Named below IS CERTIFIED 'r x Under the provisions of Chapter 489 FS, date: AUG 31, 2018 PENDLETON, PAUL BROOKS • • STAGE DOOR II INC ��:• ,� •r • 3208 OVERLAND RD . '� " APOPKA FL 32703 •,.�•911:,. .• *; ISSUED 07/18/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1607180000650 40 4, STATE OF FLORIDA ,�^ �;n-\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION k. •` 1 CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 ' ' 2601 BLAIR STONE ROAD 4S TALLAHASSEE FL 32399-0783 PENDLETON, PAUL BROOKS STAGE DOOR II INC 3208 OVERLAND RD APOPKA FL 32703 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 4 STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque ;: DEPARTMENT OF BUSINESS AND ' restaurants,and they keep Florida's economy strong. ;': PROFESS14 L REGULATION r Every day we work to improve the way we do business in order CUC049484 . , SUED: 07/18/2016 to serve you better. For information about our services, please ' log onto www.myfloridalicense.com. There you can find more CERT UNDER! .` =EXCAVIONTR information about our divisions and the regulations that impact PENDLETON,PAj you,subscribe to department newsletters and learn more about STAGE DOOR II 1 r� ,' �'�, the Department's initiatives. 4A y ,, 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 elate•AUG 31,2018 L1607180000965 l• DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,.,47; CONSTRUCTION INDUSTRY LICENSING BOARD " ' # .`t ,c, -;-c r S• CUC049484 , ."x �; The UNDERGROUND UTILITY& EXCAVATION CO�m m Named below IS CERTIFIED - Under the provisions of Chapter 489 FS. `" Expiration date: AUG 31, 2018 .- *rµ PENDLETON, PAUL BROOKS 1. R'1 17 El STAGE DOOR II INC I °�° ',sr'",..'2 3208 OVERLAND ROAD V' '� APOPKA 'FL 32703 -erg , •" .• 5" ISSUED: 07/18/2016 DI_SPLAYAS REQUIRED BY LAW SEQ# L1607180000965 S+9eborIyc , E UIPMCNTX$r ao,ip 1 EQ# !Yeake Model VIN OR S/N NO Tag No. HEAVY EQUIPMENT 54 9986'Dynapac roller 86113 55 TCM 820 Wheeler Loader 63305575 57 CAT D-3 Tractor 79U5595 58 TCM 840 Loader 59 REX 5 Roller HG637 60 'Bobcat 743 5019-M-143. 82 61 Leeboy 1000SR Paver 62 _ ;Case .480LL Loader/Landscaper r 9080609 63 I Hyster Roller A-91-2362-0 64 1 Cyote Loader , 66 `. Case 9030 Excavator/trackhoe DAC0300149 67 1 JCB Backhoe 14BN2077328284/7 79 1999'TCM w/forks& bucket 820 61700362 94 !Komatsu :Backhoe M#:WB140-2 F11086 95 _2000 Komatsu !Wheel Loader 75 HA950462 96 1999 Ingersoll ,DD22 Roller 48" 156679 97 __ Bobcat Loader S-185-D 519032586 98 I Blaw Knox ,Paver PF840 PF840-01-9205 100 _ I 24" HiFlow Planer 231711333 104 2001 I Volvo Wheel Loader ZL402C Serial#6011044 105 2003 I Volvo 'Wheel Loader L25B Serial#1750514 • 117 2003'Volvo Wheel Loader M#: L25B Serial#1750385 131 2006 I Volvo ;trackhoe M#EC330B Serial#EC330B80020 132 2006 I Volvo Front End loader M#L60E Serial#L60EV70385 138 2006 1 Case 580SM2P Serial#46548856 140 20071 Volvo backhoe BL70 Serial#BL70D11166 141 20071 Volvo Loader L3OB Serial#L30B1823667 142 2010 Vermeer ,Stump Grinder SC352 '# 1 VRY_ 102W881002862 147' 20071Broce I Broom BB250 #304237 149! 2006 I Volvo ,Backhoe BL60 1#VCE00B60J00010727 150 2005IJohn-Deere 544J Loader #DW544JZ596611 156 19721 John Deere 570A Motor Grader #001858T 157 2004!John Deere 544J Wheel Loader ! DW544JZ591195 158 John Deere 544D Wheel Loader 511911 161 ' I Volvo L35B Loader L35BDZS1883652 162 I I Volvo L35B Loader S/N 1883683 166 !Vermeer Chipper BC1400 _ 1 VR1166 732015101 2004 r- 171 TCM ,Wheel Loader E820-2 H FK4E400E00001823 172 Rex ,Soil Stablizer**— 177 2004 John Deere I 624 Wheel Loader** . DW624JZ591343 178 LM 6HB B ** 6HB22052928760 — ay- or room — — — _ 179 2004 LeeBo 'L8500 Crwlr Asphaltpaver** 42139 180; Vermer ;SC532 Stump grinder 1 VR Y102W641000747 1941 1999 Laymore I_8hc broom 28243005 1951 2005 Volvo _1130b wheel loader 130bv1823641 196 1 20074 Bobcat I s220 skid steer loader 530714188 197■ 2007i John Deere 1350d lc hyd excavator ff350dx805901 1981 2007)Volvo !excavator ec360c 110023 1-EQ 1 1998 Bobcat 1_763 Skid Steer Loader S/N 512230852 i NONE 2-EQ 1998 I TCM I Loader E820 S/N 61700235 NONE 8-EQ 1999 Lay-Mor I6HB Broom 26753_002 11 EQ ! 19941 John Deere 1670B Motor Grader DW670BX548503 12 EQ 1997 Case 580E 4X4 Loader Backhoe - _ JJG0237759 13-EQ_1 20071 Komatsu —_WA-80 5 Wheel Loader,Brea H50193 r • 14-EQ 2006 Komatsu WA-70-5 Wheel Loader H50292 15-EC) 2010 Lay-Mor broom 32881 16-EC) 1999 Caterpillar CS323C Vibratory Roller 1 EN00276 Ingersoll- 17-EQ Rand ST80 Static 5151 18-EC) 'Fergusn 812B Static Tandem Roller 4-MM 2006 Volvo ECR58 ERC58E11162 5-MM 20061 Volvo L25B L25BV1751654 6-MMI 2006;Volvo BL70 Backhoe Serial#BL70D10935 7-MM 2007 Volvo IL 35 Loader Serial#L35B1873691 8-MM 2006;Volvo BL70 Backhoe ; Serial#BL70D10954 9-MM 20071 Komatsu WA 80-5 Serial# H50217 10MM 1 volvo L25B Loader Serial#L25B1752576 forklift- 11 mm 1 19981 Toyota M#: 42-6FGC25 76405 204' 2000!volvo 145 wheel loader I45d1950338 3-MM ..- 2006, silo A-110305 205 ecr88 compact excavator ! 14103 206 ecr 88 compact excavator 1 y88y11114 207[ ecr58 compact excavator ; VCEOEC58J00011472 , 211 ! catapillar Loader cym04716 226; Bobcat $130 Skid Steer Loader 524616505 2311 20061 Bobcat 430HAG Mini Excavator 563012334 Rand DD24 Tandem Vibratory r 2007;Ingersoll Roller 62420658 T180 MULTI TERRAIN 234 2004 i BOBCAT LOADER 524211054 235.1 2002!KOMATSU ;WA20-3MC WHEEL LOADER A71508 2361 20121 VOLVO L35B MINI WHEEL LOADER VCE0L35BK01876050 EC330B LC HYDRAULIC 23711 2006 VOLVO EXEC EC330V80145 238,j 2008;BOBCAT 335 MINI EXCAVATOR AAD111258 290 2012;BobCAT T190 BOBCAT A3LN40960 2911 j John Deere ;JOHN DEERE 650 Tractor 6505012637 293_1 20071 Volvo ;EC330BLC vcec330bk00080246 297!_20151 Volvo L35 L35GS3420220 2991 1- 2012 Volvo L35ZS 1886208 300! 20141 Volvo ECR88D 659 VEHICLES 2711996!Ford ,Ford F250 XCAB 1 FTHX25HXTEA55653 E722TM_ 731 2000J Ford Ford F250 Pickup 1 FTNX20S2YED65728 I86zaI 801 2000;Ford i Ford F250 XL Super Cab P/U 1 FTNX20LOYEB43651 .K143KJ 83 20021 Ford Ford F150 XCAB 1 FTRX17W42NC10321 H293ZC 89; 19991 Ford Ford F-350 CREW CAB 1 FTWW32F7XED76235 642VGK. Mercedes- 91 ; 2004 Benz RETURNED WDBTJ76H34F080587 92' 2004JChevy jAvalanche SUV 3GNEC12TO4G103308 931 2002!Ford 'F-150 Pickup-Wrecked 1 FTRX17222NA25164 W51 ZDZ 102 200-01 Ford - ,F-550 1 Ton Truck 1 FDAW56S8YEC06363 643VGK' 1091_20051 Cadillac SLR 1 G6W34A255600265 PETE-25 110, 2005!Cheer Avalanche 3GNEC12Z55G252108 128 ZYI 1111 2005 Chevy Silverado XCab 1 GCEC19X65Z291108 L454FQ 1131 2005 Ford —_ F-150 Pickup-Burned —__ 1 FTVX12575NB92754 FY6-35S 114, 20051 Ford 1F-150 Pickup*'`parts truck 1 FTVX125X5NC04542 G171 GS • 115. 2005!Chevy Avalanche 3GNEC12Z45G228088 STAGED 1231 2007 Chevy 'Silverado XCab 1 GCEC19V07E115065 B936ZX 125 2007!Chevy Silverado X-Cab 1 GCEC19Z97E100826 128HCT 126 2007,Chevy Silverado X-Cab 1 GCEC19V87E117680 L462FQ 1281 2007 j Chevy Silverado Crew Cab 129; 20071 Chevy ;Avalanche 3GNEC120X7G312775 •640VGK 134; 20061 Ford Ford F250 Diesel **totaled L860FP 137' 1997!Chevy 'Chevy 1500 808XPE !Mercedes- 139 i 2011 ;Benz !Mercedes E350W JO8YEI 144' 2006 j Ford 1F250 Crew Cab 1 FTSW21 P86ED44671 AHAF61 145: 2006;Ford !F250 King Ranch 1 FTSW21 P16ED44530 N775MU 146; 2003 Ford 1F350 FX/4 4X4 1 FTSX31 P33EB38754 N774MU 148; 2004 j Ford ;F350 Lariat 4 X 4 **-totaled 1FTWW33P34ED69902 D91 OMG 152 2001j Ford Ranger L277DG 153; 2008 j Ford i F250XL 1 FTND20588EE55835 LXG876 1541 20061 Ford F250XL 4x4 1 FTSX21 P66EC93474 Y29F [1], 155' 2000;Ford 1F800 Water Truck 3FENF80C1XMA02092 N5379S 160 20041 Ford F250 Xcab 1 FTNX20P84EC53022 808XPE 163; 2003;Ford 1F550 XL 4x4 Utility truck 1 FDAF57PX3EB84904 AXKH12 1641 2005'Ford 1F350 XL Utility Truck 1 1 FDWF36PX5EB49150 AXKH 13 1671 2006 20051 Ford !F250 1 FTSX20PX6EB82153 AXKG06 1701 19991 Ford I F250 . 1 FTNX2OFXXEC93047 AXKH94 175 2004 j Ford ;F350 ; 1FTWX33P24EB09276 578PJV 176, 2004;Ford F250 4X4 1 FTNW21 P44EA25021 AZWY17 182,1 20031 Chevy `Avalanche** 3GNEC13TO3G119778 956PHH 183; 1999 i Chevy 3500 Crew Cab 4x4** 1 GCHK33F1XF024376 958PHH 184, 20061 Chevy !2500 Crew Cab 4X4** 1 GCHK23D16F187424 '957PHH 185! 2003 j Chevy 1500 ext cab 4X4** 1 gcek19t03e124148 955PHH 186.j 1990 I Ford F250 XLT Ext Cab** 1fthx25mplka35313 954PHH 1881 2006;Ford !F250 1ftsw20546ec20699 AVWN62 1891 2003;Chevy i 2500 1gchc23u23f222996 AVWN56 • 193' 20051Ford 1F150 1ftvx12545na72765 BSYZ57 5-EQ : 1999]Ford F450-Svc Truck 1 FDXF47F6XED47016 933YCY • 6-EQ 1 2004;Chevy '2500 Crew Cab dead 1 GCHC23254F222619 'AHAN59 19-EQ , 2006 I Ford F350 XL Crew Cab 4x4** ' 1 FTSW21 P06EA85173 987PNF 20-EQ ' 2003)Dodge 'Ram 3500 Crew Cab ** ' 3D7MA48603G758957 986PNF 21-EQ i 2005!Chevy ,2500 Ext Cab 1 GCHC29275E241154 988PNF 81 EZ 2002;Ford F150 XLT Pickup , 1 FTRX17222NB89028 1404AX 120EZ 2006 Ford F350 Ford Stake Truck 1 FDWF36P26EA39064 D127MK 200! 1999[Ford j f 350 flatbed 1 fdwf36foxea 16391 •641 VGK 2011 2006]Chevvy ;2500hd 4x4 1.jgchk29d26e166207 U925CU 202; 2005 Ford I F150 extend cab j 1ftpx12545ke29601 _CDEW22 2031 20031 Ford-_ 1_F150 xlpickup_ _ — i 2ftrf17293cb06611 'CDWE21 2081 20091 Chevrolet !Silverado JODW Truck] 2FTRF17293CB06611 I43QGX 2121 2001 Chevrolet —;S10 Pick up 1 GCCS14541 K167261 ;555QKI 213; 2004I_Cheyy !the - p2500 — 1 GCHC29464E100771 BCV8499 214! 2000 I Ford i Pick u 1 FTZF1727YNA27083 556QKI • 215; 1999�Ford 'Super Duty F 1 1 FTWW32F1XED88154 CSEE18 216 1 2004 i Ford j_Dually 1 ftww33f6yed18312 2171_2009 Ford f F-150 ; 1 FTPX14V69FB22345 BCZ7936 1 •4700 LPro Flatbed Crew Cab 218; 1997 j InternationaliP/U 1HTSLAAM1VH490399 :CRGZ13 2221 19991 GMC ;Sierra 2500 Ext. Cab 1 GTFC29U8XZ523503 055QNM 228! 2008[Ford ;F350 Crew Cab 4x4 1 FTWW31 R18EA79510 1256QQQ 229J 20081 Ford ;F250 Ext. Cab 1 FTSX20R38EE05394 2556QQ 230 2008 Ford F250 Ext. Cab 4x4 1FTNX20548EA16788 320QQQ 250 1999 Chevy Silverado 25 1GCGK24U8XE235826 242 2014 Nissan Titan 1N6AA0CC7EN517763 CWWM82 241 2014,Nissan Titan 1N6BA0CA2EN517592 CWWM84 240 2014 Nissan 'Than 1N6BA0CA2N502509 CWWM83 270 :GMC UTILITY TRUCK 271 2000 CHEVY UTILITY TRUCK 1GBGC34R6YF464150 DEKW60 272, 1999 TOYOTA ,CAMRY 1NXBR1200C287357 DPJV71 273 2006 FORD ,F250-WHITE 1FPFW20536EC27581 274; 2003 ford f250 -White 1FTNX21S53EA32365 DJJS54 275 1997 Ford f250 -White 1FTEF2767VND34966 DMRQ79 276, 1996 Ford ,F250-White 1D4H38K96F126879 97QXQ 277_1 1996 Ford F250-White 2FTEF25N1TCA71239 DJS53 2781 2000 Chevy 3500-White 1GBGC34R6YF479215 DAYW83 279 ,S10 Pick up , 1GCCS14X0V8184191 DAYW84 283_1 1997 Jeep Cherokee 1J4FJ28SXTL211051 DEKW58 2874 2007 DODGE Van , 2D4GP44L07R229495 2891 1999 Ford ,Truck 1FTZF1721XNA54455 EUTX30 , 294 I 2005 Ford ,F150 2wd 1FTRX12W05NB02435 Y46FWF. 296 i 2005 Jeep I4WD 1J4GS48N15C505187 301_) 2006 Ford F250 1FTSW20P86EB37876 954PHH : 1 1 1 : DUMP TRliCKS 4[20001Freightliner Dump Trk 11FVXTWEB1YHF92578 N2759G 841 2003 Volvo Dump Truck 4V5K99GH33N340071 N3048P 861_2003 Volvo 'Dump Truck 4V5K99GH53N340072 N8342N 101 L 19991Volvo 'Dump Truck (white) 4VHJCCGF8XN868383 N8506P 1121_2006 Sterling I Dump Truck 2FZHAZDE26AV90311 N6586H 124i 2007 Freightliner 'Dump Trk 1FVMC5CV77HX02023 N7152T 151L 2005 Mack :Dump Truck , 1M2AG11C95M024419 N4804R 165_2005 Peterbilt 1357 Dump Truck ** 1NPALTOX55N844029 ,N5364S : 9-EQ 1 2001_1Volvo ,Black 4V5JC2RF4YN870993 N0938S 209_1 20071Mack I Dump Truck 40570 BCQ9045 2101 2007 Mack mack Dump Truck 4966 BCQ9007 227 2001 GMC C7500 Dump Truck 1GDJ7H1EX1J900565 232:1 2007 STERLING LLT9500 DUMP TRUCK 2FZMACV37AW95084 233 I 2007 STERLING :LT9500 DUMP TRUCK 2FMAZCVX7AW95082 NO303V i i i - ' • , CONCRETE TRUCKS mixi T1999 I Sterling Mixer Truck(3 EQ) _12FZNEECB3XAF40562 N5381S MIX 2 i 2003 Sterling LT9500 Mix Trk&Zi 12FZMAZAS83AL05776 NO317S MIX 3 L_.20041_ Sterling MixerfTruck_(106), I 2FZMAZDE74AN32884 N5380S MIX 4 1 2006: :Sterling_Mixer_f2-MM) 12FZHAZCV86AW38525 N7876Q ! 1 , --t— --; ----r ,_ , • TRAILERS 151 1980 THomemade Trailer(Lamar) iNOVIN0200094053 Cancelled 20 j1988j_ ,Wells Fargo Tool Trailer 1WC200E24J3014919 JOOOJH 231 1995' LAsphalt Trailer_(Weigle) 1FLT5041HH 1 A831KK - -I 30 1972 I Eager Beaveryree Trailer i 15HA7207 L135MD , 1 - 311 1990 ,Interstate Trailer i1JKDAV288LA602113 C623JE . _4 90: 2003, :Anderson Gooseneck Trailer(4YNGN22203C012364 L136MD ,. C 99, 2003 Triple Crown Utility Trailer(Da 1XN510G4331002939 S4211Q 103 2004; Crosley Gooseneck Trailer(C 5MWBE25203S002262 338YUZ 107, 2004 Crosley 12 Ton Tag-a-long Eq:5MWBE25224S002118 W270UM 118; 2005 Triple Crown Utility Trl (David 1XNU5X10851006065 B636XR 119. 2005 Triple Crown Utility In (David :1XNU5X10X51010330 E690WY 121 , 2006 Crosley 12-TON Equipment T 1Z9TA82546J213954 TO55YK 127 2007', All Pro Trailer 1Z9PH25287J213372 639HID 133? 1990' Wells Fargo Tool Trailer 1 WC200E29L3019083 866WCU 143! 2010 Triple Crown Utility Trailer(Da,1XNU5X103A1031000 AXKE48 168i 2011 , 'Triple Crown Utility Trailer j IXNU5X109B1034582 AZW W65 1691 2003 I Low Rider Dump trailer 1XN610L4931002891 AXKH 11 1741 2002, [Bray Dump Trailer BR05X100718200209 AZWX14 181_i 2012 Triple Crown Trailer 1XNU5X104C1035978 BHEV73 187_1 2012' ,Triple Crown Trailer 1XNU5X106C1036095 .071 PHI 1901 2012, Triple Crown Dump Trailer 1XND610EXC1038438 710PJV 191119981. ;better built trailer ;4mndp2424w1002161 033P1W 1921 2000; !10"dump trailer NOVIN0200068179 7-EQ 2010' 1Triple Crown Trailer '1XNV5X8G9A1030825 AHDJ28 10-EQ 1_1994; Proline Trailer PL 102FB24N9410043 AVGF85 2801 20141 7'X18' BIG TEX OPEN TRAIL, 16VCX1826E3E34912 DCQW43 2811.19881 I FERT Flat Equipment Trailer , 1FETM0128JA887963 234RCP 2821_19971 STOL Flat Equipment Trailer ; 01997FLAT24YL4780 233RCP 283; 1997 Jee Cheeroke IXND612HXE1051667 321QQQ 2841_ ��_� IXNU5X108E1052589 235RCP 2851 2014 ,Triple Crown Utility Trailer[5 x ■ IXNU5X103E1051852 2861'720021 Interstate Trailer IJKDTA2092M002582 775RTN 2871_ Dump Trailer 1XND612H0F1057267 EF5U36 2881 20121 PACE Enclosed Trailer 6 x 10 2921 ;BOBCAT 'Equipment Trailer Refurbished 2951 2014 298 , ,Steel Tandem Trailer 8 x 16 ' NOVIN0200966868 302' 2016] (triple crown utility trailer 1xnu6x12xg1064776 bqq2679 30312014! triple crown dump trailer SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent (5%) of the contract bid. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Stage Door II,Inc. , as Principal, and Merchants Bonding Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ Five Percent of the amount bid 5% (written amount in dollars and cents) for the pay ment of which, well an d truly to b e made, we hereby jointly and severally bind ourselves, successors and assigns. Signed this 17th day of November 20 16. 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: "B17-01 17-01 White Road Roadway and Drainage Improvements". NOW THEREFORE 1. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon de fault 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 fail ure of Bidder to de liver within the tim e required by the Bidding Docum ents (or any exte nsion thereof agreed to in writin g by Owner) the executed Agreem ent required by the Bidding Docum ents and any performance and payment bonds required by the Bidding Docum ents and Contract Documents. B 17-01 White Road Roadway&Drainage Improvements 00410-1 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the tim e required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bi dding Documents and any perfor mance 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 fort he opening of Bids (or any extension thereof agreed to in writing by Bidde r and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this B and will be due and payable upon de fault by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defe nses based on or arising out of any tim e extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total tim e 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 comm enced 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 b e in writing and sent to Bidder and Surety at their respective addresses sh own on the face of th is Bond. Such notices m ay be sent by personal delivery, commercial courier or by U nited States Registered or Certified Mail, return receipt request ed, 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 requirem ents. Any applicable requirement of any applicable s tatute that has been om itted from this Bond shall be deemed to be included herein as if se t forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision B17-01 White Road Roadway&Drainage Improvements 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereun to set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out(X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Indi • ual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Bu • ess Address) (Telephone No.) (Florida License No.) B17-01 White Road Roadway&Drainage Improvements 00410-3 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) (General P. 's Signature) (Witness) (General Partne ' ame) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B 17-01 White Road Roadway&Drainage Improvements 00410-4 If Bidder is CORPORATION,complete this signature block. Stage Door II,Inc. (1) ^- �: t 'yy (Corporation Name) (Witness) Florida (2) Q cid( (State of Incorporation) (Witness) By:_ +ly i ace ylk-A (Name of Person Authorized to Sign- See Note 1) (SEAL) 7Rtsvrt (Title) (Authorized Signature) CRAQ Piacen-k 1 (Corporation President) 3050 Dee Street Apopka,FL 32703 (Business Address) 407-578-2918 (Telephone No.) (Florida License No.) B 17-01 White Road Roadway&Drainage Improvements 00410-5 SURETY Witness: (If agency is not a Corporation) Merchants Bonding Company (Surety Business Name) (1) V\C3_ Witness) 6700 Westown Parkway West Des Moines,Iowa 50266 (Principal Place of Business) (2) �Y /// J C-1/44 (Witness) By: C (Surety A_-• 's ignature- See Note 2) Attest: (If Agency is a Corporation) Tyler D DeBord (Surety Agent's Name) (Corporate Secretary Signature) Attorney In Fact/Resident Agent (Surety Agent's Title) (Corporate Secretary Name) Brown&Brown of Florida,Inc. (Business Name of Local Agent for Surety) (Corporate Seal) 220 S Ridgewood Ave Daytona Beach,FL 32114 (Business Address) 386-239-5703 N/A (Telephone No.) (Bond No.) _ NOTES: (1) Complete and attach"Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of"P ower-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 tran sact business in the state where the project is located. B 17-01 White Road Roadway&Drainage Improvements 00410-6 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Daytona Beach ) Before me, a Notary Public, personally came Tyler D DeBord known to me, and known to be the Attorney-in-Fact of Merchants Bonding Company a Iowa Corporation,which (Suret y Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Merchants Bonding Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Merchants Bonding Company (Surety Company) Given under my hand and seal this 17th day of November 2016 7!N,'%,..., ASHLEY TYRES Notary Public,State of Florida (s.'"*"."*. MV Comm. ires June 23,2019% Commisn No.FF 243105 _4I A�L . / .�A•�'` iota Public) My Commission Expires 6/23/19 END OF SECTION B 17-01 White Road Roadway&Drainage Improvements 00410-7 MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Pamela J Thompson; Steve P Farmer; Tyler D DeBord their true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August , 2015 . .Irrru •.�.. .. •,�,, ••• G C ••. . MERCHANTS BONDING COMPANY(MUTUAL) `+` ,.+-•0.. � . *O`. OM,p9•• MERCHANTS NATIONAL BONDING,INC.• 2003 hp± y 1933 :c's`f By 49("(71-7 774_ STATE OF IOWA rt���'Nrrn ,.tNn``,*,y • ...... ••• COUNTY OF Dallas ss. President On this 15th day of August , 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. AV" S WENDY WOODY OP" z° r Commission Number 784654 m� My Cone 20,02 Expires rowP June 20, 2017 Notary Publ:L4212‘County, Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 17th day of November , 2016 . +•.......... rMr 11014.1, COil• `` —0- + :G • • -o- �v: Q: : Secretary % 200 /.c :y 1933 ti• • POA 0014(6/15) N'WNr"""""`w Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen,District 2 City Manager Richard Fit stner, District 3 Robert Frank Joel F. feller, District 4 owes florida December 1,2016 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway & Drainage Improvements Project. This addendum consists of one(1)page. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. This addendum is being issued to change the bid due date. THE BID DUE DATE IS HEREBY CHANGED FROM DECEMBER 6, 2016 at 2:00 P.M., LOCAL TIME, TO DECEMBER 14, 2016 at 2:00 P.M., LOCAL TIME 4 dp f % • Joyce Tol.ert, CPPB Purchasing Agent cc:Steve Krug,Public Works Director Richard.Campanale,P.F.,Public Works Operations Manager Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank Joel F. Keller,District 4 0c02e florida December 8,2016 ADDENDUM NO: TWO(2) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway& Drainage Improvements Project. This addendum consists of six(6)pages. Bidders shall acknowledge receipt of this Addendum in the space provided in Section 00300-1 of the bid documents. Failure to do so May subject the bidder to disqualification. The bid date remains the same, Wednesday, December 14, 2016 at 2:00 P.M., local time. **Important Note: REVISED BID FORM ATTACHED** Revised Bid Form Sections 00300-4 thru 00300-5,Bid Form, is hereby replaced. Bidders must use the attached revised Bid Form;your bid will be disqualified for failure to use the revised Bid Form. Plan Changes: 1. Replace previously issued plan sheet 2 with the attached revised plan sheet 2a—Pay Items. • Answers to questions received and/or amendments to the bid documents are as follows: Ql. How will the landscaping in the median be watered? Al. The Contractor will be responsible to temporarily water the landscaped area during construction. Q2. Does the city want the contractor to install an irrigation system? A2. No, the City will be responsible to install an irrigation system for the landscaped island. However, the Contractor is responsible to install two(2) 4"sleeves to the Landscaped Median per the City's location. The general location shall be on the north side of the median and travel to the northern grassed right of way at STA.4+00. Q3. Does the pipe trench have a filter fabric envelope? A3. No,the Exfiltration Trench system does not require a fabric envelope. Q4. Could the city please provide a clear detail of the cross section for exfiltratlon trench system? A4. A trench plan view and typical section is provided on Sheet 6. No filter fabric envelope is required for the trench system. The ADS Nyloplast (or approved equal) details are sufficient for bidding purposes. Q5. Is the city okay with traffic driving on the milled roadway? A5. Yes,the City will accept this temporary condition. Q6. Does the city know what the size and material is for the water main on the south-side of the roadway? A6. The Orange County water main on the south side of White Road is 24"PVC line. The water main is abandoned and can be cut, removed and capped, pursuant to discussions with Orange County Utilities. The Contractor is required to review the revised Pay Item and Bid Form and include cost to remove the line. Q7. It appears that sheet 10 (PDF page 11)is missing from the drawings submitted by the city. Can the city provide us with the missing sheet? A7. Sheet 10 is page 7 of the pdf document. The Sheets may have been out of order, but all Construction Sheets are provided for review. Q8. Sheet 04 typical section No. 02 states other buried telephone/cable lines to be relocated by the contractor yet sheet 03 note 15 states all utilities are to be adjusted or relocated by others. Please confirm that all existing utilities are to be relocated by the utility owners and the contractor is responsible for the coordination of said activities. A8. For clarification,the note states the utilities are to be adjusted or relocated by others,unless noted otherwise on the drawings or directed by the engineer. The City has confirmed the 24" abandoned water main can be removed to avoid conflicts with the trench and other underground utilities in the area. Q9. Do you have a copy of the pre bid meeting? A9. The pre-bid meeting was recorded and the recording is available upon a public records request to our City Clerk's office. Q10. Also Sec. 1001-31 calls for office trailer, is this part of the requirement? Since time length and the location is not feasible. A10. An office trailer is not required for the project. Addendum#2 B17-01 White Road Roadway&Drainage Improvements Page 2 Clarifications/Amendments by Engineer: 1) The City wants to install Sylvester Palms in lieu of the Sabal Palms under pay item 1.21. 2) Regarding Maintenance of Traffic—The City will not allow an overnight road closure for White Road construction. .: e Ta ert,CPPB Purchasing Agent attachments: Revised Bid Form Revised Plan Sheet 2a cc:Steve Krug,Public Works Director Richard Campanale;P.E.,Public Works Operations Manager Addendum#2 B17-01 White Road Roadway&Drainage Improvements Page 3 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank Joel F.Feller, District 4 ocoee Florida December 9, 2016 ADDENDUM NO: THREE(3) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway& Drainage Improvements Project. This addendum consists of one(1)page. Bidders shall acknowledge receipt of this Addendum in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same, Wednesday, December 14, 2016 at 2:00 P.M., local time. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Can you tell me if the abandoned 24" water main removal that was just added per Addendum#2, if that main is grout filled? Al. According to Orange County,the abandoned water main is not grout filled. / „eV- oyce Tool.ert, CPPB Purchasing Agent cc:Steve Krug,Public Works Director Richard Campanale,P.P.,Public Works Operations Manager jflQl W • 1 .QXj aciva9 braine, PlproVesAtv*S RD ac tr& sr, Inc . Apc4A, FL. 31:703 ; o4qoy oac05,34ci Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS !�t I)( 'r f()l, crl Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation STAGE DOOR II, INC. Filing Information Document Number 418461 FEI/EIN Number 59-1450081 Date Filed 02/07/1973 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/06/1994 Event Effective Date NONE Principal Address 3050 Dee Street APOPKA, FL 32703 Changed: 04/26/2013 Mailing Address 3050 Dee Street APOPKA, FL 32703 Changed:04/26/2013 Registered Agent Name&Address PIACENTI, PETER,Jr. 3050 DEE STREET APOPKA, FL 32703 Name Changed: 04/22/2015 Address Changed: 04/22/2015 Officer/Director Detail Name&Address Title Secretary PENDLETON,TRAVIS 3050 Dee Street APOPKA, FL 32703 http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 12/15/2016 Detail by FEI/EIN Number Page 2 of 2 Title President Piacenti, Peter,Jr. 3050 Dee Street APOPKA, FL 32703 Annual Reports Report Year Filed Date 2014 04/25/2014 2015 04/22/2015 2016 03/01/2016 Document Images 03/01/2016—ANNUAL REPORT View image in PDF format 04/22/2015--ANNUAL REPORT View image in PDF format 04/25/2014--ANNUAL REPORT View image in PDF format 04/26/2013--ANNUAL REPORT View image in PDF format 01/18/2012--ANNUAL REPORT View image in PDF format 05/20/2011--ANNUAL REPORT View image in PDF format 03/21/2011--ANNUAL REPORT View image in PDF format 02/03/2010--ANNUAL REPORT View image in PDF format 01/07/2009--ANNUAL REPORT View image in PDF format 01/04/2008--ANNUAL REPORT View image in PDF format 01/31/2007--ANNUAL REPORT View image in PDF format 01/13/2006--ANNUAL REPORT View image in PDF format 01/10/2005--ANNUAL REPORT View image in PDF format 01/13/2004--ANNUAL REPORT View image in PDF format 01/13/2003--ANNUAL REPORT View image in PDF format 01/07/2002—ANNUAL REPORT View image in PDF format 01/30/2001--ANNUAL REPORT View image in PDF format 01/13/2000--ANNUAL REPORT View image in PDF format 01/25/1999--ANNUAL REPORT View Image in PDF format 01/28/1998—ANNUAL REPORT View image in PDF format 01/29/1997--ANNUAL REPORT View image in PDF format 02/13/1996—ANNUAL REPORT View image in PDF format 01/31/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division or Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 12/15/2016 Licensing Portal - License Search Page 1 of 2 4:55:31 PM 12/15/2016 Data Contained In Search Results Is Current As Of 12/15/2016 04:53 PM. Search Results Please see our alossary 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 PENDLETON, PAUL CUC049484 Current, Active Utility and BROOKS Primary Cert Under 08/31/2018 Excavation Contractor License Location Address*: 3208 OVERLAND ROAD APOPKA, FL 32703 Main Address*: 3208 OVERLAND RD APOPKA, FL 32703 Certified Underground CUC049484 Current, Active Utility and STAGE DOOR II INC DBA Cert Under 08/31/2018 Excavation Contractor License Location Address*: 3208 OVERLAND ROAD APOPKA, FL 32703 Main Address*: 3208 OVERLAND RD APOPKA, FL 32703 Back New Search * 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. 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Coavriaht 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 https://www.myfloridalicense.com/wl l 1.asp?mode=2&search=LicNbr&SI... 12/15/2016 DBPR - PENDLETON, PAUL BROOKS; Doing Business As: STAGE D... Page 1 of 2 4:56:03 PM 12/15/2016 Licensee Details Licensee Information Name: PENDLETON, PAUL BROOKS (Primary Name) STAGE DOOR II INC (DBA Name) Main Address: 3208 OVERLAND RD APOPKA Florida 32703 County: ORANGE License Mailing: LicenseLocation: 3208 OVERLAND ROAD APOPKA FL 32703 County: ORANGE License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC049484 Status: Current,Active Licensure Date: 11/18/1989 Expires: 08/31/2018 Special Qualifications Qualification Effective Construction 02/20/2004 Business Alternate Names View Related License Information View License Complaint https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=15 87CB0... 12/15/2016 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 regl 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 UI 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 Discir Date Date Date 2601 Blair Stone Road.Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Coovriuht 2007-2010 State of Florida.privacy Statement Under Florida law,email addresses are public records.If you do not want your entail address released in response to a public-records request,do not send electronic mall to tills 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 an email address if they have one.The ernalls provided may be used for official communication with the licensee.However entail 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 Chaster 455 Page to determine if you are affected by this change. hops://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=813229 12/15/2016 Detail by Entity Name Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS „�.i�,.:..1�:,WX�:::.r•",:-.. Hie rigf"rArl i t'p:I: Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Foreign Profit Corporation MERCHANTS BONDING COMPANY(MUTUAL) Filing Information Document Number P06227 FEI/EIN Number 42-0410010 Date Filed 05/30/1985 State IA Status ACTIVE Principal Address 6700 westown parkway west DES MOINES, IA 50266-7754 Changed:09/22/2015 Mailing Address po box 14498 des moines, IA 50306-3498 Changed:09/22/2015 Registered Agent Name&Address MILLS JR, E.A.SETH ESQ. 100 N TAMPA ST SUITE 3700 TAMPA, FL 33602 Name Changed:07/19/2004 Address Changed: 08/24/2015 Officer/Director Detail Name&Address Title PD TAYLOR, LARRY B 2100 FLEUR DRIVE DES MOINES, IA 50321 Title SD http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/15/2016 Detail by Entity Name Page 2 of 2 WARNER,WILLIAM WJR 2100 FLEUR DRIVE DES MOINES, IA 50321 Title T BLUM, DON R 2100 FLEUR DRIVE DES MOINES, IA 50321 Annual Reports Report Year Filed Date 2015 01/12/2015 2015 08/24/2015 2016 01/22/2016 Document Images 01/22/2016—ANNUAL REPORT View image in PDF format 08/24/2015—AMENDED ANNUAL REPORT View image in PDF format 01/12/2015--ANNUAL REPORT View image in PDF format 01/23/2014—ANNUAL REPORT View image in PDF format 03/13/2013--ANNUAL REPORT View image in PDF format 01/06/2012—ANNUAL REPORT View image in PDF format 02/08/2011—ANNUAL REPORT View image in PDF format 02/17/2010--ANNUAL REPORT View image In PDF format 03/11/2009--ANNUAL REPORT View image in PDF format 01/29/2008—ANNUAL REPORT View image in PDF format 02/12/2007--ANNUAL REPORT View image in PDF format 03/01/2006--ANNUAL REPORT View image in PDF format 06/06/2005—ANNUAL REPORT View image in PDF format 07/19/2004--ANNUAL REPORT View image in PDF format 03/03/2003--ANNUAL REPORT View image in PDF format 03/29/2002—ANNUAL REPORT View image in PDF fonnat 03/21/2002—Req.Agent Change View image in PDF format 01/30/2001--ANNUAL REPORT View image in PDF format 08/08/2000--ANNUAL REPORT View image in PDF format 07/25/2000—Req.Agent Change View image in PDF format 05/05/1999--ANNUAL REPORT View image in PDF format 05/12/1998--ANNUAL REPORT View image in PDF format 05/21/1997--ANNUAL REPORT View image in PDF format 05/01/1996—ANNUAL REPORT View image in PDF format 05/01/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations http://se arch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/15/2016 SECTION 00020 INVITATION TO BID #B17-01 WHITE ROAD ROADWAY AND DRAINAGE IMPROVEMENTS PROJECT 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 December 14, 2016. 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 City of Ocoee Public Works Department. 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 White Road Stormwater Retrofit Project primarily consists of the installation of a exfiltration trench system with required pipe connections for subsurface storage and treatment. The project location is at the White Road intersection of the White Hill and Cambridge Subdivisions. Pipe diameters including 15-inch, 18- inch will be required to drain and minimize the flooding at the subject intersection. In addition,the project shall include removal of existing asphalt areas,construction of a landscape island on White Road and 3-inch milling and resurfacing along White Road. • All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies.All work performed will be required to be done while maintaining the functional operation of the existing utilities. B17-01 White Road Roadway&Drainage Improvements 00020-1 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/323/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements;Fees may apply for non-members.Membership with Onvia/DemandStar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N.Lakeshore Drive,Ocoee,FL 34761. 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: A non-mandatory Pre-Bid Conference will be held at 10:00 A.M.,local time, on November 16,2016 at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, FL 34761. 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. B17-01 White Road Roadway & Drainage Improvements Project 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. 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 B17-01 White Road Roadway&Drainage Improvements 00020-2 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 B17-01 White Road Roadway&Drainage Improvements 00020-3 Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen, District 2 City Manager Richard Fir stner, District 3 Robert Frank .,,� Joel F.Keller, District 4 ocoee florida December 1,2016 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway & Drainage Improvements Project. This addendum consists of one(1)page. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. This addendum is being issued to change the bid due date. THE BID DUE DATE IS HEREBY CHANGED FROM DECEMBER 6, 2016 at 2:00 P.M., LOCAL TIME, TO DECEMBER 14, 2016 at 2:00 P.M., LOCAL TIME dr, , r Joyce Tol.ert CPPB Purchasing Agent cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager / Richard Firstner,District 3 Robert Frank �� �� Joel F. Keller, District 4 ocoee florida December 8,2016 ADDENDUM NO: TWO(2) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway & Drainage Improvements Project. This addendum consists of six(6)pages. Bidders shall acknowledge receipt of this Addendum in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same, Wednesday, December 14, 2016 at 2:00 P.M., local time. **Important Note: REVISED BID FORM ATTACHED** Revised Bid Form • Sections 00300-4 thru 00300-5, Bid Form, is hereby replaced. Bidders must use the attached revised Bid Form;your bid will be disqualified for failure to use the revised Bid Form. Plan Changes: 1. Replace previously issued plan sheet 2 with the attached revised plan sheet 2a—Pay Items, Answers to questions received and/or amendments to the bid documents are as follows: Q1. How will the landscaping in the median be watered? Al. The Contractor will be responsible to temporarily water the landscaped area during construction. Q2. Does the city want the contractor to install an irrigation system? A2. No,the City will be responsible to install an irrigation system for the landscaped island. However, the Contractor is responsible to install two (2)4"sleeves to the Landscaped Median per the City's location. The general location shall be on the north side of the median and travel to the northern grassed right of way at STA.4+00. Q3. Does the pipe trench have a filter fabric envelope? A3. No,the Exfiltration Trench system does not require a fabric envelope. Q4. Could the city please provide a clear detail of the cross section for exfiltration trench system? A4. A trench plan view and typical section is provided on Sheet 6. No filter fabric envelope is required for the trench system. The ADS Nyloplast(or approved equal) details are sufficient for bidding purposes. Q5. Is the city okay with traffic driving on the milled roadway? A5. Yes,the City will accept this temporary condition. Q6. Does the city know what the size and material is for the water main on the south-side of the roadway? A6. The Orange County water main on the south side of White Road is 24"PVC line. The water main is abandoned and can be cut, removed and capped, pursuant to discussions with Orange County Utilities. The Contractor is required to review the revised Pay Item and Bid Form and include cost to remove the line. Q7. It appears that sheet 10 (PDF page 11) is missing from the drawings submitted by the city. Can the city provide us with the missing sheet? A7. Sheet 10 is page 7 of the pdf document. The Sheets may have been out of order, but all Construction Sheets are provided for review. Q8. Sheet 04 typical section No. 02 states other buried telephone/cable lines to be relocated by the contractor yet sheet 03 note 15 states all utilities are to be adjusted or relocated by others. Please confirm that all existing utilities are to be relocated by the utility owners and the contractor is responsible for the coordination of said activities. A8. For clarification,the note states the utilities are to be adjusted or relocated by others,unless noted otherwise on the drawings or directed by the engineer. The City has confirmed the 24" abandoned water main can be removed to avoid conflicts with the trench and other underground utilities in the area. Q9. Do you have a copy of the pre bid meeting? A9. The pre-bid meeting was recorded and the recording is available upon a public records request to our City Clerk's office. Q10. Also, Sec. 1001-31 calls for office trailer, is this part of the requirement? Since time length and the location is not feasible. A10. An office trailer is not required for the project. Addendum#2 B17-01 White Road Roadway&Drainage Improvements Page 2 Clarifications/Amendments by Engineer: 1) The City wants to install Sylvester Palms in lieu of the Sabal Palms under pay item 1.21. 2) Regarding Maintenance of Traffic—The City will not allow an overnight road closure for White Road construction. t- / r : `:ert,CPPB Purchasing Agent attachments: Revised Bid Form Revised Plan Sheet 2a cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager • 4 Addendum#2 B17-01 White Road Roadway&Drainage Improvements Page 3 cd U " ma..yy M y per-, E Z a o 0 a ° H U on CS r, 3VI O 'rv'-, r., a E a4 ' c, z II E Q o 0 6 FE P. v, cn vp y" w w < d w w w w w c a a a V) U VD V) V) V) a w w , a s ' a 5 w) p„ •-" o 0 0 0 0 0 0 •' .� .--- . ,--, p N O O O 00 O N N 00 o 00 600 .) .0 0 ‘r � r+ --, C4 uo a �5 O r• M Wo A ":54 a U U O co ^ O O Cs ) 0 N .�-, C) c 'C c4 ' cKs 4-.4 ►i O O a n Q •Q" a Mt N c r, o U in oo .,-..c) .-- o o tn Q tr)•, .. a 0 ° ° bn — `i' u „ O ...., a a a 3 ° -. a/ .2 Q U v] vin Ci) a� a) -cl aL a; Ac) LD C7 H oo 2, Q Q 0 0 0 ° 0 ° vQ' 6 N N Naga CO CI O cl U U u 8 w d U Z Z Z Z 000 W cd b G: p O O > " " -0 r4 Q O 2 2 2 0 0 aa) Ct O U 0 0 -) a ° 0 a.) 'C -b .O O .b 'C b ti .. O 4 as as 03 .acs cs • i O 0 Q L ,� c�> cc9 r 5 H d as cn — � .f, .fi -0 -0 -F, ..c -o N vl .- O R+ ... aa H .4 V) w w G.I. w w w w �.w `. �, O cd .--I N M d- in VD N 00 O1 O ---- N M �t � ■O N 00 t�. O 0 O O O O O O O O O —' E ►•-, U U 2 C as a 0 � ° z .0 E .5 00 0 C L Q o3 00 r4 N � p ) -4 a4 Z N P .= V b o .^, W a E 0 E C] W b O E o. ca aa W o fl�cd p E�a . O . O NO b•'' = O O 00 .- M N vd : id y .1. O∎ b GI C ,Z as Rb in . ° Q o o 4.Wo rz fiA y C x„,O O ° U a)V N 03 �° 0 CU >"° I cn O 0 O o, N ,-, o p al Cal P. ^" i.. O (., E a Q, O �' O C. , II U U .N .--' .. v.* Q V] U •k a .a o cd O �� j o a Q 1-1 - � y — cj 0 v N O Q II O >,i 44 d 4 .5 0 N O Q 0 ...� - C.) -0 — at U2 a 0 CL-, � •4 vs u ¢ 0 0 II U ct/sO. O 0 - H Q Z a> ^C b z, E� v) a. cn cA U .-a W W E 0 8 o Q c w U z O ..--•.,. N N N N N N . w o E D0 aP4) QE�.—I .- .-i c'N `�" a U Z •� c'iM �r monuel- ri r`wve'mViomnn •n•.•°`.`°`aiu aO)O �� a �crw ,L73102Id S.L�IHNIHA01IdN'I (QH6IAHH) cm-;',PJ nm� 39VNIV2IQ ONV AVMUVOiI SWH1I AVd `�m I N! I avd7Q ?IOM71l-11d �N O Aimunv 31x0:AB wcuda.NO An_ ..........N3 1A'� OD°AO KO) �•diL_� OV021 flZIHM tn 1111 II �S E• A y ' SCE �, y F - m'. a - m m m o c as E e l e £ ... 2 § a .e � ¢t CeC � � ao, aay2 h „,al ji 1 "$.1 si ,P, 5I 1N C �� e 0 N C 6 c N C C Eo o o. n W$ Z T m O m G m m 2 y R .Q. m , m c $ m W E a rt3 .�' `�' O c ill 'co e a`� h Ea �1- 11-g ° mg e a o�E c4 m o m .e g rn Fa ° m m :8 0 m E1 E$ m % ''q y m o °o e o Ei� 'if g'8 rn y n y -O y .'2 y a 'v°f 32 c R.- c a S'- `1 tm_ ° Boa - 1 ° 88 � a �E g a:18 rg ' a= m m HI II %13 2 m h o,In 0111 a^E y E e S E� �... Te a � � m '�y � Ilium aS 2'2.s m ce gm- E m Sa 0,- n 0 , m m '` m 8 acid a=a c0 o,'_ S m m tili § Hi 11 :111 iii � lit ii e o.. R iii• di �_ F3n8m ti.22 .a 2c m-S 2a � a•3 2 &°° '2.'t 4� ! W . m Pi yHI JR HI t_ s7. myI- m ` m fill! m Cg 5 '22 W tY�m. `O 2� 2 t Y y 1- X j m E W O � °� 1� g g wk-m c) 3 i E U b`c m Q,Q` a ¢ ,•c c),..`-....' F-m Z m cS m At W 8 c� io w d m 8,g� §co m =y n� 8 ¢-8a•� 2-8 t,`e u)-8.s 8 W g5 9-. 8.'20 o .s cD-L w yq �8 3,2Q-xE o w s..w`° 8a % m° a. fro o.$ x 8 m z z k g 0•nt'�,.� W w• m' R.§ a L � V 2 n a ?•n Q a no,, t- q,m 'e § ¢�cr ¢ e ggm m n W =. W ¢ v8 W n a c9 ne_ WTo n t id� € _� E t � �t m � v 1:5 K C � � tY,e 2 t e$ � C c .?.,z � (4.§.E. t m U- �' I m ' e e .- U c c °,- b4' y c 2 o' 10 m W O O m „--, % a °t p ° c!E t o n U o c t- p O .S<' Z p 7, R °' W v m m m d m1 e O m °m `°3 2g.•, �� a 8 °" g8 O ma „,..0...=, ga 2 ¢ o nm m w 31 y OUR m a W 8 Ua Et ¢ m Ua nW �na`E I t o� 118 tiHfl i °fig _--0,M8 44.4.038°m-,R2 $ 5 .% 1, h1E8 .g P, 4a' �'� i _ 0'03 Ui i'fluuji y 8` g c F�� ; .�' m �c fl.r .. a. E S -fl A�m r S Kb p e g $ 3 3 m cg o Q U z0 ! , W" ; Fy� 3 g q, i�. 2'E T a S z °zd p ¢ 4 g .3L FE Yon 3 r� F� w W e� 0 aim G Z _� O G 1 "Ii E 11 W 12) ��$ . (n Ngz QR E gy'n Wg m h foul �p2Efflflfl< O b u'✓7yi���g 7z3 $ B m £m , '_ v,z E E $- >. 3= '� $ 8 s_E a Z E p E�oo 'i�' � nz O 0 3E�'E Z w W.4 g 9 PCQ�3 a'=y as .>Q c6zz -4-47,4 3»u� Z Z o • \80,,,..' ziiiiizzzg_z� i '4 '.� 2 E ti h4111"1�' oo���u 7d ¢ 2 r pz .Sacc o<000°o°ooiup S.'i $ m p ¢, S 'aa o gg Zo �`�Y � z§zd zd zd zd zdz �za�oa � O � q Ua Si „3z z-+an >' , 4i0,4,. i1.h a 1 1 �Cp5 E lS Q O C c 2%g.. 6 E6 �' 8. p OOp =WZ«�WOtt-- a-9- j C U° $ W.2 -1! i ¢� e $ $ I ¢ �t in k@ �au�7: r _z�Z22ZZ222��S�uu� $s g a 3 E o m d pc .,2E z RRA 5IL Rill aAlltl k it Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank ,. ,�� Joel F. Keller, District 4 ocoee florida December 9,2016 ADDENDUM NO: THREE (3) CITY OF OCOEE BID#B17-01 WHITE ROAD ROADWAY&DRAINAGE IMPROVEMENTS PROJECT This addendum shall modify and become a part of the original bid documents for the White Road Roadway & Drainage Improvements Project. This addendum consists of one(1)page. Bidders shall acknowledge receipt of this Addendum in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same, Wednesday, December 14, 2016 at 2:00 P.M., local time. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Can you tell me if the abandoned 24"water main removal that was just added per Addendum#2, if that main is grout filled? Al. According to Orange County,the abandoned water main is not grout filled. /1/ oyce To •ert, CPPB Purchasing Agent cc:Steve Krug,Public Works Director Richard Campanale,P.E.,Public Works Operations Manager V ON A 1+., n.! - v 0 tai 0 O b n h y �, � 000 � � � � b D n po tri 2, � � > f. tll C z o Co d ICJ ! I o O .. O S O qt i' > � ., z C H -� O •g T � C") c0 -o' n rll p 1 ' , ya Jr ti N n a s ew d ..-. � b i i 3 F-- z V o V ��,�.. ;I s ti?! 7� U l f r u f 3.! 0 0 IL S vD K 30 � z z11 O * C ° 11 a ? c ( 1 a y x ° _ O 7 R n` n° ° V ro klik 0 O O nr n N H