Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item III (F) Approval and Authorization to Award Bid #98-07 to Zabatt and Authorize Staff to Proceed with the Acquisition of an Additional Standby Generator for Liftstation #17 (Silver Glen)
Agenda 9-15-98� "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" Iflai'ORK;OMMISSI0NER S.SCOTT VANDERGRIFT Ocoee COMMISSIONER$ 1:31N.s CITY OF OCOEE DANNY HOWELL I 11'4150 N.LAKESHORE DRIVE SCOTT ANDERSON O. SCOTT A.GLASS vOCOEE,FLORIDA 34761-2258 NANCY J.PARKER (407)656-2322 .:' CITY MANAGER 44:. of G00�`> ELLIS SHAPIRO MEMORANDUM TO: The Honorable Mayor and City Commissioners FROM: Donald Carter, Finance Supervisor DATE: September 10, 1998 RE: Award of Bid#98-07 Two Standby Generators The budget for FY 97/98 included $40,000 for the purchase of a standby generator for liftstation # 12. At the August 18, 1998 regular commission meeting, the purchase of an additional standby generator for liftstation #17 ( Silver Glen) was approved in the amount of $30,000. The bids were advertised on August 28, 1998, and were publicly opened on September 9, 1998. Responses were received from: 1. Ringhaver Equipment- $35,266 2. Cummins Southeastern- $36,000 3. Zabatt- $30,999.32 4. Taw Power Systems - $39,207 The bids were reviewed by the Engineering and Finance Departments. All bidders meet the required criteria contained in the bid document. Staff recommends awarding this bid to Zabatt. RECOMMENDATION It respectfully is recommended that the City Commission award Bid #98-07 to Zabatt and authorize staff to proceed with the acquisition of this equipment. a(1' Cd1794 NJ O N O N CO2 N 2 v10 a 11 0 -0 o O N Oo _ O 53 co4.co a CA) CJi —1 co N b N ' 00) N A b IN O O O `i a z vo0 ' v ov CO ^ O O O YI CD O 0 o I11 0CO 1 O 0 oZ O o O O m y <f 73 10 CO (0 Cn CO CO CO CO CO CO m N 07 W N co co 0 vCO CO O O O 11 O O O "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER S.SCOTT VANDERGRIFT Ocoee COMMISSIONERS o CITY OF OCOEE DANNY HOWELL taidin. �� SCOTT ANDERSON t� a 150 N. LAKESHORE DRIVE SCOTT A.GLASS Cd Q OCOEE,FLORIDA 34761-2258 NANCY J.PARKER �, v (407)656-2322 cylN�`� CITY MANAGER �� Of G00��` ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #98-07 FOR (2) TWO STANDBY GENERATORS BID DOCUMENTS TAB Table of Contents ADV 1 Legal Advertisement 1 thru 10 Solicitation for Formal Sealed Bid BID SPECIFICATIONS 1 thru 2 Specifications for (2) Two Standby Generators END OF TABLE OF CONTENTS TAB LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B98-07, (2) TWO STANDBY GENERATORS, no later than 10:00 AM, local time, on September 9, 1998. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Meridith. Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 10:01 AM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the bid package from Joyce Meridith at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. All bids shall be submitted in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or Telegraphic submissions will be accepted. City Clerk August 27, 1998 ADV-1 BIDFORM 1998 SOLICITATION FOR FORMAL SEALED BID CITY OF OCOEE,FLORIDA Date: 8/27/98 Bid Number: B98-07 Department: Utilities Req. Number: THIS IS NOT AN ORDER SUBMIT BID TO: Vendor Name: City of Ocoee Attn: Joyce Meridith, Buyer 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 NOTICE TO PROSPECTIVE BIDDERS: Use address above with bid number to ensure proper identification of your bid and facilitate handling. IF"NO BID," SO STATE ON FACE OF ENVELOPE. INSTRUCTIONS PLEASE READ AND COMPLY WITH ALL INSTRUCTIONS CONTAINED HEREIN. EACH BIDDER SHALL FURNISH THE INFORMATION REQUIRED ON THE BID FORM AND EACH ACCOMPANYING SHEET THEREOF ON WHICH HE MAKES AN ENTRY. BIDS SUBMITTED ON ANY OTHER FORMAT SHALL BE DISQUALIFIED. THIS BID MUST BE RECEIVED IN THE FINANCE DEPARTMENT,ATTN: CITY BUYER,CITY OF OCOEE,NOT LATER THAN 10:00 AM,LOCAL TIME, ON SEPTEMBER 9, 1998. PLEASE QUOTE LOWEST PRICE AT WHICH YOU WILL FURNISH THE ITEMS LISTED. PRICES CONSIDERED F.O.B. DESTINATION UNLESS OTHERWISE STATED. PRICES SHALL REMAIN FIRM FOR A PERIOD OF 45 DAYS FROM DATE OF BID OPENING. BIDS WILL BE PUBLICLY OPENED AND READ AT OCOEE CITY HALL,CONFERENCE ROOM, 150 N.LAKESHORE DRIVE,OCOEE,FL 34761 AT 10:01 AM,or as soon thereafter as possible on the above-appointed date. PLEASE CHECK YOUR PRICES BEFORE SUBMISSION OF BID AS NO CHANGE IN PRICES WILL BE ALLOWED AFTER BID OPENING. DO NOT USE PENCIL WHEN INSERTING PRICES- USE INK OR TYPEWRITER ONLY. BE SURE BID IS SIGNED. ANY CLARIFICATIONS/CHANGES WILL BE THROUGH WRITTEN ADDENDA ONLY ISSUED BY THE BUYER. ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THESE SPECIFICATIONS. INVITATION TO BID FOR: (2)TWO STANDBY GENERATORS ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY CALLED FOR IN THIS SOLICITATION. TECHNICAL SPECIFICATIONS:SEE ATTACHED BID SIGNATURE SECTION: I. This sheet must be included and returned with your proposal. 2. Delivery may be a factor in the award. 3. Bids may not be withdrawn for a period of 45 days after bid opening date. 4. Bidder's attention is specifically called to the terms and conditions of this solicitation. 5. The City reserves the right to reject any or all bids.without recourse. to waive technicalities or to accept the bid which in its judgement hest serves the interest of the City. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. 6. The City reserves the right to increase or decrease quantities in these specifications. 7. Goods,services,supplies,or equipment covered in these specifications shall be delivered F.O.B.destination. 8. IF NOT BIDDING ANY OR ALL ITEMS,PLEASE SO STATE. 9. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes,and any contract document described by Section 287.058, Florida Statutes,shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor,supplier,subcontractor, or consultant under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All vendors who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 10.FAILURE TO COMPLY WITH THESE SPECIFICATION INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. FIRM NAME TELEPHONE(INCLUDE ARE CODE) IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS CITY STATE ZIP ANY QUESTIONS REGARDING THIS BID SHOULD BE ADDRESSED TO THE OFFICE OF CITY BUYER, CITY OF OCOEE,FL(407)656.2322,EXTENSION 190. CONTACT PERSON:JOYCE MERIDITH,BUYER 2 BIDDING INSTRUCTIONS,TERMS,AND CONDITIONS: 1. PREPARATION OF BIDS - (a) Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. (b) All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All quotations must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. © Each bidder shall furnish the information of which he makes an entry. A total shall be entered for each item bid. In case of discrepancy between a unit price and extended price,the unit prices will be presumed to be correct. 2. USE OF TRADE NAMES - Specifications used are intended to be open and non-restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but to be used as a minimum standard of quality. When no reference or change is made on proposal by bidder, it is understood that the specific brand item named on proposal shall be furnished by bidder. If bidding on other than the make, model, brand or number as shown, and offered as an equal. complete technical information, specifications, manufacturer's name and catalog reference must be clearly stated on bid proposal or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 3. DELIVERY - Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other contract document shall constitute default under paragraph 7 ( c ). Unless a written extension is obtained from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting and duration of extensions shall be subject to the exclusive discretion of the City. 4. The City may accept any item or group of items of any bid, unless the bidder qualifies his bid by specific limitations. The right is reserved to reject any or all quotations and to waive technicalities. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. 5. REMOVAL FROM BID LIST-If you do not bid,return this sheet and state reason. Otherwise,your name may be removed from our mailing list. 6. EXPLANATION TO BIDDERS - Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation for Bid, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Any information given to a prospective bidder concerning an Invitation for Bid will be furnished to all prospective bidders as an amendment to the Invitation. If such information is necessary to bidders in submitted bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders, receipt of amendments by a bidder must be acknowledged on the bid and signed addenda returned attached to the bid. 7. SUBMISSION OF BIDS-(a)Bids and modifications thereof shall be enclosed in sealed envelopes, in duplicate, with the bid form, addressed to the office specified in the Invitation for Bid, with the name and address of the bidder, the date and hour of opening, and the invitation number on the face of the envelope. Bids received after the stated time and date for opening shall be disqualified as late bids. Facsimile or Telegraphic bids will not be considered. (b) The bidder represents that the article(s)to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. ( c ) DEFAULT - as a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the bidder not meet the delivery deadline(s)set forth in the specifications or should the bidder fail to perform any of the other provisions of the specifications and/or other contract documents,the City may declare the bidder in default and terminate the whole or any part of the contract. Upon declaring the bidder 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 therefor and the bidder shall be liable to the City for any excess costs resulting therefrom. In the event the bidder has been declared in default of a portion of the contract, the bidder shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the bidder fails to comply with any of the specifications, except for delivery deadline(s),the City may, in its discretion, provide the bidder with written notification of its intention 3 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. (d) PATENT INDEMNITY: Except as otherwise provided, the successful bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 8. DISCOUNTS - (a)Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. (b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination. or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 9. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION - By submission of this bid. the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: A) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; B) Unless otherwise required by law,the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening,directly or indirectly to any other bidder or to any competitor; C) No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; D) Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida Purchasing Division; and E) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 10.AWARD OF CONTRACT - The contract, if awarded, will be awarded to that responsible bidder whose bid will be most advantageous to the City, price and other factors considered. The City will make the determination. 11.SAMPLES-Samples of items, when required,must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 12.REJECTION OF BID-Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 13.EXTENSION OF TIME PERIOD OF BID - In addition, the City of Ocoee, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension shall be by mutual agreement in writing. FOR ALL BIDS: Al GENERAL: 1. All items quoted shall be in compliance with these specifications. 2. Delivery of Bids: It is the sole responsibility of the vendor to ensure that his proposal is delivered to the proper place and by time and date as indicated within this solicitation. City employees do not accept"postage due" items,therefore,please be sure you use adequate postage. 3. Any clarifications requiring written changes will be through addenda only,issued through the Buyer. 4 A2 REJECTION OF IRREGULAR BIDS: 1. In accordance with bid terms and conditions,each bidder shall furnish the information required on the bid form supplied. Bids submitted on any other format shall be disqualified. 2. Bids which contain any alteration, condition, limitation, unauthorized alternates, or show irregularities of any kind may be rejected by the City as non-responsive or irregular. A3 ALTERNATES: I. Alternate bids will not be accepted unless specifically called for in this solicitation. A4 DELIVERY: 1. Delivery will be a factor in award. A5 AMENDMENTS: 1. The City reserves the right to add or delete item(s). A6 PAYMENTS: 1. 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. 2. Payment will be accomplished by submission of invoice, in duplicate with Purchase Order Number referenced thereon and mailed to: City of Ocoee, Accounts Payable, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. A7 PROCESSING OF ORDERS;FUND AVAILABILITY: 1. Normal orders shall be processed to the vendor by numbered City of Ocoee Purchase Orders. 2. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. A8 LITERATURE: 1. If called for on Bid Schedule, of these specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. A9 SAFETY STANDARDS 1. Unless otherwise stipulated in the bid, all labor, materials, supplies and/or services shall comply with any and/or all applicable O.S.H.A. Standards. A10 TAXES: 1. The Board of City Commissioners,City of Ocoee, Florida,has the following tax exemption certificates assigned: • Florida Sales&Use Tax Exemption Certificate No. 58-11-094593-54C;and • The City is exempt from federal excise,state,and local sales taxes. 5 A 1I PERMITS/LICENSES/FEES: 1. Any permits, licenses,or fees required will be the responsibility of the contractor;no separate payments will be made. 2. Adherence to all applicable code regulations(Federal, State,County, and City)are the responsibility of the contractor. A l2 DISPUTES: 1. Any actual or prospective bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. A 13 RESTRAINT OF TRADE OR COMMERCE: 1. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations). A14 BID EVALUATION& AWARD: 1. Unless otherwise stipulated, bids will be evaluation and award, if awarded, made to that bidder who is determined to be the overall most responsible and responsive to this solicitation. Factors which may be considered will be: Compliance with specifications/bidder's ability to perform, including prior performance (if any) with the City, warranty offered, delivery or time for completion, and pricing. Bidders financial capability will also be a factor. If offering equivalent(s), see paragraph 2, Bidding Instructions,Terms,and Conditions: Use of Trade Names. 2. Vendors are requested not to contact requesting/evaluation Department(s)/Division(s) after bids are opened. Any questions(from vendor or evaluation Dept./Div.)will be answered through the Buyer by contacting the person so designated on the"Bid Signature Page." 3. A copy of the Bid Tabulation will be available for review in the Office of the Buyer. Should you desire a copy, please enclose a self-addressed, stamped (allow for adequate postage) envelope with your bid and a copy will be provided as soon as available. A 15 QUANTITIES: 1. City of Ocoee reserves the right to purchase any, all, or none of its requirements from vendors awarded contract as a result of this bid. 2. The City reserves the right to segregate items bid and purchase separately any item if deemed beneficial to the City's interest. 3. The City further reserves the right to purchase items from other vendors due to distance and availability if the City finds it more expeditious and economical to do so. ADDITIONAL TERMS AND CONDITIONS: 1. Bidder must complete Experience of Bidder section and List of Subcontractors section. 2. Successful bidder will be required to provide proof of insurance in the amounts shown in Attachment "A"and must have the City named as additional insured. 3. Descriptive literature (if so required) on each item bid must be included with bid. Failure to comply will result in disqualification of bid. 4. Contact Jim Shira at(407)656-2322 for site visitation. 5. Award Criteria: Bid will be awarded to the overall lowest bidder most responsive to the following criteria: • Compliance with specifications,terms,and conditions 6 • Price Bid • Warranty Offered • Delivery Time CITY OF OCOEE, FL, BID SCHEDULE#B Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein. proposed to furnish all labor, materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid # B. and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# THROUGH ADDENDUM# LIST OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/REGISTRATION NO./CONTACT PERSON/PHONE#: (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. EXPERIENCE OF BIDDER The Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature,and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): 7 Have you any similar work in progress at this time? Yes NoLength of time in business Bank or other financial references: CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,and that he will retain such certifications in his files. The non-discriminatory guidelines as promulgated in Section 202,Executive Order 11246,and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor,are incorporated herein. NOTE:The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONDITIONS(IF ANY): None. 8 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order. All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. 3. BIDDER'S INSURANCE The Bidder shall not commence any work in connection with this Agreement until he has obtained all of the following types of insurance and such insurance has been approved by the Owner, nor shall the Bidder allow any Subcontractor to commence work on his 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 and 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 Bidder shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of his employees connected with the work of this project and, in any case any work is sublet, the Bidder shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Bidder. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract at the site of the project 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 his employees not otherwise protected. c) Bidder's Public Liability and Property Damage Insurance: The Bidder shall take out and maintain during the life of this Agreement COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him 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 himself or by anyone directly or indirectly employed by him, and the amounts of such insurance shall be the minimum limits as follows: 1) BODILY INJURY LIABILITY • $100,000 operations each claim person • $100,000 completed operations each claim per person 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $100,000 each claim per person 3) PROPERTY DAMAGE LIABILITY(other than automobile) • $100,000 each claim per person • $300,000 operations per claim • $300,000 protective per claim(covering subcontractors) • $300,000 contractual per claim 9 d) Subcontractor's Public Liability and Property Damage Insurance: The Bidder shall require each of his subcontractors to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subcontractors in his policy,as specified above. e) Owner's Protective Liability Insurance: The Bidder shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $100,000 each claim per person 2) PROPERTY DAMAGE LIABILITY • $100,000 each claim per person 1) Contractual Liability - Work Contract: The Bidder's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE.THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form will be furnished by the Bidder upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) 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. 2) 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. 10 Specifications for Standby Power source- Three 20 HP motors Provide a standby power system consisting of a diesel generator set and automatic transfer switch. All components of the system are to be sized adequately to start and run three 20 HP lift station pump motors. Motors are to start individually and in series, not simultaneously. Motor number one must start and reach normal running speed and current prior to starting motor number two. Motor number two must start and reach normal running speed and current prior to starting motor number three. Generator set is to be used as a standby power source, and is to supply 277/480 3 phase wye power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and automatically start the generator set and supply power to the pumps. The proposal must state the time delay between loss of normal power and full load capability of the generator system. If automatic transfer switch is not mounted on the same platform as the generator set, the proposal must state in detail, the type of enclosure pro ided for the automatic transfer switch, and the method of mounting. The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for installation in a completely exposed outdoor environment. The generator is to have an integral double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours. The fuel tank is to be constructed so as not to require any sort of external spill containment measures. The fuel tank is to be provided with an integral alarm which will alert the operator in the event of a fuel tank leak. The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be provided with all necessary controls for operator monitoring, with batteries and battery charger, and must comply with all USEPA emissions requirements. The price quoted will include startup inspection by a factory trained technician, not less than two hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will include delivery to the customer's intended installation location, and offloading from the delivery vehicle to the ground. TOTAL THIS GENERATOR $ Dollars and Cents 1 Specifications for Standby Power Source- Two 20HP Motors Provide a standby power system consisting of a diesel generator set and automatic transfer switch. All components of the system are to be sized adequately to start and run two 20 HP lift station pump motors. Motors are to start individually and in series, not simultaneously. Motor number one must start and reach normal running speed and current prior to starting motor number two. Generator set is to be used as a standby power source, and is to supply 277/480 3 phase wye power at 60 Hertz. The automatic transfer switch is to detect loss of normal power and automatically start the generator set and supply power to the pumps. The proposal must state the time delay between loss of normal power and full load capability of the generator system. If automatic transfer switch is not mounted on the same platform as the generator set, the proposal must state in detail, the type of enclosure provided for the automatic transfer switch, and the method of mounting. The generator and transfer switch are to be enclosed in weatherproof enclosures suitable for installation in a completely exposed outdoor environment. The generator is to have an integral double wall fuel tank sized to allow the generator to run at full load for not less than 24 hours. The fuel tank is to be constructed so as not to require any sort of external spill containment measures. The fuel tank is to be provided with an integral alarm which will alert the operator in the event of a fuel tank leak. The generator is to be liquid cooled and be provided with an exhaust muffler. The unit is to be provided with all necessary controls for operator monitoring, with batteries and battery charger, and must comply with all USEPA emissions requirements. The price quoted will include startup inspection by a factory trained technician, not less than two hours of customer training, and not less than 2 hours of loadbank testing. The price quoted will include delivery to the customer's intended installation location, and offloading from the delivery vehicle to the ground. TOTAL THIS GENERATOR $ Dollars and Cents TOTAL BOTH GENERATORS $ Dollars and Cents 2