Loading...
Item #06 Approval of Awarding RFP #17-002 Continuing Contract for Small Construction Services Under $200,000 401. ocoee florida AGENDA ITEM COVER SHEET Meeting Date: January 17, 2017 Item # Reviewed By: Contact Name: Joyce Tolbert Finance Manager: ,/ !d ■ Contact Number: 1516 City Manager: Subject: Award of RFP#17-002 Continuing Contract for Small Construct n ervices under $200,000 Background Summary: In compliance with Chapter 21 of the City's Code of Ordinances, the City solicited proposals from qualified and licensed Contractors that have experience in providing general building (vertical construction) and site work and underground utilities (horizontal construction) for projects costing under$200,000 on a task order basis, as needed. Task orders will be issued by the City to the selected contractor(s) for projects using a scope of work and purchase order for each project. Each Task Order award will be made based upon price, ability to meet the project schedule, and past performance with the City. Multiple awards may be made for a single project when no one Contractor offers all services that may be required. Each contract shall be for the initial period of three (3) years with two (2) automatic one-year extensions. The City shall have the option of extending the term an additional one (1) year. The scope of work to be performed under task orders issued under this contract may consist of, but will not necessarily be limited to, the following: General Building Construction (Vertical) •Building construction and repair, interior and exterior. •Concrete forming, pouring, and finishing on level and sloped surfaces. Site Work & Underground Utilities (Horizontal) •Road construction using flexible and rigid surfaces; e.g., pavers, asphalt, or concrete •Concrete forming, pouring, and finishing on level and sloped surfaces. •Curb & gutter construction and repair •Sidewalk and multimodal trail construction and repair •Site preparation, general earthwork, ditching, and other grading or restoration services •Underground utilities (potable water, irrigation water, sanitary sewer, or stormwater) - • Pipeline and fitting installation or repair (some work may require confined-space protocols be followed) •Culvert installation, repair, removal, and maintenance •Sanitary sewer lift station construction, repair, modification, or rehabilitation •Wet tapping utility pipes under pressure The RFP was advertised on November 13, 2016 and was publicly opened on December 13, 2016. There were seven (7) responses submitted. Four (4) firms applied for selection under each category of work, with one firm submitting on both categories. The Finance and Support Services Departments reviewed the proposals and all were considered responsive, see the attached Checklist. Attached are the seven ranked responses; original copies of all responses are available in the Finance Department for your review. The seven (7) responses were evaluated by the RFP Evaluation Committee appointed by the City Manager, which was comprised of three (3) members: Al Butler, Support Services Director; Steve Krug, Public Works Director; and Charles Smith, Utilities Director. The public RFP Evaluation Committee meeting was held on January 4, 2017 with the Evaluation Committee evaluating and short-listing the firms on specific evaluation criteria. Please see the attached shortlist/evaluation form. The evaluation committee short-listed the following firms in ranked order, and recommends contracting with three (3) firms for the General Building Construction and four (4) firms for the Site Work and Underground Utilities Construction, per the attached award recommendation from the Support Services Director. The Table below is the Evaluation Committee's rankings: Rank/Respondent -General Building Rank/Respondent— Site Work & Underground Construction (Vertical Construction) Utilities (Horizontal Construction) 1. D&A Construction Group Inc. 1. Barracuda Building Corp. 2. Ruby Builders Inc. 2. RMS Constructors Group LLC 3. BASE Construction Inc. 3. Schuller Contractors Inc. 4. Central Florida Environmental Corp. Issue: Should the City Commission award continuing contracts for small construction projects under$200,000 to the top three (3) ranked firms for the Vertical Construction category and to all four (4) firms that submitted for the Horizontal Construction category, as recommended by the Evaluation Committee? Recommendations: Staff recommends that the City Commission award continuing contracts for RFP #17-002 Small Construction Services under $200,000 to D&A Construction Group Inc., Ruby Builders Inc., and BASE Construction Inc. for General Building Construction; and to Barracuda Building Corp., RMS Constructors Group LLC, Schuller Contractors Inc., and Central Florida Environmental Corp. for Site Work and Underground Utilities Construction; and authorize Staff to issue task orders with the selected firms for construction projects with an estimated value less than $200,000; and authorize the Mayor, City Clerk, and staff to execute all necessary contract documents with these firms once the required insurance is received. Attachments: 1. RFP#17-002 2. Addendum #1 3. D&A Construction Proposal 4. Ruby Builders Proposal 5. BASE Construction Proposal 6. Barracuda Building Proposal 7. RMS Constructors Proposal 8. Schuller Contractors Proposal 9. Central FL Environmental Proposal 10. Evaluation Form/Shortlist 11. RFP Checklist 12. Award Recommendation from the Support Services Director Financial Impact: 2 Construction projects with an estimated value of less than $200,000, as budgeted each fiscal year for the term of the contract. Type of Item: (please mark with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion& Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney t N/A Reviewed by Finance Dept. t,'(9 N/A Reviewed by ( ) N/A 3 Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 1&01W Rob rt Frank Richard Firstner, District 3 Robert Frank Joel F. Keller, District 4 ocoee florida MEMORANDUM TO: Joyce Tolbert, Purchasing Agent FROM: Al Butler, Director of Support Services DATE: January 4, 2017 RE: Selection Committee recommendations for Continuing Construction Services for Projects under $200,000 COPIES: Craig Shadrix, Steve Krug, Charles Smith, Tom King The Selection Committee met this morning at 11 :05 am to compile the results of our members' individual rankings for the seven (7) firms that responded to the RFP solicitation for small construction projects; i.e., those costing less than $200,000. The RFP sought responses from firms in two areas of work: General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring, and finishing on level and sloped surfaces. Site Work & Underground Utilities (Horizontal) • Road construction using flexible and rigid surfaces; e.g., pavers, asphalt, or concrete • Concrete forming, pouring, and finishing on level and sloped surfaces. • Curb & gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation, general earthwork, ditching, and other grading or restoration services • Underground utilities (potable water, irrigation water, sanitary sewer, or stormwater) • Pipeline and fitting installation or repair (some work may require confined-space protocols to be followed) • Culvert installation, repair, removal, and maintenance • Sanitary sewer lift station construction, repair, modification, or rehabilitation • Wet tapping utility pipes under pressure Four firms applied for selection under each area of work, with one firm (RMS Constructors Group, LLC) seeking to be qualified under both areas. The solicitation indicated the city wanted to award the contract to at least the three top-ranked firms in each area of work. The top-three ranked firms recommended by the Committee for selection by the City Commission to provide continuing services for vertical building construction are: City of Ocoee • 150 North Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905-3100 • fax: (407) 905-3167 •www.ocoee.org 1. BASE Construction, Inc. 2. D&A Construction Group, Inc. 3. Ruby Builders, Inc. Given the number of responding firms, their qualifications, and the potential amount of work that may be assigned through these contracts, the Committee elected to recommend the City Commission award continuing service contracts for site work and underground utilities to all four firms that sought this work: 1. Barracuda Building Corp. 2. Central Florida Environmental Corp. 3. RMS Constructors Group, LLC 4. Schuller Contractors, Inc. The detailed evaluations are attached. d d _ _ � / � / ƒ o CO n e CO o 0 2 2 2 C / 6 CO m CO / 2/ co E a 3 0 § E o @ 7 _ _ / d d e n n - m R 03 E # a m 03 = 2 2 2 2 2 z .0 J J \ F2 12 k o 2 \ o _I k 0 CO ) Cr) \ / 6 o. ,- # # t # 3 o / § k § \11- b 0 0 \ a a z 0 d / d { § « / « / e I g n oes a m ,- m ,- 2 � 2 o O 2 o 2 2 = » y ru $ o 0 o 0 j z• j 0 0 - O 0 ce £ Q \ 9 I- 2 0 2 0 ^ 9 \ re - - - � z § k / k To 2 \ L _ § n e e e L.L. § # # CO # � _I z EE 2 2 2 C EE o o = 2 0 - cn• n 0 ' 0 ' \ O > 3 3 ) \ d d > « cc C 3 /c c 0 z w o w o = O (0 a CO CO n 2 = n n - n 2 o CO L- 03 / 2 2 2 a Cl) 2 ? in { z o o E z 0 0 O E E a. / / } RS n g c 2 0 2 C C C 2 0 © © E = o = U 0 § § \m m > c $ w i: ƒ . c c 6 J — 7E 2 k 2 _ « E 2 'S v § C § ? / , § C / @ ,- a n 0 W N o 0 - a CO o = § G S % ° / / o Z / 2 $ \ \ \ o R o = e n 2 e 2 o o _ _ = Z a MS I = _ _ « Z ® j ft Q 0 / / / < § C t / / \ < k ° 0 ± ± ± / ± ± 2 - / ( d c d � co 1V1 u c c co c c s c CCI y C O U C C e d v UO o o o N d .' N m T a 3 r co 0 2 J O J N LO Cl r Cl in `_ 3 ER V • W M O Ct Z D c CO °— W c • U 2c 5 h a co U) o U) X c o w m co c0 2 Q O � Q P z 0 O F= °' off - a' vv o l— Q W .- « is z 11E 2 co C c 'c c Z a- vw 0 0c J Le J I— V . s• > U w O O0 y c u. Z Z $ U 2 U.. v r r O O N '^ O N N r\ /. Z Z m m Z H .5 Z 3 O LLI ca Li co co co 0 Z 0 C c C C C � .� W 3 U C C CD 0 E m ,1 1 a. Mt Tz o 13- a) a c U) c TO m 2 cc xm F- ^ '2 �j >. Ecc.) Ww Z_ U; _ is e C .3 a� Ems ^, � -- O C co 0 s d L N 0 z _3 oa '5 Ea o Na a` a Q ® 0 0 ` no o � o —y co ago I-- 3 '� t6 co M co 7 M y N N U N 0 e d . Tii co _ W QRG' O CD 13- a � � dam: Ho 2 w w' 4 ,.. ciik \ 2 ¥ y 2 kt ( | | co 0 COk / . 0 4 k \ \ co 7R \ \ f 00 q 01 7 , Ce { \ in { 8 tu \ o fg { 8 ca k ° ° © eet ( 4- ~ \ 0 re , § (0 () 0, m~ r^ f o F 1—� .§ o <w ■ § ca § a� z 2 G'0g w° I— � .2 ea a) ece ito < i » » 2 $03 RI 03 2 C w I § § et < < k � c s U 2 /ca I- / � z 0 \o§ D 0 \ \ 0 0 1 n z o o -in � \ z 2 E . » 5 co ( ea ea ea co ea 2 4 . o L . � _ 2 a c ' w kC *3 ' Ky�\ . m , . �% ®..v2 .�. . . .: ..�.� . . . .: a . � .v �� :. . . . I._ '� q 4 2 Ii T � \ \2 TO � ) 2 0- 0 ce E c 0 I % c c « 0. CO 4 CD a : R2 © co§ k5 co 2 © —I o & & ' ® » o kk% •o o_ O. o & C0 00 r E CO a C 2 / 2 ; � § &� eq ® 2N 0 ' ■ 4 4 I w9 < Ce 6 cc wa a2 £ ii c2< w ° S ± 6 ii ci c 43 2 .c V C C C C C C U Y co C O 'p`J\ U Li C o .0 0 m i N L p O p 10 '\0._. O ., . (,,,,D to U o e� W E ❑ c Z W V c Ni 0 ‘ , t's) . 0 ce o ° a ° VZ V c • O co o o I- ? 11.1 `o r Z J LL y as m m as m as Fk OQ m E `c c c c c c W O LL V 0 y re JJ f- U > 2• > > w Ce I- c O 'LL ? Z o �� c ' re 0 �U y t„\-)Q Z Z U t"" O p w V J w m C7 y'? Z m ., Z J c ( i; , Z U w mQ co as Z 'a V c as c c c c c ) al m O u. C _ . . Q p5 a� 1 . C .... Ti CU NJ 9 2 L OO C C X al (n W L L N U W 6- Z .4 a4 a m d3 d _. .5 4 2 .8 a G m ) c O Q' C c C (I) - C a C C. L z co o � 'p ` a) o o c o ° 'o J p _a o` `o a E a o . a a s Q w no o .ao °— C o O `a `a = W .a N M Cr) 7�M N U N U N O r CGS > > Q Lt a d' W Ov a. J Ov d Az co v u- G C W W L 1 Li c co L V , (V i° co co y O U ti c E. a`3 'a CO as CO as to as • c c c c c c m a re w o `0 o o o J "� ° a7 0 c 7 N 0 0 h O a' y 0 W 2 Q Z c t c W u ci C.) J « c 5 I- 0 0 c c . c c c c u 2 Z � 0 O � N 0 0 p O a N = m O o � F= 'o0 9I Q co ay is W LT- to to o it 0 Q I-, E E N "' u5 v N U W J d ° W J J P0 Q = W w o 0 ct > _ c oz O o CD 3 co CO as W C C C C C C C I— V 0 U Z Oa m co wN� Z li c C.---\\44. 1 . O Z O m a W in ✓ P N N 0 ez N E o . c d c as _ m ✓ � V KIli) al - ▪ N c W > °fi o W w Z ,y C 7 0 1r c y . c 'v) c a C d C. z > > 0a 5 Ea° `�a° aa° Qo Q o `o a O C ® CO RI N M N .Q M N U N 0 ® ! d m N W Q 1 c O x W Si a J o CL c H ® a W w' c-1:, L. U C m W C A N N CO CO M N c C...6 0 U ci C e m C C C C 03 C C T a o 0 O u U O 7 J J N o o co co CO N CO /R U ,- re W re CI Z M o w • d 0 .� 5 5 J z• a CO CO fB CD CO CO W H o ° C C C C c C z � 0 °° � O0 N ° 0ce0 2 a0 CO ff Q `' c w 1ZJ W LL m LO CO CO O r Igla Li. U �:-.1. c N N r pp N W o u.CL _I 0 c r > > W e, R• > Z c D OLL ? 0 o f- co La CO g CC Z lL c C C C C C C O Z U Z_ co 0 m OS Z 5 Z iz 0 v Z 0 O 3 ° CO CO CO co N 0 4 , a U N N �-, O) N ca V1 t = \ IA CO 1 CO \tI L 0 u. a Y 1. \N N N N R _co C C -x w II...-- ^ Y CO m M m w Z w en = To E>' N V `° F m co W 7- C m O Ce TU a a � rn C « Eo6 « n W a s L Z ic m C Cl) c c d 7 O C ° O o `.- o c = a d a Q T. 0 o as a_ ' E co 3 .>. oo o °-o co C F d N N O ' '> co m 7 M 5, N m V w wa ° F-w Qre ° cc w ° a11 ° ■ U • � C 1 ` _■ N ` !{,L'/y^e !\117_\1 W. O 5 t 4 \ O 11 U .. YA_i N I Ni N C O v U VQv) y d 9 N co as co N (0 M T a 7 re N O « O (1--- c ci" W 2 0 m Z '. m c co o U U Q , Li j a c o m c m` m C as m to C co 2 O Q ° zO N o ° o O 2. C cn 0 c..9 ,,,P n J W � Q > H ° w a U w J c ci)J R J I— 0 > Q ? W y 2 0 CC > Z c OZ c u.U (0 2 m m m m m m CC , , O C C C C C C 0 Z Z w 0 0 = a 0 0d m z Y _z o o0 7 Z W °° Q �("` 11 t�/1 Ac y" I . co m L o V. v O 06 N U C V ++ N as as N N ca CO'� $7 .a C N 2 C CO C co cu 2 c c x d .. W > w E W 0 Z r,) C 0 :a `m m f0 m C m TO _ m H ate , E � m O ._ c io 0 -o c cu c c iA c o c C. z in '> > ° oa Ea. o ya° a. a° Qc, 0 0 a0 0 .0-0 c 0 u) 0 r CO j 13 70 = Vl M - to 7 M N N U N Q) 3 T C W .5 CO WW° a_ J ° ¢. ° 0a E W W 1 8 8 8 8 8 8 a q E a co 2 o g N 2 z z z z Ti U J - , G x ▪ . m E t a m < a 1 J CO 8 m ,,,,I,%:" 1 m y 1 1 1 1 0 1 X X A o ot 0 1 o z,S N M C G d: W 2d a`o yc - 1 m y 1 1 1 1 1 1 ▪ x J c 1y:�� O ' 4,1 H co mo 3 c C9 .� . .11111111111111 O E a co 1 1 1 1 l l 1 K C u-J J� w 2 m OL U N W 00a" e4 W V1 x CC 0 U. d Z e 1 v 1 1 1 1 1 1 it▪ X , OU U Q .a ▪, W �k % Z M all 46m°y: Z F' Z �a kt ::: O 0 • 1° ' 1 1 1 1 1 l X m N > 6,.`r mt A L 1 4 ' 4 ", i 4/4 Hui 7 %x �, awn h ii1a w ry4 `�i a -, ...ads rfi ��% 4.0w. k � -' '' �§k'. r ... ,.. ..... " mss, - -. U cl m C O O y o 2 Y = c " C C C C c 0 0 0 0 tq > N 55 .' 4 Cg� E. o E o o §ry §g� a y t 2 c;" u a `o ❑ 8 8 ❑ c 2 _ c 2• -0 C 0 C m m m ' D O o o a c • c U O c Y v m 7 c m 2 8 F °v 8 m w a, ° r O c 4 ° w c ? m o m a s m a 0 c 2 0 1 Z < tl' G 1 x a 2 2 ro ° ' < v 113 50 1 re p • c o S c 3 N u. m _E 0_ V N c E -. (9 v n o vZ C .2 N 9. 5 c t O m LL . O E w a (n d 2 L L L a re g N E C IC W m . Q < m J fn (n W a' U I- C7 (n N J fn L 1 LL., el, VJ J lL 6 S V 6 i Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner,District 3 Robert Frank 4010V Joel F. Keller,District 4 ocoee florid a CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 l ' sue ' ° ` j. CPAPr : = = RFP DOCUMENTS Section Page Legal Advertisement 3 Proposal Instructions 4 - 6 General Terms & Conditions 7 - 19 Summary of Litigation*, p. 16 Acknowledgement of Addenda*, p.16 List of Subcontractors*, p. 16 Equipment Listing*, p. 17 References/Experience*, p. 17 SCOPE OF WORK, PROPOSAL FORM, AND PROPOSED CONTRACT Section Page Exhibit A—Scope of Work 20 - 24 Exhibit B— Proposal Form* 25 - 26 Company Information and Signature Sheet*, p. 27 Exhibit C— Proposed Contract for Construction Services 28—35 *Submit with Proposal End Table of Contents 0 2 RFP17-002 Continuing Small Construction under$200,00 Request for Proposals,Legal Advertisement The City of Ocoee, Florida (City) is soliciting sealed proposals for RFP #17-002 Continuing Contract for Small Construction Services under $200,000. Proposals will be received at the office of Joyce Tolbert, CPPB, Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on December 13, 2016. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and the names of the responding firms read aloud at that time. No Pre-proposal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Onvia/Demandstar by accessing the City's website at http://www.ocoee.org under the "Living & Working" section. Partial sets of the documents required for submitting a proposal will not be issued. By using Onvia/Demandstar, prospective respondents will be provided with all information regarding this RFP and addenda and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a proposal; fees may apply for non-members. Persons other than prospective Respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee, as prescribed by statute. Melanie Sibbitt, City Clerk, Orlando Sentinel,November 13, 2016. RFP17-002 Continuing Small Construction under$200,000 3 CITY OF OCOEE REQUEST FOR PROPOSALS (RFP) # 17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 INSTRUCTIONS A. Sealed proposals for RFP #17-002 will be received by the City of Ocoee, hereinafter called "City," from any person, firm, corporation, or agency, hereinafter called "Respondent," submitting a proposal for the services being solicited. Each Respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink; do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal, either as a principal, member of the firm, or general partner. If the Respondent is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and email preferred itolbert cc ci.ocoee.fl.us, and must be received not later than December 6, 2016, at 2:00 p.m. in order to receive an answer. Any clarifications/changes will be only through written addenda issued by the Purchasing Agent. Respondents should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. C. Proposals must describe the qualifications of the firm planning to provide services. The proposal shall be presented as one (1) original and three (3) copies. The entire proposal package shall be received by the Finance Department not later than 2:00 P.M., local time, on December 13, 2016. Proposals received by the Finance Department/Purchasing after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to: City of Ocoee Finance Department/Purchasing Attention: Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 D. Pre-Proposal Conference: No Pre-Proposal Conference has been scheduled at this time. E. Proposals will be reviewed by an Evaluation Committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled Evaluation Committee meeting(s) for this RFP will RFP17-002 Continuing Small Construction under$200,000 4 be noticed publicly and on Demandstar. A City evaluation committee will review and evaluate each Respondent's submittal and will short-list and recommend to the City Commission a minimum of three (3) qualified firms, if possible, to provide the requested services for each of the two categories listed on the Proposal Form. A single firm may submit proposals for one or both categories of work under one submittal. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a proposal constitute public records under Florida law. F. All Respondents shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a complete proposal. G. Submission of a proposal shall constitute an acknowledgment that the Respondent has complied with the instructions of this RFP. The failure or neglect of a Respondent to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the contract documents or the scope of services. Proposals shall be in compliance with the contract documents and scope of services. All costs to prepare and submit proposals shall be the responsibility of the Respondent and the City shall make no reimbursement of any kind. H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be distributed via Demandstar. It shall be the responsibility of each Respondent to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Respondent, if requested, unopened. In case any Respondent fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a Respondent receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Respondents; c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Respondent's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to RFP17-002 Continuing Small Construction under$200,000 5 justify disqualification of Respondent or the rejection of its proposal. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an 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 Florida Statute 287.133 (2) (a).] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Respondents should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Respondents are requested, however, to identify specifically any information contained in their proposal that they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. L. ACCEPTANCE AND AWARD. The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re-advertise for new proposals. The City may accept any item or group of items of any proposal, unless the Respondent qualifies its proposal by specific limitations. The City may accept one or more proposals 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 Respondent(s) which, in the City's sole discretion, is (are) the most responsive and responsible. The City reserves the right, as an aid in determining which proposals are responsible, to require a Respondent to submit such additional evidence of Respondent'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 Respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all proposals for acceptance and award. (Remainder of page left blank intentionally) RFP17-002 Continuing Small Construction under$200,000 6 RFP #17-002 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Respondent, if awarded the Contract, will, after written notice of such award, enter into a written Contract with the City and as a guarantee that the Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. b) In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, or Respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP after issuance of Notice of Intent to Award by the City, then such Respondent shall be liable to the City in the full amount of the check or Bid Bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the Bid Bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required Bid Bond and required insurance coverage is to be included in the Respondent's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Respondents will be returned within three (3) days after the City and the successful Respondent have executed the contract for work or until the 91St day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check 2. PERFORMANCE BOND: Not applicable, as projects under this contract shall not exceed $200,000 in value. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this contract. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the Respondent uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the proposal price shall include all royalties or cost arising from the use of RFP17-002 Continuing Small Construction under$200,000 7 such design, device, or materials. 4. DEFAULT: As a result of proposals received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 5. PRICING: Pricing should be provided as indicated on the Proposal Form attached as Exhibit B, to include any alternate proposals. Please note that alternate price proposals will not be accepted unless specifically called for on the Scope of Work and/or Proposal Form. Cost of preparation of a response to this RFP is solely that of the Respondent and the City assumes no responsibility for such costs incurred by the Respondent. The Proposal Form may not be completed in pencil. All entries on the Proposal Form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Respondent to clarify an illegible entry on the Proposal Form. If the Proposal Form requires that the proposed price, or constituent portions of the proposed price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Proposal Form should be provided by the Respondent and be correctly computed. If there is an arithmetical conflict between the unit price stated by the Respondent on the Proposal Form and the total price stated by the Respondent on the Proposal Form, the unit price stated by the Respondent on the Proposal Form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Proposal Form to calculate the total price, utilizing the unit prices that have been identified by the Respondent. The taking of such action by the City shall not constitute grounds for the Respondent to withdraw its proposal nor shall it provide a defense constituting discharge of the proposal bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Proposal Form. However, the City reserves the right to reject Proposal Forms that are incomplete or contain information that is not required as being non-responsive. a) The prices have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Respondent or with any competitor; RFP17-002 Continuing Small Construction under$200,000 8 b) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other Respondent or to any competitor; c) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); d) Respondent warrants the prices set forth herein do not exceed the prices charged by the Respondent under a contract with the State of Florida Purchasing Division; and e) Respondent agrees that supplies/services furnished under this proposal, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the proposal award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of proposals. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of proposal opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to a minimum of three (3) Respondents, if possible, in each of the two categories on the Price Proposal Form according to the Evaluation Criteria set forth in the RFP. 9. LITERATURE: If required by the scope of work or the specifications, descriptive literature/brochures shall be included with this proposal in order to properly evaluate make/model offered. Proposals submitted without same may be considered non-responsive and disqualified. RFP17-002 Continuing Small Construction under$200,000 9 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Respondent shall file a written proposal protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A proposal protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the RFP, its addenda, and other proposal documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications), if any. The Respondent shall clarify all questions concerning the design documents of the project prior to submitting its proposal. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: a) No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Article 5 of the proposed Contract (Progress Payments) (see Exhibit C) and the Task Orders and Payment section of the Scope of Work (see Exhibit A) provide additional requirements. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. 12. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein shall comply with all applicable federal, state, and local laws, ordinances, regulations, orders, and decrees, including, without limitation, such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register(CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910-General Industry Standards that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. RFP17-002 Continuing Small Construction under$200,000 10 c) The Contractor must assure that a certified first aid person is designated, phone numbers of physicians, hospital, and ambulance services are posted (copy to Personnel Director, City of Ocoee), and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and be secured to prevent displacement. i) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. j) All heavy equipment must have, where applicable: (a) back-up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. k) Personal fall protection must be provided at elevations exceeding ten (10) feet. 13. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 14. CONTRACT: a) Each successful Respondent, herein also referred to as Contractor, will be required to enter into a contract with the City along the terms and conditions included in Exhibit C for the initial period of three (3) years with two (2) automatic one-year extensions. The City shall have the option of extending the term an additional one (1) year. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional to those in the existing scope of work, to any third party or the City's own employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES a) Respondent certifies that it does not and will not maintain or provide any segregated facilities for the Respondent's employees at any of the Respondent's establishments, and that Respondent does not permit Respondent's employees to perform their services at any location under the Respondent's control where segregated facilities are maintained. Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of its Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Respondent agrees that (except where Respondent has obtained identical certification from proposed contractors for specific time periods) Respondent will RFP17-002 Continuing Small Construction under$200,000 11 obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 that are not exempt from the provisions of the Equal Opportunity clause, and that Respondent will retain such certifications in Respondent's files. b) The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: a) Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Respondent certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) c) Respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Respondent agrees to immediately notify the City in writing. d) Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. e) Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: a) All invitations to proposal, as defined by Section 287.012(11), Florida Statutes, requests for proposals, as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: RFP17-002 Continuing Small Construction under$200,000 12 "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 proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." b) All Respondents that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the Contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee contractor registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. STANDARD INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by RFP17-002 Continuing Small Construction under$200,000 13 the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. ■$2,000,000 GENERAL AGGREGATE •$2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE •$1,000,000 PER OCCURRENCE ■$1,000,000 PERSONAL & ADVERTISING INJURY •Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: FOR PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. ■$1,000,000 PER OCCURRENCE •$2,000,000 AGGREGATE 6) Commercial Umbrella: •$1,000,000 PER OCCURRENCE •$2,000,000 Aggregate RFP17-002 Continuing Small Construction under$200,000 14 •Including Employer's Liability and Contractual Liability 7) Builders Risk: ■$100,000 Any (1) Location ■$1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample below), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. mt ACORO. CERTIFICATE OF LIABILITY INSURANCE ETIA°i-iia °'21/0r .,,a0Y0a TNIS CEATWICATE IS ISSUED Al A MATTER OF INFORMATION ONLY AND CONFERS NO MONTS UPON 711E CERTWKATE NG ore THIS CERTIFICATE DOES NOT AMINO.EXTEND OR ALTER THE COVERAGE AFFORDED SY TITE SCUMS BELOW. T MlIR1lRS AFFORONIO COVERAGE 1*ADC manta a Contrentor'e Roe Addr... .ame,t COVIRAGEI ee rarR*vrY.=Urea.n0.woe Fee.ORM TO OA MEMO a.T.eop 1001T4 Amn0e000 400,1ea eoTwtwT•0000 off emrmrrO.TON aOTOTOYnowOWIM CT OR GOOF 0=000 emi.MICT TO 0,10.1140 010TOICATS roe N e.leadT IMMO..TO MAW.WOKS°10 TO MOM 001osea,pw0 SMOOT rook TO Tema 00u.o.e o000NTOr ar an, rrAem..ew0.n 1003 0010,TwTOW111101 NeaO 1O101.0arc TTngwleelta I 'port WOW ZWITXXM 111 ii "I wr+ girt moors nunocae.ea,ce *1,000,000 :EIt caWear..oe.R�.UTaOT =Ir0 lr *so 000 0.00.1 TOO dX N OW CO OT*0.TV •5,000 ' w.,.wT II,000,000 --" i I.eeaw..eaNNTI *1,000,000 y„l,nWeaaW le.T.IIae1 roT f.mecum•CONSOSMSI II 2,000,000 "I.«roT n"iT Ir1.4 .1.1 T 1 .RU*... *1,000,000 ilk,.ano �M 0reear a I .:0 400010.01 AUTOS NINA MOOS ,IrloWNY I s rp.OrrO.u+o. .•.Ae.e.�m nOO„aT..,.Owwr 10 uA.c o,T.ouro .uro° 10:. oao * to.ooti Ke .1,000,000 x .o Its'7 ('-7 ,,,� ( € � 0100ATI ,1,000,000 E J O , ,TeTVmoa . wpw..o iMas,v erwver UNLIT it±.orw.ccmn *500,000 •.T ,r.,owpC i40roee4 W'I.O,rt.500,000 *� I,�O.A W.MOCY.O .500,000 mw � Builder. Risk I A'l'3 La l�'� ! 0 knY'1 Sea 1,GOO,000 o.A,.�,rTn w awAma,wcaTdo,w.c*u,0e1.110010/OM n 0000011/00.000.4 01000010 The insurance evidenced by this certificate shall won the certificate holders as en additional insured on the general Liability A Umbrella Liability. Workers' Compensation. /Employers. Liability a Oenerol Liability shall contain•Waiver of Subrogation is favor of the oertifioate holder. The certificate holder to .dd.d as a TDBBd irrased fa'ally RtIBk. eEmWICATE HOLDER _CANCELLATION OCO1703 •O0*0*a7•••0..OYr.NOTpTYYC+.cau0..row re Moon.. OAT.11001101,Tr m..00 row.ak e.aw*TO Wm 10 OM TIOTTIo N.,a TO Ten e.nrewn,ula....roroa..WT.OR MUM TO 0O a POLL City of Ocoee .eon O000.040r0 ORUrma■001110 .Ten r.nlROS MOO!a 1E0 N. Lakeshore Drive 0001111111110000. Ocoee 7L 34701.2251 0.1„ ea ,TA„M ACORD 1E1200t011 pt a n..coaG eoRroRATENI,wi RFP17-002 Continuing Small Construction under$200,000 15 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owrid or leased. If leased please provide name of lessor. 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Have you any similar work in progress at this time? Yes_ No Length of time in business years months. Bank or other financial references: (Attach additional sheets if necessary) • RFP17-002 Continuing Small Construction under$200,000 17 25. SUBMITTALS: The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Respondents shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Respondents with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Submissions shall be limited to a total of twenty-five (25) 8.5"x 11" pages (excluding Table of Contents, front and back covers, dividers, and all forms included in this RFP), single-sided, portrait orientation, 12-point font, and contained in a three-ring binder or other format amenable to easy photocopying. The page limit applies to the material contained in sections 1 and 2 of the proposal, as described below. The person signing the proposal on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted proposal. In order to simplify the review process and obtain the maximum degree of comparison, the Respondent must provide the following content when responding to the RFP: Section 1 —Company Information • Firm's history, number of years in business, etc. • List of all firm's supervisory employees, their qualifications, and their role for this contract. • Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. • Firm's sub-contractors, their qualifications, and their role in providing services. • List and quantity of firm's (and firm's sub-contractors' if applicable) type and quantity of equipment to be used for this contract. Section 2—Company Experience/References • List of firm's other current or recently completed similar services within the past three (3) years with other public or private agencies. • List of at least three (3) client references to include organization name, contact person, telephone number (s), and e-mail address. • Litigation Summary. Section 3— Price Proposal • Exhibit B Section 4—Other Required Content • Company Information/Signature Sheet • Forms listed on Table of Contents as to be submitted with your proposal. • Bid Security. RFP17-002 Continuing Small Construction under$200,000 18 26. EVALUATION CRITERIA: The criteria for making an award recommendation are: 1. Ability to rapidly mobilize and respond (0—30 points) 2. Resources (personnel, equipment, machinery, etc.) (0 —30 points) 3. Previous similar experience, licensing, and references (0—20 points) 4. Price proposal (0—20 points) A City evaluation committee will review and evaluate each Respondent's submittal and will short-list and recommend to the City Commission a minimum of three (3) qualified firms, if possible, to provide the requested services for each of the two categories listed on the Proposal Form. A single firm may submit proposals for one or both categories of work under one submittal. The City reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as the City may deem necessary and/or may require oral presentations or interviews of firms. The City shall be the sole judge of the competency of Respondents. All Respondents shall be notified via Onvia/Demandstar or other means of staffs recommended ranking of firms to the City Commission. The City Commission's decision to endorse or modify the ranking by staff shall be final. The successful Respondent shall be required to execute an agreement which provides, among other things, that any plans, drawings, reports, and specifications that result from Respondent's services shall become the property of the City. Upon the successful negotiation of an agreement, a formal contract will be prepared and subsequent executed by both parties. (Remainder of page left blank intentionally) RFP17-002 Continuing Small Construction under$200,000 19 EXHIBIT "A" SCOPE OF WORK RFP #17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 GENERAL The City of Ocoee is soliciting proposals from qualified firms that can provide general building and site work and underground utilities construction services for projects costing up to $200,000 on a task order basis, as may be issued from time to time. The contract will be recommended to be awarded to a minimum of three (3) Respondents, if possible, in each of the two categories on the Price Proposal Form according to the Evaluation Criteria set forth in the RFP. A single firm may submit proposals for one or both categories of work under one submittal. The proposed services may include, but not be limited to, the following services, depending on the capabilities of the responding firms: General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring, and finishing on level and sloped surfaces. Site Work & Underground Utilities (Horizontal) • Road construction using flexible and rigid surfaces; e.g., pavers, asphalt, or concrete • Concrete forming, pouring, and finishing on level and sloped surfaces. • Curb & gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation, general earthwork, ditching, and other grading or restoration services • Underground utilities (potable water, irrigation water, sanitary sewer, or stormwater) - • Pipeline and fitting installation or repair (some work may require confined-space protocols to be followed) • Culvert installation, repair, removal, and maintenance • Sanitary sewer lift station construction, repair, modification, or rehabilitation • Wet tapping utility pipes under pressure Task Orders and Payment When a construction need arises, the requesting City Department's project manager will prepare and e-mail or fax a brief description of the required task and desired project schedule to the awarded firms for each construction category under contract. Within 48-hours of receipt, or within such other time as may be stated on the notice, each contacted firm shall e-mail or fax (followed by mailing of the original) a proposal to perform the requested work for the City Department. Each City Department will individually select the successful proposal. The selection criteria will be based upon price, ability to meet the project schedule, and past performance with the City. Multiple awards may be made for a single project when no one Contractor offers all services that may be required over the term of the contract or to provide the City with greater production capacity. RFP17-002 Continuing Small Construction under$200,000 20 Firm(s) selected by the City will provide small construction services to the City on an as needed basis, based upon task orders to be issued by the City under the continuing contract. It shall be the requesting City Department's responsibility to verify funding source, amounts, and balances. It shall be the Contractor's responsibility to include those references on each invoice submitted for the work. No work shall commence until the verification of the issuance of the purchase order. Invoicing for completed work or progress billing shall be submitted to the requesting City Department for processing and submission for payment by the Finance Department with a copy to: Finance Department Accounts Payable City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 CONDITIONS OF THE WORK The following general requirements apply to each project assigned under this solicitation. Specific requirements may be part of any work assignment. A. CONTRACTOR LICENSING AND PROJECT PERMITTING: The prime contractor submitting a proposal must hold a Florida contractor's license appropriate for the work proposed. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, which may be a subcontractor, will be required to hold a State of Florida General Contractor, Underground Contractor, Building Contractor license, or specialty license, as may be appropriate for the nature of the work. A City of Ocoee building permit will be required for any such improvement. Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state-licensed electrician will be required to secure a building permit for the electrical power requirements of the work, if any. Specialty contractor licenses required by State laws and regulations must be held by any specialty subcontractor used on a project but Respondents need not identify them in their proposal. B. SHOP DRAWINGS Where required for the project, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough review by City staff while not delaying progress of the work. Shop drawings shall be provided as three complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the acceptability of the proposed material and manner of incorporation into the work. Any work not provided or installed in accordance with the approved shop drawings and/or the plans and specifications will be rejected by the City and must be replaced with acceptable material and/or workmanship prior to payment. C. CONSTRUCTION SCHEDULE For most efforts anticipated under this solicitation, the construction period will be 60 days to substantial completion and 90 days to final completion. A definitive schedule will be made a part of any task order issued. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. RFP17-002 Continuing Small Construction under$200,000 21 Note that there will generally be no restoration phase of any project undertaken through this solicitation. Each work item will include related restoration work as part of the effort. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. The City can delay the start date shown on the task order to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions. The City may levy liquidated damages in the amount of$250 for each day beyond the final completion date shown on the Notice to Proceed. The number of unfavorable weather days that should be included in any construction period is equal to five days per month. The City will evaluate any time extension sought by Contractor in light of these built-in time considerations. Night and weekend work may be permitted in special situations by written agreement. D. WARRANTY PERIOD The construction warranty period begins on the date of substantial completion, which will be recorded using a certificate issued by the City and acknowledged by the Contractor. The minimum warranty period is one year. The City will perform periodic inspections of the work and note any items that require correction. Unless a discovered defect poses a danger to the public or may lead to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. The period allowed for correction of all noted warranty repair issues is generally 30 days, but this period may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a qualified subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the final warranty work completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City, but in no case longer than one year in duration from the date of correction. E. MAINTENANCE OF TRAFFIC It shall be the Contractor's responsibility to maintain traffic in accordance with the latest version of the M.U.T.C.D. standards. Lane closures are not permitted in the peak direction of traffic from 7:00 to 9:00 AM, and 4:00 to 6:00 PM. F. PLANS & PERMITS City may or may not provide any plans for the projects depending on the complexity of work to be performed. Contractor shall apply for a permit for each project. Permit fees are not required for the City issued permits. Cost of permits from other agencies (if applicable) shall be included in Contractor's cost proposal. For some projects, the Contractor will be required to sign a Confidential Disclosure Agreement in order to protect design information for certain facilities, which are exempt from disclosure under the public records laws of Florida. G. CONFORMANCE AND QUALITY INSPECTIONS City will accept each project after an inspection of the final product. This inspection is in addition to any conducted by the City's Building Division pursuant to the requirements of the RFP17-002 Continuing Small Construction under$200,000 22 Florida Building Code. Failure of the City to detect problems shall not relieve the Contractor from its obligation to provide quality work in accordance with industry standards. H. AS-BUILT DRAWINGS AND DOCUMENTATION At the end of the project and prior to final payment, the Contractor must provide a complete set of documentation related to the installed system, including operating manuals, maintenance instructions, list of all initial settings and adjustments, and as-built drawings. The drawings shall be of sufficient size and detail to describe the location and model of equipment installed at each location, size and location of all conduit (general depth of installed underground conduit is to be noted for each run between access point). Contractor staff shall walk the project with City staff before turning over the system for acceptance and operation by the City. I. GOVERNING STANDARDS Unless otherwise explicitly expressed in writing, all work performed under this contract shall be in accordance with the Florida Building Code in effect at the time of purchase order issuance, published Florida DOT standards, Orange County codes and standards, and City of Ocoee engineering and utility standards, as may be applicable. J. OTHER REQUIREMENTS All projects shall include demolition of existing structures, disposal of debris, preparation, and forming, as required, even if not explicitly included on a task order. It shall be the responsibility of the Contractor to locate all underground utilities prior to new construction. Any and all damages caused by the Contractor shall be repaired at the expense of the Contractor and to the satisfaction of the owner. K. COSTS IMPLICITLY INCLUDED IN PAY ITEMS a) No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items. • Disposal of excess material • Trench excavation, including necessary pavement and vegetative surface removal, except when such work is an explicit pay item • Dewatering and disposal of surplus water • Structural fill, backfill, and grading, except as may be specified • Manual excavation or soft digs • Replacement of unpaved roadways, grass, and shrubbery plots • Foundation and borrow materials, except as may be specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration, and/or appurtenances included within the limits of lump sum work, unless otherwise stated • Maintaining or detouring of on-site and off-site traffic • Appurtenant work, as may be required for a complete and operable system • Surface restoration, including removal and replacement of trees (under 4-inch diameter), shrubs, and sod disturbed by construction activities • Relocation and/or replacement of irrigation systems disturbed by construction • Relocation and/or replacement of mailboxes disturbed by construction • Furnishing adequate sanitary facilities for workers RFP17-002 Continuing Small Construction under$200,000 23 • Adjustment of valve boxes • Erosion control mechanisms • Verification of existing survey • Preparation and furnishing of as-built drawings • Maintaining driveway and building access b) Restoration and cleanup are considered to be intrinsic aspects of the work of construction. No payment will be made until restoration and cleanup for a particular pay item are essentially complete. When applicable, partial payment may be made for installed and accepted pay items for which full restoration may not reasonably be provided at the time. Any such partial payment may include a deduction, determined by the City, to reflect the value of remaining restoration and cleanup. c) Construction sites are often open to the public and may serve a population with physical limitations, including limitations on the ability to traverse uneven surfaces. Smooth hard surfaces must be maintained along any existing access paths within the work area. Any modification to these paths must similarly provide suitable walking surfaces in adherence to the requirements of the Americans with Disabilities Act. Access pathways may not be used for material storage, equipment parking, or equipment maneuvering. At the end of each week of construction, the Contractor shall perform cleaning of the work site, to the satisfaction of the City, before proceeding to the next week's scheduled work. L. UNIT PRICES Any contract awarded under this solicitation shall be based upon fixed labor costs and variable material costs. In general, costs are to be proposed in the following general categories: a) Labor Rate - Contractor shall submit standard loaded (includes all company overhead, benefits, etc.) labor rates to be used for a period of one year from date of the award of the contract. Labor rates shall be subject to automatic 3% escalation for each subsequent year up to the termination of the contract. Contractor may request a higher or lower increase each year at least sixty (60) days prior to renewal date of the contract. In their request, contractor must provide reliable and verifiable justification for the unit cost adjustments. The City's project manager upon review of the justification may approve or deny the request. The rate escalation beyond 3% (if requested) shall be subject to approval by the City Manager. b) Material Cost— Due to the unpredictable nature of the material costs, the Contractor will be able to present material costs in their cost estimate to the City for each task order. The Contractor shall provide reasonable and verifiable back-up information for the material costs. c) Mobilization Charges — Mobilization charges shall be limited to 10% of the work order but no more than $2,000.00 total and must be explicitly included in any price proposal. d) Maintenance of Traffic (MOT) Charges — MOT charges shall be limited to $250.00 for category 1 and $500.00 for category 2 per work order, as described below. Contractor may propose a lower rate than indicated. Category 1 projects are those where the work is adjacent to roadway with no lane closures. Category 2 projects are those where the work is in the traveled way of the roadway. MOT charges must be explicitly stated on the price proposal. End Section. RFP17-002 Continuing Small Construction under$200,000 24 Exhibit "B" RFP #17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 Name of Firm Applicable Type of Work(check all that apply): General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring, and finishing on level and sloped surfaces. Site Work& Underground Utilities (Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers, asphalt, or concrete • Concrete forming, pouring, and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork, ditching, and other grading or restoration services • Underground utilities (potable water, irrigation water,sanitary sewer, or stormwater) - • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation, repair, removal, and maintenance • Sanitary sewer lift station construction, repair, modification, or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ $ Foreman $ $ Heavy Equipment Operator $ $ Equipment Operator $ $ Skilled Laborer $ $ Semi-skilled laborer $ $ Laborer $ $ Flag Person $ $ Other: $ $ Other: $ $ Other: $ $ RFP17-002 Continuing Small Construction under$200,000 25 Instructions: 1. Respondent is to indicate the job title for any entries under the "Other" labor category. 2. Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material, mobilization, and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: Date: Signature: Print Title: RFP17-002 Continuing Small Construction under$200,000 26 RFP #17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID# Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 . Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, Typed or Stamped Commissioned Name of Notary Public RFP17-002 Continuing Small Construction under$200,000 27 EXHIBIT "C" PROPOSED CONTRACT FOR CONSTRUCTION RFP#17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 SMALL CONSTRUCTION PROJECTS CONTINUING TERM CONTRACT RFP# 17-002 THIS AGREEMENT is dated as of the day of , 20 by and between the CITY OF OCOEE, a Florida municipal corporation, (the "City"), and ., a corporation, hereinafter called Contractor. RECITALS WHEREAS, the City has a present and continuing need for construction services to perform small construction projects that are impracticable to bid separately; and WHEREAS, the City has solicited proposals from qualified contractors pursuant to applicable law and the Contractor has been selected as one of the successful proposers; and WHEREAS, City shall have the option to use the Contractor's services on an as needed basis to perform small construction projects as described herein; and WHEREAS, the Contractor is willing and able to perform such services on a non- exclusive basis under the terms and conditions hereinafter set forth; NOW, THEREFORE, in consideration of the premises and mutual covenants given one to the other, the sufficiency of which is hereby acknowledged, the parties hereby incorporate by reference the above recitals into this Agreement and agree as follows: ARTICLE 1. WORK 1.1 This Agreement applies to the construction of small projects, which are those costing less than $200,000. These small projects shall be initiated by the City upon issuance of a task order that describes the nature of the work and a purchase order that authorizes the work to begin. Contractor shall complete all work as specified or indicated in the applicable task orders and any related plans and specifications that may be part of the applicable task order. ARTICLE 2. ARCHITECT AND ENGINEER 2.1 Although project plans pertaining to a particular task order may be prepared by City staff or consultants, the City Engineer, or the City Engineer's designee, shall act as the RFP17-002 Continuing Small Construction under$200,000 28 City's representative, and shall assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TERM AND TIME 3.1 This Agreement shall be for a period of three (3) years with two (2) separate automatic one (1) year renewal terms, unless terminated by the City upon the issuance of written notice by the City to the Contractor provided not later than fifteen (15) days prior to the expiration of any one (1) year term. The City shall have the option of extending the term an additional one (1) year. Each term is renewable with the condition that the City's obligation to pay under this Agreement for each year is contingent upon the City in its good faith judgment having sufficient funds to make an annual appropriation for the work to be provided under this agreement. 3.2 The work shall be substantially complete (i.e., all work is complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces and other minor elements that do not effect suitability for use) within the number of calendar days indicated on each task order. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within the number of calendar days specified on the task order. All time periods begin from the effective date of the purchase order. 3.3 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be commenced prior to the expiration of thirty (30) calendar days after placement of the final surfaces. 3.4 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the work of each task order is not timely completed and that the damages thus incurred are in kind and in amount difficult to ascertain and calculate. Contractor acknowledges that proving the actual loss and damages suffered by City if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay City Two Hundred Dollars ($200.00) for each calendar day that expires beyond the substantial completion date and Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the final completion date that is established by each task order, unless the task order identifies a different amount. 3.5 In addition to the liquidated damages, there may be additional incidental identifiable damages incurred by the City that shall be paid by the Contractor to the City for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by City to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by City in connection with Contractor's failure to timely complete the work. 3.6 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay City for the cost of RFP17-002 Continuing Small Construction under$200,000 29 corrective actions undertaken by City to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one-year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 City shall pay Contractor for performance of the work performed under each task order that is completed in accordance with the Contract Documents at the lump sum or unit prices presented in the Bid Form, which is incorporated herein and made a part hereof by this reference, as determined by the Contractor's proposed price for each task order. The authorizing purchase order or task order shall establish a guaranteed maximum price for the work performed. 4.2 The Contractor agrees that the Contract Price is a stipulated sum, except with regard to those items in the bid proposal which are subject to unit prices, and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. The labor prices included in the Bid Form and all the terms and conditions of the original RFP, any subsequent addenda, and the Contractor's proposal are hereby incorporated by reference and made a part of this Agreement. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with the following direction. Applications for payment will be processed by the City. 5.1 Progress Payments. The City shall pay the Contractor not later than twenty-five (25) calendar days after its receipt of Contractor's invoices, unless, within the 25 day period, the City, 1) notifies the Contractor of an objection to the payment amount, and 2) either provides Contractor with a determination of the proper payment, or requests further information from the Contractor so that a proper payment can be calculated and agreed upon by the parties. The City's objection to the payment amount shall be accompanied by the City's remittance of any undisputed portion of the payment. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or City may withhold. 5.1.2 Progress payments shall be equal to ninety percent (90%) of the value of work completed, and ninety percent (90%) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50%) complete, the retainage may not exceed five percent(5%) of the value of the work completed. 5.2 Final Payment. Upon final completion and acceptance of the work, City shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. RFP17-002 Continuing Small Construction under$200,000 30 However, not less than two percent (2%) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, as applicable, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the rate of 6% simple interest per annum. ARTICLE 7. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS In order to induce the City to enter into this Agreement, Contractor shall be deemed to have made the following warranties and representations with regards to each task order: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities). 7.5 For each task order, Contractor will obtain and carefully study (or assume responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 For each task order, Contractor will make itself aware of the general nature of work to be performed by City and others at the site that relates to the work as indicated in the Contract Documents. 7.7 For each task order, Contractor will correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. RFP17-002 Continuing Small Construction under$200,000 31 7.8 For each task order, and prior to beginning work, Contractor will give Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer must be acceptable to Contractor, and the Contract Documents found to be generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform all work with a value of not less than fifty percent(50%) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between City and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement. 8.2 Exhibits to this Scope of work Agreement(if any). 8.3 Certificates of Insurance (coverage must be kept current for the duration of the contract and renewals sent to the City of Ocoee Purchasing Agent). 8.4 Any task order and purchase order related to specific work to be performed by Contactor. 8.5 Addenda numbers_to_, inclusive. 8.6 Contractor's proposal. 8.7 Other documentation submitted by Contractor prior to Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, in writing upon mutual agreement of the parties. Any task order or purchase order issued under this Agreement shall be deemed to include the terms and conditions of this Agreement. ARTICLE 9. TERMINATION 9.1 Termination Without Cause For Convenience of The City This Agreement may be terminated by the City for the City's convenience by delivering a thirty (30) written notice to the Contractor. In the event of the termination of this Agreement, for the convenience of the City the Contractor shall be paid for Services completed prior to receipt of the termination notice and for reasonable termination settlement costs relating to commitments which had become firm prior to the termination; however, payment to the Contractor will exclude any and all anticipated supplemental costs, administrative expenses, overhead and profit on uncompleted Services. RFP17-002 Continuing Small Construction under$200,000 32 9.2 Termination for Cause. In addition to any other termination provisions that may be provided in this Agreement, the CITY may terminate this Agreement, or any task order issued under this Agreement, in whole or in part, if the Contractor (1) makes a willfully false payment statement; (2) substantially fails to perform any material obligation under this Agreement or a task order and does not remedy the failure within five (5) calendar days after receipt by the Contractor of written demand by the City, or (3) refuses to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the contract, unless the records are exempt from § 24(a) of Article I of the State Constitution and Florida Statutes § 119.07(1). The Contractor may terminate this Agreement or any task order issued under this Agreement, if the CITY fails to perform any material obligation under this Agreement, and does not remedy the failure within fifteen (15) calendar days after receipt by the City of written demand from the Contractor. 9.2.1 Upon termination of this Agreement for Cause by the City, the City may pay the Contractor for those Services actually rendered and contracted for under a task order, and those reasonable and provable expenses required by any task order and actually incurred by the Contractor for Services prior to the effective date of termination. Such payments, however, shall be 1) reduced by an amount equal to any additional costs and damages incurred by the City as a result of the default(s) of the Contractor, including all incidental and consequential fees and expenses. 9.2.2 Delivery of Materials Upon Termination. If the City terminates this Agreement (or any task order issued thereunder), prior to the Contractor's satisfactory completion of all the Services described or alluded to therein, the Contractor shall promptly furnish the City, at no additional cost or expense, with one (1) copy of the following items (Documents), any or all of which may have been produced prior to and including the date of termination: data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda; and any and all other documents, instruments, information, and materials (whether or not completed) generated or prepared by the Contractor, or by any Subcontractor, in rendering the Services described herein, and not previously furnished to the City by the Contractor pursuant to this Agreement, or any task issued thereunder. The Documents shall be the sole property of the City, and the City shall be vested with all rights provided therein of whatever kind and however created. The Contractor shall also require that all such Subcontractors agree in writing to be bound by the provisions of this Article. 9.3 Suspension The City has the right to suspend the Contractor's services (in whole or in part) rendered under this Agreement or any task order. However, if the City suspends the Contractor's Services pursuant to any task order, the City will add to the period of service for such task order a period not less than the duration of such suspension and compensate the Contractor for the reasonable and provable additional costs it has incurred as a direct and proximate result of such suspension. ARTICLE 10. MISCELLANEOUS 10.1 Terms used in this Agreement that are defined elsewhere in the Contract Documents shall have the meanings indicated therein. RFP17-002 Continuing Small Construction under$200,000 33 10.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the City may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 10.3 City and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement or any task order or purchase order issued pursuant thereto. 10.5 Waiver of Jury Trial; Dispute Resolution and Legal Costs. It is mutually agreed by and between the Contractor and the City that each of the parties does hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this Agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall, by mutual agreement, select a mediator within fifteen (15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City, shall be a mediator certified by the Supreme Court of Florida. 10.6 Upon the receipt of a written request by the Owner, prior to or during the performance of Work under any Task Order or Purchase Order, the Contractor shall furnish the Owner with reasonable evidence that it has the financial capability to fund the execution of the Work and that financial arrangements have been made to fulfill it obligations. The furnishing of such evidence shall be a condition precedent to the commencement or continuation of the Work. 10.7 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Signatures on next page) RFP17-002 Continuing Small Construction under$200,000 34 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by City and Contractor or by Engineer on his behalf. This Agreement shall be effective on: CONTRACTOR'S WITNESSES: CONTRACTOR: By: Name: Print Name: Print Name: Print: Title: Title: Name: Print Name: Title: ATTEST: CITY OF OCOEE, FLORIDA By: MELANIE SIBBITT, City Clerk RUSTY JOHNSON, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE,FLORIDA; COMMISSION AT A MEETING APPROVED AS TO FORM AND HELD ON LEGALITY this day of UNDER AGENDA ITEM NO. , 20 . SHUFFIELD,LOWMAN& WILSON,P.A. BY: Scott A. Cookson, City Attorney RFP17-002 Continuing Small Construction under$200,000 35 CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 Owner City of Ocoee, 150 N . Lakeshore Ocoee, FL, 34761 Contractor Barracuda Building Corporation 100 Ocoee-Apopka Road Suite 400 Apopka, FL 32703 $ ' ISEEPCITAEMKIK ICIEVCIELEEnr FOR: BI I/RFP e Q# I 7 7-00 2 BIDDER: �' ' r COCUldai BwIdiro Cur p 1 DATE: � J I 2-0 i ACCOUNT #XXX-36-0000 AMOUNT $ 000, 00 MISC. REVENUE CODE#500 'At.' A A �erC Finance Ink of America °®7"' Cashier's Check No. 1198805816 .iccto'�t� rcecigted en{lJiii, eheikiilos�mispini: Yoid•After 90 Days' 30-1/1140 Date 12/12/16 03:22:45<PM Irn;a swprn stazefierR,afid 90.°,dSy tw,libng period niil br.seQOired � -. � a ■0 rcplaecmeni.Thii iheek should be negotiated within 90 days NTX POPKA )04 .0109073 '0460 (� BANK OPi r .-10, C Pay '17`7/ AMERICA oN� o� o ._z OCTSCTS ***$15000.00 To The CITY OF OCOEE )rder Of 150 N LAKESHORE OCOEE, FL 34761 3n-titter(Purchased By): BARRACUDA BUILDING CORP. 1 ank of America,N.A. — \N ANTONIO,TX AUTHORIZED SIGN' TURE�+ a' 1 i9880S8 i611' is L Lt,0000 191: 00 16e, 100 L9731I■ E ORIGINAL DOCUMENT HAS A REFLECTIVE WATERMARK ON THE BACK. ® HOLD AT AN ANGLE TO VIEW WHEN CHECKING THE ENDORSEMENTS. in CITY CF O]EE 12/20/2016 11: 3 MERINO 001- -0000 MIS. P fI1 .S FIV1702i9 PtliNT FPO 001-ai-O000 (IIE. PITTIN 1,000.00 BARRACUDA EUILDIh1; CORP PATENT R1g',€D PP10J\If 11%905E116 1,000.00 TOTAL 1,000.00 BARRACUDA BUILDING CORPORATION TABLE OF CONTENTS SECTION 1 PAGE 1 COMPANY HISTORY PAGE 4 COMPANY EMPLOYEES PAGE 5 COMPANY CERTIFICATIONS PAGE 6 COMPANY RESUMES PAGE 9 SUBCONTRACTOR QUALIFICATIONS PAGE 10 BBC EQUIPMENT SECTION 2 PAGE 11 BBC COMPLETED PROJECTS SINCE 2013 PAGE 13 ......BBC PROJECTS ON HAND PAGE 14 BBC CLIENT REFERENCES SECTION 3 PAGE 15 EXHIBIT "B" (RFP PAGE 25) SECTION 4 PAGE 16 COMPANY INFO/SIGNATURES SHEET (RFP PAGE 27) PAGE 17 FORMS LISTED TO BE SUBMITTED (RFP PAGE 16) BARRACUDA BUILDING CORPORATION Company history July 24,2002—December 31, 2002 Barracuda Building Corporation (BBC) is born. Within a week or two the company is bonded, insured &owns a bank account. It is founded by James C Thompson as a Florida corporation. Mr.Thompson has over 32 years of construction experience, is a Certified General Contractor in the state of Florida and President of BBC. He has worked for architects, civil engineers, mechanical engineering firms, four other general contractors, a roofing contractor, an interior build-out firm and nine years for an international construction consulting and management firm. He participated in such prestigious projects as Disney's Animal Kingdom and Universal's Islands of Adventure, where he served on the owner's construction management team. He was the owner's representative& program manager for the construction of the $65,000,000 Great Platte River Archway Monument in Kearney Nebraska from 1998 to 2000. He has also built many city, county, state and federal projects in Central Florida. The main goal of BBC is to perform construction work for owners in Central Florida with a personal touch,while still meeting the owner's budget and schedule. We absolutely believe the notion that the customer is always right, even if that seems old-fashioned to some. BBC captures a small portion of the Central FL construction market, starting with revenue of $25,000 in 2002. BBC lands the$420,000 East Indiana Street Streetscape Project in DeLand, FL. 2003 Revenue for this year exceeds$700,000. BBC employs five or six new personnel in the field and performs about five projects in 2003. BBC becomes certified by all Central Florida school boards,the Florida DER,Volusia County, Orange County, Osceola County and the City of DeLand. 2004 BBC acquires Caterpillar construction equipment, a dump truck and an equipment trailer, along with several compactors, compressors and pumps to better perform the work. Surveying equipment is also purchased. BBC moves into its present main office location at 1000 Ocoee Apopka Road,Suite 400,Apopka, FL 32703. This office is about 500 SF. More field personnel are hired to perform the projects. BBC completed eight construction projects in 2004. Ocoee Small Construction Project Proposal Page 1 BARRACUDA BUILDING CORPORATION 2005 BBC purchases several more pieces of construction equipment, including loaders,trackhoes and more dump trucks and a company pick up. An office manager is also hired to help organize, maintain and run the paperwork end of the fast growing company. More personnel is added in the field to perform the work. By this time, BBC has expanded it's area of work to three counties, Orange, Osceola and Volusia. 2006 A five year contract with LYNX is awarded to BBC for the installation of all of LYNX's bus shelters. BBC also expanded it's operations to three new counties, Lake, Seminole and Sumter. More equipment,such as a roller compactor, dump trucks, skid steers and trackhoes are acquired. Even more personnel is added in the field, bringing the total employee count close to twenty now. BBC's main office is expanded to include about 850 SF. A storage yard and equipment yard of 1/2 acre is also added at this point to house the growing motorpool of equipment. 2007 BBC expands its operations into one more new county, Putnam, constructing three projects for the City of Crescent City. More field personnel are added to handle the increased work load and more equipment is purchased, including another company pick up truck. In some cases, BBC trades smaller equipment for larger equipment to be able to perform the work more quickly and efficiently. BBC performs work on a private project in Kissimmee which becomes the largest project to date at over$720,000. The City of Belle Isle awards a five year Contractor Service agreement to BBC that consists of street repairs, storm drainage repairs or any other work of that sort the City of Belle Isle needs to be performed. A 17 ton crane truck is added to the fleet to handle placing of the LYNX bus shelters and some concrete structures used in storm drainage construction. 2008 BBC expands the main office to about double the size of the original 850 SF to include more office and warehouse space. To aid in the storage of material and construction equipment, BBC doubles the size of it's storage yard in Mount Dora to 1 acre. A Project Manager is also added to the staff in the office to handle construction and project management duties. BBC purchases a road grader, another large dump truck and other construction equipment. Ocoee Small Construction Project Proposal Page 2 BARRACUDA BUILDING CORPORATION 2009 Revenue for 2009 jumps to an all time high of over$3,100,000, despite the huge downturn in the economy, which hit commercial construction especially hard in 2009. This is due in part to performing the largest single project ever for the City of Kissimmee at almost$800,000. BBC also constructs a large number of bus shelters for LYNX, totaling over$1,000,000. BBC purchases a water truck, a flat bed dump truck and another company pick up. The company also increases it's field work force to almost thirty employees. 2010 LYNX awarded another contract to BBC, this time for three years, to install almost 500 more LYNX bus shelters in four counties. The LYNX contract is worth almost$3,000,000 over the three year contract span. 2011 BBC performed about$1,900,000 worth of LYNX bus shelters in 2011, which totaled about 300 project sites. Every site had to be permitted, utilities located & constructed. BBC also performed several other smaller projects that year for other clients. We also performed work for the City of Ocoee on the Small Construction Projects contract. 2012 BBC upgraded a couple of pieces of construction equipment in 2012 by replacing with new equipment. BBC also continued to perform LYNX bus shelter work. We performed a project for the city of Oviedo that year which was about a half mile long& included removing& replacing a large portion of a two lane road, adding a complete new storm drainage system & removal & replacement of concrete curbs &sidewalks.We also performed work for the City of Ocoee on the Small Construction Projects contract. 2013 BBC continued to perform LYNX bus shelter work. We performed a streetscaping project for the city of Mount Dora that year which was about a half mile long& included converting a two lane road into a one way street&a walking/bike trail, adding landscaping& brick pavers for the whole half mile trail. We also performed work for the City of Ocoee on the Small Construction Projects contract. We landed a new service contract that year with the Osceola School District to perform site utilities, parking lot construction & other sire work projects. 2014 BBC continued to perform LYNX bus shelter work. We also performed work for the City of Ocoee on the Small Construction Projects contract. We performed a couple of site utility projects for The City of Leesburg in 2014, which was a new client. We also performed work for the City of Winter Springs,the Town of Windermere & Lake County. Ocoee Small Construction Project Proposal Page 3 BARRACUDA BUILDING CORPORATION 2015 BBC performed work this year for the City of Leesburg,the City of Winter Springs,the City of Ocoee, the Town of Windermere, LYNX, among others. We installed two non traditional style LYNX shelters that included LED lights that lit at night &changed colors. This project was designed by a local architect, endorsed highly by the Orlando City Mayor's office&was featured in the Orlando Journal. We also traded in a couple of small pieces of equipment for new pieces, along with replacing a couple of pick up trucks. 2016 BBC performed several site work projects this year for the City of Leesburg. We also performed work for the City of Ocoee,the City of St Cloud,the City of Sanford,Ventura Country Club, Oviedo Medical Center, City of Mascotte, LYNX, among others. We also added a larger excavator, a Cat 311 to our fleet & purchased one new pick up truck. Lights &cameras were added to our storage yard in Mount Dora. Supervisory Personnel James C.Thompson—President • Founder of company • Manages all estimating • General Contractor license holder for the company • Advanced Traffic Safety Certification • Will manage all estimating, change orders and personnel for this project Jimmy Christian—General Superintendent • Supervises all BBC construction projects • Over 12 years experience with BBC • Over 29 years total construction experience • Advanced Traffic Safety Certification • Will manage all field personnel, field logistics and assist management of subcontractors and suppliers for this project Ocoee Small Construction Project Proposal Page 4 BARRACUDA BUILDING CORPORATION Debbie Paul—Office Manager • Manages all payroll and invoicing • Manages office supplies, maintenance, etc • Manages bonding, insurance, etc • Will manage all invoicing, subcontractor payments, lien releases and other paperwork for this project • 18 years experience as office manager Company Certifications • Certified Florida General Contractor • Certified approved contractor for Florida Department of Environmental Protection • Certified for following Florida School Boards: o Orange County Schools o Lake County School Board o Osceola County School Board o Volusia County School Board o Polk County School Board o Seminole County School Board • Certified approved contractor for following Florida cities/counties: o Orange County o City of Orlando o Polk County o City of Lakeland o Seminole County o Putman County o City of Sanford o City of DeLand o Volusia County o City of Ormond Beach o City of Leesburg o Lake County • BBC holds a business tax receipt (formerly called occupational license)for following Florida cities/counties: o City of Apopka o Orange County o Volusia County • Member of the Construction Journal • Florida Dept of Transportation Motor Carrier Compliance Certification Ocoee Small Construction Project Proposal Page 5 BARRACUDA BUILDING CORPORATION Employee Certifications James C Thompson • Florida Certified General Contractor • Advanced Traffic Safety Certification • Confined Space Safety Certification • Associates degree in Drafting& Design Technology • Bachelor's degree in Architectural Engineering Technology Jimmy Christian • Advance Traffic Safety Certification • OSHA Certified • CDL truck driver Johnnie Bentley • Advance Traffic Safety Certification • CDL truck driver Company Resumes James C.Thompson Experience Barracuda Bldg. Corp.—Apopka, FL President:2002-Present • Oversees all field and office operations. • Performs all estimating. • Performs all negotiations with clients. Boyken International LLC—Orlando, FL Senior Project Manager: 1998-2002 • Project manager on Great Platte River Archway Monument in Kearney, NE ($65,000,000 project) • Estimating consulting for projects nationwide • Clients included Taubman Co., Kimberly Clark, Disney Ocoee Small Construction Project Proposal Page 6 BARRACUDA BUILDING CORPORATION CM Consultants—Ocoee, FL Senior Project Manager: 1997-1998 • Served on construction management team for Universal's Islands of Adventure Project, Orlando, FL • Served on construction management team for Disney's Animal Kingdom Project, Orlando, FL Boyken International—Orlando, FL Senior Project Manager: 1993-1997 • Served on construction management team for Disney's Animal Kingdom Project, Orlando, FL • Estimated projects in nationwide from small to over $100,000,000 in size McMahan Commercial Construction—Deland, FL Senior Project Manager: 1992-1993 • Project manager for Sweetwater Elementary School Project in Port Orange, FL ($7,000,000 project) • Estimated and managed two other bank projects ($500,000 projects) Cobra Corp., General Contractors—Casselberry, FL Vice President: 1988-1992 • Oversaw all employees, subcontracts& purchase orders • Performed all estimating • Performed all project management • Performed all pre-construction interaction and negotiations with owners and clients S& M Constructors, Inc.—Winter Park, FL Chief Estimator/Senior Project Manager: 1985-1988 • Oversaw all employees, subcontracts & purchase orders • Performed all estimating • Performed all project management • Performed all pre-construction interaction and negotiations with owners and clients. Driver Construction Co—Athens, GA Estimator/Project Manager: 1984-1985 • Performed estimating • Performed project management Education B.A.,Architectural Engineering Technology, Kennesaw State University 1984 • Minored in Construction Management AS, Drafting& Design Technology, Brunswick College 1981 Licensure State of Florida, General Contractor, License#CGC 1504612 ATTSA—Florida Advanced Workzone Traffic Control Certification Ocoee Small Construction Project Proposal Page 7 BARRACUDA BUILDING CORPORATION James E. Christian Experience More than 29 years in construction supervision with experience in full on-site construction management of land development, utility installation and mass transit projects. Effectively coordinates, monitors, and inspects all construction work from start to completion. Barracuda Building Corporation—Apopka, FL General Superintendent:2003—Present Responsibilities • Subcontract coordination, Scheduling and Monitoring. • Meetings with Owners and Inspectors. • Owner orientation of installed equipment • Equipment placement and maintenance • Management of Manpower and Loading of Project Sites Ryan Eastern—Orlando, FL Operation/Foreman: 2002-2003 Responsibilities: • Supervision of a Utility Installation Crew. Kimmins Contracting Corporation—Tampa, FL Operator/Foreman:2000-2002 Responsibilities: • Responsible for all phases of demolition Self Employed—Orlando, FL Superintendent: 1983-2000 Responsibilities: • Responsible for all phases of construction Education Florida H.S. Diploma,Seminole High School, 1983 Licensure ATTSA—Florida Advanced Workzone Traffic Control Certification Deborah Paul Experience Casa Noble Roofing—Windermere, FL Office Manager: 2006-2014 Responsibilities: • Managed accounts payable/receivables &various financial reports Ocoee Small Construction Project Proposal Page 8 BARRACUDA BUILDING CORPORATION • Implemented &computerized new software for job construction costs • Calculated roofing, building& home repair job costs &budgets • Prepared invoices, statements, purchase orders for jobs & back charges • Prepared documents &warranty information per customer Homes by Timbercraft- Riverview, Ml Office Manager: 1996-2006 Responsibilities: • Office management &accounting in all areas of procedure &skill • Balanced general ledger accounts &performed monthly financial statements • Estimated &posted job & overhead costs for 400 homes • Payroll for hourly, salary& commission employees &taxes • Accounts payable& accounts receivable manager Education Technical certificate in Entrepreneurship Technical certificates in Small Business Management& Entrepreneurship Operations Seminole State College, Sanford, FL Associate of Science Degree, Entrepreneurship & Business Management, Honors (Phi Theta Kappa)(Phi Beta Lambda) Seminole State College,Sanford, FL Associate of Science Degree in Business Administration Subcontractor Qualifications and Services Concrete forming and finishing K C Curb, Inc. 4975 Patch Rd Orlando, FL 32822 407-737-7744 We have utilized the talents of K C Curb for about nine years. Their quality of work has always been stellar. We have used them for concrete sidewalks, curbs, ramps, retaining walls, FDOT inlets& storm structures, building slabs &foundations and other misc. concrete construction. They own many tools for finishing concrete and several company pick-ups. We will use them on this five year contract with the City of Ocoee. Ocoee Small Construction Project Proposal Page 9 BARRACUDA BUILDING CORPORATION Asphalt paving, milling and resurfacing Seminole Asphalt Paving, Inc. 129 Commerce Way Sanford, FL 32771 Phone—407-323-0111 We have used Seminole Asphalt Paving on too many projects to count all over Central Florida & they have performed excellently. We have had a working relationship with the project manager, Bruce Morissette that spans 12 years now that goes back to when he worked for another firm. Seminole Asphalt Paving has been in business for 34 years. They own many asphalt paving machines,compactors, rollers, dump trucks and company pick-up trucks. We will use them on this five year contract with the City of Ocoee. BBC Owned Equipment (Equipment) (Year) (Equipment) (Year) Ford F150XL 2015 Victory Cargo Box Trailer 2006 Ford F150XL 2015 9 CU Stone Concrete Mixer Qty:1 2007 Ford F150XL 2016 Plate Compactor 2004 Ford F650 2007 Bray Trailer 2005 Ford F750 (Manitex 17 Ton Crane) 2007 Triple Crown Trailer 1998 311 CU Excavator(CAT) 2013 Ford F150 4 x 4 crew cab 2011 2008 Down Trailer 2008 Freightliner 20' Flat Bed Truck 2000 All Pro Trailer 2007 Sterling Dump 2000 Imperial Trailer 2007 All Pro Trailer 2007 287 CAT Skid Steer Track Loader 2015 Arrow Board Model#ODLSE15LA 1995 Northern Rev. Plate Compactor 2006 Laser Pipe 2016 305.5 CCR 2015 Equipment Attachments 2006 (Mat. Boom, Sweeper, Forks) Wacker Generator 2006 Chain Saws (3 each) Wacker Jumping Jack Compactor 2005 AT-G4 TOPCON Auto Level (2 each) Cut Off Saws (4 each) Wacker Pump 2006 DAVID WHITE PIPE TRANSIT(2 each) Wacker Pump 2005 Ocoee Small Construction Project Proposal Page 10 BARRACUDA BUILDING CORPORATION BBC Completed Projects Since 2013 Project Name Owner Value Description LYNX Bus Shelter LYNX $3,000,000 Bus shelters, concrete, demo, Installation 455 N Garland Ave electrical, lightning protectiori, Orlando,FL 32801 landscaping, grading, carpent ry, railing Todd Way Rebuild City of Tavares $35,000 Demo,grading, asph paving, 201 E Main St curbs, sidewalks, sodding Tavares, FL 32778 Gary Wich rowski Bldg Gary Wichrowski $10,000 Parking lot demo & replacement 1862 Eagles Point Apopka, FL 32712 Aulin Ave Roadway City of Oviedo $582,000 Concrete sidewalks, curbs, water 400 Alexander Blvd lines,storm lines, asph paving, Oviedo, FL 32765 demo, sodding, pavement markings, asph milling Upsala Road City of Sanford $208,000 Water lines, force main, grading, 300 N Park Ave asph paving,sidewalks Sanford, FL 32771 Holston Dr Drainage City of Deltona $70,121 Grading, storm pipe, asph Improvements 255 Enterprise Rd paving, concrete drives, Deltona, FL 32725 sidewalks Maguire Rd Ditch lmpr. City of Ocoee $125,458 Excavation, grading, storm pipe, 150 N Lakeshore clearing,sodding concrete Ocoee, FL 34761 Buford shoulder project City of Ocoee $25,000 Demo, asph paving, crushed cone, 150 N Lakeshore pavement markings Ocoee, FL 34761 Ocoee Small Construction Project Proposal Page 11 BARRACUDA BUILDING CORPORATION Silvercreek Dr storm pipe City of Winter $13,273 Rem & replace defective CMP Springs with HDPE pipe, restore area 1126 E SR 434 Winter Springs, FL 32708 Tremain St Greenway City of Mount $451,000 Demo, asph milling, asph Trail Dora paving, landscaping, brick 1250 N Highland pavers, curbs,sidewalks Mt Dora, FL 32757 CR473/Westmont Rd Lake County $134,801 Asph milling, asph paving, Turn lane 315 W Main St conc curbs, sidewalks, pavement Tavares, FL 34788 mkgs, storm pipe, road signs Howell Creek Northern City of Winter $67,000 Retaining wall, storm pipe, demo Way Bridge Springs conc sidewalk, curbs 1126 E SR 434 Winter Springs, FL 32708 Bentley Rd Force main City of Leesburg $139,900 Force main, grading, sodding, demo 204 N 5th St Leesburg, FL 34748 Boylston St Stormwater City of Leesburg $73,900 Storm pipe, grading, sodding,demo Relocation 204 N 5th St Leesburg, FL 34748 Riverside Dr Drainage City of Ormond $116,185 Storm pipe, demo, asph paving, Improvements Beach conc sidewalks, conc drives 22 S Beach St Ormond Beach, FL 32174 Nay&Whittier Ave City of Ocoee $125,000 Water lines, conc curbs, sidewalk Water mains 150 N Lakeshore asph paving, sodding, demo Ocoee, FL 34761 2nd Ave & Pine St Town of $137,762 Storm pipe, conc curbs, grading, Storm Drainage Impr, Windermere sodding, demo 614 Main St Windermere, FL 34768 Ocoee Small Construction Project Proposal Page 12 BARRACUDA BUILDING CORPORATION Public Works Facility City of Leesburg $118,270 Demo, storm pipe, storm box, Stormwater 204 N 5th St sodding, asph paving Leesburg, FL 34749 Lake Sybelia Outfall City of Maitland $193,000 Demo, storm pipe,water pipe, 1827 Fennell St san. pipe, grading, sodding Maitland, FL 32751 Fountain Lake Sewer City of Leesburg $70,900 Demo, clearing,grading, san. Line Improvements 204 N 5th St pipe, sodding, asph paving Leesburg, FL 34749 Curb & Gutter Impr. City of Ocoee $59,000 Demo,conc curb, sidewalks, 150 N Lakeshore asph paving, storm pipe,grading Ocoee, FL 34761 Seminole Ave Rehab. City of Leesburg $53,000 Demo,storm pipe,conc curb, 204 5th St asph paving,water pipe, Leesburg, FL 34749 Avante Sewer Line Relo City of Leesburg $174,000 Demo, sodding, road base, 204 N 5th St grading, conc drives,san pipe Leesburg, FL 34797 BBC Projects on Hand Lynx Bus Shelter Central FL Transit $2,800,000 Demo, bus shelters, electrical, Construction Authority grading, sodding, lightning 455 N Garland St protection, retaining walls Orlando, FL 32801 Concrete sidewalks&curbs Ventura Country Club Ventura Country $34,000 RCP pipe repair, demo, grading, 36" RCP Pipe Repair 3333 Woodgate Blvd sodding, desilting of pipe Orlando, FL 32822 10th St/Kentucky Ave City of St Cloud $173,000 Storm pipe, demo, conc sidewalks, 1300 9th St curbs, brick pavers, asph paving, St Cloud, FL 34769 demo,grading, sodding,fencing Ocoee Small Construction Project Proposal Page 13 BARRACUDA BUILDING CORPORATION Atlantic Ave Stormwater City of Mascotte $27,000 Demo, asph paving,storm pipe, 100 East Myers Blvd grading, sodding Mascotte, FL 34753 Oregon Ave Pond City of Sanford $45,400 Demo, pond excavation, storm 300N Park Ave pipe,sodding Sanford, FL 32772 Discovery Intermediate School District of $43,700 Clearing, demo, concrete School Parking Area Osceola County ramps, asph sealcoating, Resealing& striping 809 Bill Beck Blvd pavement markings Client References City of Leesburg, FL 204 N 5th St. Leesburg, FL 34749 Contact: Lisa Wolfkill 352-728-9786, ext. 1521 Lisa.Wolfkillpleesburgflorida.gov City of Ormond Beach, FL 22 South Beach St. Ormond Beach, FL 32174 Contact: Shawn Finley 386-676-7049 shawn.finlev@ormondbeach.org City of Winter Springs, FL 1126 East SR 434 Winter Springs, FL 32708-2799 Contact: Brian Fields 407-327-7597 bfields @winterspringsfl,org Ocoee Small Construction Project Proposal Page 14 Exhibit"B" RFP#17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 Name of Firm Applicable Type of Work(check all that apply): General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring,and finishing on level and sloped surfaces. .. Site Work& Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces; e.g.,pavers,asphalt,or concrete • Concrete forming,pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork,ditching, and other grading or restoration services • Underground utilities(potable water, irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation,repair,removal,and maintenance • Sanitary sewer lift station construction,repair, modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ ; .' Foreman $ L 0 $ 40 l Heavy Equipment Operator $ (-K"- )9)6') Equipment Operator $ L) $ • (,) Skilled Laborer $ ;7/ L ;y $ ' 0 Semi-skilled laborer $ $ 0 e-- Laborer $ `� $ Prig Flag Person $ 3 $ /' Z:-f Other: $ $ Other: $ $ Other: $ $ • RFP17-002 Continuing Small Construction under$200,000 25 RFP#17-002 COMPANY INFORMATIONIS1GNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. .01-Vakip,. 'Ma:- 41,-/-X_ t-tO -7-- av-i -- 5;:(0-it-i COMPANY NAME TELEPHONE(INCLUDE AREA CODE) it^; t f 6._i 01-- : t - O L..{ FAX (INCLUDE AREA CODE) t /n E-MAIL ADDRESS /,_, '��f' f t1 ,-- j ?, n IF REMITTANCE ADDRESS IS DIFFERENT `'UTHORIZE SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, , PLEASE INDICATE BELOW: /J 1. rl _#_f ;or\t.i.\( r`, f� NAME/TITLE(PLEASE PRINT) loco C c - . ok.),vri kci STREET ADDRESS .. w -1 CITY r�STA✓ TE El ?•:;:a` t ZIP FEDERAL ID# [ 0- I (,), I `- t Individual \* Corporation Partnership Other (Specify) Sworn to and subscribed before me this +. 4"1uI day of, . r 1( ,20 1(0. Personally Known or Produced Identification 1.4"-- Notary Public-State of (Type of Identification) (county of C%L+ * Y1 0) i 1 „ , ii 'Si: :Lure of Notary Public \��<4, ........SlCyy••rO ��i it ".CP oberl_F4o•r' # tIA Si Printed,Typed or Stamped Comnrosi fined •••.0 i* Name of Notary Public ?�,,; JIFF 900526 S 1°,4 11111 V., RFP17-002 Continuing Small Construction under$200,000 27 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5)years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. Dated 741/‘<' No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: k G Cwt 11,16 —'497 5 r-'z 4=c.,t— t <�.. I F,A( L e-2 i ...7 71 - "" :t 5`Y . sr)I '' k`r32 firoce: J.•7 3 i i l (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or�le},ased. If leased tease provide name of lessor. .� .- F 4l &- i r''()'' '' Gar 4.7,r 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3)years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT !c) ar�ii',r" + 's JC'r`1l o. f r...`tr- X, i c: y... r f0.ri(Ari '4' AV'e , r1(„:s'( r i (i i -i('T -. : ir..1 _l,0' i*r t (.-. '" 4 / _ , (- ,1-(- . -€4 1. i n ti. r" ( v` n (,r.. faxi Qv f(- ;c" EC.„. 1:.1. / c.> `-, o 7 - -7 .ii - -.:001 r`vs t k l l e ( (chic) , ;.} Cyf tt rl e. - ♦F t ct 1 Jail C.,r t v r it�:. ' ' re'1-nolit (v r I 3 j-6 t . i Gi'j i,-. - (4..:! fr.C?t 3 ∎ 4 --r r G_e); .. 4;1 ., (),c Have you any similar work in pr gress at this time?Yes V No Length of time in business years C months. Bank or other fina ncial references: 64 4,/k, 6-t(•14(ikiK, fe` I )Z. 0I V,./ (Q O rti i( I 1C . ( ) C r L .'" L4 T s [ 1-EO'-7 - L'41-: - t".1S7 S tt � { I ,, 4 '.) t(N,''' 4 /" ) K c3 , rr a (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 Instructions: 1. Respondent is to indicate the job title for any entries under the"Other" labor category. 2. Both daily and hourly rates may be stated for any positions; daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material, mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by:c,.J 617161 ' l�(,7, // Date: C'' Signature: - a�/t`... .C- Z`i`?�f� '�_._._- Print RFP17-002 Continuing Small Construction under$200,000 26 ` 3 ,,, h...';, - ,.11, gil P+ ;.y- ;''ski:. ��.?,..`"'_''af�tea� `F=` fir' G T i W f ' .,o 9. ~ /D M d =k ` ^r� �- ' u �r "E ,+r- ,u-af Q i� 1'�y -iv'2 JC ,z� -'• O V/ ii V '� f 6s• �'K � v F ��3�t us a� ~ 0 .n a LL .. 1 {� c '— U O ~ Z � � 0 iN u U k n C c y li? Mfr „r 7th Y -2rs f-z 1� c :i. Y 0.-qq}-'At C v F O s 'si O .I t y �. O d' I �£ 1 m co d Li- I _ u ._ C' Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS y r%kuia;s. " rmrll/tir(]i/ 1rr. EI7{H4!'i i>;ie)iik" pepartment of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation BARRACUDA BUILDING CORPORATION Filing Information Document Number P02000080199 FEIIEIN Number 16-1617641 Date Filed 07/24/2002 State FL Status ACTIVE Principal Address 1000 OCOEE-APOPKA ROAD SUITE 400 APOPKA, FL 32703 Changed;04/24/2006 Mailing Address 1000 OCOEE-APOPKA ROAD SUITE 400 APOPKA,FL 32703 Changed:04/24/2006 Registered Agent Name&Address THOMPSON,JAMES C 1000 OCOEE-APOPKA ROAD SUITE 400 APOPKA,FL 32703 Address Changed:04/24/2006 Officer/Director Detail Name&Address Title P THOMPSON,JAMES C 12143 Outlook Dr. Clermont,FL 34711 Title V http://search.sunb iz.org/Inquiry/Corporati onS earch/SearchResultDetail?inq... 12/14/2016 Detail by FEI/EIN Number Page 2 of 2 THOMPSON,KATHLEEN E 12143 Outlook Dr. Clermont,FL 34711 Title S THOMPSON,JAMES C 12143 Outlook Dr. Clermont,FL 34711 Title T THOMPSON,JAMES C 12143 Outlook Dr. Clermont,FL 34711 Annual Reports Report Year Filed Date 2014 02/27/2014 2015 03/30/2015 2016 04/14/2016 Document Images 04/14/2016--ANNUAL REPORT View image in POE format 03/30/2015—ANNUAL REPORT View image in PDF format 02/27/2014--ANNUAL REPORT] View image In PDF format 04/15/2013—ANNUAL REPORT! View Image in PDF formal 02/21/2012--ANNUAL REPORT View image In PDF format 03/31/2011--ANNUAL REPORT] View image in PDF format 03/29/2010—ANNUAL REPORT View image in PDF format 03/23/2009—ANNUAL REPORT! View Image in PDF format 04/11/2008--ANNUAL REPORT! View Image in PDF format 04/23/2007--ANNUAL REPORT View image In PDF format 04/24/2006—ANNUAL REPORT View image In PDF format 04/18/2005—ANNUAL REPORT! View Image in PDF format 04/14/2004—ANNUAL REPORT' View image in PDF format 04/16/2003--ANNUAL REPORT! View image In PDF format 07/24/2002--Domestic Profit ( View image in PDF format Florida Department of State,Division of Corporatems http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/14/2016 DBPR- THOMPSON, JAMES CLIFTON; Doing Business As: BARRAC... Page 1 of 2 11:25:57 AM 12/14/2016 Licensee Details Licensee Information Name: THOMPSON, JAMES CLIFTON (Primary Name) BARRACUDA BUILDING CORPORATION (DBA Name) Main Address: 1000 OCOEE-APOPKA ROAD SUITE 400 APOPKA Florida 32703 County: ORANGE License Mailing: LicenseLocation: License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC1504612 Status: Current,Active Licensure Date: 08/16/2002 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=FD22D28... 12/14/2016 DBPR- THOMPSON, JAMES CLIFTON; Doing Business As: BARRAC... Page 2 of 2 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, Copvriaht 2007-2010 State of Florida. Privacy Statement Under Florida law,email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity, Instead, contact the office by phone or by traditional mail, If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1),Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change, https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=FD22D28... 12/14/2016 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 reqi 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 tit For more information about CAM complaints,please visit the CAMs Dane. 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 DisciF Date Date Date 2001 Stair Stone Road.Tallahassee Fl.32399::Email:Customer Contact Center::Customer Contact Center:850.487,1395 The State of Florida Is an AA/EEO employer.Sepyrlght 2007-2010 State of Florida,privacy Statement Under Florida law,email addresses are public records.If you do not want yore entail address released In response to a publK•records request,do not send ebectroNC mall to this entity.Instead, contact the office by phone or by tradlUonal mail.If you have any questions.please contact 850.487.1395.'FUtsuant to Section 455.275(1),Rodda Statutes,effective October 1,2012,licensees licensed ander Chapter 455,F.S.must provide the Deportment with an email address if they nave one.The emetic 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 tire Department with an email address which can be made available to the public.Please see our Chaoter 455 page to determine if you are affected by this change, Yf https://www.myfloridalicense.com/vi ewcomplaint.asp?SID=&licid=1453 4... 12/14/2016 City of Ocoee Request for Proposals RFP # 17-002 Continuing Contract for Small Construction Services Under $200,000 BASEAACONSTRUCTION General Contractor-Construction Managers I CGC 1521491 Address: 1214 East Concord Street Orlando, Florida 32803 Phone: 407.377-7227 x 103 Contact: Travis Bonnett E-mail: travis @basecm.com December 13, 2016 BASE/ACONSTRUCTION General Contrador•Construction Managers l CGC 1521491 December 9, 2016 City of Ocoee Finance Department/Purchasing Attn:Joyce Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 REF: RFP #17-002- Continuing Contract for Small Construction Services Under$200,000. Dear Selection Committee: BASE Construction, Inc. (BASE) is a highly-qualified construction management and general contracting firm with the experience of a large corporation and the accessibility and responsiveness of a smaller firm.We specialize in services for architectural,transportation, environmental, recreational, municipal, and educational facilities. Our goal is to provide professional services to our clients through technical excellence and innovation from concept planning through completion, with a highly skilled professional team working together using common sense and practical experience. Our corporate office is located less than 15 miles from the City of Ocoee; this will allow us to rapidly respond to your needs. Thank you for the opportunity to submit this RFQ. In the following pages, we will highlight why BASE is the ideal choice for the City of Ocoee. We look forward to building a strong relationship with the City. Sincerely, BASE Construction, Inc. Travis Bonnett President 1214 E Concord Street,Orlando, Florida 32803 • P 407.377.7227 www.basecm.com RFP tt2017-002—Continuing Contract for Small Construction Services under$200,000 Table of Contents Table of Contents 1. Company Information is 2. Company Experience/References ,r, 3. Price Proposal LC o M E 4. Other Required Content Vtii4 a*.e r r r fir.. 9 --ita 1i i t . e . L A� '1,... ., .. IL_ XU . ...L„.. .; . I ..t r'Y r Yom_ ; �r .1 Y .1'-..\`> .Ys B AS E4 v i ti 0_,,I,or N STRU RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Firm History BASE Construction is a Construction Management and General Contractor Firm, with the experience of a large corporation �> eness of a smaller firm. We ,4,: .- .'� t �; and the accessibility and responsiveness ,V .,, , ,' � .. �; , specialize in services for commercial, recreational, municipal, ^a p s"�''` " :- ' , . x,60, residential, and educational facilities. Our goal is to provide professional services to our clients through technical excellence and innovation from concept planning through - i completion, with a highly skilled professional team working ; '± together using common sense and practical experience. I �NNII11' i��l�,j Additionally, BASE Construction has a sister company, BASE Consultants, which is a Structural Engineering firm established in 2006.This provides us with the ability to provide design build services on projects that may arise that required structural repairs. Date Established We are organized as an S-Corporation and were founded in June 2016. We previously operated our Construction Services as BASE Consultants, Inc., since 2014. Total Number of Employees We currently employ 4 full-time and one part-time staff members who work out of our corporate office. Licensed Qualifier for the Company BASE Construction is headed by Travis Bonnett whom is the license holder for the Corporation. Mr. Bonnett has 18 years of Construction Experience in the Orlando Market. Since joining BASE in 2014, Mr. Bonnett has worked on Renovations of a 1930's home into an office building, renovation projects for OCPS as the minority partner to other firms, and on Architectural and Structural repairs to the Hannibal Square Heritage Center in Winter Park. Office Location Our office is located at 1214 East Concord Street in Orlando, Florida, a 22-minute drive from City Hall. See attached for an office location map. BASEA 40.4- CONSTRUCTION C Cmy Mnepv.�CU 1321■91 ' f1 o A cI 0 . (200af 6.4A0A RA .1 'S 5 V.... 1.rols00cOt P01 AA• e E . ,. &., 1 .4/41 11+20 OA, S Ihn.s&A 1 C\I 0 i nffd i (.,-,3% i t 0 g i 8 UnIOZ I(04,,,,3.3,,, :icl.„-D • a , , •,. tins r,,oc, '1f r'ej f, &lib E 5 at; 71' 0 ,, • i'= -g .r2 c— 3 ,X u r t3 0 _Y. ei '3. E 0 - En > x 0 i tp 7,3 0 r-- H 6 -2 g 19 .s . f s ,C. t('S ■LA, .t. 4 1 r. F_ 1 ' al g I.3 ' ..9 to -0 as 1.. :66 il 2 11 -;'- n Jel 0 i 2° 0 O.' I Fc; "i 4-0 CU CL) C.'s 1 LI ■ ,.. t.... 4-, IMA0 0"FA s flU:= Cr) 2 a a il 7:3 Y Al 0.00, S a 9, Al 0 0 (3) I C.) i g C r. N g...,,,.a, 0 0 SA-00AS i S (2) 0 Ai•—• (f) A2+ (13 S , W % 4 •1- / 11 1 I r— I o A 4—, 6 A , _-.1 ; r t e ‘4" ct.i. II :, CD - 1 r.,. C.) . c i H 4 S 0 E y ,. 1...: CI ' g i ) '1't - rib ; .„-.. ,„4,-- -','..) ,4;. (1) 4`.,°' I., ..e.,..., E t t z 5.1 ..c 0 as t..) Z v..,,,,,.v ,.5 in r– rift'. (0 , tr, . a g rnh 5 " (13 ii } t7. O 3 (I) le' ..,. s c: 0 ill 0 . I i g 3= < LLD ... RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Employee Qualifications BASE Construction's staff brings over 40 years of combined construction experience to the City of Ocoee. We bring a dedicated and highly qualified team with extensive public client experience to ensure all projects meet and exceed the City's expectations. The following Organizational Chart outlines our proposed team for this project. Our team's experience and qualifications are also included. d(4.4 J BASEACONSTRUCTION Generd Conhodor Con onxiion Monogen I CCU 1521491 Travis Bonnett President Project Principal Michael P. Buffa Shawn Willerer QC Manager Project Manager Nick Chapman, P . BASE Support Staff Superintendent Subcontractors BASERCONSTRUCTION G.rerdCo.v •Contn,..Mor<gto I000isti.vi RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Travis Bonnett President/Project Principal Travis has 18 years of construction experience, and is highly-knowledgeable on ' all aspects of the construction process, including field inspections during construction. Travis will serve as the Construction Manager of all projects and will oversee all aspects of the entire process, including pre-construction services, bidding/estimating, project management during construction, closeout and warranty. As Project Principal, Travis will oversee the contract Project experience includes: • Tenant Improvements for ABBK Investments, LLC, Orlando FL — (A NUMBER OF YEARS EXPERIENCE: Renovation of a residence built in 1930's into office. Work included 18 years addition of ADA ramp, replacing exterior window with exterior door, EDUCATION: complete electrical rewire, demo and reframing of interior space. University of Florida • Hannibal Square Heritage Center, Winter Park, FL: Work includes Bachelor of Science in removal and replacement of structural patio framing members that Building Construction were damaged because of water intrusion,waterproofing of area where REGISTRATIONS: leaks occurred, and all repairs to architectural elements affected by Certified General repairs. Work is ongoing at this time. Contractor FL • Woodlands Lakes Preserve, Orlando, FL*- Residential Builder for CGC1521491 LEED DB+C National Corporation, responsible for overseeing day to day Green Globes Professional construction of 20 high end single family homes. • Lockhart Elementary School, OCPS, Orlando, Florida - 40,000 SF new construction and 40,000 SF renovation. Assistant Project Manager. • Valencia College, Lake Nona Campus, Lake Nona, Florida* - 89,000 SF new construction. Sr. Project Manager. • University of Central Florida Career Services and Experiential Learning, Orlando, Florida* — 26,761 SF new construction on UCF Main Campus. Sr. Project Manager. • University Center, Valencia College West Campus, Orlando, Florida* — 100,000 SF new construction on Valencia West Campus. UCF and Valencia College Joint Use Project. Project Manager. *Individual project experience. BAS A E CONSTRUCTION CK,<rd Cc'soNr,Cmvu+anNevye..l(GC 151191 1 REP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Shawn Willerer Project Manager Shawn Willerer has over 8 years of construction experience and has served as Project Manager and Assistant Project Manager on many projects. Shawn is familiar with all aspects of the Construction Management process, including ., ,P. precostruction, estimating, coordination, etc. Shawn will be the main point of � A contact for the City of Ocoee throughout the entire rocess. p - Project experience includes: • Physical Sciences Phase I &II, University of Central Florida* -Two phases r / totaling 130,000 SF of chemistry and physics laboratories on the UCF Main Campus. Project Engineer. NUMBER OF YEARS EXPERIENCE: • East Ridge Middle School, Clermont, Florida* - 186,000 SF ground up 8 years middle school facility. Project Engineer. EDUCATION: • Caliber Ridge 120 & 140, Greer, South Carolina* — Twin 156,000 SF tilt University of Florida Bachelor of Sciences wall warehouses including full tenant build-outs for Bosch, Pilot Freight, Building Construction and IEWC. Project Manager. REGISTRATIONS: • Lake County Judicial Center Phase II, Tavares, Florida* - 150,000 SF LEED DB+C courthouse expansion. Assistant Project Manager. • Emergency Communications & Operations Center, Tavares, Florida* - 28,000 SF emergency operations center for Lake County. Assistant Project Manager. • Direct Relief, Santa Barbara, California* - 155,000 SF pharmaceutical distribution facility. Project is in preconstruction/design phase. * Individual project experience. B /// CONSTRUCTION /� GrodCw«bCO'"1M1tJCn Maup:. CC.0 1511J91 RFP 1117-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Nick Chapman, P.E. Project Superintendent Nick Chapman has over 7 years of experience in civil/structural engineering, special inspection of structural and threshold building construction, and project management. His areas of expertise include special inspections of threshold r >. 1 buildings, project management, and construction administration. Nick will serve as the Superintendent of the projects and will be responsible for day to ■ day field operations, including field coordination of trade contractors, scheduling, interaction with residenence, permits, inspections, and safety. Project experience includes: NUMBER OF YEARS EXPERIENCE: • OCPS Continuing Structural Engineering Services, Orange County, Florida years —Size and cost varies. Project Engineer. EDUCATION: • BP447 Ticket Lobby Expansion, Greater Orlando International Airport, University of Dayton Orlando, Florida- $81 million renovation. Construction Administration. Master of Science • Florida Citrus Bowl Reconstruction Threshold Inspections, Orlando, Engineering Management University of Central Florida—$207 million renovation. Threshold Agent Florida • Dr. Phillips Center for the Performing Arts, Orlando, Florida* — 300,000 Bachelor of Science in Civil SF new construction. Project Manager for the structural steel Engineering REGISTRATIONS: inspections. Professional Engineer, * Individual project experience. Florida#78599 BA SER 4Litf, CONSTRUCTION Cx ud C la.e.o CGC 1571.91 RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 1.Company Information Michael P. Buffa Quality Control Manager Michael has over 13 years of experience in commercial real estate and business management, which has attuned him to the needs and wants of Owners. Michael is the Quality Control Manager for the company and will provide a critical eye to the installation of all systems and finishes on the project. He will conduct Quality Control inspections throughout the duration of the project to 4 ensure complete satisfaction with the finished product. Project experience Includes: • Tenant Improvements for ABBK Investments, Orlando, Florida — NUMBER OF YEARS EXPERIENCE: Renovated 1939 office building in Downtown Orlando. Space partially 13 years occupied during construction. Quality Control Manager. EDUCATION: • Residential Interior Renovation, Winter Park, Florida* — Complete Georgia Institute of interior renovation of condo. Quality Control Manager. Technology Bachelor of Science in • Residential Interior Renovation, Clermont, Florida* — Complete interior Business Management renovation of lakefront home. Quality Control Manager. Crummer Graduate School * Individual project experience. of Business, Rollins College MBA BASE`CONSTRUCTION -.w/ ed cw, .a Mower$ieeciszi.vi RFP#17-002—Continuing Contract for Small Construction Services Under$200,000. Section 1.Company Information. Firm and Employee Certifications and Registrations State of Florida General Contractors License fticx SCOTT GOVERNOR KEN LAWSON SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION , CONSTRUCTION INDUSTRY LICENSING BOARD y LICENSE NUMBER r �gtr t 0 < CGC1521a91 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS Expiration date AUG 31 2018 CI BONNETT,TRAVIS S 1:•;? E�• 42 BASE CONSTRUCTION,INC .+ , 1214 E CONCORD STREET _�, ...41 'f•ORLANDO FL 32803 st?,-0. ?,- issuer, re c,,2016 DISPLAY AS REQUIRED BY LAW SE0 a L1008090002744 Orange County Local Business Tax Receipt Scott Randolph,Tax Collector Local Business Tax Receipt Orange County, Florida This local business tax receipt is in addition to and not In lieu of any other lax requited by law or municipal ordinance.Businesses are subject to regulation of zoning.health and other lawful authorities.This receipt is valid from October 1 through September 30 of receipt year.Delinquent penalty Is added October 1. 2016 EXPIRES 9130/2017 5000.1176253 5000 BUSINESS OFFICE 530.00 1 EMy`;\olsll�t2,�1���RALCONTRACTOR 530.00 1 EMPLOYEE 1 1 r� O r ` '; C., C TOTAL TAX 560.00 . •� •••.-•• PREVIOUSLY PAID 560.00 • O(_, si • =•NNETT TRAVIS S TOTAL DUE 50.00 D�`(.r n ♦Q~� BO NNE CONCORD STN INC A'ORLANDO,328 3T �c Qt,`tr ORLANDO FL 32803 PAID. 560.00 2501-02432012 10/20/2016 This receipt is official when validated by the Tax Collector. A B Gaud CM•O[b,.Co+nneon/brawl CGC 1521491 RFP#17-002--Continuing Contract for Small Construction Services Under$200,000. Section 1.Company Information. State of Florida Certificate State of f Florida Department of State I certify from the records of this office that BASE CONSTRUCTION, INC. is a corporation organized under the laws of the State of Florida, filed on June 16, 2016,effective June 15,2016. The document number of this corporation is P16000052535. I further certify that said corporation has paid all fees due this office through December 31,2016 and that its status is active. 1 further certify that said corporation has not filed Articles of Dissolution. Given under tan'hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-seventh day of October,2016 ��a T " .; ' {";: Secretary of State ••CaD tVE T.... Tracking Number:CU9900557545 To authenticate this certilicate,visit the Whining sitc,cnter this number,and then Lotion the instructions displayed. daps://scr,ices.sunbiz.org/Filings/CertilicateOritatu s/CertificaleAutherdicationi • BAS EZA CONSTRUCTION A, �i • CO Cm4ub•C T Ivc,w 1•'aoprrsI CGC 1511+01 RFP#17-002—Continuing Contract for Small Construction Services Under$200,000. Section 1.Company Information. Subcontractors BASE Construction is a General Contractor that subcontracts all work to be performed. We have an extensive database of resources to fulfill any scope of work that may be required under this contract. Our experienced staff has worked on all types of construction projects and brings to the team years of experience in the 1 commercial and residential construction markets. Subcontracting ,,V„K work provides a distinct advantage to the City of Ocoee with regards r`;t s to continuing work order contracts. BASE will be able to adjust and ;.,:1-1::".::4'q;,,-,7, - � .'eta ' improve throughout the duration of the contract and ensure the iit,.... -17.,,,,,,17'..,,:,,,i'c"..:: ' .' 'workers completing each contract are specifically suited for the ,specific project needs. BASE's Subcontractor database is provided in , c l � - i I r 1. >;1. or.: Section 4. Required Forms. I"� �' j' I Equipment ` Any equipment required during the course of the contract will be ' I '.1,4,_ k � rented on a case by case basis. $ , '1 I ,-, 4.,,q,!:' M;B r.. � �y .j�k„ y: ,.. • I4,. „ _ tom+' p 4 , : � ps�'f \\\\ I I I w ii _ 1 Ada i4 MI° , , -, 9 aim '' I'll - - - - .- ` ¢ A BAS E/�` CONSTRUC WwdCMaOV.Cpp ys7.yogw+I000157149, I RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 2.Company Experience/References Hannibal Square Heritage Center Winter Park, Florida CLIENT REFERENCE: City of Winter Park Project Description and Scope of Services: Bob Wirick BASE Construction performed structural repairs to the exterior balcony of the Heritage P: (407)599.3258 Center. Scope work included structural shoring of the existing building, removal of rpark. ick @cityofwinte wood rotted structural members. Additional water leakage was discovered during the park.com repair and additional damage was identified. BASE worked with the City to develop a KEY PROFESSIONALS plan to repair and replace waterproofing systems, and repair all damaged structural ASSIGNED TO THE items. Work also included repair and replacement of architectural finishes. BASE CONTRACT: Consultants was also the structural engineer for this project. Travis Bonnett Contract Value: $38,105 Start Date: 9/29/16 Completion Date: 12/1/16 I r '=.,c., R i , 4 II --?' I X11y,"e�1�rf / w,-,....-.4... I $ .�` ' �gy'y'��* .1_ 7, krI 1' f� : 1 r I 6,1 1 , i A. uhhuuj'iiIii4. t I l'' ! '.. %,,.. i , i I I . nal ril I9 e. I ti� �, i _ - r,-2-..-...... .. _,„,.,..., ==„4,..=...„._ , . III11 - .., .� . .4,4•.1511`1,I.f ..Ac v 'i leg `. � BASE�� "/r� CONSTRUCTION c--wdcc..b.c. .ioi.hbe2.n!ca 1121491 RFP 1117-002—Continuing Contract for Small Construction Services Under$200,000 Section 2.Company Experience/References Tenant Improvements for ABBK Investments, LLC CLIENT REFERENCE: ABBK Investments, LLC Orlando, Florida Ram Kozikhote Project Description and Scope of Services: P: (407)467-3167 BASE renovated an office building in Downtown Orlando that was built in 1939 to be E:ramsaila @gmail.com used as an office. Scope of work included demolition of walls, complete electrical and KEY PROFESSIONALS technology rewire, new interior finishes, ADA upgrades, and the addition of a new ASSIGNED PROFESSIONALS entryway. This space was partially occupied during the construction. CONTRACT: Travis Bonnett Contract Value: $41,964 Michael Buffa Start Date: 5/1/16 Completion: 7/16/16 :A7. 17:"...' ,,5, — \ r i Li • a I } p 5 jS s i L'''T/ ` I - �.� ", Yea ` , r1r 04, ,:.!. cr .13:1..,' ', '.. i : f..4 . 1 i 1 ig; :'"All. i . „ , ih 1 ',, _ , , i :01,y ».r 1 . F it 1` ." I ,r - k' 3 BASE, CONSTRUCTION �` 40.4 CONSTRUCTION /'moxniCGC 1321491 RFP#17-002-Continuing Contract for S Secn o 2.Company Experience/References e0 t on s CLIENT REFERENCE: Lockhart Elementary School Renovation Morganti Group Orange County Public Schools Holly Duke Orlando, Florida P: (407) 615-0076 Project Description and Scope of Services: E: BASE served as M/WBE Partner to The Morganti Group on Lockhart Elementary. Our hduke @morganti.com KEY PROFESSIONALS scope of work included interior renovations to 4 existing buildings and over 40,000 SF ASSIGNED TOTHE of classrooms and administration space` renovation included complete ut and hes CONTRACT: reconstruction of 1930's brick and wood frame upgrades to 1990's classroom building, and partial mechanical, technology, and Travis Bonnett finishes upgrades to 2 buildings from 2001. Start Date: 10/1/15 Completion: 7/31/16 _r_ ;' T ,z" t ‘,,..-7; tom - .'b , � „ter ! !? • ,7,''''. ,- °,e,°*' 1 "'"''./-.." '2:7'1)f":44.'11';':*°/ : \ —°- • i '' ' ' 11.11°b' , , _ _ ,,.. „. . _ 0.— i r 1,,,..'q..*.,,,,. .;';',4k,,.}'1!t .. ..£ 11i. ,q F „` .) 4 '* -. :.1,:;.,:144%,. +qr ' � , , s ;. - ' -1t,1r '" . 5 4 4.":'.' il; 11. 1'� t•K �}? A. � '. A, -4 n r, ,. .,.. 1 • / •fr :-":::3= 11. .Rki 1 ','”107 U _ III, •u 11 �., V∎--t —4: 'ice. ,2�tiimr,'i � � i.i;1 ,J .e , f*:.; r„'$: P I t H� � o I 1 pl. of Sit , ? + . r„„,,,,,,,,..._. e N ff.• ...T.01_?,...,. . r. Alt:: r l ,h ill �e ." ,,,. ''''''''''''.4,42;V 1-,. ra. _ .h +rte.. ,, J BASE/A CO STRUCTION 11161.711744r c.,C.'''—'----;----ev;-------'.' '*----'' 'I'GC'5VAS. RFP#17-002—Continuing Contract for Small Construction Services Under$200,000 Section 2.Company Experience/References Client References City of Winter Park Bob Wirick P: (407) 599. 3258 E: bwirick @cityofwinterpark.com Morganti Group Holly Duke P: (407) 615-0076 E: hduke @morganti.cam ABBK Investments, LLC Ram Kozikhote P: (407) 467-3167 E: ramsaila @gmail.com See attached for letters of reference. BASE CONSTRUCTION ` 14 �, d..xa,npnlCGC I32I0t University of Facilities planning and Construction Central Florida July 25,2016 RE: Recommendation for Travis Bonnett,Project Manager To Whom it May Concern, It is my pleasure to recommend Travis Bonnett as a Project Manager for your construction project. Travis and I worked together on the UCF Career Services and Experiential Learning Building. At the time,I was the Project Manager/Architect for SchenkelShultz the project provided full the Project Manager for the Construction Manager(CM). The CM for service pre-construction, estimating, and construction services for UCF. The project was designed and bid on the target budget for the University. Travis was easy to work with,proactive in solving problems as they arose, and a team player. He was a major part of the success of the project. strction Project Manager on any project and under budget. I would recommend Travis as construction and hope to get to work with him again in the near future. Sincerely, Bill Martin 1 Director of Facilitieing and Construction, 407-823-3196,bill.martin @ucf.edu 3528 North Perseus 1.(x l)•I's).130x 16302 xxi urla.0 Orlando,FL 32816-3020 407)823.2166•FAX(407)823-5141 www.Yp.uct.edu University of Central Florida Quality Management Improvement July 20, 2016 Travis Bonnett 4767 New Broad Street Orlando, Fl. 32814 To whom it may concern: I had the privilege of working with Travis on the Career Services&Experiential Learning Center at the main campus of UCF in 2010 and 2011.The project was delivered through the CM process with Travis acting as the Project Manager. He carried himself in a most professional way and he handled multiple logistical challenges with ease. His leadership skills were evident from the onset and the result was a wonderful facility that we expect to continue to serve us well,far into the future. One challenge that Travis handled most efficiently was the installation of upgraded chilled water supply and return lines that were not noted in the original design of the project. He and his subcontractors were able to complete this installation on time without affecting the project schedule or Impacting our overall budget. I would certainly recommend this gentleman for your project. I found him to be an honest, disciplined, hard-working person who kept the interests of the university at the forefront during the construction process. Respectfully, ,Lawrence Chmura 'I July 13, 2016 Lamar Powers 1515 Acropolis Circle Ocoee, FL 34761 Mr. Travis Bonnett BASE Consultants, Inc. 1214 E. Concord St. Orlando, FL 32803 Dear Travis It is a pleasure to write this letter of reference. You were the Project Manager for the construction of Building 11 on the West Campus at Valencia College. It is a large building with 106,072 square feet. It is a complex building with classrooms, computer labs, a testing center, administrative offices, and food service. It was a joint use building with UCF. The building was constructed between two active parking ;;,'.c. TI-z ` �4 without any disruption to the campus. Student safety was given due consideration. Problems were anticipated and avoided. There were no problems only solutions. For example, a meeting was held with all the subs and the engineers to coordinate the smoke evac system. A second elevator, solar collectors, and a courtyard were added late in the project. These changes were incorporated without delaying the schedule. Thanks to your leadership, the building was completed on schedule and under budget with sales tax savings. As construction manager you worked well with the architect and the owners. It was a pleasure working with you. You may use me as a reference. Yours truly Lamar Powers Valencia College Facility Director(Retired) RFP U17-002—Continuing Contract for Small Construction Services Under$200,000 Section 2.Company Experience/References Litigation Summary BASE Construction has never been involved in any litigation. AS El CONSTRUCTION "!� � Cyyay,Ca.w4mMvagYniWC1321491 Exhibit "B" RFP#17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 BASE Construction, Inc. Name of Firm Applicable Type of Work(check all that apply): X General Building Construction(Vertical) • Building construction and repair, interior and exterior. • Concrete forming,pouring,and finishing on level and sloped surfaces. Site Work&Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming, pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork, ditching,and other grading or restoration services • Underground utilities(potable water, irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation, repair,removal,and maintenance • Sanitary sewer lift station construction, repair,modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 47.12 $ 376.92 Foreman $ NIA $ Heavy Equipment Operator $ NIA $ Equipment Operator $ N/A $ Skilled Laborer $ NIA $ Semi-skilled laborer $ N/A $ Laborer $ N/A $ Project Admin $ 26.92 $ 215.38 Other: Project Manager $ 50.48 $ 403.85 Other: President $ 67.31 $ 538.48 Other: QC Manager $ 40.38 $ 323.38 Asst Super Project Engineer RFP17-002 Continuing Small Construction under$200,000 25 Instructions: 1. Respondent is to indicate the job title for any entries under the "Other" labor category. 2. Both daily and hourly rates may be stated for any positions; daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material,mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Travis Bonnett 12/6/16 Form prepared by: Date: Signature: President Print Title: RFP17-002 Continuing Small Construction under$200,000 26 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) BASE Construction has not been Involved in any litigation. 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: 12/6/16 No. 1 Dated No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: See attached. (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 i I 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee pr pies, including whether owned or leased. If leased please provide name of lessor. 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 9/26/16- S38,105 -Hannibal Square Heritage Center/ City of Winter Park/ 1409 Howell Branch Road, Winter Park FL 32789/ Bob Wirick, 407.599.3258, bwIIrIckgcityofwinterpark.com 511/16- $41,964 Tenant Improvements, ABBK Investments, LCC 1 645 Roundelay Lane, Winter Park, FL. 32,89/ Ram Kozukhote, 407.467.3167, ramsaiila@gmail.com Have you any similar work in progress at this time? Yes No X. Length of time in business 0 years 6 months. * Operated Construction Services as BASE Consultants Bank or other financial references: Since July 2014. Chase Bank Michael J. Gershman Business Banking Relationship Manager JP mj Morgan Chase Office j chase 678-0138 Cell 1395 Semoran By d Caase berry(407)218-5325 27075 michael.j.gershman@jpmchase.com additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 Name Type Phone City State A B Cool&Heat Subcontractor 4072970550 Olrando FL ( A&W Construction Services, Inc. Subcontractor (386) 274-1515 Daytona Beach FL AAA Ceiling Subcontractor 407-947-0439 Orlando FL AAA Custom Fabrication Subcontractor Ormond Beach FL AAA Fence Subcontractor 3862534212 Daytona Beach FL Accurate Electrical Connection, Inc. Subcontractor 4072903330 Orlando FL Acousti Engineering Company of Florida Subcontractor 4074253467 Orlando FL Action Spray-on Systems Subcontractor 4078882898 Orlando FL AG Mauro Company of Florida Material 4073330500 Lake Mary FL Air Mechanical &Service Corp Subcontractor 407.699.0454 Casselberry FL Alba Dillon Cleaning Solutions Subcontractor (407)999-7776 Orlando FL All Coat Painting of Florida, LLC Subcontractor 3524848739 Ocala FL All-Rite Fence Co Inc Subcontractor 4072957093 Orlando FL Altamonte Glass and Mirror, Inc. Subcontractor Orlando FL American Casework and Supply, LLC Subcontractor 4074169011 Sanford FL Apex Pest Control Subcontractor 8774592847 Rockledge FL APG Electric, Inc. Subcontractor 7275300077 Clearwater FL Apple Air Conditioning&Heating Inc. Subcontractor 4076543777 Winter Garden FL Architectural Aluminum Techniques Subcontractor (407)857-9237 Orlando Florida Architectural Sheet Metal Subcontractor 407.855.7183 Olrando FL AWS Roofing Services Subcontractor (386)423-3076 Edgewater FL Black and GoldTotal Propery Services, Inc. Subcontractor 4076171841 Orlando FL Brant and Son, Inc. Subcontractor 4076581925 Orlando FL Bright Future Electric Subcontractor 4076540155 Ocoee FL C&JC Electrical Services, Inc. Subcontractor 4079527977 Ocoee FL C&S Supply of Orlando, Inc. Subcontractor 4075401115 Orlando FL C3 Foam and Precast Subcontractor 4078557525 Orlando FL Cains Electric Subcontractor (386) 566-5661 Ormond Beach FL Campbellsville Industries, Inc. Subcontractor (270)465-8135 Campbellsville KY Casework Specialties, Inc. Subcontractor 407.809.5551 Orlando FL Central Environmental Services, Inc Subcontractor 407-295-7005 Apopka FL Central Florida Waterproofing, Inc. Subcontractor (407) 696-8188 Longwood FL Chem Clean, Inc. Subcontractor 4079657197 Orlando FL Clark Food Service Equipment, Inc. Subcontractor (800)942-0412 Bradenton FL Collis Roofing Subcontractor 3214412300 Longwood FL Comelco Inc. Subcontractor 4078305884 Longwood FL Commercial Door& Frame Service, Inc. Subcontractor 4078802080 Apopka FL Commercial Systems Group, Inc. Subcontractor (407)814-0225 Apopka FL Comprehensive Energy Services, Inc. Subcontractor 4076821313 Longwood FL Cornerstone Construction Services, Inc. Subcontractor 4072993299 Orlando FL Creative Environmental Services Subcontractor 8883513755 Orlando FL Cronin Construction Corp Subcontractor 4073395120 Altamonte Sprint FL Dennaoui, Inc. Subcontractor (407) 540-9868 Orlando FL Dittmer Architectural Aluminum Subcontractor (407) 699-1755 Winter Springs FL Division 8 Distribution, Inc. Material 407-977-3667 Longwood FL Door Control, Inc. Subcontractor 9047655669 Jacksonville FL Electric Services, Inc. Subcontractor 3527871322 Leesberg FL Empire Electrical Contractors, LLC Subcontractor (407) 930-3736 Orlando FL Energy Air, Inc Subcontractor (407) 781-1943 Orlando FL Ferran Service Subcontractor 407-422-3551 Orlando FL Fidelity Security Agency, LLC Subcontractor (407)542-1529 Winter Springs FL Filthy Clean Cleaning Services Subcontractor 4077370777 Fire and Life Safety America Subcontractor (877)634-3572 Sanford FL Floor2ceiling.net. Net Subcontractor 4072237114 Winter Garden Florida Florida Epoxy Floors Subcontractor 4073782955 Winter Park FL Florida Specialty Products, Inc. Subcontractor 3217654975 Oviedo FL Forza Electrical Subcontractor Gulf Mechanical Contractors, Inc. Subcontractor 3524604176 St. Petersburg FL Hartford South Inc. Subcontractor 4078579232 Orlando FL Hazen Construction Subcontractor (386) 322-8700 New Smyrna Bea FL Heichel Plumbing, Inc. Subcontractor (407) 656-7073 Winter Garden FL Hogan Glass Subcontractor Home Depot Credit Services Material Phoenix AZ Hudson Every Commercial Flooring Subcontractor 4075780684 Orlando FL Industrial Steel, Inc. Subcontractor 3212672341 Titusville FL IQ Painters Subcontractor 4075758432 Clarcona FL J&F Quality Construction, Inc. Subcontractor 4072738883 Oviedo FL J&J Millwork, Inc. Subcontractor 4073242331 Sanford FL JA Croson, LLC Material 3527297111 Sorrento FL E Jensen Interiors Subcontractor 4078127425 Orlando FL John B Webb&Associates, Inc. Subcontractor (407) 622-9322 Winter Park FL JP Morgan Chase Subcontractor 4076787134 Casselberry FL Ken-Lin Landscaping Subcontractor 4073656190 Oviedo FL Kennedy Construction Services, Inc. Subcontractor 4076586310 Orlando FL Kenpat USA Subcontractor 4074647070 Apopka FL KHS&S Contractors Subcontractor 4074255550 Orlando FL Kings Electrical and Air Conditioning Subcontractor 9546460080 Coral Springs Florida Lake Glass and Mirror, Inc. Subcontractor 3527874700 Leesburg FL Lakeside Electrical Services Subcontractor 3523600667 Leesburg FL Mader Southeast Subcontractor 4078778818 Orlando FL Mark's Landscaping, Inc. Subcontractor (407)366-7305 Oviedo FL Marks Landscaping Subcontractor 4073667305 Oviedo FL Mathis and Sons Air and Heating, LLC Subcontractor 4074402244 Orlando FL Mid-Florida Signs and Graphics Subcontractor 3527873882 Leesburg FL Modern Plumbing Industries, Inc. Subcontractor Winter Springs FL Moss Waterproofing and Painting Co. Inc. Subcontractor Oviedo FL Novac Metal Ilc Material 321.947.8176 Orlando FLORIDA P&A Roofing and Sheet Metal Subcontractor 4076509541 Orlando FL P&D Air, Inc. Subcontractor 407-485-9300 Orlando FL Paint Buddy, Inc. Subcontractor 4072527166 Orlando FL Pece of Mind Subcontractor (407)568-3456 Orlando FL Pipeline Mechanical, Inc. Subcontractor 3523850195 Mount Dora FL PK Flooring Inc. Subcontractor 407-973-9713 Plummer Painting Company, Inc. Subcontractor (407)585-0210 Winter Park FL Potential Electric, LLC Subcontractor 4076484433 Olrando FL Power Engineering Group, Inc (407)277-3150 Orlando FL Quality Air Heating&Air Conditioning Inc. Subcontractor 386-2526767 Holly Hill Fl. Quality Metals, Inc. Subcontractor 4073213181 Sanford FL Quantum Electric Subcontractor 4074854333 Orlando FL RE Yates Electric Subcontractor 407-704-1751 Orlando Florida Reliable Services Group, LLC Subcontractor (407)737-6989 Sanford FL Rivera Tile&Stone, Inc. Subcontractor (407) 275-0571 Orlando FL Rock& Roll Demolition Services Subcontractor (407)834-1771 Altamonte Springy FL Roman Roads, Inc. Subcontractor 4073332391 Sanford FL Rose Fire Protection Subcontractor 321-354-5666 Winter Garden FL Ryman Mechanical Subcontractor 8137820825 Zephyrhills FL S&A Electrical Contractors, LLC Subcontractor 4073768955 Casselberry FL Sample Customer Subcontractor Sample Vendor Scaife Enterprises, Inc. Subcontractor 1-352-588-2662 Dade City FL Shark Construction Services Subcontractor 3212957714 Maitland FL Signs In One Day Material 941.371.7446 Sarasota FL Silva's Painting and General Services Subcontractor 4074774476 Orlando FL SJS Painting and Waterproofing Subcontractor 8777635298 Winter Garden FL Sky Builders, USA Subcontractor 407 362 1870 Orlando FL Smart Woodcraft Corp. Subcontractor 4077457896 Orlando FL SMI Cabinetry, Inc. Subcontractor 4078410292 Orlando FL Southern Atlantic Construction Company Subcontractor 4078981118 Orlando FL Southern Development and Construction, Ins Subcontractor 4079779898 Chuluota FL Southern Fire Protection of Orlando, Inc. Subcontractor (407)323-4200 Sanford FL Southland Mechanical, Inc. Subcontractor 4073831347 Orlando FL Spec Contractor Service, LLC Subcontractor 4075385954 South Daytona Florida Spectra Contract Floors Subcontractor 4074751144 Longwood FL SSE&Associates, Inc. Subcontractor (386) 428-8875 New Smyrna Bea FL Starr Mechanical, Inc. Material 4074270459 Orlando FL State Contract Carpet Company Subcontractor 4072847834 New Smyrna Bea FL Steve Harper Painting, Inc. Subcontractor 3866729850 Ormond Beach FL Steve Ward and Associates Subcontractor 3523380246 Gainesville FL Taylor Cotton and Ridley, Inc. Material (407) 298-5114 Orlando FL Terrys Electric Subcontractor 4072390260 Kissimmee FL Tharp Plumbing Subcontractor 4072952370 Orlando FL The Plummer Painting Company Subcontractor 4075850210 Winter Park FL ThyssenKrupp Elevator Americas Subcontractor (407)425-3496 Orlando FL Titan Building Supply Material 4073235662 Longwood FL Toltec Construction/VMG Subcontractor (407)654-2648 Winter Garden FL Tri-City Electrical Contractors, Inc. Subcontractor (800) 768-2489 Altamonte Spring FL Trident Building Systems, Inc. Subcontractor (941) 755-7073 Sarasota FL Truant Construction, LLC Subcontractor (386)788-5109 South Daytona FL TVS Construction Services, LLC Subcontractor 4078305533 Sanford FL Ultimate Air Conditioning and Heat Subcontractor Universal Forming, Inc. Subcontractor 407.9770477 Oviedo FL US Walls, LLC Subcontractor 407-578-2210 Orlando FL Valleygreen, Inc. Subcontractor 4077190218 Orlando FL VU Window Treatments by Verticals Unlimet Subcontractor 6303060552 Walmart Material Waste Management Subcontractor (407)341-4427 Boynton Beach FL Waste Pro Material Orlando FL Wayne Automatic Fire Sprinklers, Inc. Subcontractor 407-877-5505 Ocoee FL WD Site Development LLC(Jaret Constructio Subcontractor (407)891-1111 St. Cloud FL Westbrook Mechanical Subcontractor 407.841.3310 Orlando FL WF Tech Services LLC Subcontractor 4079964378 Orlando FL Whites Site Development Subcontractor 4073021549 Sanford FL Window Interiors, Inc. Subcontractor 4075391303 Altamonte Sprint FL WJ Bergin Cabinetry Subcontractor (407)271-8982 Orlando FL WW Gay Mechanical Contractors, Inc. Subcontractor 407-841-4670 Orlando FL RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. BASE Construction, Inc. 407.377.7227 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) N/A FAX (INCLUDE AREA CODE) Travis @Basecm.com E-MAIL ADDRESS _..,_._..- IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, Travis Bonnett/ President PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) 1214 E Concord Street STREET ADDRESS Orlando, FL 32803 CITY STATE ZIP FEDERAL ID# 81-3052846 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this 67 day of nt a-n(,t,t-U/ , 20 /6, Personally Known or Produced Identification X (f„: ,O't /7 QGCP, Notary Public -State of L -t (Type of Identification) County of 0.4.4,47, Pp , nature of Notary Public .gyp ,,� JAMES Y.PIKE 1 en) Notary Public•Stgs at Florida 1 Commission+a FF 954417 O Vamad- � 4� ��'?;;f�q�t,.°a My Comm.Expires Jan 26;2020 Printed,Typed or Stamped Commissioned Name of Notary Public RFP17-002 Continuing Small Construction under$200,000 27 THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart = _aL • AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Base insert ' clegal title of Contractor) 1214 E. Concord Street, Orlando, FL 32803 as Principal, hereinafter called the Principal, and Hartford Casualty Insurance Company (Here insert full name and address or legal title of Surety) One Hartford Plaza, Hartford, CT 06155-0001 a corporation duly organized under the laws of the State of INDIANA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N, Lakeshore Drive, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of One Thousand and 00/100 Dollars Dollars (S $1000.00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) RFP# 17-002, Continuing Contract for Small Construction Services under$200,000, Ocoee, Florida NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 13th day of December 2016 (1 --(---2---H" __ Base Construction, Inc. _,,/� 'rincipal) (Seal) (Witness) 1 — (Title) ■ J(2.4.-4, Hartford Casualty Insurance Company S/ (Surety) (Seal) q f; Tammy D.Jo e Witness (Title) Jeffrey W. Reich, Attorney-in-Fact and Florida Licensed Resident Agent AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 e::, Printed on Recycled Paper 9/93 Direct inquiries/Claims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY HaRfodConnettcut68155 dond,Cla lmsebthahartfoig.gont colt 888.266-3488 or fax:860.757.5835 Agoncy Name: FLORIDA SURETY BONDS INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-229756 © Hartford Fire Insurance Company,a corporation duly organized under the laws of the Slate of Connecticut © Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of Iho State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana n Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois n Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited Glenn Arvanitie, Don Bramlage, Teresa L. Durham, Cheryl Foley, Sonja Amanda Floree Harris, Kim E. Niv, Jeffrey W. Reich, Susan L. Reich, Gloria A. Richards, Lisa Roseland of MAITLAND, Florida their true and lawful Attorneys)-in-Fact,each in their separate capacity If more than one Is named above, to sign Its name as surety(les)only as delineated above by®, and to execute,seal and acknowledge any and all bonds, undertakings,contracts and other written instruments in the nature thereof,on behalf of the Companies In their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by Its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. trIt*, •it - ,ltr.;�, a ttrr,r r4 . •f�i .�iq,aru'rri�� s �Valif' ���p ,•,,pur+s,ti Gr r s r � •r rnnro • ••rrN i 1(' `7Y7 rr �D ,T � � 7919 fi, • o r e <J' John(3ray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss, Hartford COUNTY OF HARTFORD On this 11th day of January, 2016,before me personally came M. Ross Fisher,to me known,who being by me duly sworn,did depose and say:that he resides in the County of Hartford, State of Connecticut;that he is the Senior Vice President of the Companies,the corporations described In and which executed the above Instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority, /7,•:.t_ /4 /:)%., /( • euiN� • Non M.ioanko Hoary Public CERTIFICATE My Commission Expires March 31,2018 1,the undersigned,Assistant Vice President of the Companies,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 effective as of 13th day of December 2016 Signed and sealed at the City of Hartford. .,} :,�\r•,t•gri i ( i) ►till �"°'at►L e¢fMorL�. . , g rL`„i • , •M-` hp �T MT S 6 { .` 1 .� Mt\�iG'•� •o`rronrr`�� 7970 * 7D7oCi D19 ,.._.-.___ Kevin Heckman,Assistant Vice President mums CFE CORPCMATION CITY OF OCOEE 150 N. Lakeshore Dr Ocoee, Fl 34761 Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RFQ# 17-002, Due: December 13, 2016 Time: 2:00pm Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 CFE CORPORATION CITY OF OCOEE Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RFQ# 17-002 Section #1 - Company Information Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 CFE CORPORATION December 13,2016 Statement of CFE Corp. History Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee City Administrators; Over the last 24 years in business, CFE Corp has completed several small projects including roadway improvements, utilities and storm drainage. CFE Corp has kept crews working together for 10+years. CFE Corp has performed,all the different types of projects including roadway improvements, parking lot construction, utilities including water,sewer,reclaimed water and storm drainage improvements for many municipalities in the Central Florida area.We are very ( aware of the regulations and requirements associated with all types of projects. CFE Corp goes above and beyond what is expected to ensure a project that is on time,within budget and easily managed. Having the same key people today in CFE, Corp.that have been with the company 10+years is an accomplishment and an advantage over other construction teams.The same continuity over time has developed with subcontractors and material suppliers. Our staff of administrators has experience with all levels of funding, including Federal, State,County and locally funded projects. If CFE, Corp. is selected and has the opportunity to provide the City of Ocoee with a proposal for the Continuing Contract for Small Construction Services Under$200,000, it will be the best possible price we can offer in the upmost professional manner as efficiently as possible. 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 CFE CORPORATION Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee The Team members proposed for this project are as follows: David Stalowy, President and Superintendent, Christina Tabor, Project Manager and Administrative Assistant Dale Cree,Utility Foreman Chris Tabor,Site Supervisor Mark Broat, Roadway Foreman These key team members have been a part of CFE Corp 10e years has estab lshed good all tandings of the construction projects completed by CFE Corp. Each of these persons relationships with all of the project inspectors and CEI's CFE Corp has worked with in the Central Florida region and knows what is expected of them by the many municipalities and knows what is required to efficiently and effectively complete a project. All are well known by many project managers, inspectors and CEI's associated with the local and state municipalities. All of the team members listed above are MOT certified�a aduaps know the ompogtance of goodtraffic situations erienced wrkin in various with public safety as the primary concern. All of these communication and coordination with all parties involved on a project.All have experience working in close proximity of residents and businesses and understands the importance of keeping those individuals informed and minimizing the negative impact the construction may have on those individuals. Each team member knows what their strengths and abilities are ability needed whenever company but they are not limited to that as each one has the y to assist the others as the situation presents itself. Each team member has a positive attitude and the determination to do what it takes to get the project completed no matter what it takes.This,we have been told, is a benefit to anyone associated with the projects we are constructing. 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 CFE CORPORATION Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee Certifications for CFE Corp. Include the following: FDOT Prequalified Seminole County Public Schools Prequalified SSBE Orange County Expressway Authority Certifications for the Team members proposed for this project are as follows: David Stalowy, President and Superintendent Certified General Contractor Advanced MOT Construction Quality Management Certified Earthwork Level 2 Christina Tabor, Project Manager and Administrative Assistant Advanced MOT Construction Quality Management Certified SWPPP Administrator Dale Cree, Utility Foreman Advanced MOT OSHA First Aid and CPR Competent Person Chris Tabor,Site Supervisor Advanced MOT OSHA First Aid and CPR Mark Broat, Roadway Foreman Advanced MOT OSHA 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 0 7 cn a tO o tO Z -' W Z a Y O o is w 0 Wt X 0 J° o_z_ =a !!1() N Z } a O q U � OQ 5 Li. Z� W O QD Z >— cnNO J a my t �I- o ` co W O LL -J 0 1: 0~C w w z M .; Q v w w` `, U Y� D.. a co 0g o to 0 0 Q as 0 0 oa CC F- io w 0 N w N 0 QtiU.= 0— 0 o 0 �p QM ¢Zj Z C7 w EE 0 OO O¢ y�}yy jWQU) W Zw ED U N h 7 LL J 4 0 N J— p 0 Q 3� O h s— to W N c Zp Z Y a Z.O.c O cnOc»U)S U N hI I-ZDW State of Florida Department of State I certify from the records of this office that CENTRAL FLORIDA ENVIRONMENTAL CORPORATION is a corporation organized under the a laws of the State of Florida, filed on June 10, 1991. The document number of this corporation is S59402. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on January 27, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Seventh day of April,2016 i ..tg144-01*I N k--%-_ . Secretary of State Tracking Number:CU2037293125 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertiticateOfStatus/CertiticateAuth entication I 1, FDdia Florida Department of Transportation ��ttricr t�t,o RTC:K SCOTT 605 Suwannee Street SECRETARY GOVERNOR Tallahassee,FL. 32399-0450 May 26, 2016 CENTRAL FLORIDA ENVIRONMENTAL CORPORATION 910 BELLE AVE STE 1040 WINTER SPRINGS FL 32708 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2017. However, the new application is due 4/30/2017. In accordance with S.337.14 (1) F.Sp next auditedcannualmfinancialfiled within entst4) months of the ending date of the applicant's If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: htt s://www3.dot.state.fl.us/ContractorPre ualification/ select "View" for the most recently approved application, and then „ „ Once logged in, tabs. click the "Manage" and "Application Summary" FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, MINOR BRIDGES, SIDEWALK, DRIVEWAYS AND CURBS & GUTTERS You may apply for a Revised Certificate of Qualification at any time prior todthe expiration date of this certificate according tomSectione14-22.0041(3),aFroloridaion as Administrative Code (F.A.C.), by accessing your shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. tAl worklunderwaynmonthlysinrorderu to e adjustemaximum 4bidding(capacity Cto available y bi dding capacity. You can find the link to this report at the website shown above. Sincerely, 3A90a07ti4M'd 09 Alm D Autry o nTrust f 112estAatie. Alan D A u t ry w1MO i�ai D SM lOm661660 2 42.19200303.100.1.1 1097C00000110E78739100000 ; Date.701603.76 709032 04'00r Alan Autry, Manager Contracts Administration Office AA:cj cww.dot.state.tl.us -1 ?•Q' 0 7 N �A m rt F. = o rl n : , 9- Z t) * e.„)., .-q- r su � "�n N s ; T r.4, In rri O "41:410i d F, N a r 0 g -' Z Tr o D D r < a N - C N� T M m = 7 ? A A a n N < C m N 5 P. v m� C's, N A W N as °: i .4 % .,...... ; -, - :- . . c 0 m 8 cu 1�. C t1 _ * ,� m ^ n+ N ,. o. r c n C pi z 4j IV FA N ° m ° .p 0 y n Dn a ' �N' = '� =r Q+ >to Z co o 2 O 70 1. Mil n .� rp ► O T . n aQ Z CIO II< A„..41, i \ • n, '` D3 Z'4 n i .11 3 m S D ',` '° 3' 0 CI- I'� t ; Om ` O \\\I 3 4a C Va- i ti ' iv.T a a ci, CU (p ( (/A O -; V( w n n0 0 N) a � 3 rte, o r *� a ` Q 0 rl c ° m C MINI• ft) ow. tri Q. v (I ,_._ T' --1 < �• ca. I'D co 3 0 0) ( 1 ,N < n) z �' cn o = (114 Ct- 0 —i try wii � � p ro to w r) ° ° ° 0 fD rat 0 0 3 o_ro rD rD `< F. _ .73- f 3 D � = 0,t rt ro ---1 c33 �-. iU ewe o � -s 0 3 O 97 a ° " 0 3 . rroo r t 5. ,7. 5. inimi CT 3 ,4 o,-i t rr _h r rD oni n at 3 , <. fo p IN _[ell ______ _ C _ __ C* _0 p 4) 0 f i 3N [ 1 o 0. v arc Prni C.) c 0 m cu n w n N q C. 0 0 4 p .,0 ',wag, c 3 t G 1 d 3 �, 0 0 o m 09 r`f' 8. N 0 a o -p no �\ O 0 /A 3 O t CI o O .. 1 (U ..••••• 11). M. C3- 5 m t°o a � O V J �= m h O S] ID Q C CO N (D MINIM p ....."V o V? 3 0 o N 0 o p O . a 0 „I< ;:::1 w 3 = ...:...i's.t....7.2 i CD 3 c 0 � tV i 0 1[ 1 i I 51 z. (0 ril i ni Ki a. ., 0 0 w ..... ......_ I A•1" IN *t1 0 1 'Z , ir• (11) i it °3 MI. i 15 0 Wilt ' eft mi 0 0 MIR < 3 MEI• • lip ..9 oft %.• awl% ba. . CD NNW 0 Couili MI .. Q. -n = 0 nt J . - . D rt B zA 0) 0 C 0 5: = ..1. to c ...1 •S 2_ Z+, a '4 0 1:). 4 I••• 9, a oN a 0 CD Ca 1 0 0 0 ..... =Eh M .10111 :1 'Z 0 ar C al cL 0 c9- r:••7 — 11) k o c -• cu a FP 1-1 r- 0 0 (114 CO .12) —4 , ,, ...., . pi. SU .., , w r), _. 3 o" . . H.., o 0 w , ...1 F., E pi. 5 =. 0 , 2 til 0 0 0 m - 4 ..41 grilWNW ■Nii = ID allinill ein gin CD iTIZ M U vf -ri 0 3 3■1 filiti n 941 21. 5. SIM• v_D:. "if .... . 2.) el. 0 1 --k° 0 0 . 3: 4.1. NM II ev 0 = = ..-. r. q 0, ,,....3 a 9, CU 3. cr 4t 6 < -- 0 (D 3 ,i (Ti, al 5. Fl; ; -a ti) 3 I co __ o 0 fl a m2• N m � � N n m d 1 2 7 d N, 0 p r < o > N R °• 'A m n w n A C F-. m O C .i m Q5 p ell ,ii t m U C m Q 0.;o o A, r > 014 = 1 r w A .... .� . 0 . r, , w rrt m Z se a p c > cu o "� r D T ti y t✓ Z 7M� / to Z ) F. v+ kn g 1 z rn vi '� 2 M/ t mz N 9 O 9 1D T ' pr D a . m aiK 9 D rn ^ p , f) ~o 4, n _ p m M IQ MIMI 3> T. iv O ^ O /�1y� � ■ d 1 ' < VV � fir, n . D n A Aiolir n ° p 1 m D � ( D 1 � � ' ° Ain, 1 I 4.migil, j y bc o 213 41111111 I 1 x, .r ;, w a I V,' S".. m , �v Utz A-°'+ ,'', ‘3!4' ' ''f � r f t r "f' "if,. ‘,6-- ..r ',4 r, q~. I fi` c/ "i — r- � , _ 4 J51 Z^ ' �. � � n s -, .,nt J r,, I 11 r W V; r r I.,..) n r w C.) \ire• giV. ; a ' v 'a r1 r r ,-., r_ r r.�l "Fad..,, �. L 1 J _, rte ,.` J4 f' w r r .5 i J yN 't< w ,:. ta4vy w 'ray '''`.tt t h 1. 5 w r`f ✓ c �* , • _ _. _ _ . _____. _ ___ _. _________ i .vit fl 0 VI 0- ila Not 2 0 %ft a* 0111 rn x 6 6 n a, 0,)• VI ii; C' CD > °I 13.rj...1 OCI o 3 rli I'D Jo+ . , „„,‘ am% • < am to CD -CI ow% MMUS• e.l. g CO CI) -1-1 CU t2" —. i o = a) 0s) rig a .. CD .... CU • m i.. ( ) %V 6 rt q, —, D 0 0 0 3 '-4','....th (1) , 0 ,. 0 ...I A, kto 0 CD 0_ ..:. -I 0 (..a -," K iti 3 .... o 5 ..... C c r4) 9, I o "4' I r, a --I —I II0 -,1 > E9, wrismo , 71 0. .0 < 0 i o 3 --- o gi) -9% CD. sin = .... et 0 A, NMI• CO SD O a. PI: a) co 3 0 •:_.. 3 ...,. 0 jci C.9• i J 44 It 3 00 4 % a EU 3 0 111.11 ------- -- •.amrr e,.orWo r; <- ... 4„;af ^b1 p.'s `( '.br2.4 ,1,!..14„,%.,..,4 „0.•_:.d,1 ”; ` ,d e. 5 4 E• r 4 ( , ,!) 1 , .a -, bir . k ( y ( <6-t O . 6 i< Q,o ( I t,Sv d tS` c it? t / ��wt i as:"j <t,v dt e(•r d s.),e O t• O ' -, _ ' ',ail::�r 4.4,- , r w,.e�,1 i 4v S2,,,,, r -, "1},,, 4m:v k 4,„+„„,,, ,4t{.?)-"'v t:..p 4 � 7 4 )" <.:1. �� X� 4' '''t' 1 �i°-.t a �'t",. ��V' w '4 V,',,).'1t`°..'A{ )'7'):r: ,1,,.,e.�.ot.�•#k.� ✓ i , , ' ti} v ° ntt So r r ra•! ti..o.`r �) (c v fit F-§ `(.%} .j, l It ,, 03 (' a i^:.�V.'�iji`'•J M∎ :wy \\) `0`;"-TtY Pt k i .• ,,, ,,.,, ,....),,,.. ., , .‘„,......, . .,,,,....,„,.., .... co c),../.',1 C,`,fele; 3 1`ii!I.:-.:i,:4:',3$' L, f'`;6::::,,>=k> .1.04 C) ft..4 4..-,,,,..,:ls„) t�� ` * CRS Ime 14:47?::';'1.1‘.';:14''';('ef:i„sli:,.0, (,.z.)v....:,..1.0 42.3 31:4 N a) 3 rt< ,....tr.r... 1:0 „,.., .1....,,,a,),e, 0 14:4 i: 0 4;)ti<t %°"')� n `1p O y K����t =• CD �'`� gisaq .. p tU � z K1 t Id�y�p1.; `'7 _) ei (.4t...„ m `" �.� v ... '� 1 'C <-;.o: 0 .11:11 f '7. i.: 4 .. ,p CO 1.:".9...),"am rt ;. :t> C C;� V a :v }>>r 41. a (1) 0 - asi~x , V J. 0 m A::yeO. ..ri`•iyu3( ) tD f o.• r• it.." t. , a < .G "2,i,s c-,4.".'W;,..0,- �"–.." tit=b zv n C'. r_ i an,C ff_.116 0 r �i,�(�f+(°al.,,}ff eSi-� •,fi ,t .� q n f �.{ fita*.aa::,A Ff 7a:s v�' t�! '- di ° bi �( Ptst•l:"CP r`iC'aa:iv l ft'-a«:` 4,,,,I:i i fi .r;in.A t,_,..14,,,—,+ i i,; S `(pw:1,,,,,8. <4,,;;;;S3).,;:-• ^4SL).;i.;<< 4 ,, <(�.Qf `ci- ( a k.;<('d vet-. <(.-4;P-,:::1'" ,t...3., :l ( ,*: c:41— f*1 sD 't^';O </17-°;*:'( { �( `(?r'd"<(41'.'1'4'`'C;-'14)- '<i( O /, .d?'4,it°4.i .� •t4"<aT, •( <tS,o).' .R`tt X�,��4�� t.'Y'+b s "et-. }, -...v>,,.t 1,�•-,,,,t.,.,✓, ,,;%�..k. < O > v a Y) -r.ri v� -.e' 'n.t4: ..t4> , �..q ! +....`.o,.o,•:,> -+.a F b•;;} .9 .� v it So ) ,�'ait4a �t t+.;'.. s:ri} `a°�.°sti,.t•}iwP`v.°<,..,: 4,,J ,5•' ✓ e i 1 42. v o+ n ^ n pi a A ° N n o+ -, a- c c -1 5_ N w O e S (. fD ° -0 O0 n = o CPA ' CL p, CP ?; 3 !; n rIlb 3_ , '� n , Ill n L - - a , _ _ 0 -0 a w O O Cl) -Ti= e D 3 m >)•"3 N -�� a _ 4 '''" n m ADD '" v, a n S r n 1�}� -4 n O) _ _ = 0 G. c F,+�1 C� �{'{ .0 Q O � O W v ro - D w °'3 o • 111 A -o r Z r+ E o m -� RI RI XI B I'd -s m — o O -o r 0.. Z °s Z O m N. Di pi fig E. S. }�.l'd{ 0 O_ fig /r p _ v q O w 7• O 3 n AJ• CA 4 N O fl. O+, Dp, 7 T m tD w 0 r, O T 0. 7 C vi alrt o D I cn Nz s S. o N Z r) ITU "C) 0 411111g fl. 1m! C 21. rill -xi CD MIMI Ocn a co 0 c s > N "II n 3 'r. co . 41 A, f,�� filli a v — :1 o 0 w 5* N g a ti 0 "4 .., 3 its 5 111•11r -1 Fi inin g o o. to.... 0 t to o o o n Omni 4 CL a o 3 (0 Z v yc1) (n N 7 0 co 6 ( y O c r D n w n p .. � a '^ n w VI IN T C C ,.y 9. -, a o co -, tD CD g va a o, n .4 0 0 = O act o 3 Cr C .9 C = I 3 fro isf). 5. g Ai = ( 1 ^ - l y C al 3 rn o o_ < O c i n e 0 n E _N n n D cn o) rt = o F 0 PI -4 rn n ?+ m m Di ., a ° m r5 G r O0 I n �' /� C n s `c -4 `�' �+ `- 0 0) _ _ - '^ 0 o `n O Q " -� ; 7 7 ° � � p 3 . n vC r -a P-• Z c ti•{ -4 m -I m 3 a /r m — T z ° 0 C ? = N. a a O vo g. `^ n O D La 7 LS) 7 a � v° o 4 o 8. °, 7 s - n co co CD „ • fi C O s = t ro 0 r . ( 1 z.,x ral (i..... (D ,.„ 0 o, an ........4,111. ...i 0 06+ o 3 imm.• 3 looft cto ...... O.... CD urnokoo; ni 3 a. 03 71 co o = C) H. M m ..,_ ...., = 0 c a. so —I = a. r. 0 ed, a) -0 0 ..- 0 0 C 0 m CD malh \ - -.1 1.„, °CD -4-1 rap, . Di) ...i > rill -•.:.4g 3 —1 0 (li 0) '5 ..# ,......„ e+ cr 0 v, 0 2 > 3 o -' 2, u,.• —4 -4 a a... ....% > 22, CD 0 a. 9..., 5 7, -0 9. km ft. 0 2 = o owe• 71 0 m su 0 0. ,.... i -Rr' 94 CI 0 sji0 * 3 a 5 ET 2 6 < — . . g 14 5: av ii, tia 0: All vt n t w Co a a n w S C o^ f9 WI 0. O '+3 0 t 1 2 0 ,..4 a D R o -I W LA 3 =o c �+ n . N. ^ ITS £ _ = 0 -I _ N 1 0 "G 0. e 0 Cr C ``I /rte V) V` y I O ; r) O_ .1 �, > N 7' -I n7 CC = ^ Win, G xN , m A w a o m O �+ brn IL N " ° C'� 1 n r c n !' _ S c` -{ �( Nan N NV, � �( W 0 a) Z = O N O c .� W .-{ > R < V1 w Z n c �:,� m ill -1 m XI a t e m 0 Fr - g. z 7 tr. A+ y,..�vri 5. 7 ' V O L) (g `C s = O 1 w_ 2. a. F n Oct 0 v, O 0. O pa Pe r, 3 •^ O n S tv CO to M. n. o' s C O S o Y c C:\CFE CORPORATION Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee Subcontractors: Ambient Engineering&Surveying LLC SBD,State of Florida MBE, FDOT DBE,SBE, Florida Water Management District SBE Survey/Layout As-builts EM Paving Corp. MBE Certified Orange County Asphalt Paving Tru-Mark Inc. Line striping and signs Precision Concrete Services Inc. Concrete sidewalk,driveways and curb 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 CFE CORPORATION Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee E u t: Front End Loaders- JD 544J JD 624J Komatsu WA250-6 Excavators— JD 135C Komatsu PC 35 Komatsu PC 27 Skid-Steers— Cat 287B Cat 277B Motorgrader— Champion C86B 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 ea--E AT CITY OF OCOEE Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RF # 17-002 Section #2 - Corn •an Ex erience References Submitted b : Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 CFE coppo"A7'ON Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee Similar Pro ects: Lake Forest Stormwater Pond $417,763.00 Start Date: 1/31/15 City of Winter Park drainage installation and Construction of proposed pond, reconstruction of residential roadway, restoration. rovements Skylark Subdivision AC Water Main Replacement and Storm Drainage Imp Y $896,932.00 Start Date:7/16/15 wall,grading,sodding and roadway City of Longwood Storm drainage improvements,construction of segmental retaining restoration. AC water main replacement including new water main and services via open cut and directiona l drill methods. SR 436 Hardscape and Sterling Park Sidewalk Project $728,000.00 Start Date:7/6/15 concrete driveways anc Seminole County Engineering residential neighborhood including Construction of 4 miles of new sidewalk in existing curb,restoration and storm drainage installation. Lee Vista Promenade Offsite Improvements $1,873,753.00 Start Date:6/2/15 EMJ Corp. adway and turn lanes to accommodate new shopping center construction Reconstruction of existing roadway including sanitary sewer upg rades. Deltona Water Main Phase 4 $440,110.00 Start Date:3/9/16 KCity of Deltona residential neighborhood Installation of new water main and services in existing 910 Belle Ave,Suite 1040 Winter Springs Fl 32750 407-834-6115 407-834-6391 CFE CORPORATION Continuing Contract for Small Construction Services Under$200,000 RFP 17-002 City of Ocoee Refer enCes: City of Winter Park Lena Petersen 407-599-3225 Ietersen• cit ofwinter•ark.or: City of Longwood Richard Kornbluh 407-263-2388 rkornbluh • ton:woodit.or: Seminole County Engineering Stephen Miller, PE 407-665-5654 Smiller02 • seminolecouont t:ov City of Deltona Phyllis Wallace 386-878-8965 pwallace deltonafl.gov Town of Oakland Mike Parker 407-656-1117 m•arker • oaklandfl.:ov 910 Belle Ave,Suite 1040 Winter Springs Ft 32750 407-834-6115 407-834-6391 4. CFE COAPOFIA71O1V CITY OF OCOEE Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RF # 17-002 Section #3 Price Proposal Submitted by_: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 CFE GOFMOFIATION CITY OF OCOEE Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RFQ# 17-002 Section #3 - Price Proposal Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 Exhibit"B" RFP#17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 Name of Firm Central Florida Environmental Corp Applicable Type of Work(check all that apply): General Building Construction(Vertical) • Building construction and repair,interior and exterior. • Concrete forming,pouring,and finishing on level and sloped surfaces. X Site Work&Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming,pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork,ditching,and other grading or restoration services • Underground utilities(potable water,irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation,repair,removal,and maintenance • Sanitary sewer lift station construction,repair,modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 125.00 $ 1125.00 Foreman $ 110.00 $ 1100.00 Heavy Equipment Operator $ 95.00 $ 950.00 Equipment Operator $ 95.00 $ 950.00 Skilled Laborer $ 25.00 $ 250.00 Semi-skilled laborer $ 20.00 $ 200.00 Laborer $ 20.00 $ 200.00 Flag Person $ 18.00 $ 180.00 Other: $ 120.00 $ 1200.00 Other: $ 120.00 $ 1200.00 Other: $ 120.00 $ 1200.00 _ RFP17-002 Continuing Small Construction under$200,000 25 Instructions: 1. Respondent is to indicate the job title for any entries under the"Other"labor category. 2. Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material,mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: David Stalowy Date: 12/13/16 Signature: Print Title: President RFP17-002 Continuing Small Construction under$200,000 26 CFE COQPOAATIOI J CITY OF OCOEE Request for Proposals Continuing Contract for Small Construction Services Under $200,000 RFQ# 17-002 Section #4 - Other Required Content Submitted by: Central Florida Environmental Corp 910 Belle Ave, Ste 1040 E Winter Springs, Fl 32708 Direct inquiries/Claims to: POWER OF ATTORNEY THE HARTFORD Hartford,Connecticut 06155 bond.c la Imaetheha rtford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21.229752 Agency Name: NIELSON&COMPANY INCORPORATED X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of unlimited: Laura D.Mosholder,Natalie C. Demers, Stephanie McCarthy of Sanford, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. \t IS J 1 y '0 1 , : 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5)years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) / V10.4.4- wc, rc LJe /o-z,2!'1 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. 1 Dated December 6,2016 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: EM Paving Corp/1221 28th St,Orlando Fl 32805/Alex Munoz/407-425-2490 Ambient Engineering&Surveying LLC/2035 Camp Indianhead Rd,Land Q Lakes Fl 34639/Mario Parra/ 813-988-8100 Tru-Mark Inc/31719 Long Acres Dr,Sorrento F132776/Norman Gaines/352-735-8394 Precision Concrete Services Inc/2960 Malcolm Dr,Deltona Fl 32738/Nick George/386-414-3277 (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It Is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 r4 [(IRWIN k NORRIS One Firm. One i octi::;. Construction Law. May 30,2014 Via Email Darlene M.Anderson Prequalification Supervisor Contracts Administration Office Florida Department of Transportation Darlene.Anderson@dot.state.fl.us P: (850)414-4018 F: (850)414-4946 Re: Status of North Winter Park Drive Phase II/CFE Prequalification Dear Ms.Anderson, By way of introduction, this law firm represents Central Florida Environmental, Corp. `'. ("CFE"). We are writing on behalf of CFE in order to verify the status of payment for the project known as North Winter Park Drive Phase II ("Project") that CFE completed for the City of Casselberry ("City"). We understand that this information may be important for the consideration of CFE's prequali fication status by the Florida Department of Transportation("FDOT"). For background, once the Project was completed, there were various unresolved change orders related to unforeseen delays and additional costs on the Project. CFE submitted and resubmitted change orders for additional time and compensation,whereas the City,in return,took the position that liquidated damages should apply: However,on October 17,2013,representatives of CFE and the City met and reached a tentative agreement whereby: (1)the City would not assess liquidated damages; (2) the City would pay CFE a total of $332,275.85 .for the final pay application, with the understanding that the City would also make a good faith effort to try to get reimbursement from FDOT and the Federal Highway Administration ("FHWA")related to some of CFE's change order work;and (3)payment could be expected on December 15,2011 Afler several frustrating months,we are still awaiting a decision. On March 6,2014,FDOT informed the City That their meeting with FHWA was "very positive" and that additional information was still being considered that had been provided on February 10, 2014. Unfortunately, in the same correspondence, we learned that the FHWA Area Transportation Engineer, who would be reviewing Project, had a death in the family and that a "slight delay" . could he expected. The latest update we have received,provided by the City's attorney on May 7, 2014, is that FHWA's decision is"inuninent." We have been cooperative and patient during the Orlando 15 W. 301 •Olando:Florida 2801 • Hone e S0i-.1',10-661.10 Fay, t i 140!,dr t Ft.Lauderdale 111)E.Urow<ird Fslvti..Suite 1570•Fr. 1_ntr.iordale. Florida 33301 Fiore 904-759-0020• f of 54 50 00`._70 kirwinnorris.com Page 2 of 2 • review process in hopes of a positive resolution for all parties involved and that the agreement reached between CFE and the City is approved so that CFE can receive final payment on the Project,which is long overdue. In summary, payment on the Project has been delayed to CFE because the City is still awaiting a response from FDOT and FHWA, which would essentially approve an agreement already reached between CFE and the City. Whatever the reimbursement decision is,we expect CFE to be paid in full for all work completed with no liquidated delay charges. Sincerely, % //7/ ..4.:7 Roger C. Brown RCB/leh • u:`public ldocs15000-051correspondencan-prequal-aid nwpdr status.docx 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 2006 Komatsu WA250-6 2005 John Deere 5441 2005 John Deere 624J 2004 John Deere 135C 2007 Komatsu PC 35 2007 Komatsu PC27 2004 Cat 287B 2004 Cat 277B 2007 Champion C86B 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three(3)years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 1/31/2015/$417,763.00/City of Winter Park 401 Park Ave South,Winter Park Fl 32789/407-599-3225/ 1petersen@cityofwinterpark.org/Lena Petersen 7/6/2015/$896,932.00/City of Longwood, 175 W.Warren Ave,Longwood Fl 32750/407-263-2388/ rkornbluh @longwoodfl.org/Richard Kornbluh 6/2/2015/$1,873,753.00/EMJ Corp.,2034 Hamilton Place Blvd.*400,Chattanooga Tn 37421/423-490-3238/ jbarbeauld@emjcorp.com 3/9/2016/$440,110.00/City of Deltona/255 Enterprise Rd,Deltona Fl 32725/386-878-8965/ pwallace @deltonafl.gov/Phyllis Wallace 7/14/2016/$693,637.00/Town of Oakland/220 N.Tubb St,Oakland Fl 34760/407-656-1117/ mparker @oaklandfl.gov/Mike Parker 2/19/2014/$289,378.00/City of Winter Springs/1126 E.Sr 434,Winter Springs Fl 32708/321-388-2757/ bfields @winterspringsfl.org Have you any similar work in progress at this time?Yeses,No_. Length of time in business 24 years months. Bank or other financial references: Florida Bank of Commerce (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. Central Florida Environmental Corp. 407-834-6115 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-834-6391 FAX (INCLUDE AREA CODE) stalzz @aol.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: David Stalowy,president NAME/TITLE(PLEASE PRINT) 910 Belle Ave Suite 1040 STREET ADDRESS Winter Springs,Fl 32708 CITY STATE ZIP FEDERAL ID# 59-3072378 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this 13th day of December , 20 16 . Personally Known X or Produced Identification Notary Public-State of FL (Type of Identification) Couunttyi of Sem inoollep y iy-" �lJ� Signature of Notary Public )+ CHRISTINA TABOR MY COMMISSION#FF110291 no EXPIRES April 7,2018 Christina Tabor 4407)3080163 FIOridallotaryService.com Printed,Typed or Stamped Commissioned Name of Notary Public RFP17-002 Continuing Small Construction under$200,000 27 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION or CORPORATIONS I / ilal hl.,lr/rir,I r lAWArg {,�1;r;fr, � ;; lI 11: 41 ve✓�'r use+rn, uli,'rid Vrr err 4)1.00 1,;4)•ri: Department of Stale / Division of Corporations / Search Record§ / Detail Sy DPeument Number/ Detail by FEI/EIN Number Florida Profit Corporation CENTRAL FLORIDA ENVIRONMENTAL CORPORATION Filing Information Document Number S59402 FEI/EIN Number 59-3072378 Date Filed 06/10/1991 State FL Status ACTIVE Principal Address 910 BELLE AVE. SUITE#1040 WINTER SPRINGS,FL 32708 Changed:01/25/2008 Mailing Address 910 BELLE AVE. SUITE#1040 WINTER SPRINGS, FL 32708 Changed:01/25/2008 Registered Agent Name&Address STALOWY,DAVID E. 910 BELLE AVE. #1040 WINTER SPRINGS,FL 32708 Address Changed:01/25/2008 Officer/Director Detail Name&Address Title PVT STALOWY, DAVID 910 BELLE AVE.,STE.#1040 WINTER SPRINGS, FL 32708 Title S http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/14/2016 Detail by FEI/EIN Number Page 2 of 2 STALOWY,DAVID 910 BELLE AVE.,STE.#1040 WINTER SPRINGS,FL 32708 Annual Reports Report Year Filed Date 2014 02/10/2014 2015 01/10/2015 2016 01/27/2016 Document Images 01/27/2016--ANNUAL REPORT View image In PDF format 01/10/2015--ANNUAL REPORT View image in PDF formal 02/10/2014—ANNUAL REPORT' View Image In PDF fonnal 04/19/2013--ANNUAL REPORT View image in PDF formal 04/29/2012--ANNUAL REPORT View image In PDF formal 03/01/2011--ANNUAL REPORT View image in PDF formal 03/03/2010_ANNUAL REPORT' View image in PDF formal 02/18/2009—ANNUAL REPORT( View image In PDF format 01/25/2008--ANNUAL REPORT View image In PDF formal 02/09/2007—ANNUAL REPORT View image in PDF formal 01/25/2006—ANNUAL REPORT View Image in PDF formal 02/07/2005--ANNUAL REPORT View Image in PDF formal { 01/08/2004--ANNUAL REPORT View image In PDF formal 01/06/2003--ANNUAL REPORT( View image in PDF formal 01/09/2002--ANNUAL REPORT( View image in PDF formal 01/11/2001--ANNUAL REPORT( View image in POE formal 01/20/2000--ANNUAL REPORT( View image in PDF formal 03/24/1999--ANNUAL REPORT View Image In PDF formal 01/16/1998--ANNUAL REPORT[ View Image in PDF formal 02/21/1907--ANNUAL REPORT View image hi PDF formal 04/02/1996--ANNUAL REPORT) View image in PDF formal 01/13/1995--ANNUAL REPORT( View image in PDF formal Florida Department of State,DIvtsion of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/14/2016 Licensing Portal - License Search Page 1 of 2 4:27:11 PM 12/14/2016 Data Contained In Search Results Is Current As Of 12/14/2016 04:26 PM. Search Results Please see our calossary 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 CNTRL FLA CGC055230 Current, Active General ENVIRONMENTAL DBA Cert 08/31/2018 Contractor CORP General License Location Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Main Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Mailing Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Certified STALOWY, DAVID CGC055230 Current, Active General EUGENE Primary Cert 08/31/2018 Contractor General License Location Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Main Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Mailing Address*: 910 BELLE AVE. WINTER SPRINGS, FL 32708 __. * 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 PL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 State of Florida,Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail, If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes,effective October 1, 2012, licensees licensed under Chapter 455, F.S, must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. https://www.myfloridalicense.com/wl l 1.asp?mode=2&search=LicNbr&SI... 12/14/2016 DBPR- STALOWY, DAVID EUGENE; Doing Business As: CNTRL FL... Page 1 of 2 4:27:22 PM 12/14/2016 Licensee Details Licensee Information Name: STALOWY, DAVID EUGENE (Primary Name) CNTRL FLA ENVIRONMENTAL CORP (DBA Name) Main Address: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS Florida 32708 County: SEMINOLE License Mailing: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE LicenseLocation: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC055230 Status: Current,Active Licensure Date: 03/20/1992 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=4825B 1D... 12/14/2016 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 reqi 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 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 Discll Date Date Date 2 Qi Stair Stone Rood,Tallahassee Fl.32399::Email:Customer Contact Center::Customer Contact Center:850.407.1395 The State of rWride is an 2W EEO employer.ceanriuht 2007-2010 State of Florida,.Privacy Statement Under Florida taw,email addresses are public records.11 you do not want your entai address classed in response to a public-records request,do net send ele:trnnic mall to this entity.Instead, contact tho office by phone of by traditional nut.If you have any questions,please contact 850.487.1395.'Pursuant to Section 45S.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Olapler 455,F.S.must prmide the Department with an email address If they have one.The omens provided may be used for official communication with the licensee.however email addresses are public record.If you do not wish to supply a personal address.please provide the Department with an entail address which can be made available to the public.Please see our Chester 455 page to determine If you are affected by this change. https://www.myfloridalicense.coin/viewcomp laint.asp?SID=&licid=73 8086 12/14/2016 } • W s E..Qr.- ::;::::„,:::::::,,.g::::.i„: .--.3,I..:,.. .-ni.t43:7,4ar:...:v4,r4:,:w.,:val,:k:.:7:,,,,,:.:if,•::::::::;.!,,..rv:.0.:::::..,:.::::.::::::4... .,:„.:::::..,:::,..;,..:::::::::::::::..,,,...:::::::::::::::::::::::::..........:::L::::.,:::::::: ::.::::,..,..::::::::::::::,:•:::::..-:,......::::,,,,-..:::::::::: . :!::::::::::.::...::. ...:..::::•:.,.,:::::::::•::: : ., ,,,,.., .:::',4t,.,7 ,. 6 , ---- : ., . .:,. „,.. ,...„.. „. . . .,::,:. ..„ .. . ... ‘...,......„. • ..... ......, .,..........,........._ ____, ,.... ., ... ......., , . .. ..„ ..... . .. r,..:..::..,........:....„... .•„. . i..,-:::„.,i,,.-.1.:..•::._ . •. .. . . . .. .....:.:. :::. _::::..,::_ . • • .. . . . . .i.;.,,,,,,•,,..t.,::-.4,,--.„-.- :.:,.......,......„. . . ,:::::::,,:,:4:::::::::-:;.:•: •::::„:„. ... ,: „. ...:•• • r k •;:::::.•.„.„.,.. •-;:„.,::::;:ii.:7.4..:::: .1,,,:2,--„:„ 1 .. _ „.._ .,,..........: ..„, . ....„ . .,... .. ,,........ V •� •., ... . . ... .. . . • •. .. .. • . . •• . . . . • . . .. .. „ : ,,, g : .. . „.„.., ..... .._ . ,,,,,„.„.,.:..,i, i.....,...i....-..;,...-.-_. 40 4, d 0 1 A '--4;',":..',..•:::::',"'..'-::-,:-'_-..:-:',-.i:-.-1.!Air a JA a 1 X :;.;:,-,i,;.-:,;?,-;,..•.:,, ..,,_-,-,.y,,,..,-,,,,,,, r . a _ ,,,.,...,:,_ • ..... .... crt. .11. ........ ... • ;!,,,,,,,.:.,q4,5:::,;.::f.:,..„, :::;3.7.._,,,,.....-%z;.-,5.14).i..:.;; 4--..,,,,,,-- -;.1-4:,!---. �Y-t . 5 ,• Si j1 ... „ . ... .',.";:it,=',-`-';','-<'-<.-,---_';'?-.ii..4-:-,- , .."; ,4-ki,),-7-e-----,--- ')!,-W-,,,;,,,,_ i e g '' i - d E o w JJJ V)LL 1 td N m Qp f S - W 1 '.> 4' ✓4- '` = t^/ mot �ry s _ �� (n,nm eCS Rusty yr John Grogan,District 1 ty Johnson Rosemary Wilsen,District 2 Richard Firstner,District 3 Cih Ma____n_b—weer Joel F.Keller,District 4 Robert Frank o Florida CITY OF OCOEE REQUEST FOR PROPOSALS RFP# 17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION TION SERVICES UNDER $200,0 00 Submitted by: D & A Construction Group, Inc. d/b/a DACG, Inc. City of Ocoee REQUEST FOR PROPOSALS RFP# 17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 D ACO INC p 983& A Explorer Construction Cove Alta Groupm , Inc. onte Springs, FL 32701 BUILDING BETTER PARTNERSHIPS DQCGLINCI • Table of.Contents ❖ Section 1 I Company Information Section 2 1 Company Experience/References Section 3 1 Price Proposal •• Section 4 1 Other Required Content flC6T1 NC D & A Construction Group, Inc. p N 983 Explorer Cove Altamonte Springs, FL 32701 BUILUINB BETTER PARTNERSHIP% Section 1 Company Information s D c i i INC. Section 1-1 Company Information • Our central Florida based corporate headquarters has been in operation for 7 years achieving over 90% repeat business by serving our clients and exceeding expectations. • We have a very committed and loyal local workforce, as well as a qualified subcontractor network. • We are one of the largest women-owned and operated general contractors in Central Florida. • Unlike traditional construction services firms, we have self-perform capabilities with our own labor force skilled in the critical components of a construction project such as steel erection, concrete and carpentry. We bring our own labor, equipment and a proven track record of building expertise. • Our project team has an unparalleled successful track record of occupied campus experience. ,AVAVAYAYAA 4 Dr,c 0 ZINC. Section 1-2 List of Firm's Supervisory Employees The DACG consists of the following personnel: • Heather McCandless, President/Project Management ❖ Jamie McCandless,VP/ Operations Leader ❖ Dave McCandless, General Superintendent ❖ Steve Smith,Superintendent ❖ Susan Kendall, Project Management ❖ Jacob Miller, Estimator/Project Engineer ❖ Michael Waldron, Estimator/Project Engineer DETAILED LIST:AS FOLLOWS • Heather McCandless President/Project Management—HmcCandless @dacginc.com Heather has been active in the construction industry for over 10 years. Working formerly for large general contractors in the area as a specialty subcontractor, Heather started her own construction company in 2010. Heather is certified general contractor, certified CPR instructor, OSHA 500, and aerial lift instructor. Heather oversees marketing, preconstruction and operations. Her responsibilities also include leadership through short and long-range strategic planning initiatives, in alignment with company strategies, Since the creation of DACG,Inc., Heather has completed more than twenty million dollars of construction projects ranging from hospitality, k-12, industrial, sports facilities, and private specialty construction projects. k Doc° i INC! • Jamie McCandless VP/Operations Leader—JmcCandless @dacginc.com Jamie has been active in the construction industry for over 20 years. During this time, he has successfully completed more that$400 million in facilities with a focus on K-12, sports facilities, and entertainment construction projects. As an Operations Leader Jamie will plan and coordinate all aspects of field level construction activities including coordination with the owner, coordinating trade contractors, overseeing quality control programs, maintaining adherence to the project schedule,and providing a plan for a safe working environment, • Dave McCandless General Superintendent DmcCandless @dacginc.com Dave has more than 46 years of construction experience and has successfully completed more than$400 million of facilities.As a Superintendent for DACG, Dave will supervise and coordinate all field level construction activities, including coordination with the owner, managing and coordinating trade contractors, maintaining quality control, adhering to the project schedule, and providing a safe working environment. • Steve Smith Superintendent — ssmith @dacginc.com Steve has over 20 years of heavy commercial construction experience,most of which was focused on occupied theme parks along with over 150 million dollars in occupied educational facilities experience. He has overseen projects at Walt Disney World parks and resorts, along with major projects experience at Universal Studios and Sea World. Steve is 30-hour OSHA certified, CPR Certified and holds a site safety technician designation with our firm.As a part of our construction management team Steve will handle filed activities with our personnel, subcontractors, designers, and owner's representatives. Steve's experience as a Chief Field Engineer aids in the common layout issues projects may encounter at some point throughout the construction process. He will assure every measurement down to the fraction of an inch will be right. DAco INC. • Susan Kendall Project Management—skendall @dacginc.com Susan has over 26 years of executive administrative support and project management experience in commercial construction. As a part of our construction management team,Susan will assist in handling any in-house requests, activities or coordination with our personnel, subcontractors, designers and owners. Because she is schedule and priority driven,timely submission of project documentation and requests will be taken care of expeditiously. She will always maintain a professional attitude with the utmost sense of urgency. • Jacob Miller Estimator/Project Engineer—jmiller @dacginc.com Jacob has over 5 years of experience in construction industry ranging from waste water treatment plants, schools, and sports training complexes, the largest of which ranged up to thirty million dollars. As a part of our construction team,Jacob will handle cost estimating,submittals,material procurement, RFI's,change orders and scheduling. • Michael Waldron Estimator/ Project Engineer—mwaldron @dacginc.com Michael has more than 15 years of experience in both civil and commercial construction with the past 11 years primarily in the civil arena with a heavy focus in the areas of design-build projects, plan/spec open bids, continuing maintenance construction contracts and construction management at risk programs. Having worked extensively for customers such as the FOOT, Orange County, Lake County, City of Kissimmee and the city of Ocoee, he has a track record of knowing what's needed to properly bid the project according to the customer's preferences and to help facilitate the project all the way through to completion. Michael holds B.S.&A.S.degrees in various disciplines. Michael will handle cost estimating, submittals, material procurement, BFI's,change orders and scheduling. 3 D c 0 Section 1-3 Firm and Employee Certifications 1 ,0115 1 STATE OF FLORIDA ,, s ', DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ` $7 I (850) 487-1395 `, CONSTRUCTION INDUSTRY LICENSING BOARD `<".1,„y."-' 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 MCCANDLESS, HEATHER MICHELLE D&A CONSTRUCTION GROUP, INC 3012 KINGFISHER POINT CHULUOTA FL 32766 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and STATE OF FLORIDA Professional Regulation. Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque itiott,I DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. s... PROFESSIONAL REGULATION v , 7 Every day we work to improve the way we do business in order CGC1519716 iISSUED: 06/30/2016 to serve you better. For information about our services, please I' log onto www.myfloridalicense.com. There ou can find more CERTIFIED GEN RALCONTRACTOR information about our divisions and the regulations that impact MCCANDLESS.I EATkER Ml�HELLE you subscribe to department newsletters and learn more about D&A CONSTRUC'rtO G t —,INC the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can RTIFIED under the provisions or Ch 489 FS serve your customers. Thank you for doing business in Florida, IS CE:p;raEdate AUG 31 2016 11606300000694 and congratulations on your new license! DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION rrr.. CONSTRUCTION INDUSTRY LICENSING BOARD '`'#,..-t.LICENSE NUMBER 4 � ' CGC1519716 " ; �,.... The GENERAL CONTRACTOR °` 77, Named below IS CERTIFIED '" Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 ❑'it• 5❑ MCCANDLESS, HEATHER MICHELLE .. D &A CONSTRUCTION GROUP, INC I��t!;i, 3012 KINGFISHER POINT ' .- :' CHULUOTA FL 32766 9o'L+ ISSUED: 06/30/2016 DISPLAY AS REQUIRED BY LAW SEC)It L1606300000894 %' i.:4 SEMINOLt� (..'OUNTY BUSINESS TAX RECTA E1VE a.l ""1 Y RAY VALDES,SEMINOLE COUNTY TAX COLLECTOR i'OR < .: r �, SEP152016 t" PC) Box 630 • Sanford,FL 32772-0631) • "Telephone: 407-665-1000 ti t � :.x • y i 0 �1\ ,��y �� j}'��`1ti.sCn inotetax.ort � Isv:_._ --- VALID THROUGH 09/30/17 1) & A CONSTRUCTION GROUP, INC. Account#:177592 983 EXPLORER COVE ALTAMONTE SPRINGS,FL 32701 REGULATED HEATHER MCCANDLESS (OFFICER) License#-CGC1519716 Qualifier-HEATHER MCCANDLESS Receipt#: OLHS2016090602746 Amount Paid: $ 45.00 Date Paid:09/06/2016 BUSINESS OWNER, PLEASE NOTE THE FOLLOWING: DISPLAY THE ABOVE RECEIPT PROMINENTLY: `Ibis Business Tax Receipt shall be displayed conspicuously at the place of business in such a manner that it can he open to the view of the public and subject to inspection by all duly authorized officers of the County. Upon failure to do so, the business shall be subject to the payment of another business tax for the same business or profession. c; RENEW Tins TAX BEFORE IT EXPIRES: Pursuant to Florida Statutes, all Business Fax Receipts shall be issued by the Tax Collector beginning July I't of each year,and it shall expire on September 30th of the succeeding year. Those Business Tax Receipts issued as renewal accounts beginning October 1'shall be delinquent and subject to a delinquency penalty of 10% for the month of October, plus an additional 5% penalty for each month of delinquency thereafter until paid; provided that the total penalty shall not exceed 25%of the business tax for the delinquent establishment(Florida Statute (FS}205.053 [11). A 25%penalty shall be imposed on any individual engaged in any new business or profession without first obtaining a Seminole County Business Tax receipt. ((FS] 205.053 [21) This Business Tax Receipt is only a receipt for business taxes paid. It does not permit the taxpayer to violate any existing regulatory or zoning laws oldie state,county,or municipality, nor does it exempt the taxpayer from any other required licenses,registrations, certifications, or permits. Business Tax requirements are subject to legislative change. o REPORT ALL CHANGES: The holder of this Business Fax Receipt is required to report a change in the following: Ownership, Business Location, Mailing Address, or any other information that would alter the status of the current year's taxes. This includes, but is not limited to, the loss of or a change in a State License which was used to quality for the business activity and/or occupation identified on the current County Business Tax Receipt. If you have any changes to report,contact the Business Tax Department at 407-665-7636. I) & A CONSTRUCTION GROUP,INC. 983 EXPLORER COVE ALTAMONTE SPRINGS,FL 32701 i Country Services Building C asselberry Orrice Oak (hove shoppes ShetStar Pia'I BuIldIntg Commons 31 Primera 1101 n First Street 104 Wilshire Blvd. Unit 1000 995 N SR 434 Suite 505 1.190 Swanson Dr 4111(1 $45 Prinnera Blvd Sanford, FL 3277 1 Casselberry,Ft. 32707 Altamonte Springs,Ft 32714 Oviedo, Fl 32765 Lake Maty,Ft..32745 .a, GREATER ORLANDO AVIATION AUTHORITY December 18, 2014 Mrs. Heather McCandless D&A Construction Group, Inc. 983 Explorer Cove Altamonte Springs, FL 32701 Local Developing Business (LDB) Certification Dear Mrs. McCandless: The Office of Small Business Development of the Greater Orlando Aviation Authority ("the Authority") has reviewed the application and supporting documentation submitted on behalf of D&A Construction Group, Inc. to determine whether the entity is eligible for certification as a Local Developing Business (LDB) Enterprise. I am pleased to inform you that your company has been certified as an LDB Enterprise under the Authority's LOB Policy. Please be advised that this certification is not equivalent and should not be construed as certification under the Authority's Disadvantaged Business Enterprise Policy promulgated pursuant to the Department of Transportation's regulations, or the Authority's Minority/Women Business Enterprise (M/WBE) Policy. Your company's LDB certification with the Authority will be effective through August 31, 2017 unless there is a change of ownership and/or control of the company or the owner's personal net worth exceeds $750,000, at which time you are required to submit information with respect to the change. The Authority reserves the right to reaffirm or deny the certification of the company based on this new information. For re-certification at the end of the three (3) year period a new LDB Application must be submitted. The application must be submitted sixty (60) days prior to expiration of your current certification. You may download a copy of the application at http://www.orlandoairports.net/small_business/index.htm. LDB certification is NOT a guarantee of work, but enables the firm to compete for, and perform, contract work on all Authority projects as an LDB contractor, sub-contractor, consultant, sub- consultant or material supplier. ...� t♦ 2... wry. ++ 4i � o e i = iGt � gam®�.��*' ye d"� S' p' 7;j 17@;i tPC k1BI)ul r i-Y.r1 ,. ,y Mrs. Heather McCandless D&A Construction Group, Inc. December 18, 2014 Page 2 Congratulations on your LDB certificaton. Please contact our office at (407) 825-7133 or dbe @goaa.org if you have any questions or if we can be of any assistance. Sincerely, Michelle Tatorn, A.A.E. Director, Office of Small Business Development MT:kj LDB Expiration Date: August 31, 2017 , I 1 (t,l , ( , ii , ' ., ... r , 4,''' *4°28'*''\Tlanignaational ji4411/40 ._____ GREATER ORLANDO -- 004;j1, _ Ill .-.:'`'° Airport ""'' AVIATION AUTTIORITY ',i''.'",i'l Federal Highw AN Administration t::,Wf;itiekb 44fied (Oey,featio/ni eagi Disadvantaged Business Enterprise (DBE) Certificate of Eligibility D & A Construction Group, Inc. dba DACG, Inc. MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 236220 Note: There may be other Approved NAI Codes •. •nline DBE Directory includes a complete list of Approved Codes. (By: e:orge I. - ng,GOAA-Sm II Business Development a , , 0 BR: WARD otran ef F T A 9 , II JAI 1,0IIIII lt. ,,( 01 IN 1 rillillirLAH :4,titfil l.- - r ,,=r,,,,,,,, msr,„mmtir, lek LOU./1.41..1.0(11., 11. ' 0,,,,I9IIV. I 4 ANNIVERSARY DATE-Annually on August 31,2017 _ --4 _ __ ORLANDO INTERNATIONAL AIRPORT I MCO, Orlando International Airport 5850 B Cargo Road Orlando, Florida 32827-4399 Phone. (407)825-7133 Fax: (407)825-3004 October 13,2016 CERTIFIED MAIL-RETURN RECEIPT REQUESTED Mrs. Heather McCandless D&A Construction Group, Inc. DBA DACG, Inc. 983 Explorer Cove Altamonte Springs, FL 32701 Disadvantaged Business Enterprise(DBE)Certification Renewal Date:August 31, 2017 Dear Mrs. McCandless: The Small Business Development Department of the Greater Orlando Aviation Authority(Authority)has reviewed the No Change Affidavit(NCA)along with the supporting documentation, submitted on behalf of D&A Construction Group,Inc.DBA DACG,Inc.to determine whether the entity continues to meet the Disadvantaged Business Enterprise(DBE)eligibility requirements of 49 CFR, PART 26.I am pleased to inform you that your firm remains eligible for DBE certification in accordance with 49 CFR,Part 26. Your firm has been certified under the North American Industry Classification System(NAICS)Codes listed on page 2 of this letter. Your firm will be listed in Florida's Unified Certification Program(UCP)DBE Directory which can be accessed via the Florida Department of Transportation's(FDOT)website at wvvw.dot.state.fl.us/equalopportunityoffice and by"clicking on" DBE Directory.As long as the firm is listed as a DBE in Florida's UCP DBE Directory, it is considered DBE Certified by all Members of the Florida UCP. DBE certification is NOT a guarantee of work, but enables the firm to compete for, and perform, contract work on all USDOT Federal Aid (FAA, FTA, and FHWA)projects in Florida as a DBE contractor,sub-contractor, consultant,and sub-consultant or material supplier. DBE certification is continuing from the date of this letter. However, it is contingent upon the firm renewing its eligibility annually. For continued eligibility at the end of the one(1)year period, a No Change Affidavit(NCA) form must be submitted to our office annually. While we will make every attempt to notify you ninety(90)days prior to the anniversary date of your certification, it is ultimately your responsibility to provide a NCA to our office.The NCA may be downloaded from our website at https://goaa.diversitycompliance.com.Please submt your next NCA by July 31,2017.2017. Failure to timely submit your annual NCA may result by absolutely the r moval of yourr firm as later August 31, an DBE. If, there is a material change in the firm, including, but not limited to: ownership, officers, directors, scope of work being performed, daily operations, affiliations with other businesses or individuals or physical location of the firm,you must promptly notify this office in writing. Notification should include supporting documentation. Page-2 October 13, 2016 Heather McCandless D&A Construction Group, Inc. DBA DACG, Inc. D&A Construction Group, Inc.DBA DACG, Inc. is Disadvantaged Business Enterprise(DBE)Certified by the Greater Orlando Aviation Authority under the following NAICS Commodity Codes/Area(s)of Specialty: NAICS 236220: COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION Congratulations on your certification. Your renewal date is August 31, 2017.Please contact our office at 407- 825-7133 or dbe @goaa.org if you have any questions or if we can be of any assistance. Sincere) G:orge . orning Small Business Develo• ent Department 0 ",. GREATER ORLANDO AVIATION AUTHORITY December 18, 2014 Mrs. Heather McCandless D&A Construction Group, Inc. 983 Explorer Cove Altamonte Springs, FL 32701 Minority/Women Business Enterprise (M/WBE) Certification Dear Mrs. McCandless: The Office of Small Business Development of the Greater Orlando Aviation Authority ("the Authority") has reviewed the application and supporting documentation submitted on behalf of D&A Construction Group, Inc. to determine whether the entity is eligible for certification as a Minority/Women Business Enterprise(M/WBE). I am pleased to inform you that your company has been certified as an M/WBE under the Authority's M/WBE Policy. Please be advised that this certification is not equivalent and should not be construed as certification under the Authority's Disadvantaged Business Enterprise Policy promulgated pursuant to the Department of Transportation's regulations, or the Authority's Local Disadvantaged Business Enterprise policy. Your company's certification as an M/WBE firm with the Authority will be effective through August 31, 2017 unless there is a change in the ownership and/or control of the company at which time you are required to submit information with respect to the change. The Authority reserves the right to reaffirm or deny the certification of the company based on this new information. For re-certification at the end of the three (3) year period a new M/WBE Application must be submitted. The application must be submitted sixty (60) days prior to expiration of your current certification. You may download a copy of the application at http://www.orlandoairports.neUsmall_business/ir,dex.htm. Congratulations on your M/WBE certification. Please contact our office at (407) 825-7133 or dbe @goaa.org if you have any questions or if we can be of any assistance. 4ic 1erely, elle at m, A.A.E. Director, Office of Small Business Development MT:kj M/WBE Expiration Date: August 31, 2017 ,i, � 11° °' 3 „ 6'''tl_" :: 1("0 o-4_"1 '+ 1,.• x !'i::1!1•*)' ∎t p, ,€ jiki =i 10 io1:, lf , 1,, "° , '' ; •s UNIVERSITY OF SOUTH FLORIDA op US OSHA TRAINING INSTITUTE EDUCATION CENTER >rssrtlul , .a .. HEALTH UNITED STATES DEPARTMENT OF LABOR �� 'U± OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION •aU certifies that Heather McCandless Has diligently and with merit completed training in OSHA 502 Update for Construction Industry Outreach Trainers Conducted in Tampa,FL on 7/20/2015 to 7/22/2015 by the USF OSHA Education Center and is awarded 1.70 CEUs by the Office of Continuing Professional Development. ABIH: 3A1 Safety CM Points(Approval 09-3380) Henry R.Payne Robert E.Nesbit Director Di Program Director Office of Training&Education USE OTI Education Center r � DACGINCS Section 1-4 Subcontractors 1. Territo Electric, Inc. 441 West Enterprise Street, Ocoee, FL 34761 Contact: Don Townsend/Project Manager dtownsend @territo.com Ph# (407) 654-2767 2. Davis Moss Air Conditioning 1255 Belle Ave #161,Winter Springs, FL 32708 Contact: David Moss Info @davidmossac.com Ph# (321) 284-3622 3. Martin Roofing 2720 Forsyth Rd,Ste 200A,Winter Park, FL 32792 Contact: Brantley Dice BrantleyDice @martinroofingservices.com Ph#(407) 679-4552 4. Wamco Interiors, Inc. 257 E. Palmetto, Longwood, FL 32750 Contact: Barry Davis Barry @wamco.net Ph# (407) 831-0548 terAVAVAIPAI i 5. Mack Contracting,LLC Orlando,FL Contact;Lawrence Mack-Harrell Lawerence • mackcontract+n:•com Ph#(352)816-0111 PA AI Doco INC. Section 1-5 _ Equipment for this Contract Year Equipment Name 2004 Force Air 2000E Air Cleaner(3) 2005 JCB Lull 520 2006 Titan Air Compressor 2007 Grapple-Bucket Bobcat 2010 Power Train Air Compressor 2010 Generators (3) 2010 Top Gun Total Station 2010 Level Best Laser Grade 2011 Edco Walk Behind Saw 2011 Mitsubishi Forklift 2012 Husqvarna Saw 2012 CAT T50D SA Forklift 1994 Mack RD Roll-Off 2012 Concrete Mixer 2012 Graco Power Sprayer 833 2012 Graco Ultimate MX II Power Sprayer 2012 Spectra Precision Laser Level 2013 Ransburg 2 Electrostatic Machine 2013 Nikon DTM A20 Total Station 2016 Kubota Mini Excavator 2016 Kubota Skid Steer N/A Scaffolding Planks(6' Frame) (50) N/A 20 Yard Containers(3) N/A 30 Yard Containers(3) 1 Section 2 Company Experience/References onco c D co i INC. Section 2-1 Project Experience References •9 Lake Howell High School—Design Build Pool Facility Project o Seminole County Public Schools/401 E. Lake Mary Blvd,Sanford,FL 32773 o Contact:Scott Stegall o Phone: (407)320-000 o Date:08/2016 o $2,968,556.00 Valencia College—Plant Operations(Pre-engineered metal building) ! — FSMT Building(Structural Concrete) o Skanska USA Building/55 Ivan Allen Jr. Blvd,Ste 600,Atlanta,GA 30308 o Contact: Ethan Katz o Phone: (407)509-3503 o $511,138.00 •S OCPS/Orange County Public Schools—Stadium Restoration — -Apopka High School — -West Orange High School — -Dr. Phillips High School — -Winter Park High School — -Cypress Creek High School o Johnson—Laux/800 Chancellor Drive, Orlando, FL 32809 o Contact: Mike Carroll o Phone:(321)890-2778 o $480,744.00 D c ZINC. •3 Wilson Elser—Law Offices(Interior Build-outs) — -West Palm Location — -Orlando Location o Preininger Construction Corp./79 Carroll Ave, Bridgeport,CT 06607 o Contact:John Gunnoud o Phone: (203) 561-5154 o $288,159.00 ❖ True Science—Daytona (Demolition &Structural Concrete) o JLL/111 North Orange Ave,Orlando, FL 32801 o Contact: Crystal Smith o Phone: (407)872-7887 o $119,116.00 •• FDOT-1-4 Ultimate(Office Complex) o SGL/409 West Robinson St, Orlando,FL 32801 o Contact:Tommy Sample o Phone: (407)948-8026 o $308,189.00 r � D A c 0 INC. Section 2-2 Client References 1. Territo Electric, Inc. 441 West Enterprise Street, Ocoee, FL 34761 Contact: Don Townsend/Project Manager dtownsend@territo.com Ph#(407)654-2767 2. Skanska USA Building f 111 North Magnolia Ave#1150,Orlando, FL 32801 Contact: Bert Fonseca/Project Executive Bert.fonseca @hotmail.com Ph#(407)709-0873 3. Seminole County Public Schools 400 East Lake Mary Blvd, Sanford, FL 32773 Contact: Chris Boothe/Project Manager chris boothe @scps.k12.fl.us Ph#(407) 320-0064 Contact:Scott Stegall/Supervisor of Construction scott stegall@scps.k12.fl.us Ph#(407) 320.0062 s � D c 0 [NC. Section 2-3 Litigation Summary None Section 3 Price Proposal oncol Exhibit"B" RFP#17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 Name of Firm D&A Construction Group,Inc.d/b/a DACG, Inc. Applicable Type of Work(check all that apply): X General Building Construction(Vertical) • Building construction and repair,interior and exterior. • Concrete forming, pouring,and finishing on level and sloped surfaces. Site Work&Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming, pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork,ditching,and other grading or restoration services • Underground utilities(potable water,irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation,repair,removal,and maintenance • Sanitary sewer lift station construction,repair,modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 59.68 $ 477.44 Foreman $ 56.66 $ 45328 Heavy Equipment Operator $ 33.14 $ 265.12 Equipment Operator $ 33.14 $ 265.12 Skilled Laborer $ 28.62 $ 228.96 Semi-skilled laborer $ 27.12 $ 216.96 Laborer $ 25.61 $ 204.88 Flag Person $ 25.61 $ 204.88 Other: $ $ Other: $ $ Other: $ $ RFP17-002 Continuing Small Construction under$200,000 25 Section 4 Other Required Content nficrt s U U INC Instructions: 1. Respondent is to indicate the job title for any entries under the"Other" labor category. 2, Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material,mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: Heather McCandless Date: 12/13/2016 w. Signature:_ 41 Print Title: President RFP17-002 Continuing Small Construction under$200,000 26 RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDLEGALNAUTHORI INSTRUCTIONS.O BIND THE COMPANY IN A LEGAL CONTRACT FORM SHOULD HAVE THE D&A Construction Group,Inc. (407)960-4032 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) (407)358-5406 FAX (INCLUDE AREA CODE) hmccandless @dacginc.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM P nRCI AS BELOW:ADDRESS, Heather McCandless NAME/TITLE(PLEASE PRINT) 983 Explorer Cove STREET ADDRESS Altamonte Springs, FL 32701 CITY STATE ZIP FEDERAL ID# 27-3336530 Individual X Corporation Partnership Other (Specify) Sworn to and subscribed before me this 13th day of December ,20 16 . Personally Known X or Produced Identification Notary Public-State of FLORIDA (Type of Identification) Cou y of SEMI OLE igna - • r ' • Notary Public State of Florida Susan M Kendall gq Print-:, 70:7- 's .r. it.,,(!;..9j_�CBSSIOn Nam- - , o vok Notary Public State of Florida . Susan M Kendall Von/ My Commission FF 903894 RFP17-002 Continuing Small Construction under$200,000 �crn� Explres07l27/2019 27 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5)years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) None 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. One Dated 12/6/2016 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Territo Electric I Don Townsend/(407) 654-2767 David Moss AC/David Moss/(321)284-3622 Martin Roofing I Brantley Dice/(407) 679-4552 Wamco Interiors/Barry Davis/(407)831-0548 Mack Contracting/Lawrence Mack-Harrel/(352)816-0111 *See full list under Section 1-4 (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 1994- Mack RD Rolloff 2004 - Force Air 2000E Air Cleaner 2007- Grapple Bucket Bobcat 2010- Generators (3) 2010- Level Best Laser Grade 2011 -Mitsubishi Forklift 2012-Concrete Mixer 2013-Ransburg 2 Electrostatic Machine 2016-Kubota Skid Steer *See full list of equipment under Section 1-5 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Lake Howell High School Pool Complex $2,968,556 Seminole County Public Schools 401 East Lake Mary Blvd, Sanford. FL 32773 Scott Stegall (407)320-0000 Wilson Elser Law Office Buildouts $288,159 Preininger Construction Corp 79 Carroll Ave, Bridgeport, CT 06607 John Gunnoud (203) 561-5154 OCPS High Schools Stadium Renovations $480,744 Johnson-Laux, 8100 Chancellor Dr, Orlando, FL 32809 Mike Carroll (321) 890-2778 *See full list of references under Section 2-1 Have you any similar work in progress at this time?Yes X No_ Length of time in business 7 years 4 months. Bank or other financial references: Iberia Bank Alter Surety Group 502 N US Hwy 17-92 5979 NW 151st St, Ste 202 Longwood, FL 32750 Miami Lakes, FL 33014 Brian Sweeney (407)831-1776 David Satine (305)517-3803 (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 AlA Document A310 — 2010 Bid Bond CONTRACTOR: SURETY: D&A Construction Group,Inc. United States Fire Insurance Company 983 Explorer Cove 305 Madison Avenue Altamonte Springs,FL 32701 Morristown,NJ 07962 OWNER: City of Ocee 150 N.Lakeshore Drive Ocoee,FL 34761 BOND AMOUNT:Bid In the Amount of One Thousand Dollars($1,000) PROJECT:Continuing Contract for Small Construction Services Under$200,000 RFP No.:17-002 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as maybe specificed in the bidding or Contract Documents,with a surety admitted In the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or (2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specifrfied In said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(80)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond Is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement In the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requreiment shall be deemed incorporated herein.When so furnished,the Intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13111 day of December , 2016 . WltnesslA est: D& -, struction Group,Inc. ,rl� ..-r—_ (Principal) L " By i tL` tAd_cA Nbutss United Stat=s 'e Insurance Company (Surety) B : �'—.+ By: ,E Day d T.Satine,Attorney-in-Fact This document conforms to ASA Document A310 — 2010 BID BOND. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NY AVE NW, WASHINGTON, DC 20006. POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 00952429516 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the ate of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Warren Al.Alter,David T.Saline each,its true and lawful Attorney(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding:Eleven Million Dollars,($11,000,000). • This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-in-Fact named above and expires on January 1,2017. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article iV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President, any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees, undertakings, recognizances,powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. iN WITNESS WHEREOF, United States Fire insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March,2016. UNITED STATES •fFiR F.INSURANCE COMPANY tte. Anthony R.Slimowicz,Senior Vice President State of New Jersey) County of Morris ) On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, carne the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA %1• 't��- 441-61-"ea—' NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/2019 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. December IN WITNESS WHEREOF,1 have hereunto set my hand and affixed the corporate seal of United States Fire Insu tnce Company on the 13thday of 2016. UNITED STATES FIRE INSURANCE COMPANY Al Wright,Senior Vice President a kl .4 ! t `5 e Y� k � ,� f I ,{t ti ,. .,-.' ,. , 4 - ik * 4' 'i ,, if:1i* 'CI) . 1.- ; f Le. 4 •♦ l♦:7 a...... pp y ' E ' * t • • fi It�i thi, 7y 35t:!«, g IM T:t.. �. Y pry �� f -- yip Illa y# ,,, # - ,..,,. 4 (1 E31 :YlittA,:,,Z �i .�11 w 4`E $ ^ i I I - :. ' - NV VI MTSYr ' fe..• ....,..A; ' pp ;, . .. • ,,,,,, fiiD . k '- 0 L - i..X,. ' *�,�.._ wry • WV', t +i a 'r'k t g . ° '' ,�I• ``-/ V -1�d�4 � � :a<$, ��PaH Y'. 1'%61k�`k � :-all ,' a ��i � ar +w.�t � a��� ,e`, _ ;1 �P k .' #.�. 3-d }r 1 "IJIJ =a1 „ +ep CO) � 1 . r Itir (LC) L. 1� ,.i{IIIIryg91'' id 1 i -ri • ,$4g _ - ')11�.1r j'uPy t •• ..y.; } -.-3 .- - , ,drfA.. ',..„-',...,. ' `1,1u;• '''ili 0 . ''..4..)egiVii- c--,i., 1,-1-:. 74 11- 'a d qr _I . .s + f4 gam.5 Tk .s'�' .f �C' ..n t c F 1t I` ti { k x i.a ti c. iii s •F -.ft*It4•.. x e. 's - v fV' c-, ,. . � app �: � �. �� *"° � 1x r �� '� , 1, x � � � z� , it►%„ t . 1r ,.. • j «, MYtiH i t 4A Tt s k rtdir O ' .. fN „.„. -.. !kir .-r);, Q:: 1 '• up),_, ` � ms s. > i • g, i J ' iii iitile i ,� A '4,iv. �. 1 I lit I Table of Contents Statement of Interest 1 Management 4 Business Experience and Qualification ••6 Business Organization 7 Project Summary 8 Drug Free Work Policy ..21 Organization Chart .22 City of Ocoee Proposal RMS Constructors Group,LLC. CGC No: 1507424 { December 8, 2016 Finance Department/ Purchasing 150 N. Lakeshore Drive Ocoee, FL 34761 RE: Continuing Contract for small construction under $200,000. RFP#17-002 Dear Ms. Joyce Tolbert: Thank you for considering RMS Constructors Group, LLC. (Herein after "RMS") as a Certified General Contractor for the Term Contract for Sidewalk Repair and Replacement for Orange County, Florida. At RMS we believe that the most successful construction projects begin with good plannjng. RMS Constructors Group, LLC. Will approach each task the same way we have managed past projects, by scheduling early meetings, involving client representatives, utility companies and other associated stakeholders involved with the project.. Upon award of the contract, all work will be thoroughly discussed and approved by our client prior to construction. We will review site conditions, plan and specifications and discuss improvement before each operation begins. The RMS team is fully committed to serve as the client's advocate and representative for each task. The RMS management team has over 30 years' experience. We commit ourselves completely and competently to achieve all goals set forth RMS Constructors Group, LLC. Is a rapid growing construction commodity. Currently there are 8 employees, including management staff, supervisory staff and laborers. If needed, additional employees will be hired to fulfill our obligations with the client. The RMS team pledges to successfully complete this highly visible, general contracting service. We can make this pledge to our clients for the following reasons. • We will provide the same team that has successfully completed several projects In Florida over the past 12 years; • RMS understands our client's goal to maintain customer service and satisfaction; we have a proven contracting-approach that supports these achievements; 6996 Piazza Grande Ave i Suite 212 Orlando,FL 32835 Office:407-872-7000 Fax:407-442-0719 • Our ability to anticipate and work through project challenges is apparent from our in-depth construction experience, which identifies issues and solutions for every concern; • We have a history of establishing clear expectations, maintaining communication and partnering on our projects; and • We have proven our abilities by successfully completing similar projects, including storm water, drainage and piping, sidewalk and curbs. RMS constructors Group, LLC. Has local resources, office, staff and equipment immediately available. Our team possesses expertise and specific knowledge in road construction, and a. strong commitment to serving our clients. The quality staff we offer will easily provide the services as they have illustrated on past governmental projects. Complemented by an excellent team that are familiar with local government policies and procedures, the RMS team will devote our competency to the project Our subcontractors Enriquez Construction and EM Paving bring expertise in their respective services and minority firm participation to the projects. All have worked with RMS for the past three years. Below is a list of areas we are qualified for: • Total Site work: Earthwork Utility & Paving; • Site Preparation; • Demolition; • • Concrete Cutting; • Dewatering; • Excavation Support Systems; • Ponds & Reservoirs; • Paving & Surfacing; • Concrete Walks & Paving; • Unit Pavers I Site Pavers; • Fences & Grates; • Retaining,Wall Systems; • Walk, Road & Parking Appurtenances ; • Site & Street Furnishings; • Play Field Equipment & Structures; • Planting, Landscaping & Irrigation The most common causes of disputes on transportation projects are design deficiencies, utility conflicts and unknown site conditions. Our proactive approach can help to improve a deficient design. Enhanced site investigation can identify and resolve many utility conflicts and unknown site conditions. By keeping open lines of communication, we will partner together to anticipate and resolve issues before claims are made. 2 ti RMS understands that for a project to be successful it must be completed without injury to any member of the construction team and the public. RMS has an established safety program that will be utilized on each project. We take safety very seriously and strive to create a safe environment for all. Currently we have two personnel trained in the OSHA 10- hour program and one personnel train in the OSHA 30-hour program. Prior to the start of construction, if needed, RMS will submit a storm water pollution prevention plan (SWPPP) to assure the plan properly addresses environmental impacts. RMS is committed to implementing the necessary standard operation procedures when it comes to storm water management. This includes permit compliance, monitoring and maintaining erosion control devices and turbidity control measures. RMS Constructors Group, LLC will provide a CPM and/or Microsoft Project schedule depicting activities and milestones with proper float-time to ensure the project is completed in an efficient and effective manner. Maintenance of Traffic (MOT) will be critical for each work task and RMS will ensure advance warning signs are properly displayed to give the public notice of traffic shifts/new traffic patterns and MOT will be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and FDOT's Roadway Design Standards Index. Will maintain public ingress and egress during construction and will provide accommodations to the best of our ability. We also recommend providing a project information brochure, if applicable, providing the public with information regarding project activities and project duration. We value being considered for General Contracting services with Orange County. We trust this proposal has provided all information needed at this time. If you have any questions regarding the RMS Team, please contact Mike Rahmankhah at: 407-872-7000 (office}, or email at: maker©rmscg.net Thank you in advance for your consideration. We look forward to working with you on this project as well as future projects. /7>,_ S e Rahmankhah Project Manager 3 Management The most successful construction projects begin with good planning. RMS Constructors Group, LLC will approach each task the same way we have managed past projects, by scheduling early meetings, involving client representatives, utility ". companies and other associated stakeholders involved with the project. Upon award of the contract, all work will be thoroughly discussed and approved by our client prior to construction. We will review site conditions, plan and specifications and discuss improvement before each operation begins. The RMS Constructors Group,LLC team is fully committed to serve as the client's advocate and representative for each task. The RMS Constructors Group, LLC management team has over 30 years' experience. We commit ourselves completely and competently to achieve all goals set forth. RMS Constructors Group, LLC is a rapid growing construction commodity. Currently there are 20 employees, including management staff, supervisory staff and laborers. If needed, additional employees will be hired to fulfill our obligations with the client. Claim Avoidance The most common causes of disputes on transportation projects are design deficiencies, utility conflicts and unknown site conditions. Our proactive approach can help to improve a deficient design. Enhanced site investigation can identify and resolve many utility conflicts and unknown site conditions. By keeping open lines of communication, we will partner together to anticipate and resolve issues before claims are made. Safety RMS Constructors Group, LLC understands that for a project to be successful it must be completed without injury to any member of the construction team and the public. RMS Constructors Group, LLC. Has an established safety program that will be utilized on each project. We take safety very seriously and strive to create a safe environment for all. Currently we have two personnel trained in the OSHA 10-hour program and one personnel train in the OSHA 30-hour program. 4 Environmental Prior to the start of construction, if needed, RMS Constructors Group, LLC will submit a stormwater pollution prevention plan (SWPPP) to assure the plan properly addresses environmental impacts. RMS Constructors Group, LLC is committed to implementing the necessary standard operation procedures when it J1, °' comes to stormwater management. This includes permit compliance, monitoring and maintaining erosion control devices and turbidity control measures. Schedule RMS Constructors Group, LLC will provide a CPM and/or Microsoft Project schedule depicting activities and milestones with proper float-time to ensure the project is completed in an efficient and effective manner. MIOT/Hours of Operations/Public Awareness Maintenance of Traffic (MOT) will be critical for each work task and RMS Constructors Group, LLC will ensure advance warning signs are properly - ° ., displayed to give the public notice of traffic shifts/new traffic patterns and MOT will be in accordance with the Manual on .•- �• .� Uniform Traffic Control Devices (MUTCD) and FDOT's Roadway Design xn Standards Index. Will maintain public ingress and egress during construction and will provide accommodations to the best of our ability. We also recommend providing a project information brochure, if applicable, providing the public with information regarding project activities and project duration. 5 BUSINESS EXPERIENCE & QUALIFICATIONS Below is a list of areas we are qualified for: O Total Sitework: Earthwork Utility & Paving O Site Preparation 0 Demolition O Concrete Cutting • Dewatering O Excavation Support Systems O Piles & Caissons 0 Ponds & Reservoirs O Paving & Surfacing 0 Concrete Walks & Paving O Unit Pavers / Site Pavers O Fences & Grates 0 Retaining Wall Systems 0 Walk, Road & Parking Appurtenances CO Site & Street Furnishings 0 Play Field Equipment & Structures O Gazebos O Planting, Landscaping & Irrigation 6 Statement of Contractor's Business Organization Corporation Name: RMS Constructors Group,LLC. Address: 6996 Piazza Grande Ave,Suite 212 Orlando,FL 32835 State in which incorporated: Florida Number of years in business and the number of years in Florida: 12 Years in business 12 in Florida RMS Constructors Group,LLC has never been convicted of a Public entity crime, or has criminal charges pending, in any state within the last eleven years, disclosed with package all material facts pertaining to any such conviction or any such pending charges against (1) Respondent, (b) any business entity related to or affiliated with Respondent, or (c) any present or former executive employee, officer, director, shareholder (owning twenty percent (20%) or more of the outstanding shares), partner, or owner of Respondent of any such related or affiliated entity. Attach a list and copy of all valid Florida contractors' licenses covering all classifications and sub classifications or work, as applicable, which your organization intends to self- perform. Attachment A consisting of 2 pages Financial Information REFERENCES: LIST OF BANKING AND FINANCIAL REFERENCES BELOW: SunTrust Bank 407-867-6527 LIST OF BONDING AGENT AND BONDING COMPANY AND BONDING LIMIT: Agent: Florida Surety Bonds,Inc. 1326 S. Ridgewood Ave Daytona Beach,FL 32114 Surety: Developers Surety and Indemnity Company. P.O. Box 19725 Irvine,CA 92623 Houston,TX 77024 7 Project Summary Projects in progress: Orange County Project Name Sidewalk Repair and Replacement Contact Giulio Cattelo Address 997 Dawes Road, Frostproof, FL 33843 Telephone Number (248)249-3157 Contract Amount $450,000.00(Base Year) Project Description Remove and replaced 4 to 6" Sidewalk, Driveway, curb and ADA Ramps Orange County Project Name: Dahlia Dr Curb Replacement Contact Danny Gonzales Address 9415 SW 72 St, Suite 131, Miami FL 33173 Telephone Number 786-663-2811 Contract Amount $101,000.00 Project Description Remove and Replace approximately 2500 LF of Type F curb Florida Department of Transportation Project Name: SR 50/Interstate 4 Concrete Slab Replacement Contact Bert Woerner Address 133 S. Semoran Blvd Orlando,FL 32708 Telephone Number 407-482-7800 Contract Amount $ 1,322,175.00 Project Description Concrete slab demo, concrete slab replacement, installation of traffic loops City of Casselberry Project Name: Sausalito Blvd Traffic Calming Contact Kelly Brock Address 95 Triplet Lake Drive Casselberry,FL 32707 Telephone Number 407-482-7800 Contract Amount $ 395,424.80 Project Description Furnish and installation of two roundabouts at two intersections, with associated existing pavement and drainage structure removal, utility relocation, drainage structure installations, road reconstruction, sidewalk demo and reconstruction, tree removal and replacement, and signing and pavement marking installation 8 t *.Ire ,,�#a ; r . r r S e •1% Vi r ` _ “ " s-, x n, y � ' I.., +� , �"•r� �■t 91' .'w. ;„i, am . ;"*:1 ,.''`�. a +kr. .� ' .1 f tom. r„ a f �j t� tom” 4v e;� '+ 1 tr 'fib y •tS « I s w Orange County—Utilities Department Project Name: Hidden Springs Reclaimed Water& Storage&Re-Pump Facility Improvements Contact Bill Hank, OCUD Jay Morris,CPH Address 9150 Curry Ford Road Orlando, FL 32825 Telephone Number 407-947-9601—Bill Hank 407-425-0452—Jay Morris Contract Amount $1,311,000 Project Description Installation of new reclaimed water pumping system consisting of three new distribution pumps, variable frequency drive units, electrical and control building, and all associated pipes, conduits, wires, clearing, grading, installation of stormwater ponds, swales, structures, and access road. 111 - • t -jam .• ! ,:, 1 r,: xf fib kY t '40P m 9 14 1 c .tom ' k (�„.„,, ,,... wy'. J...... _ „ P r • t ..... . ffltp ��� l �t"`,= f v j Aliht p Orange County—Utilities Department Project Name: Pioneer&Powers Drive Pump Station Elimination and Gravity Main Installation Contact Bill Hank Address 9150 Curry Ford Road Orlando, FL 32825 Telephone Number 407-947-9601 Contract Amount $786,000 Project Description Pump station elimination, installation of approx. 1300 lineal feet of 8” sanitary gravity main, approx 1250 lineal feet of 10" sanitary gravity main, installation of six manholes, pipe burst existing sanitary sewer,milling, resurfacing. SP r a, ` . > r N. ( 10 s �Y~ Uer - � . °f'}' t ♦1 µ .,{ tug, ;� Orange County—Public Works Department Project Name: Minor Roadway Term Contract—Taft Area Intersections Contact Mike Wehrfritz Address 4200 S. John Young Parkway Orlando,FL 32836 Telephone Number 407-836-7884 Contract Amount $ 137,845.00 Project Description Reconstruct five intersections; install curb, pipe, asphalt, concrete sidewalk and sod. Orange County—Utilities Department Project Name: Lake Conway East Water&Wastewater Distribution System Contact Tony Campbell Address 9150 Curry Ford Road Orlando,FL 32825 Telephone Number (407) 254-9793 Contract Amount $988,152.22 Project Description Construction of approximately 8,000 linear feet of 6-inch and 8-inch water main, fire hydrants and installation of 600 linear feet of 8-inch and 10-inch gravity main, relocation of 69 single and double water services from existing water main, valves, fittings, abandonment of existing water main. Removal and replacement of portions of sidewalk, curb & gutter and roadway as well as milling and resurfacing of portions of the road and asphalt overlay on other areas 1 ,;7\ } . ,}"4 :.may►- F,t" .,,.` "V� �I,�4, tr t::;c4.;,.f It 01 .. Ii 'x.11 r 3 " x 1 •- th ew 6 watennaln on e ..E.corner of Ponceau and „� , F - e.Wt(vdva.Tee.Rertraint) --- q§degree bend•Ponceau Dorian Projects completed in 2008: City of Orlando Project Name: Division Avenue Streetscape Contact Nancy Caskey Address 400 S. Orange Avenue Orlando,FL 32801 i Telephone Number 407-246-3645 Contract Amount $2,200,000.00 Project Description Realignment of Division Avenue from Washington Street to Church Street, duct bank construction and utility undergrounding, storm improvements, new road and streetscape construction, specialty paving, signalization, walkway lighting, furnishings, landscaping,irrigation, and electrical work. ' 1 , s. ':_.�:.' - *"4 tot, t . 9 a it. a - I awe . 12 lid p.. -... • •44.„- ' ,, .. 4,1E% ' .,,,,,!.7 A ' ,,,:lOtt 1.• C.&''. " .'.' '') 1.*.,,i. r :.ti 0 .: ' `� �� - " , gz, M „. di „r s �f M;ter,-.i� City of Orlando Project Name: Church Street& Hughey Avenue Sanitary Sewer Improvements Contact Al Campbell Address 400 S. Orange Avenue Orlando, FL 32801 Telephone Number 321-229-0279 Contract Amount $375,000 Change Orders $443,000 Final Contract $818,000 Project Description Install 18”& 24"PVC sanitary sewer approx. 1000 LF 13 k,„ � " ��ay�y.•► R 4 Z �- ,p �r.� im`a ; s b k' .. 'ti,..-----.1 . A, t i x � � a{ A Mim 414 4. 4^mow `°y, a > t r' 4 F . -° t „« ' ' * , .�,, s _. R. yX.M6, 1",q T'lVl. 1 v-��i. ot. o*pr 4 L 'gam,�," . i• #y� � - `3 Yom. ,...w n�a' 3,.. ,t.., 'Y . 7 a r a i jj , z i if voi ;4-- . : '4‘' ', 1, ,,,-7.440... ,77.7 Vtt. ,.... t , i... ry ° s City of Orlando Project Name: Lake Angel/Conroy Basin/Kaley Street Improvement Project Contact Paul Nethercutt Address 400 S. Orange Avenue Orlando,FL 32801 Telephone Number 321-229 0294 Contract Amount $1,500,000 Project Description Storm drainage system improvements along Division Avenue and 18th Street, traffic signal system and intersection improvements at Kaley Street, and intersection improvements at Columbia Street 14 YYt f Hit irrt ORANGE COUNTY 2010 Project Name: Sidewalk Replacement, Term Contract Contact Elizabeth Soreno Address 400 S. Orange Avenue Orlando, FL 32801 Telephone Number 407-407-836-7873 Contract Amount $5.4 M Project Description The project was consist of remove and replacement of 4 to 6" sidewalk,curb, ADA Ramp Projects completed in 2007: City of New Smyrna Project Name: West Canal Street Contact Khalid Resheidat Address 124 Industrial Park Avenue New Smyrna Beach,FL 32168 Telephone Number 386-242-2209 Contract Amount $111,393.50 Project Description Construct sidewalk on Canal Street between Ingham Road and SR 44; including concrete curb & gutter,handrail and restoration. City of Longwood Project Name: Credo Street Roadway and Drainage Improvements Contact Marilyn Douglas Address 174 W Church Avenue Longwood,FL 32750 15 Telephone Number 407-260-3462 Contract Amount $1,193,000 Project Description Roadway and drainage improvements, installation of water main, brick paver installation for streetscape improvements City of Longwood Project Name: Harbour Isle Way/Highland Hills Project Contact Marilyn Douglas Address 174 W Church Avenue Longwood, FL 32750 Telephone Number 407-260-3462 Contract Amount $1,289,000 Project Description Roadway improvements, pond excavation, water, sewer, base, asphalt, curb, sidewalk,driveway frAl .'1 a s" 1. ww ' n 16 r ' • 410 •t w. ++ -w,„ 'moo e.,,,+.ar�►'. -;8110,,A404- • j�r�� 'IL�t w wrgy ry City of Orlando Project Name: Gore Street Outfall Improvements Contact Paul Nethercutt Address 400 S. Orange Avenue Orlando,FL 32801 Telephone Number 321-229-0294 Contract Amount $389,000 Project Description Drainage improvements Florida Department of Transportation Project Name: Orange Avenue Sidewalk Improvement Contact Stephen Bass Address 133 S. Semoran Blvd Orlando, FL 32708 Telephone Number 407-482-7800 Contract Amount $431,000 Project Description Sidewalk construction along Orange Avenue to Sand Lake Road; includes handrail installation, sodding and restoration Orange County—Utilities Department Project Name: Gotha Road Force Main Replacement Contact Pierre Cadley 17 Address 9150 Curry Ford Road { Orlando, FL 32825 Telephone Number 407-254-9733 Contract Amount $527,000 Project Description Removal and abandonment of 10-inch force main, manhole and wet well rehabilitation with liners, pump station removal, concrete driveway removal and replacement, asphalt removal and replacement and restoration g4 '."-: 1,,* ,40-Iiiiii,;,,e..,..: ., :41....„...414 ..,:t.:„..., , . . or , , . , ,...,.„.._:, a .; . . ./„...,, .4.. s."*" I• 1 i >, 1 City of Edgewood Project Name: Jessamine Lane Improvements Contact Art Miller Address 1516 Hillcrest Street Orlando, FL 32803 Telephone Number 407-841-4084 Contract Amount $484,600 Project Description Adjustment of manhole tops and valve boxes; milling of existing asphalt pavement along curbs, gutters, driveways and connection points; leveling and resurfacing of roadways; installation of 12-inch concrete ribbon curb; removal and replacement of sidewalk; sodding and restoration 18 Y A 'v�p2 te § i , ,,,,.„: . , ...,..„,..„ ..... ..- .. .. .,.,. ..,„94 . ..... .. , 11---- -,,,,-.: -, ..-: r a‘,4:„.44 . ... a . . ., .. ;,- , , ?•,,, , ..,.: ,,' .rft'7.'.., , .S....4 .. r--- - 4. !:` ) x I..*.„ _ " - _ I ill 4 w a + as s !`.. ,; ,,,y , ,.:',,,.. .__,,,i..rii:, , ., 4 ' 1 a t M t t * ' „%� g . a ���� � war C ' ew .riC N '114M 19 i EQUIPMENT Experience Name Classification /Year Local Availability Ford Dump Truck 2006 Yes Ford Pick-Up Truck 2006 Yes Ford Pick-Up Truck 2006 Yes Volvo 2.5 Bucket Loader(2) 2004 Yes Volvo 40K#Trackhoe (2) 2006 Yes Volvo Skidsteer 2006 Yes Ford Pick-Up Truck 2004 Yes Wacker 3"Trash Pump 2006 Yes Chevrolet Pick-Up Truck 2000 Yes Honda Yellow Jumping Jack Compactor 2003 Yes Wacker Green Jumping Jack Compactor 2004 Yes Diamond Product Hand Saw 2006 Yes Selfprop Walk Behind Saw 2006 Yes Tagalong 25' trailer(10 ton) 2006 Yes Kent Concrete Breaker 2005 Yes Multiequip Green Plate Tamper 2004 Yes Multiequip Red Plate Tamper 2003 Yes Ford 7.3 Step Van(2) 1994 Yes Ford Water Truck 1992 Yes I, John Deere 4WD Backhoe 2003 Yes Ford Heavy Duty Truck 4x4 2004 Yes John Deere 4501 Dozer 2006 Yes Bomag 7-ton Roller 2006 Yes Ford Pick-Up Truck 2006 Yes Ford Crew Cab Truck 2007 Yes Champion Grader 2006 Yes Volvo Mini-Excavator 2006 Yes Generator 2007 Yes Pipe Lazer 2007 Yes Grade Instrument 2007 Yes Air Compressor 2007 Yes Partner Gas Cut-Off Saw(2) 2006 Yes Multiequip Plate Compactor 2006 Yes Freight Liner 12 Yard Dump Truck 1998 Yes Emerson 20' 5-ton Trailer 2007 Yes Fuel Tank 2007 Yes Mack 20 Yard Dump Truck 1999 Yes Chevy Pick-Up Truck 2005 Yes Magnum Light Tower(2) 2004 Yes Laymor 3 Wheel Sweeper 2004 Yes Schwing Diaphragm Pump 2005 Yes Volvo 1-Yard Loader(2) 2007 Yes Berger Pipe Lazer 2007 Yes Grade Instrument 2007 Yes 20 HMS Constructors Group,LLC. CGC No: 1507424 i LETTER OF CERTIFICATION OF DRUG FREE WORKPLACE "Our company has a written Drug Free Workplace Policy which conforms to the requirements as listed in Florida Statute 440.102 and Chapter 59A-24, administrative code of the Agency for Health Care Administration including proper written notice to employees and applicants. By signing below.RMS Constructors Group, LLC states that our policy contains provisions for pre-employment testing, testing for cause and testing after an accident involving an injury and that our company shall provide supporting documentation of the policy if requ sted." - / ' ,' , - _,/,--' 12-8-2016 Co .o..tAl leer Date e Mike Rah kh manah Print Name ID6996 Piazza Grande Ave Suite 212 Orlando,FL 32835 21 Office:407-872-7000 Fax:407-442-0719 ( N N N Co 0 ` N N u) * —1 3 a-2 c a 'co x ¢O c a3 �+`- Q) N c omwa3 a) • • • • E la3 2 — 0) 0 IL 'V 2(0 a o 0 a) O co .= c I- ii O Y Z 03 '°' a A F2 7U ? t2 a) co t c L O_ i, C _> = N "- CO -> N .C —� N c O tti E m c co aci E c C . o c ca 0 U mQ U a 0) o co 0 Ct .w.c A— C U (/) a) O t� N c�6 Y N V N O c n= a. c» co a. < a. -) o c a c .c a u) t 1\ i I V L I- a) N co c �° 2 c L lit f c� 0oo di N co a) c oo0c3 N -. c 0 .c A = C D oYY > Q STATE OF FLORIDA srf ) DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 <P<-,r; ° '� 1940 NORTH MONROE STREET coa wrt Yf TALLAHASSEE FL 32399-0783 RAHMANKHAH, MANOOCHEHR RMS CONSTRUCTORS GROUP, LLC 6996 PIAZZA GRANDE AVE SUITE 212 ORLANDO FL 32835 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 =i m ., STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque '1 DEPARTMENT.OFBUSINESS AND restaurants,and they keep Florida's economy strong. s=' PROFEk$IS3 AL REGULATION CGC1507424 -' ISSUED,' 06/06/2016 Every day we work to improve the way we do business in order �4s. to serve you better. For information about our services, please rr ; , W I onto www.myfloridalicense.com. There you can find more CERTIFIED GENERL CONTRACTOR mation about our divisions and the regulations that impact RAHMANKHAri IGIA.a OQ(;3HE12iFt i /. ,,..i,subscribe to department newsletters and learn more about ;' RMS CONSTRUCTOR.S.GRO 4,LCJ the Department's initiatives. ,, z z y * 1 ',:,,,A. Our mission at the Department Is:License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can I,S•'CERTIFIEO under the provfslons of Ch:489""F,$. serve your customers. Thank you for doing business in Florida • Expirodo.dale;,nuc si zoie us.4os oosis 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 ` fr7't , LICENSE NUMBER ,T CGC1507424 { ` pT } The GENERAL CONTRACTOR "` , Named below IS CERTIFIED , Under the provisions of Chapter 489 FS. . Expiration date: AUG 31,2018 _ . ri •i RAHMANKHAH, MANOOCHEI(R, ' .'-,-, '-•� ` if , _ ,1,1 RMS CONSTRUCTORS.3ROUP LLC ~ ,n� i.,1...* 6996 PIAZZA G.R AND�,��E .�:} "���'"''� �.,, ,��-. ti � �� r SUITE 212 . .r ° __� ' t r y` ORLANDO -"FL-32835 '�; nr ~ ISSUED: 06/06/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1606060000816 7t.Vt1 1 aIIUUIFJII, Ia/l vvi1Ca.wi ti.Vt.al aU011IC.`!* ICA 11C\.CIIJI Nat lag VVUIII,y, U IJIIUa 'his local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance.Businesses are subject to regulation of zoning,health and othe awful authorities.This receipt is valid from October 1 through September 30 of receipt year.Delinquent penalty is added October 1. 2016 EXPIRES 9/30/2017 5000-1128009 5000 BLDG CONTR BUSINESS $30.00 1 EMPLOYEE 1801 CERTIFIED GENERAL C $30.00 -1"" EMPLOYEE TOTAL TAX $60.00 RAHMANKHAH MANOOCHEHR PREVIOUSLY PAID $60.00 TOTAL DUE $0.00 RMS CONSTRUCTORS GROUP LLC • RAHMANKHAH MANOOCHEHR 8129 CANYON LAKE CIR ORLANDO FL 32835 8129 CANYON LAKE CIR (MOBILE) U-ORLANDO,32835 PAID: $60.00 0098-00718879 7/6/2016 Scott Randolph, Tax Collector Local Business Tax Receipt Orange County, Florida his local business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance,Businesses are subject to regulation of zoning,health and other twful authorities.This receipt is valid from October 1 through September 30 of receipt year.Delinquent penalty added October 1. 2016 EXPIRES 9/30/2017 5000-1128009 5000 BLDG CONTR BUSINESS . $30.00 1 EMP H 18 RTIFIED GENERAL C 530.00 1 EMPLOYEE �p P , 111,1 TOTALTAX $60.00 c � : �' •R HMANKHAH MANOOCHEHR PREVIOUSLY PAID- $60.00 • / �_ . TOTAL DUE $0.00 p Q'` q MS CONSTRUCTORS GROUP LLC 8129 CANYON LAKE CIR (MOBILE) 0,„ 45S) �� 8129 CANYO,NHLAKE CIR HEHR . U-'ORLANDO,32835 �uQt1 ORLANDO FL32835 PAID: $60.00 0098-00718879 '7/6/2016 This receipt Is official when validated by the Tax Collector. T r— -a rrl T, n Pz o m w M m z N r N N "' 0 ..c C7 > Ac�� a E �s r n ZO z O .E cn Z;p( g � Z O DN T ° ° m cn c c m N n .. N pO _o o h [�7 C"C7 '3 m Z�9 , t - ,, , , z c . n 'a a 74 j�>J C � m z � C, p „ -o rtJ rSAJ: A$a; t t a--{ f .k1 ti m• i a, I . ,�, ,,� � ° �� ��a, ���- °erg, o fale Nyi en v O l lyy �� T t t ,r �{r _. 11�Vn011. n„11 `} .csrr = ,.v e 3ssmz az I it Iv % „,,ii�,p •1 3- i .,• y m £ v�P •77, —O r• ] :,. a_,,Iill ---- ...- ' t 'irl lit'”tk`"\- k*'''' Vs, \'-',..A ' ::,-1= --4 A= III hilt 111, 11,,„,,,,,,:. ; \�,�� h_ \ �� _ :'y^Nm � = \1�\ X1111111 : Vk�\6 y1� , , . , rOt ,,, -4 0)4 ,�� l\\llllli u� 1111111 .- _ "/i�6 ' ���"��f���°° w '� i�• i- u, t .D O 1 � t t''� tS ,,,0 acf; cn-iT0� =1R1 N �m�O��7mccZi rN co Qyp„cno ,, 1 ,.,, d / 1 A= p r C9 soot;i 1 1 O m C_ m ...-- - \ ,. '.. ., ,._ :—if_7, ' ,--\ • w THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart (ll"/11 :s- MA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we RMS Constructors Group, LLC (Here insert full name and address or legal title of Contractor) 6996 Piazza Grande Ave., Suite 212, Orlando, FL 32835 as Principal, hereinafter called the Principal, and Developers Surety and Indemnity Company (Here insert full name and address or legal title of Surety) PO Box 19725, Irvine, CA 92623-9725 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety,are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owner) 150 N. Lakeshore Drive, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of One Thousand and No/100 Dollars (S $1,000.00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Were insert full name,address and description of project) RFP#17-002, Continuing Contract for Small Construction Services under $200,000, Ocoee, FL, NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 13th day of I►-cember 2016 L--RMS Constructo : •up, L. C>?, i (P ri i•((Seal) iss) / // / (Title) ? D-,eloee Sur-_s .nd IAd= nity Compan (11,,n_' (.10. illa,110c LA- "' a) (Witness) 4 �,•i � _.. (Title) Don Bramlage, Attorney-in-Fact and Florida Licensed Resident gent AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 es Printed on Recycled Paper 9/93 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY,does hereby make,constitute and appoint: ""Jeffrey W.Reich,Susan L.Reich,Kim E.Niv,Patricia L.Slaughter,Leslie M.Donahue,Teresa L.Durham,Don Bramlage,Gloria A.Richards,Lisa Roseland,Cheryl Foley,jointly or severally*** as its true and lawful Attorney(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporation,as surety,bonds,undertakings and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporation could do,but reserving to each of said corporation full power of substitution and revocation,and all of the acts of said Attorneys)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,any Executive Vice-President,Senior Vice-President or Vice-President of the corporation be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporation,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporation be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its officers and attested by its Secretary or Assistant Secretary this January 29,2015. J �o D 74 By. _1 / T.�/ /1� cJ GoRPO/�yT �Z Daniel Young,Senior Vice-President a t Fp OCT. 10 On / lit_ 0 1938 By: Mark Lansdon,Vice-President A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On January 29,2015 before me, Lucille Raymond,Notary Public Date Here Insert Name and Me of the Officer personally appeared Daniel Young and Mark Lansdon Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized wY�r capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of ,...4 LUCILLE RAYMOND which the person(s)acted,executed the instrument. :>V*41:, '�,. Commission N 2081945 I certi under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Notary Public•Cailfornla ty j Orange County true and correct. M Comm.Ex tree Oct 13 2018 WITNESS my hand and official seal. 64.1//74,04 Place Notary Seal Above Signature Lucill�F} y ond,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. f, This Certificate is executed in the City of Irvine,California,this 1,) day of t)CC e Ott j � By: �Atrfrfu/ Cassie J. risford,Assistant Se tart' _ ID-1438(Rev.01/15) 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five(5) years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) N/A 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. 1 Dated 12/6/2016 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Gator Grading:3190 Hilliard Road,Kissimmee,FL 45-1197508 EM Paving 1221 28th Street,Orlando,FL 32805 65-1171897 Angco Striping,204 O'Brien Rd,Casselberry FL Striping 59-3685527 Apolonio Espionoza Father and Sons concrete Work:316 W.4th Street,Apopka,FL 20-4555083 (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It Is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen,District 2 City Manaa©r Richard I�'irstuer,District 3 Robert Frank Joel F.Feller,District 4 Ocoee ilorida December 6,2016 ADDENDUM NO: ONE(1) CITY OF OCOEE RFP#17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 This addendum consists of one(I)page,and shall modify and become a part of the original RFP documents for continuing contract for small construction services under$200,000. Respondents shall acknowledge receipt of this Addendum in the space provided on p.16 of the RFP documents. Failure to do so may subject the Respondent to disqualification. Answers to questions received and/or amendments to the RFP documents are as follows: Q1. Is the City requiring a Certificate of Insurance to be submitted with proposal? Al. An insurance certificate is required only of the successful Respondent(s)upon Notice of Award. Q2, Do you need a copy of our license as part of the submittal? A2. Yes. Q3, Is the City requiring a Public Entity Crimes Statement(signed and notarized)to be submitted with proposal? A3. Not specifically. By signing and notarizing your proposal(the Company Information/Signature Sheet), you are certifying your proposal per Page 6,Section J and Pages 12-13, Section 17 of the RFP. Q4. In general building construction we may need licensed subcontractors such as electrical,plumbing and HVAC. Do we use the same hourly rates or should there be a. item that indicates the markup on subcontracted expenses?Should there be a line item for markup on materials? A4. Material cost is not part of the price submittal and will be addressed in the price negotiation for each task. Labor rates are included for evaluation purposes and are general in nature. Specialty needs for labor and licensed subcontractors will be part of each negotiated task order. "To -rt, Pl3 Purchasing Agent cc:RFP Evaluation Committee 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 2009 Ford Dup Truck, 2010 Ford Pick up Truck, 2008 Ford Pick up Truck, 2016 GMC Pick up Truck 2008 Ford Service Truck,2004 2.5 Bucket Front End Loader Volvo,2006 Trackhoe Volvo,2008Mini Excavator,2010 Skidsteer Jumping Jack Compactor,3"Trash Pump,Hand Saw,25'Trailer,Concrete Breaker,Walk Behind Saw,Plate Tamper Water Truck,450 Dozer,2009 Ford Crewcap Truck,7 tons Roller,Motor Grader,Generator,Air Compressor Pipe Lazer,Grade Instrument,2001 Mack Dump Truck, Light Tower,3 Wheel Sweeper,1 Yard Loader Also we have an account with united rental and Neff rental for more equipments if is necessary. 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3)years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT Brevard County fl, Burnett Road Improvements michael.mcdonald @brevardcounty.us April 2016 $491,000 City of Melbourne,Sherwood Sidewalk Project,tami.gillen @mlbfl.org May 2016 $301,000 City of Orlando,Dubsdread Golf Course Parking Lot Improvements.robert.ellis @cityoforlando.net June 2016 $236,000 Dahlia Dr Drainage Improvements,dg @mesinc.us Feb 2016 $105,000 Wawa Gas Station,SR 46&Hickman Rd,site development Expressconstruction@yahoo.com $650,000 Orange County Sidewalk Replacement, Nancy.salogub @ocfl.net November 2015 930,000 Parkview Retail Center,Site Development Expressconstruction @yahoo.com October 2016 585,000 Have you any similar work in progress at this time?Yes x No Length of time in business 12 years months. Bank or other financial references: SunTrust 2401 S Hiawassee Rd,Orlando FL 32835 407-522-1013 (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 Exhibit"B" RFP#17-002 WORK TYPE PRICE'PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 Name of Firm RMS Constructors Group, LLC Applicable Type of Work(check all that apply): x General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming,pouring,and finishing on level and sloped surfaces. x Site Work&Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming,pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork,ditching,and other grading or restoration services • Underground utilities(potable water,irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation, repair,removal,and maintenance • Sanitary sewer lift station construction, repair,modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 55 $ 440 Foreman $ 40 $ 320 Heavy Equipment Operator $ 35 $ 280 Equipment Operator $ 30 $ 240 Skilled Laborer $ 25 $ 200 Semi-skilled laborer $ 20 $ 160 Laborer $ 18 $ 144 Flag Person $ 18 $ 144 Other: Project Manager $ 65 $ 520 Other:Admin $ 35 $ 280 Other: Mechanic $ 45 $ 360 RFP17-002 Continuing Small Construction under$200,000 25 Instructions: 1. Respondent is to indicate the job title for any entries under the"Other" labor category. 2. Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material,mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: Mi a Rahank 2 Date: 12/8/2016 t / . it, Signatur 1,-2/ r'"; Print Title: MGR RFP17-002 Continuing Small Construction under$200,000 26 ■ RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. RMS Constructers Group, LI C 407-872-7000 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-442-0719 FAX (INCLUDE AREA CODE) -, %' / miker@rmscg.net ,' E-MAIL ADDRESS /G%� / IF REMITTANCE ADDRESS IS DIFFERENT A � � "' ZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Mike Rahmankhah MGR NAME/TITLE(PLEASE PRINT) 6996 Piazza Grande Ave, Suite 212 STREET ADDRESS Orlanddo, FL 32835 CITY STATE ZIP FEDERAL ID# 46-4491923 Individual Corporation Partnership x Other (Specify) LLC Sworn to and subscribed before me this 8 day of December ,20 16 . Personally Known or Produced Identification Notary Public-State of ff U(' 1U,. (Type of Identification) Count Id t>Y t 'Mai'"., ""Y"O° AURORA NEWSOME :natu e s f `•tare` 'lie * � * MY COMMISSION 184580 + EXPIRES;Septemb er 30,2018 C. t W v - L VN c ' N, _ 4OF,tp Bonded Thni Budget Notary Strikes Printed,Typed or Stamped Commissioned Name of Notary Public RFP17-002 Continuing Small Construction under$200,000 27 { RUBY BUILDERS I H C O N P 0 H A 1 [ 0 City Evaluation Committee City of Ocoee 150 Lakeshore Drive Ocoee, Fl 34761 Re: RFP 17-002 Continuing Contract for Small Construction Services Under$200,000 Dear Evaluation Committee, Ruby Builders, Inc. is honored to have the opportunity to present their qualifications for the General Building Construction (vertical) continuing contract. Ruby Builders has been an active general contractor(license CGC 17011) in Central Florida since 1959. We have current similar contracts with Osceola County, Lake County, Volusia County, The City of Ormond Beach, the City of Clermont and Brevard County Schools. We also had a contract with the City under RFP #11-004. ±' We have completed hundreds of projects under these types of continuing service contracts. Our office is conveniently located (7) miles from City Hall. Our service will be immediate and through. Usually the same day we are called, we will be on site to review the work and the start the proposal. We will strive for a 24 hour response and promise to meet every schedule you have. We have extensive experience with renovations work on occupied facilities and always schedule our work at the least inconvenience to the staff of the building. No project is too small. Our service is based on satisfying our customer, not the size of the fee. Our team has 80 years of combined experience. I will be your Project Manager for every task. Fred Corner who has worked for Ruby Builders for over 20 years will be supervising every project. John Secreti is our Master Carpenter will be completing most tasks that we self-preform. He has worked for us for over 25 years. Your review and favorable consideration are most appreciated. Ruby Builders looks forward to working with your staff on these projects. 7 uberman 3939 SILVER STAR ROAD ORLANDO.FLORIDA 32808 PI10NE: (407) 293-8217 FAX: (407) 203-0481 WWW rubybuddelscorn Bid Security is enclosed in a separate envelope. Table of Contents Letter of Introduction 1. Tab One- Company Information • Firm History • Employees • License • Subcontractors , • Equipment 2. Tab Two- Company Experience/Reference • Similar Services • References • Litigation Summary 3. Tab Three - Price Proposal • Exhibit B 4. Tab Four - Other Required Content • Company Information/Signature Sheet • Forms • Bid Security Ruby Builders Inc Company Information • Ruby Builders is a family owed business, incorporated in 1959. It has been in the General Contracting business continuously since incorporation. We are primarily a commercial contractor specializing in institutional service work. Our primary customers are all County, City or School Boards. The reference list in Section 2 has some of our current contracts. Our letter of introduction has additional information on our capabilities and experience. • Ruby Builders is a corporation owned by Jeff and Lee Suberman at 3939 Silver Star Rd Orlando, Fl 32808. • Key Employees: Jeff Suberman President of Ruby Builders. His experience starts in 1974. He will be project manager on all projects large or small. Resume is attached. Fred Comer is our General Superintendent and has worked with Ruby Builders for over 25 years. He will be on site to inspect for schedule and quality control. He will also meet with you on all initial scope meetings. Resume is attached. John Secreti is our Master Carpenter and has been with Ruby Builders for over 25 years. Ruby Builders self performs most of the renovation work and John does the carpentry, doors, trim, drywall and painting (small tasks). • Licenses: our general contractor's license is attached. Alec Jeffrey Suberman is the license holder since 1980. Also EPA lead abatement license is attached. • Subcontractors: see list for these specialty contractors and their services • Subcontractors Equipment: See subcontractors list. A Suberman Jeff Suberman, Project Director I •'roject Manager Jeff Suberman is a second-generation builder with more than 41 , years of construction experience in Central Florida. . � t As Project Manager he will play a hands-on role in implementing this project. As president of Ruby Builders, he has the authority to make •, business commitments for the team, and thus will be able to expe- dite the delivery of our comprehensive construction management t t services. a i Yrs. With this firm: 41 _ With Others: 0 . Experience: Volusia County: Gemini Springs Historic Barns, Bethune Beach Pavilions, Granada Avenue Restroom Demolition, Shooting Range Overhead Baffle, Sugar Mill Ruins, County Courthouse Deland, New Smyrna Beach Library, Deltona Li- brary, Video Visitation Canopy Addition, Earl Street Children's Tile, DeBary Library, Foxman Justice Center, Thomas C. Kelley Building, Beach Safety Facility, Osteen Community Center, Bethune Beach Bathrooms, City Island Courthouse, Lake Helen Library City of Ormond Beach: Birth of Speed Park, Fortunato Park, The Casements, Nova Road Community Center, Ormond Beach Sports Complex, Ames Park Dock, Ormond Central Park Osceola County: Snip-It Clinic, Kissimmee Valley Lane, Simpson Road Jail, Nar- coossee Fire Department FS 51, Fire Alarm at BVL and Central Libraries, Fire Station 43 Lake County: Sheriff's Administration, Umatilla CC ramp, Admin Office Renova- tions, Probation Office, Public Transportation Office, Radio Communication Maintenance, Sheriff's Astor Sub Station, CR 439 Outfall, Old Highway 50 sidewalk, Mt. Homer Rd. sidewalk, Eudora Rd. sidewalk, Pinecrest Drive, CR 455 Erosion Improvements, Grassy Lake, Mills Street pipe installation Orange County Library System: Melrose Center, Main Library Café restoration, Main Library Parking Garage, SW Branch stucco & gutter repair, SE Branch new entrance, N. Orange Branch exterior reno School Board of Brevard County: Stone & University Park School doors, Sabal ES Air Handler, Sabal ES Chiller, Satellite HS Canopy, Oak Park A/C, Jackson MS Band Room A/C, Madison MS Band Room A/C, Croton ES Fire Corridor, Pinewood ES Fire Corridor, Oak Park ES Roof, Oak Park ES Fire Corridor, Madison MS Roof, Sabal ES Roof, ESF Pod 1 and Pod 2, Golfview ES A/C, II3 RUBY Fred_Coiner Fred Comer General Superintendent Fred Corner has over 39 years of construction experience. He has , been responsible for supervising multi-story commercial buildings _ and five hospitals and multiple school projects in Central Florida. He has an excellent reputation for collaboration with clients, owners, and field personnel and is known for outstanding communication skills. l't Yrs. With this firm: 26 — With Others: 13 . Experience: Volusia County: Gemini Springs Historic Barns, Bethune Beach Pavilions, Granada Avenue Restroom Demolition, Shooting Range Overhead Baffle, Sugar Mill Ruins, County Courthouse Deland, New Smyrna Beach Library, Deltona Li- brary, Video Visitation Canopy Addition, Earl Street Children's Tile, DeBary Library, Foxman Justice Center, Thomas C. Kelley Building, Beach Safety Facility, Osteen Community Center, Bethune Beach Bathrooms, City Island Courthouse, Lake Helen Library City of Ormond Beach: Birth of Speed Park, Fortunato Park, The Casements, Nova Road Community Center, Ormond Beach Sports Complex, Ames Park Dock, Ormond Central Park Osceola County: Snip-It Clinic, Kissimmee Valley Lane, Simpson Road Jail, Nar- coossee Fire Department FS 51, Fire Alarm at BVL and Central Libraries, Fire Station 43 Lake County: Sheriff's Administration, Umatilla CC ramp, Admin Office Renova- tions, Probation Office, Public Transportation Office, Radio Communication Maintenance, Sheriff's Astor Sub Station, CR 439 Outfall, Old Highway 50 sidewalk, Mt. Homer Rd. sidewalk, Eudora Rd. sidewalk, Pinecrest Drive, CR 455 Erosion Improvements, Grassy Lake, Mills Street pipe installation Orange County Library System: Melrose Center, Main Library Café restoration, Main Library Parking Garage, SW Branch stucco & gutter repair, SE Branch new entrance, N. Orange Branch exterior reno School Board of Brevard County: Stone & University Park School doors, Sabal ES Air Handler, Sabal ES Chiller, Satellite HS Canopy, Oak Park NC, Jackson MS Band Room A/C, Madison MS Band Room A/C, Croton ES Fire Corridor, Pinewood ES Fire Corridor, Oak Park ES Roof, Oak Park ES Fire Corridor, Madison MS Roof, Sabal ES Roof, ESF Pod 1 and Pod 2, Golfvi w ES A/Southwest Delaura & Stevenson kitchens, Computer Test Labs (multiples), MS and W. Melbourne kitchens, Jupiter ES and Ocean Breeze ES kitchen RUBY i RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSI NESS AND PROFESSIONAL REGULATION - CONSTRUCTION INDUSTRY LICENSING BOARD • •LICENSE NUMBER CGC017011 -.e GENERAL amed below IS CERTIFIED�R ` Under the provisions Of Chapter 489 FS. Expiration date: AUG 31, 2018 y 1 a ' 1J•SUBERMAN,ALEC J . , ‘'‘.1•7 0 j i Cti . RUBY BUILDERS INC " " � 3939,SILVER STAR O ^. t a+rr" : { • •�'� .4 ORLANDO • »_.�:, b08 S { 1 • ISSUED: 07/05/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1607050001719 • • • • • z1 1 5 ,,. w .c 0 or-T 2 m 8 c rn fi v= a c. vi 4~ co (r) _ a o c cn ui o m U N tai _� N RI 5 8 2, Q n O N a N gig v-Z- }-- co U RS tt rtt cd cn Q � v V/ (1) r4 4 � C •CO v> r, . X � 8 C L 4 41•••• 'C v a = m 92 °§ 5 izi -ci f..� ,o UaQ a4106 12 as o m o . o is look 0 4.44 IX O a) fn TS 42 0 a— ta c c E E m —O Q a H. a' c = W > 141 m il tri it sI- N tkt .. , w Lo c QA t' c°v iris W fV * O) Q g.1.1 47:"E L a� Q ai Q) N Z GPr N Z v L List of Subcontractors Ruby Builders Inc has relationships with all categories of specialist needed to complete the work under this RFP. The following is a partial list to these firms and the work that they perform. All of these specialist own the small tools and equipment necessary to complete any task we use them for. All of the companies are fully insured including Workers Compensation (no individual exceptions) and require OSHA training for their employees. Demolition: L & L Demolition building and interior selective demolition 5500 Old Winter Garden Rd Orlando Fl 32811 407/295-0875 Concrete: VGM Constructors, footings and slabs 43 1St St Winter Garden Fl 34787 407/347-9536 Masonry: Ambach Masonry concrete block and brick PO Box 1315 Sorrento Fl 32776 352/343-5105 Metals: Admiral Stair and Rail steel and aluminum stairs and handrails 25 13th St Ste 1 St Coud Fl 407/593-8836 Pre-Engineered Metal Buildings: Ace Metal Building Services 5130 Glasgow Orlando Fl 407/601-3903 Roofing: Metal Roofing: Architectural Sheetmetal 9101 Parker Landing Dr Orlando 407/855-7183 Shingles: Adcock Roofing 800 French Ave Sanford Fl 407/322-9558 Doors and Hardware: Mills and Nebraska (Supplier) 2721 Regent St Orlando Fl 407/593-6637 Drywall and Stucco: United Walls Systems Inc insulation, drywall, metal studs and stucco 1165 Plant Street Ste 9 Winter Garden Fl 34787 407/877-2427 Ceilings: Acoustic Engineering acoustical ceilings and sound panels 4656 34th St Orlando Fl 32811 407/422-6502 Painting: Floz-On Painting and Special Coatings PO Box 222 Loughman Fl 33858 407/644-3311 Fire Sprinklers: Central Florida Fire fire sprinklers PO Box 677130 Orlando Fl 32867 407/273-7704 HVAC: Starr Mechanical 4446 Old Winter Garden Rd Orlando Fl 32811 407/299-6552 Plumbing: Modern Plumbing 255 Old Sanford Oviedo Rd Winter Springs Fl 32708 407/327-6000 Electrical: Territo Electric 441 W Enterprise St Ocoee Fl 34761 407/656-2767 References/Experience of Ruby Builders Inc with Similar Work The following references are almost identical in nature to the City of Ocoee RFP #17002 Continuing Contract for Small Construction Services under$200,000. The similarities are: • Small vertical projects • City or County customers • Multiple projects • Completed over many years for the same people Reference 1 Agency: City of Ormond Beach Address: 501 N Orchard St Ormond Beach Fl 32714 Contact Person: Bill Rose Phone Number: 386/212-8685 Email: bill.rose @ormondbeach.org Date of Services: December 2014 to the present Type of Service: Miscellaneous Crafts and Trade Services Work completed: partial list of projects in 2016 Nova Rd fencing project #1 $25,241.00 Nova Rd fencing project #2 $15,117.00 Fortunato Park dock repair $4,060 Birthplace of Speed park gazebo repair $5,722.00 Osceola School park door replacements $3,840.00 Ebbetts Park repair fishing dock $2,395.00 Sports Complex barrier fence $2,750.00 Cassen Park repair boat ramp $3,044.00 Osceola School $4,712.00 Sports Complex replace door at pump house $4,495.00 Reference 2 Agency: Volusia County Address:.123 W. Indiana Ave Deland Fl 32720 Contact Person: Pete Musselwhite and Gary Morton Phone Number:386/547-2763, 386/804-9229 Email:pmusslewhite@co.volusia.fl.us/gmorton@co.volusia.fl.co Date of Services:2010 to present Type of Service:facilities renovations and repairs Work completed: done in 2016 Votran station install childrens tile mural,$18,476.00 New Smyrna Library replace exterior doors $20,845.00 Deltona Library renovate spaces $44,337.00 Foxman Justice Center modify Courtrooms, 5 different rooms over 2 years $45,000 Edgewater Library replace doors and windows and drywall $12,495.00 Foxman Justice Center replace exterior tile floor $20,011 Reference 3 Agency: Lake County Address: 32400 CR 473 Leesburg, Fl 34788 Contact Person: Kristen Swenson Phone Number: 352/253-4976 Email: kswenson@lakecountyfl.gov Date of Services 2010 to present Type of Service: Continuing General Contractor Services Work completed: Fire Door inspection and repair $80,000 started November 2016 and is progress Sheriff's Administration 2015 exterior door replacement $10,860.00 Umatilla Community Center replace ADA exterior ramp $19,000 Administration Building Conference room renovations 2013 $21,742.00 Probation Office 2013 renovations $72,302.00 Radio Communication Maintenance Building 2013 renovation $286,205.00 Public Transportation 2013 renovations $207,622.00 Reference 4 Agency: Orange County Public Library System Address: 101 E Central Ave Orlando Fl 32801 Contact Person: Steve Powell Phone Number:407/835-7635 Email: Powell.steve@octs.info Date of Services: 2010 to present Type of Service: Public Libraries in Orange County renovations and repairs Work completed at: Main library 101 E Central Drainage repairs to basement in progress $179,022.00 Melrose Center acoustic improvements $153,357.00 Café renovations 2013 $6,795.00 Replace underground conduits 2013 $8,797.00 Reference 5 Agency: Osceola County Address: 370 N Beaumont Ave Kissimmee Fl Contact Person: Chris Bauman/Curt Diehl/Michael Renaud Phone Number:407/742-3003/407/742-3008/407/742-0517 Email: chris.bauman @osceola.org/mren @osceola.org/cdie @osceola.org Date of Services: 2013 to present Type of Service: Minor Construction Projects Work completed: County Snip It Clinic new flooring 2016 $25,995.00 Osceola County Government Center gutters 2016 $25,450.00 Animal Services renovations 2016 $29,651.00 BVL Library fire alarm 2014 $33,439.00 Central Library fire alarm 2014 $58,152.00 Courthouse Stairs painting 2014 $36,950.00 Reference 6 Agency: City of Clermont Address: 400 12th St Clermont Fl 34711 Contact Person: Joe McMahon Phone Number: 352/394-7177 Email: jmcmahon@clermont.org Date of Services: 2016 Type of Service: job order contract Work completed: All work is in 2016 Ballistic glass in City Hall $21,220.00 Repair drywall City Council Chamber $2,414.00 Renovate City Hall Breakroom $6,720.00 Install aluminum walkway cover at Fire Station 4 $4,947 Litigation Summary Ruby Builders has not had any litigation, claims or disputes in the past 5 years. Exhibit"B" RFP#17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER $200,000 Name of Firm Applicable Type of Work(check all that apply): t/ General Building Construction (Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring,and finishing on level and sloped surfaces. Site Work& Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming, pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork,ditching,and other grading or restoration services • Underground utilities(potable water, irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation, repair,removal,and maintenance • Sanitary sewer lift station construction, repair, modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 80 . 0o $ $640 . 00 Foreman $ 65. 00 $ 520 . 00 Heavy Equipment Operator $ $ Equipment Operator $ $ • Skilled Laborer $ 45 . 00 $ 360 . 00 Semi-skilled laborer $ 3 5 . 0 0 $ 280 . 0 0 Laborer $ 25 . 00 $ 200 . 00 • Flag Person $ $ Other: $ $ Other: $ $ Other: $ $ RFP17-002 Continuing Small Construction under$200,000 25 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five (5) years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) Ruby Builders has not had any litigation, claims or contract disputes in the last five years . 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. One Dated December 6, 2016 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #: Ruby Builders has been in business in Central Florida and has established relationships with many speciality contractors that are close by and will provide excellant service to the City of Ocoee. A partial list is attached. (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Ruby Builders is submitting on the vertical work and does require large pieces of equipment such as backhoes and I oaders WP have all the s.ma' i r^oi re s r fry=the wn�k 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT See attached list. Have you any similar work in progress at this time? Yes x No Length of time in business 56 years months. Bank or other financial references: Fifth Third Bank 200 E Robinson St Orlando Fl 32801 Acct No 10085801 407/999-3037 (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 Instructions: 1. Respondent is to indicate the job title for any entries under the"Other" labor category. 2. Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material, mobilization, and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: Jeff Suberman Date: 12/13/16 Signature: Air i� Print Title: President RFP17-002 Continuing Small Construction under$200,000 26 RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. Ruby Builders Inc 407/293-8217 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407/293-6481 FAX (INCLUDE AREA CODE) jeffsuberman®rubybuilders.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PLEASE INDICATE AS ADDRESS, Jeff Suberman/President NAME/TITLE(PLEASE PRINT) 3939 Silver Star Rd STREET ADDRESS Orlando Fl 32808 CITY STATE ZIP FEDERAL ID# 5 9 0 8 6 315 6 x � Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this /2 'M day of bee,a,76e/ ,20/c, . Personally Known t/ or Produced Identification j / Notary Pubic Notary Public State of Florida Signature of Notary Public My Commess on GG 034220 ', Expires 12/26/2020 Printed,Typed or Stamped Commissioned Name of Notary Public RFP17-002 Continuing Small Construction under$200,000 27 Sch 1ler Contractors Incorporated Continuing Contract for Small Construction Services Under $200,000 t*111- 14*** O ? ? florida RFP# 17-002 Submitted by: Schuller Contractors Incorporated Jonathan Jasiewicz, President 8046A Presidents Drive Orlando, Florida 32809 407-855-5572 schullercontract@aol.com 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax Contractors Incorporated TABLE OF CONTENTS Section 1. Company Information 1. History and Letter of Interest 2. Supervisory Employees Qualifications 3. Firm and Employee Certifications a. General Contractors License b. FDOT Prequalification Letter c. State of Florida Certificate d. SWPPP Inspector—Jonathan Jasiewicz e. Advanced MOT—Jonathan Jasiewicz f.Advanced MOT—Gregory Schuller g. Intermediate MOT—Jose L Delgado h. Intermediate MOT—Hesban Martinez i. Intermediate MOT—Garth Price 4. Sub-Contractors(Attachment B) 5. Equipment(Attachment C) Section 2. Company Experience/References 1, Experience/Similar Services (Attachment D-1) 2. Client References (Attachment D-2) 3. Litigation (Attachment A) Section 3. Price Proposal 1. Exhibit B (pages 25-26 of Proposal) Section 4. Other Required Content 1. Company Information and Signature Sheet(page 27 of Proposal) 2. Forms Listed in Table of Contents(pages 16-17 of Proposal) 3. Bid Security 4. Drug Free Workplace 5. Acknowledged Addenda 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax � h✓ ��,, . Schuller „ Contractors Incorporated FIRM'S HISTORY&LETTER OF INTEREST City of Ocoee Finance Department/Purchasing 150 N. Lakeshore Drive Ocoee, Florida 34761 Attention: Joyce Tolbert, Purchasing Agent Re: Continuing Contract for Small Construction Services Under$200,000 Board Members: Schuller Contractors Incorporated, a Florida Corporation, was incorporated in June 1998. Jonathan Jasiewicz is President, Greg Schuller and Patti Lockhart are Vice Presidents. We are located in a standalone building at 8046A Presidents Drive, Orlando, Florida, 32809 in the southeast portion of Orange County. Our telephone number is 407-855-5572 and e-mail address is schullercontract(a,aol.com. Being located in a close proximity to the City of Ocoee is beneficial when responding to requests for various projects. Jonathan Jasiewicz has over fourteen (14) years of experience in construction. He is authorized to represent Schuller Contractors Incorporated in all capacities. His current address is 13525 Goostry Point, Orlando, FL 32832. His telephone numbers are: Office 407-855-5572 or Cell 407-509-0803. He owns 33.3% shares of the company stock. Gregory Schuller has 26 years of experience in the construction industry. He owns 33.3% shares of the company stock. His current address is 9225 Valencia Palms Drive, Orlando, FL 32825. His cell phone number is 407-448-3289. Patricia Lockhart has 40 years of experience in accounting and office management. She owns 33.3% shares of the company stock. Her current address is 109 Ludlow Dr., Longwood, FL 32779. Her cell phone number is 321-279-7358. We have been working strictly with government entities throughout Central Florida for the past eighteen years and have had several term contracts with City of Orlando, City of Ocoee, and Orange, Seminole, Osceola, and Volusia Counties. We currently hold term contracts with City of Orlando, Orange County, Seminole County, Osceola County, and City of Ocoee. Schuller Contractors Incorporated has extensive experience in underground utility work; including potable water, sanitary sewer and reclaimed water, force mains, storm water systems, lift stations, pump stations and box culverts and maintenance of retention ponds. We are experts in construction of sidewalks, driveways, curbs (both new and removal and replacement), gravity walls, and head walls. We have undertaken land clearing, site development and road building projects and even 4 constructed beautiful recreational parks. 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax Schuller °,,' oContractors Incorporated Since we work exclusively on government contracts,we are familiar with the issues, procedures, paperwork and reporting needed to bring a project to a successful conclusion. This experience can only enhance the working relationship between the City of Ocoee and Schuller Contractors Incorporated. Our philosophy is simple.... We believe that integrity is the cornerstone of all construction projects and that the work should be done in a safe,timely manner. The only way to insure a solid future is to have a healthy, strong financial basis that is accomplished by using sound business and accounting practices. We work closely with municipalities to supply superior workmanship while improving the quality of life of the communities where we are dispatched. We are confident that we will be able to provide the professional, expedient, and quality services that the City of Ocoee is entitled to receive. Our references clearly illustrate the vast experience, ability and flexibility of our company. We look forward to working with the City of Ocoee for the duration of the term contract. Sincerely, SCHULLER CONTRACTORS INCORPORATED Jonathan Jasiewicz President PL/hos 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax i 4 � Schuller "c‘;r O Contractors Incorporated OUALIFICATIONS Jonathan Jasiewicz-President Has 14 years of construction experience and is a State Certified General Contractor. He also is a State Certified Stormwater Management Inspector and has an Advanced MOT Certification. Jonathan spent 14 years in the Construction Industry and has overseen and successfully completed some of our most difficult projects. His current responsibilities include managing daily operations and productivity,overseeing job site/equipment maintenance, orders materials and supplies, approves invoices, daily reports, verifies quantity calculations for billings. Gregory Schuller-Vice President Has 26 years of experience in the Construction Industry. Supervises projects,directly supervises employees and temporary help. Greg's crews install storm/sewer pipe,water pipe,reclaimed water mains, storm water structures,builds storm water structures in place, does grading excavating, sidewalk,driveways, curbs, gutters and all restoration. Greg is responsible for productivity, efficiency, accuracy and safety of the project. Orders materials and supplies,approves invoices, daily reports,verification of calculations,project completion punch lists. Patti Lockhart-Vice President Has 40 years of experience in all aspects of Accounting/Office Management fields. Duties include overseeing daily operations of Accounting,the administrative staff and office. Generates the Account Receivable billings, approves Accounts Payable payments, and is responsible for all financial functions. Jose Louis Delgado-Supervisor Has 14 years of experience in the Construction Industry. Proficient with equipment, installation of pipe for gravity, force and water mains, structures, grading excavation, sidewalk,driveways, curbs/gutters, and restoration. Hesban Martinez-Supervisor Has 12 years of experience in the Construction Industry. Proficient with equipment,installation of pipe for gravity, force and water mains,structures,grading excavation, sidewalk,driveways, curbs/gutters,and restoration. Garth Price-Supervisor Has 20 years of experience in the Construction Industry. Proficient with equipment,installation of pipe for gravity,force and water mains,structures, grading excavation, sidewalk, driveways, curbs/gutters,and restoration. 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax ,I cc W ;. 1 ' ¢7��r r 0 X:"-1- 1-: 0 § O g r§ z W J Y qt F N o am J 0 CZ ce J i .�a,..r?5 III u. c� z a (n CI 1HZ (n W° 1 i- Z2r ry W e.qi t: v) yQ rtS�a CCU ..i=R4 SJ ZO 0) rO Wz U ° E U u et c .Oi .� . a zi-i 'x, 3 . w W w00 QU ' + O p UWsN 1-mE-`. t3 Z QtiU� <1--z.W o Zwc� 000 zW �O �UW w Uo c O W Vtn.Yl� UJa� al tn 0 0, Z O p,p —I . . co z a E2 N c QU � U w U W -,V)coO j ,=coc. t--z=ul FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY April 29, 2016 SCHULLER CONTRACTORS, INC. 8046-A PRESIDENTS DR ORLANDO FL 32809 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2017. However, the new application is due 4/30/2017. In accordance with 9.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalifioation Application System via the following link: https://www3.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FENCING, GRADING, GRASSING, SEEDING AND SODDING, SIDEWALKS, DRIVEWAYS, CURB & GUTTER, RIP RAP, UNDERGROUND UTILITIES (WATER & SEWER), HANDRAIL, RETAINING WALL Please be advised the Department of Transportation has considered your company's qualification in all work classes requested. We have evaluated your company's organization, management, work experience, work performance and adequacy of equipment as directed by section 14-22.003, Florida Administrative Code. Based on this evaluation, the Department is not able, at this time, to prequalify your company for the work classes: FLEXIBLE PAVING, MINOR BRIDGES. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. www.dot.state.fl.us S tate of Florida Department of State I certify from the records of this office that SCHULLER CONTRACTORS INCORPORATED is a corporation organized under the laws of the State of Florida, filed on June 8, 1998. The document number of this corporation is P98000052167. I further certify that said corporation has paid all fees due this office through. December 31, 2016, that its most recent annual report/uniform business report was filed on January 27,2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. t Given tinder my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-seventh day of January,2016 :,./...i7'4-.; .c.- , ,4 K 164A x .Secretary of State Tracking Number:CC4936016889 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfstatus/CertificateA uthentication DEPARTMENT OF ENVIRONMENTAL PROTECTION STORMWATER EROSION AND SEDIMENTATION CONTROL INSPECTOR TRAINING PROGRAM Jonathan Jasiewicz January 23,2007 Inspector#14914 QUALIFIED STORMWATER MANAGEMENT INSPECTOR C.1 n c r C ,N nINIM ,f0 '� E > $ * o c O i 0 ro 1 an d 0 ly � r� t 0 LIM+1. O = o w Q E o; E ID 0 V c".9! i i Vim' ti g Ot\ LtI C o 0 " i CO 41) cu lk V IL C E o -�- H a ti U. ft Ci I al tail01 IL) t as o c Eo CO Q V U S .1 J $ a LL L J O 0 O C 8n csi 0.CU ` ) .L CU C QS O C d �, Q 4•111 j u. .� 4. I- .� o LL kJ CD 2 vimo T_ Q 0 Li 0 a) N Q -- °' N N ii e 11x0 / 8 r h • PI 10 c r:›:— ; 1 o $ o C C ao O .I= 41 4 _ 0 p RS 4■■i O s CD LL, e E u. Dm II E ._ II o O V RS Ci) Li mi) i co • c 1 8 Ili 0. 1._ V � LL = g 0 0 a— = y o 8 co O j O RS w V wo § N _ 0 * C - 1 • W O = r a = CA 16111 "1 LL 0 O- ('t CO � ° U 4-42/ ca Mula O. e •• LID I. O Eli I th a o Z N ° 0 \ t L igl c rl, C N C t it to C C 2 8 E E 8 ii 0 .....:. ru . ..O 0, ow .? , 0 t .D I CO °' E o o. 6 C d LL Cs L c E O . t N .r 0 c a) C 0 C " a • w m E • -44-k j co t vs L Qa o o ' o TA c 92 <C o 0 c m s d & 1 8z ¢ Q V WO I I •L C - _ 'g, 4) 42 N O ii,.., LE :. tari a)-a .� o Nom iie M U Mia SIM L tai 0 0' Ci 0 I iki 1 M CO N C 0 f,....' T3 d .2 \‘q 0 ✓ • NI e D 10 C c Cu).;:- 1 g C f S E 0 Q? co O E O frj .5 8 0 p UU 0 W LL 0 " ` N ,� C 2 Ri C E .... ,_ O t 2 v O 8 ac.... E ° i to j IC: t E . Q. co .. • ' F- . O act 0 8 O O as 0 3 k (15 'a v 4t w V .O to = S? 0) 400 LT. 49 in 8 O. C .�CIS C t0 U. d 0 OM a 2 sir O O smi 0 0., t 0 it. (1) us ns Q o 0 e _;,1 Li) i O It , r n as E . .6. \ E El Attachment B l'k\ fie Wier 0 1110010Wited CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 CITY OF OCOEE,RFP#17-002 SUBCONTRACTORS Work Firm's Name, Contact Federal ID Description Address &Phone No. Ambient Technologies Survey/Mapping 4610 Central Avenue Albert St Petersburg, FL 33711 Rodriguez 20-8897694 727-328-0268 L& S Diversified Survey/Mapping 405 Lake Howell Road Sherry Maitland, FL 32751 Manor 27-2336599 407-681-3836 On Sight Videos Video 201 W Fiesta Key Loop Kevin 90-0650427 DeLand, FL 32720 Leisy 386-479-7589 Sunray Paving Asphalt/Milling/ P.O. Box 621358 Rich Paving Oviedo,FL 32765 Wells 59-2909629 407-359-8338 Angco Striping Pavement Mark 1075 N Ronald Reagan Angie & Striping Blvd Mitchell 59-3685527 Longwood, FL 32750 407-578-8308 Travis Resmondo Sod Sod P 0 Box 966 Travis Dundee, FL 33838 Resmondo 59-3352161 836-676-6109 Paul Walsh Trucking Trucking/Hauling P.O. Box 184 Paul Gotha, FL 34734 Walsh 59-3468407 407-654-7837 8046A Presidents Drive,Orlando,Florida 32809,Phone: 407-855-5572,Fax: 407-855-4922 Attachment C 8SkuUS, (2.• Contriston Inconsmited EQUIPMENT Year Equipment _ Purchased Serial# 2003 Broce Broom(3 wheel) RC350 Broom 2/28/2003 N20219 2006 Komatsu WA200L-5 loader Loader 9/28/2006 68408 2005 Komatsu WA200L-5 loader Loader 7/5/2005 65529 2006 Komatsu PC50MR-2 excavator Mini 10/31/2006 7555 2006 Komatsu PC50MR-2 excavator Mini 4/20/2015 7392 Skid 2006 Komatsu SK-1020-5 skid steer Steer 5/17/2006 A70252 2015 Bobcat E50 T4 compact excavator Mini 1/30/2015 AJ 1811430 2013 Bobcat T770 Multi Terrain Loader Loader 2/20/2015 A3P813743 2015 Takeuchi TW65C -Wheel Loader Loader 4/30/2015 2041110E115994 2003 GMC W-Series Truck Hesban 11/26/2002 J8DB4B14037005218 2003 Ford F350 Lariat(Red) Garth 10/19/2004 1FTSW31FX3EA78966 2004 Ford F250 (White) Louis 10/31/2014 1FTNW21P94EB58566 2014 Dodge Ram 1500 Silver Jon 8/15/2014 1C6RR6FTOES243232 2002 Emerson Trailer(16ft) 9/26/2002 1E9CH16212L252037 2006 Emerson Trailer(20ft) 11/20/2006 1E9CH20246L252036 2015 Kaufman (20ft) 1/5/2015 5VGFD2022FL002613 2005 Water Dog Trailer 11/23/2004 4LYUS10155H000611 1999 Dum. Trailer 10/4/2012 1TKCO2421XG037962 8046A Presidents Drive,Orlando,Florida 32809 407/855-5572 407/855-4922 Fax w Attachment D-1 4 L):i A.:;:4*4 r., ;V Cr eil)'. 1 CO I 1 i t n Sten 1110 OrPOltatit ti { PROJECT REFERENCES/EXPERIENCE Project Name/No: Bali Hai Mobile Home Park Utility Improvements,#Y14-738 Owner: Orange County Utilities Contact: James Montalvo,407-506-2120, James.Montalvo(&,,ocfl.net Cost Amounts: $1,127,000.00-Bid/ 1,138,745.56-Final Change Orders: $11,745.56 Start/Complete Dates: August 2014/December 2015 Project Description: Construct a duplex pump station. Included 941 LF of 4"-6"force main; 6,860 LF of 6"water main; gate valves;plug valves;4"- 6" tapping sleeves; 6 fire hydrant assemblies; bypass pumping; 18 manholes;concrete pavement replacement;asphalt pavement restoration;and 191 service connections. . Project Name/No: Colonial Village MHP Water&Wastewater Improvements, #Y13-7020 Owner: Orange County Utilities Contact: James Montalvo,407-506-2120, James.Montalvo@ocfl.net "--Cost Amounts: $986,000.0b-Bid/$1,000,299.22-Final Change Orders: $14,299.22, Start/Complete Dates: December 2013 /March-2015 Project Description: Rehabilitation of a duplex pump station. Included 6,642 LF of 4"-8"water main; gate valves;blow off valves;tapping sleeves; 5 fire hydrant assemblies,bypass pump station; 16 manholes;jack&bore; concrete pavement replacement; asphalt pavement restoration;and 182 service connections. Project Name/No: South Triplet Lake Drive Improvements,#20140005 __ Owner: City of Casselberry Contact: Michael Herrera,407-948-9538,herreramv@cdmsmith.com Cost Amounts: $1,055,174.00-Bid/$1,086,694.64-Final Change Orders: $ 31,520.64 Start/Complete Dates: December 2014/December 2015 Project Description: Construct of sanitary sewer.Included 1,284 LF of 5"- 19.9"PVC; 1,098 LF of 15"-24"pipe culvert; 8 inlets; 8 manholes; 11,098 SY of roadway replace/restore;curb&gutter; sidewalks&driveways; pavement markings;architectural paving;landscape and sod. • 8046A Presidents Drive,Orlando,Florida 32809(Office)407-855-5572,(Fax)407-855-4922,schullercontract@aol.com 1 Attachment D-1 PROJECT REFERENCES/EXPERIENCE (continued) Project Name/No: Fairgreen Street Drainage & Roadway Improvements,#6385 Owner: City of Orlando Contact: Peter Holzer,407-246-3312, peter.holzer@cityoforlando.net Cost Amounts: $484,000.00-Bid/$524,971.61-Final Change Orders: $ 40,971,61 Start/Complete Dates: April 2014/May 2015 Project Description: Reconstruction of current rural roadway to urban roadway including a new stormwater collection and conveyance system. Included 18"-24", 29"x 45", 34"x 53"of pipe culvert RCP, inlets,manholes, curb& gutter, sidewalks&driveways, signing&marking, and sodding. Change orders consisted of the additions of MOT, structures, handrail, striping and delay due to redesign of sanitary. Project Name/No: University Blvd Forcemain Project,#Y15-767 Owner: Orange County Utilities Contact: James Montalvo, 407-506-2120, James.Montalvo@ocfl.net Cost Amounts: $732,860.00-Bid/$732,860.00-Final Change Orders: $ 0.00 Start/Complete Dates: October 2015 /November 2016 Project Description: Install approx. 2700ft of 12" force main and connected to existing manhole via horizontal drill. Included fittings, reducers, locate wire, butterfly valves, plug valves,ARV,clearing/grubbing, excavation, sheeting, shoring& bracing, dewatering, drill pits, drill mud, disposal, backfill, compaction,grading, erosion control, flushing and testing. Project Name/No: Sidewalk Repair and Replacement-II,#Y15-140 Owner: Orange County Public Works Contact: Nekia Ingram,407-836-8001,Nekia.Ingram @ocfl.net Cost Amounts: $1,236,525.00-Bid(Annually)/Term Contract Change Orders: $ 0.00 Start/Complete Dates: December 2014/3 Year Contract(still in progress) Project Description: Work consists of the removal and replacement of existing damaged sidewalks, driveway approaches, pedestrian ramps and curbs, on an as-needed basis. Project Name/No: Citywide Sidewalks Phase 2,#15-0082 Owner: City of Orlando Contact: Stephen Wiedenbeck,407-246-3271, Stephen.Wiedenbeck@cityoforlando.net Cost Amounts: $3,166,666.00-Bid/ 80% complete Change Orders: $ 328.12 Start/Complete Dates: March 2015 / Scheduled for completion by June 2017 Project Description: Consists of installation of new sidewalks throughout the City. Minor amounts of retaining walls, chain link fencing, and aluminum guiderails are also included as well as pedestrian crosswalks at several intersections. The project scope is broken down into work zones. Additional References/Experience available upon request. 8046A Presidents Drive,Orlando,Florida 32809(Office)407-855-5572,(Fax)407-855-4922,schullercontract @aol.com 2 Attachment D-2 ; 0 66., tat Ore Inefaralatikd MUNICIPAL CLIENT REFERENCES Orange County Utilities,9150 Curry Ford Rd, Orlando,FL 32825: Utilities Construction Division James Montalvo,Chief Utilities Inspector—407-506-2120, James.MontalvoAocfl.net Carlos Tones, Utilities Inspector, RPR—407-947-9905, Carlos.Torres3@ocfl.net Orange County Public Works,4200 S John Young Pkwy,Orlando,FL 32839: Roads and Drainage Division Charlie West, Project Inspector—321-354-7325, Charles.West2 @ocfl.net Highway Construction Division Mike Wehrfritz, Project Manager—407-836-7884, Mike.Wehrfritz@ octl.net Osceola County, 1 Courthouse Square,Kissimmee, FL 34741: Public Works Division Rene Laporte, Sr Project Manager—407-742-0664, Rene.LaPorte@Osceola.org Jacqueline Laracuente, Project Manager-407-742-0537,Jlar@,Osceola.org City of Orlando,400 S Orange Ave,Orlando,FL 32801: Capital Improvements&Infrastructure Division Stephen Wiedenbeck, Project Manager,407-246-3271, stephen.wiedenbeck@cityoforlando.net Adam Walosik, Construction Manager-407-246-3528, adam.walosik(akityoforlando.nct City of Casselberry,2301 Maitland Center Blvd,Maitland,FL 32751: Mike Herrera, Inspector(CDM Smith) -407-948-9538, herreramv@cdmsmith.com City of Ocoee, 150 N Lakeshore Dr,Ocoee, FL 34761: Engineering Division David Wheeler, City Engineer—407-905-3100, dwheeler @ci.ocoee.fl.us Streets and Stormwater Division Richard Campanale, Operations Manager—407-905-3170, richard.campanale @ci.ocoee.fl.us City of Winter Garden, 300 West Plant St, Winter Garden,FL 34787:, Public Services Division Don Cochran, Assistant City Manager—407-656-4111, dcochran(aiiwintergarden-fl.gov Arthur Miller, City Engineer—407-656-4111, amiller @wintergarden-fl.gov_ 8046A Presidents Drive, Orlando,Florida 32809, Phone:407-855-5572,Fax: 407-855-4922 Attachment A . hailer t.. Est insorporatsd LITIGATION/PERFORMANCE Investigation: Schuller Contractors has never been subject of an investigation conducted by a regulatory agency or professional licensing board. Litigation: On October 12, 2012, Charles Ivey turned in a claim for damage on his car that he said was incurred while driving down a street that was flooded after a torrential downpour. Schuller Contractors was constructing the Citywide Sidewalk project for the City of Orlando at that time and had the mandatory inlet protection on the street where he alleged the damage occurred. Mr. Ivey claimed the inlet protection caused the street to flood. He tried to get Schuller to reimburse him for damages he claims his vehicle sustained ($1,100.00 approx.), and we refused to pay. Mr. Ivey then turned the claim into our insurance company and they refused to pay. Mr. Ivey took us to small claims court. On March 5,2014, the judge sent out a Final Judgment stating there was no way to determine the damage to Mr. Ivey's car was related to water damage,he could not determine that the drain socks caused the flooding, and that removal of the inlet protection would violate our contract with the City of Orlando, and FDEP regulations,therefore, the judge ruled in favor of Schuller Contractors. Litigation: While storing pipe for Holden Heights III project, Schuller unintentionally exceeded the limits of the easement. For several months the pipe was on a portion of the property owned by Jayant and Kusum Patel. Once the mistake was brought to Schuller's attention we met with the Patels several times in an attempt to arrive at a settlement that would appease the Patels. The Patels kept changing their demands so Schuller gave the complaint to their attorneys. No settlement was agreed upon and in 2010 the Patels filed a civil complaint. Schuller met with the Patels in mediation and settled the claim. • Schuller Contractors or any of their affiliates have never been barred or suspended from bidding or contracting on any public contracts. • Schuller Contractors has never abandoned a job, been terminated, or had a performance/surety bond called to complete a job. • Schuller Contractors has never filed suit or a formal claim against a project owner (prime or subcontractor). • Schuller Contractors has never been withheld liquidated damages from final payment for failure to complete a contract on time Exhibit"B" RFP #17-002 WORK TYPE PRICE PROPOSAL FORM CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 Name of Firm Schuller Contractors Incorporated Applicable Type of Work(check all that apply): General Building Construction(Vertical) • Building construction and repair, interior and exterior. • Concrete forming, pouring,and finishing on level and sloped surfaces. Site Work& Underground Utilities(Horizontal) • Road construction using flexible and rigid surfaces;e.g., pavers,asphalt,or concrete • Concrete forming, pouring,and finishing on level and sloped surfaces. • Curb&gutter construction and repair • Sidewalk and multimodal trail construction and repair • Site preparation,general earthwork, ditching,and other grading or restoration services • Underground utilities(potable water, irrigation water,sanitary sewer,or stormwater)- • Pipeline and fitting installation or repair(some work may require confined-space protocols to be followed) • Culvert installation, repair, removal, and maintenance • Sanitary sewer lift station construction,repair,modification,or rehabilitation • Wet tapping utility pipes under pressure Labor Category Hourly Rate Daily Rate Superintendent $ 66,00 $ 528.00 Foreman $44.00 $352.00 Heavy Equipment Operator $38.50 $308.00 Equipment Operator $33.00 $264.00 Skilled Laborer $27.50 $220.00 Semi-skilled laborer $22.00 $ 176.00 Laborer $19.80 $158.40 Flag Person $ 19.80 $ 158.40 Other: $ $ Other: $ $ Other: $ $ RFP17-002 Continuing Small Construction under$200,000 25 Instructions: 1. Respondent is to indicate the job title for any entries under the"Other" labor category. 2. Both daily and hourly rates may be stated for any positions;daily rate should be equal to or less than eight times the hourly rate. 3. All labor rates should be fully loaded with direct and indirect costs. The only other normally permitted charges are those for material, mobilization,and MOT. 4. A single firm may submit proposals for one or both categories of work under one submittal. If labor rates differ among the two categories,this form can be duplicated for each category. Form prepared by: Jonathan Jasiewicz Date: 12/13/16 Signature: Print Title: President RFP17-002 Continuing Small Construction under$200,000 26 RFP#17-002 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS. THE PERSON SIGNING THIS FORM SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY IN A LEGAL CONTRACT. Schuller Contractors Incorporated 407-855-5572 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-855-4922 FAX (INCLUDE AREA CODE) schullercontract @aol.com E-MAIL ADDRESS –__ - IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED--NATURE(man .I- FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Jonathan Jasiewicz,President NAME/TITLE(PLEASE PRINT) 8046A Presidents Drive STREET ADDRESS Orlando, Florida 32809 CITY STATE ZIP FEDERAL ID# 59-3513840 Individual / Corporation Partnership Other (Specify) Sworn to and subscribed before me this % j day of .CeVtla i? ,20 IL-7. Personally Known V or Produced Identification h) I Notary Public-State of -Ft— (Type of Identification) Count of 0 12-1 M&a4 /s/• eifAej Si 1.4 . • • '. • • esty au Notary Public State of Florida ? - 1 Patricia H Lockhart Pri - 'd p' .�polA�':' ,•mmissio d Na c e • gfti17Ii RFP17-002 Continuing Small Construction under$200,000 27 20. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), proposal disputes, or contract dispute(s) filed by or against the Respondent in the past five(5)years that is related to the services that the Respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets, if necessary) See Attachment A- Litigation located in Section 2 tab 21. ACKNOWLEDGMENT OF ADDENDA: Respondent acknowledges receipt of the following addenda: No. 1 Dated 12/6/2016 No. Dated No. Dated 22. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: See Attachment B - Subcontractors located in Section 1 tab (Attach additional sheets if necessary) By submitting a proposal, the Respondent certifies that it has investigated any subcontractor/temporary worker agency listed and has received and has in the Respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. RFP17-002 Continuing Small Construction under$200,000 16 23. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. See Attachment C-Equipment located in Section 1 tab 24. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three(3)years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT See Attachment D-1 -Experience located in Section 2 tab Attachment D-2-References located in Section 2 tab Have you any similar work in progress at this time?Yes No Length of time in business years months. Bank or other financial references: Wells Fargo 800 N Magnolia Ave, Ste 800 Orlando,Florida 32803 Attn: Julie Odom or Michael Brugal 407-649-5748 (Attach additional sheets if necessary) RFP17-002 Continuing Small Construction under$200,000 17 THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart _r. AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Schuller Contractors Incorporated (Here insert lull name and address or legal title of Contractor) 8046A Presidents Drive, Orlando, FL 32809 as Principal, hereinafter called the Principal, and The Cincinnati Insurance Company (Here insert full name and address or legal title of Surety) PO Box 145496, Cincinnati,OH 45250-5496 a corporation duly organized under the laws of the State of OHIO as Surety,hereinafter called the Surety,are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title o f Owner) 150 North Lakeshore Drive,Ocoee, FL 34761 as Obligee,hereinafter called the Obligee, in the sum of one thousand and 00/100 Dollars (S $1,000.00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WH E R E AS, the Principal has submitted a bid for (Here insert full name,address and description of project) RFP-17002-0-2017/JT, Continuing Contract for Small Construction Services under $200,000,Various locations throughout City of Ocoee, FL NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Gbligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 13th day of December 2016 Schuller Contractors Incorporated Li P 'a al) (Seal) (Witness) (Tide)—km.4-31wr.. iii i it The incinnati Insurance Company ety) (Seal)• (Witness) Vr �.._it dal -�t "�► Tammy Jones,Witness (Title) Gloria A. Richards, Attorney-in-Fact and Florida Licensed Resident Agent AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE Of ARCHITECTS,1735 N.Y.AVE., N.W., WASHINGTON, D.C. 20006 1 p Printed on Recycled Paper 9193 • • TIE CINCINNATI INSURANCE COMPANY Fairfield,Ohio POWER OF ATTORNEY • KNOW ALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY,a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield,Ohio, does hereby constitute and appoint Jeffrey W. Reich; Don Bramlage; Susan L. Reich; Kim E. Niv; Teresa L. Durham; Leslie M. Donahue; Patricia L. Slaughter; Gloria A. Richards; Lisa Roseland; Cheryl Foley and/or Sonja Harris of Maitland, Florida its true and lawful Attomey(s)-in-Fact to sign,execute,seal and deliver on its behalf us Surety, and as its act and deed, any and all bonds,policies, undertakings,or other like instruments, as follows: Any such obligations in the United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00) . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or authority.Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 71h day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary a Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WETNESS WHEREOF,THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal,duly attested by its Vice President this 10th day of May,2012. .5 IlE CINCINNATI INSURANCE COMPANY a COAPOAATt v a SEAL � Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10'h day of May,2012,before me carne the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein,and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. own ffffffff 4 --7 ..R.71,.../L., .n >.::�;�•t. 4 3 MARK J. N LLER Attorney at Law •. P 4�•.- .` , f �►s! NOTARY PUBLIC•STATE OF OHIO ,,°14 C.1.��,+J'r date.Section 147.03 O.R.C. I,the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY,hereby certify that the above is a true and correct copy of the.Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in fail force and effect. ' GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 13th day of' December 2016 66'‘.COA/ NAATr (—_,(fyL{.SMI(- a SEAL 9 Assistant Secretary onto BN-1005(5/12) DRUG-FREE WORK PLACE FORM The undersigned vendor in accordance with Florida statute 287.087 hereby certifies that Schuller Contractors Incorporated does: (Name of Business) 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,any 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 proposed 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 proposal,the employee will propose by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contender 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 if 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. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. .oser's Sigma • Jonathan Jasiewicz,President Print Name Schuller Contractors Incorporated Firm December 13,2016 Date 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 6, 2016 ADDENDUM NO: ONE(1) CITY OF OCOEE RFP#17-002 CONTINUING CONTRACT FOR SMALL CONSTRUCTION SERVICES UNDER$200,000 This addendum consists of one(1)page,and shall modify and become a part of the original RFP documents for continuing contract for small construction services under$200,000. Respondents shall acknowledge receipt of this Addendum in the space provided on p.16 of the RFP documents. Failure to do so may subject the Respondent to disqualification. Answers to questions received and/or amendments to the RFP documents are as follows; Ql. Is the City requiring a Certificate of Insurance to be submitted with proposal? Al. An insurance certificate is required only of the successful Respondent(s)upon Notice of Award. a ? Q2. Do you need a copy of our license as part of the submittal? A2. Yes, Q3. Is the City requiring a Public Entity Crimes Statement(signed and notarized)to be submitted with proposal? A3. Not specifically. By signing and notarizing your proposal(the Company Information/Signature Sheet), you are certifying your proposal per Page 6, Section J and Pages 12-13, Section 17 of the RFP. Q4. In general building construction we may need licensed subcontractors such as electrical,plumbing and HVAC. Do we use the same hourly rates or should there be a line item that indicates the markup on subcontracted expenses?Should there he a line item for markup on materials? A4. Material cost is not part of the price submittal and will be addressed in the price negotiation for each task. Labor rates are included for evaluation purposes and are general in nature. Specialty needs for labor and licensed subcontractors will be part of each negotiated task order. To rt,#B ACKNOWLEDGED: Purchasing Agent Jonathan Jasiewicz,Preside cc:REP Evaluation Committee •