Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item 07 Approval to Award ITB #19-006 Downtown Lift Station #66 Construction Project
ocoee florida AGENDA ITEM COVER SHEET Meeting Date: June 4, 2019 Item # Reviewed By: / / Joyce TolbertNanessa 4 Contact Name: Department Director: , Anthony �1, • , Contact Number: 1516 City Manager: Subject Award of ITB #19-006 Downtown Lift Station #66 Construction P •ject Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct the Downtown Lift Station#66 Construction Project. All work for the project shall be ,. constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department. Bids include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work, which is generally described as the following: Lift Station#66 is replacing Lift Station#26 which only served City Hall. The new Downtown Lift Station#66 will serve City Hall, the planned downtown redevelopment and nearby future septic tank conversions. The construction of an 8' diameter, 5 HP Lift Station. The project shall include and is not limited to: The installation of the associated control panel, valve vault with check and plug valves, concrete decking, railing and earthwork. One receiving manhole shall be 6' in diameter. The installation of 48' of 8" diameter PVC Gravity Sewer Main; installation of 6' of 8" diameter HDPE Gravity Sewer Main; installation of 46' of 6" diameter PVC Force Main. The construction of a one-story, approximate 280 square foot masonry concrete control building. This project also includes all restoration of any and all work associated with the disruption of the ground. All work is to be conducted in accordance with the specifications within the Bidding Documents. The bid was publicly advertised on March 17, 2019, and opened on April 16, 2019. A pre-bid conference was held on March 26, 2019. The City received six (6) bids, ranging from $472,297.00 to $619,070.00. The bids are available in the Finance Department for review. The Utilities and Finance Departments reviewed the bids and all were considered responsive. Staff is recommending the award of the bid to L7 Construction, Inc., as the most responsive and responsible bidder, per the attached recommendation from Charles K. Smith, P.E.,Utilities Director. The table below is a listing of the bids received: Bidder Total Bid 1. L7 Construction, Inc. $472,297.00 2. Prime Construction Group, Inc. $493,500.00 3. Carr& Collier Inc. $563,720.00 4. Hinterland Group, Inc. $577,757.00 5. MARBEK Construction $584,313.39 6. SanPik, Inc $619,070.00 Issue: Should the City Commission award the Downtown Lift Station project#66 to L7 Construction Inc., as recommended by the Utilities Director? • Recommendations: Staff recommends that the City Commission award #ITB #19-006 Downtown Lift Station #66 Construction Project to L7 Construction, Inc., in the amount of$472,297.00, and authorize the Mayor, City Clerk, and Staff to • execute the required contract documents once the required bonds and insurance are received. Attachments: 1. Bid Tabulation 2. Award Recommendation 3. L7 Construction, Inc. Bid 4. ITB #19-006 5. Addendum#1 & 2 Financial Impact: The Downtown Lift Station # 66 Construction Project was apart of the Bluford Avenue Phase II Project in regards to the central sewer work with Oelrich Construction, Inc. On May 7, 2019, the City Commission approved the removal of the Lift Station work in the amount of $640,000 from the contract with Oelrich Construction, Inc. by change order. The Downtown Lift Station #66 Construction Project shall be budgeted for an amount of$640,000 which shall come from Fund 417 - Utility Bond Fund. Type of Item: (please mark with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading ( Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. covjAziA4A4 5128119 RIZ Rrtoc3E2i'S N/AN/A Reviewed by ( ) 2 Mayor Commissioners Rusty Johnson Larry Brinson,Sr., District 1 404' Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank O c o e e George Oliver Ill, District 4 florlda MEMORANDUM TO: Vanessa Anthony Purchasing Technician j THROUGH: Charles K.Smith,P.E. Utilities Director FROM: T'Jean Tomlinson a Staff Engineer DATE: May 8,2019 RE: ITB19-006 Downtown Lift Station#66 Construction Project The Downtown Lift Station #66 Construction Project was a part of the Bluford Avenue Phase II Project in regards to the central sewer work with Oelrich Construction, Inc. On May 7, 2019, the City Commission approved the removal of the Lift Station work in the amount of $640,000 from the contract with Oelrich Construction, Inc. by change order. The Downtown Lift Station #66 Construction Project shall be budgeted for an amount of $640,000 which shall come from Fund 417- Utility Bond Fund. The Utilities Department recommends awarding the Downtown Lift Station #66 Construction Project to the lowest responsive bidder, L7 Construction, Inc., in the amount of $472,297.00, based on the following discussion: On April 16, 2019, bids were opened for Bid# ITB19-006 Downtown Lift Station #66 Construction Project. The three lowest bidders and their bid prices are listed below. 1. L7 Construction, Inc. 3840 St. Johns Parkway Sanford, FL 32771 Bid Price: $472,297.00 2. Prime Construction Group, Inc. 1000 Jetstream Drive Orlando, FL 32824 Bid Price: $493,500.00 City of Ocoee Utilities Department• 1800 A.D.Mims Road•Ocoee,Florida 34761 Phone: (407) 905-3159• www.ocoee.org/utilities 3. Carr & Collier Inc. 1410 Emerson Street Leesburg, FL 34748 Bid Price: $563,720.00 The Utilities staff has ongoing favorable working history with the L7 Construction, Inc. and each project that was done for the City had remarkable outcomes. p )+ 9 oo T O A m r33fl LI 2 a N 3 0 ,-p r W n CO m m r m n n m a w v m w w m = E 0 a 2 c m m jp N a 2, l 2 G M N N c Gl . o p a 0 4 pj o w ° T w .-.. e, m _ \ - o m m m 7(7 -. 3 p0 3 `v o -1 0c go m !. m ii w' ,o Q u 0 • S F - n 1-- - o' a w °° Z o Tr; - 7 -( Q °° 3 a 3 m 'a = n 8 a m m o 7 m _ ° 0 v • m . -_ ow um a - n m 0d 00 - ; O a a Fa ° F Qo N o -° m w D m a O a 8 O f -- H D m 0) m 0 - r . m m O °gi o m cc?, m C N N N r p 0 0 0 0 0 1 03 w E» W to EA sv `n 2 0 N� °i O EA J to • O a N m - O V OO N EA O EA EA EA O O O O O V 0 CC O o O o o O 0 N N O O O O O O O O O o+ O A N O O O O o O O O p N Z O 0 O 0 0 0 0 0 0 0 0 8 S o 0 0 m W 2*Q 0 0 0 0 0 o 0 o O O o n < < o - 0 Z W o (p r O _ -Ti 0 o - 03 W ON) 69 co((0 W EA EA - fA -. 69 EA f05 -, W EA N H 1 C W -. co O o N J _ J y N A O O N o) r D r J V O O o N O N CO O O O O O O V D N 000000 A N J N N O O O O O A O coo O O op co O O o O O op op 0 0 o g o o .. o 0 0 0 0 0 o o o S m Z 2 It A 01 -0 n = As W J CO• I. NNJ 0(0 N N I 6 (T -L N - o N O O W O EA EEA O N O N O H Z N O O O N O O EA O N O O O O O A CO O O O O O 0 V) O N W N O O O O O 0 ] -I O bb 0 0 0 8 0 0 0 0 bio 0 bb o 0 a a A 0000000000 < < o 4. C 13 n 3 o a a -I ° W W -L N -O JEA N -, EA EA 0 EA EA 0 EA EA EA D Z J W N N 0) CO N N N Al N N J N r N O O OD N O ha O O O O O N O N O V O OO OOO OOAco OOOOO _ n N 71 O o o 0 O t▪ LO 0 O o O J O O O O O m L C n Z W W A M -A .T,' N O 0 m in o o w w 00 0 0 0 o 0 r- W?.,—g, ▪ o o N O H NJ OO 00Om v o 00 O O O (7 O O O O O O O O O 00 O O _CL0 D a C r 0 v z o A n 3 f J co CO A W N Co N O N O N m N In N O -Lo J A 0 W O 0 O J W O O O O O O O O O O O O O O O O O O O O O O O O O O O O O _O O O O O C Z to A m W-LW o M N W N A D W J N 0 -CO EA 0 IV J W W t0 73 co p, 0 J W J H A, 0 EA CO -4 A co N m co A N 0 (coo A co W °) {J{.4� co O) N co 03 (foo 9 W N o iv 8 J W o) 9 a W 0. W W 0 X a O < < m < n o 0 D u N p G A 69 VO .ONo y) W- (.i) W W gf) 2. coca 0 Wco 9 (°)i) N J in 8 W -, W W o .-" co a! co m o Lo m Co c rn n 6-) n c 3 0 Co r m D w ' O < < w a m o m 0 - a 5 co = - c F, m o � N cni o m a v - v 3 w w m x 7, n n .3 m m m '° m < (0D. - n m m , E 2 - a \ y o m ' 2 '° m m W » `° m w rA a 1 3 0 x < F _ _ - w 3 = o Z - m .� a — c o ,77 o w' 3 '� A 3 m n a = D 0 3 _ `° m v a iv m rO 3 o z m w a n ' 3 .. I x a = a m o m a * Z' a co v g m m a5 A 3 o � Na go W - coW Y.0 W O 0 O a a = z D CA Z- a a G r' . f+ . 0 0 0 o a m :10,N - f+ f+ F+ D D 0 0 y W C —I r c 1 z 0 O y( Z Z N • A O O W O O W W iv to to O () 3 C0- (!( O O N M W N 0 O O O -,4os, O m N CI`1 O O O O O O m N N O O O O O N O O Z 8888888888888888 m g ro 1 a w y o o < a m - 2 p°D n 9. c r- A 0 1. N N M N � N m ut WW O M , Do M Ds (A J N co EH O z W A O 0 N W co N n co O O co co 0 C � In N o O O (U () J V W W N O O TV O D � OOOOOOO POOaOOO (o 0 OOOOOOOOO (no 0 0 0 0 N O 0 OOOpS S OSOOO ppOOS O m C 1 7 C) r N N N N N N EA N N 4.n N IA O N N V V V N cn W 8 O O W A O N N F+ N W OO "O O O O m u+ aW < 0 0 0 (n u, o o (n (n 0 0 0 0 p < < 0 0 0 0 0 0 0 0 0 0 0 0 0 o b o o v 0 o O o o 0 0 0 0 0 0 0 0 0 0 0 'o. 1 (- N N W N N N N if, N N N fa N N 811 N N N N O J N N J V O O4 o O O V O O O0 (n Eli O 0 O 0 0 ;. V O O O O O O O O N O N O O O O O n g 8 g 8 0 8 g $ 0 8 0 $ g o $ S o ORIGIIIAL 1 SECTION 00300.0 ( n� �1 BID FORM SUBMITTED: t� 1 `l•Q� aO!°I (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID ITB19-006 Downtown Lift Station#66 Construction Project NAME OF BIDDER: LI' CO OY),'n(• BUSINESS ADDRESS: a4o SI. jOffth VVl • PHONE NO.: (gal (44k 9%7 CITY, STATE,ZIP: Sant*, ft_ oar% CONTRACTOR'S FEDERAL I.D.NUMBER 9 C9-Oa I O4(0°I CONTRACTOR'S FLORIDA LICENSE NO.: Cel C 151405 LP THIS BID IS SUBMITTED TO:City of Ocoee, Florida(hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for one hundred twenty (120) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten(10)days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. Dated Pcr;1 lj lautcI No. a Dated: itiptit I I fall1 No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Downtown Lift Station#66 Construction Project Bid ITB 19-006 it a. Bidding Documents and shall include the following: ✓ ✓ ✓ ✓ ✓ 1. Bid Forms(entire Section 00300,00301, 00301A, 00302,and 00303) 2. ,/ Bid Bond(Surety Bond,Cashier's Check,or Company Check). (Section 00410) 3. ✓ Non-collusion Affidavit(Section 00480) 4. ,i Certification of Non-segregated Facilities(Section 00481) 5. ,/ Sworn Statement on Public Entity Crimes(Section 00482) 6. V Certification of Nondiscriminatory Labor Practices(Section 00483) Downtown Lift Station#66 Construction Project Bid ITB19-006 (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,progress,performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities)which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understandsthe full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtainedfrom visits to the site,reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents, Downtown Lift Station#66 Construction Project Bid ITB 19-006 g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Per Section 00100 Article 8, Instructions to Bidders, Bidder hereby agrees, if his/her bid is successful, to commence Work under this contract on or before the date specified in the Notice to Proceed; which upon the Successful Bidder's request,the commencement date of the Notice to Proceed shall be a date no later than up to one hundred eighty(180) calendar days after the Notice of Award. The Bidder further agrees, if his/her bid is successful, to fully complete all work per the price and terms and conditions of the contract within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement(Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: Downtown Lift Station#66 Construction Project Bid ITB 19-006 I 11;1 i °oaf si at. 41 :1 si r.:131.:,..11 s :I$I =1 ° a b 3 $ QQ ��. 2 •M , '6_Voo1c1 7*"" X101 g .e 825 $ rkN � r� ,� 4t.i4 .a- N1 M •a- 8 ip000g .40oveconi-Ov) 4.4 v ; [ 25 3, :, o c1q moi^ I� o $ .CO Adel g c[1 M — o , ce st- M co u a z v 888888 8 8 8.r 8 888888 co .k, • .o N O v, - 4 . �. e OooOoo . Nv t Vv • O r'14','v5p ! ! ! ! !44Aii !AIIT b / ou X Ca iN I o o lm 1 1 1, I '.cg UA i4U�t "5A u V: ml g 1 i aillat- tiL- i14 �'i0iJiIII1iI1iH a„ ry� y� ro e 4Ar. N M d in ID P. CO 01 7.1 rl 3 r1 v 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid,which are defined in the General Conditions and included as part of the Contract Documents, have the g ass meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s)is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID- SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned,as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled(unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger Downtown Lift Station#66 Construction Project Bid ITB19-006 building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid/Alternative Bid item and the proposed item. "Base Bid/Alternative Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City❑s needs. SCHEDULE OF BASE BID/ALTERNATIVE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Manufacturer/Supplier 15050—Process&Utility Piping, Fittings, Valves, And Accessories Fittings A. Union B. U.S. Pipe C. Nappco imeon ity Valley G. Sigma H. EBAA I. Smith-Blair HDPE Pipe �. -- C v' Driscopipe Downtown Lift Station#66 Construction Project Bid ITB19-006 C. Lamson Vylon Valves(Plug and Check) M&H/ B. Mueller(Check Valve only) C. Pratt illiken E. Dezurik PVC Pipe A. CertainTeed B. Can-Tex • h Star D. J-M apco F. H&W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections A. Mueller :. Ford Meter Valves/Corporation Valves or. Polyethylene Pipe A. EndoCore Trace Wire MEM Tapping Sleeves • Blair B. JC Downtown Lift Station#66 Construction Project Bid ITB 19-006 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Spec (Indicate Whether Item or Manufacturer/Supplier LumpSum or Material Section (List One Only) Unit Price) rpt J A Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Downtown Lift Station#66 Construction Project Bid ITB 19-006 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's ature) AlIL (Individu. s Nam, doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partn: hip Na• e) (General Partne T. Signature) (General P. ner's e) Business address: Phone No.: Florida License No.: Downtown Lift Station#66 Construction Project Bid ITB 19-006 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION L� Consorn, (Corporation Name) c,(1( (State of Incorporation) By 'jekt U. V2( (Name of person authorized to sign) (Title) ( thorized Signature) (Corporate Seal) Attest (S cretary) Business address: 3840 t\o. Y1nsTar 1CWa sclafy d, F� 3ai' I J Phone No.: a(sac Corporation President: l+ Lefever Florida License No.: CPUC n14051, Downtown Lift Station#66 Construction Project Bid ITB 19-006 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) ddr s) By e) Address Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership,and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Downtown Lift Station#66 Construction Project Bid ITB19-006 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: C O-V-0f \'ASUrincp COM fut9 Surety's Address: O1`Q, HGY+kU( W 7C& i kbriQ d,Cr oulsS • 14. Name and address of Surety's resident agent for service of process in Florida: N'tinn, tAahhoViir k ASSoctc S 4U30 `a out, x if it &Anf'u6 c 3a-4' 1 • Downtown Lift Station#66 Construction Project Bid 1TB 19-006 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREJBY CERTIFY that a meeting of the Board of Directors of Comouction,Inc. a corporation under (Contractor's Corpora a Name) the laws of the State of ytorida ,held on the Asa- day of OG-inbPrr, 2018, the following resolution was duly ass d and adopted: "RESOLVED,thatidsr thatAnn.-/ '�re4I LQ.FCVeY (signature of in ividual) (typed name of individual) as PP,UNDl of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Downtown Lift Station#66 Construction Project Bid ITB19-006 between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 10day of r►1 ,2014 (CORPORATE SEAL) (Corporate Secretary) STATE OF eOr i da CITY OF wall)id The foregoing instrument was acknowledged before me this I4�h day of 2011 by / i rrAci 11 fe✓e r 'Secre kt \ (name of officer or agent,title of officer or agent),of a CO 11S11''Jth()f, Inc. (name of corporation acknowledging), a ilOri c,U (state or place of incorporation) corporation, on behalf of the corporation. He/ eh ispersonally knowiU me or has produced identification (type of identification) as identification and did/did not take an oath. 46/-• (Notary/Public) My Commission Expires: {1crjVSr c 3io90a END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB19-006 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company and the Downtown Lift Station #66 Construction Project. DATE: AQrI l CJS Olv(� PROJECT IDENTIFICATION: City of Ocoee Downtown Lift Station#66 Construction Project NAME OF BIDDER: �� �����Inc• BUSINESS ADDRESS: T4O . ()QhfSSloto as �'�, ArrflXc(, FL 3a11-1 TELEPHONE NO.: (1/4510 J oti01- oi3oZS EMAIL 'JLe'FCVer °` t Cord-ru +s•COY''1 CONTRACTOR'S FLORIDA LICENSE NO. C Ci C 1�14055., The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 1I 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? aPrer: `grre�vat1 r'ajfl4 A bat: 90162 —'pt-ernYae‘ @0\4f Coniv. lleihab of exKinol vate.11, tncludi not, f?-P Iire , Winos pipi , c r1rlcat *rade) s Qu lpin , Pr�2rufiYr inskA(tam n 4 as�ciu4e cel M nn a� isiiny biildirly. `� 9 3. Have you ever failed to complete work awarded to you? If so,where and why? Nn 4. Name three (3) municipalities for which you have performed similar work and contact person: implulirne pis c — Dave uuo C4c ) 448-oacoa e'i ref Whir ParctLe n - i rn Monahc rn L4-09)840- oa�-i o of Coca - den I ret/ Gal) 4A2- Downtown .x2-Downtown Lift Station#66 Construction Project Bid ITB 19-006 00301-1 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? tf r Lthtkr1 <S (Ivti b6V PhA ' * Mierrtpt4kteS ►4 d off• N1RP,Y Do4414 A l d Cbo!-OiriA-f1W 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: yl%5 WE. wtU- (Sub AA.c.-T*ICA{. '1"o A 1.44.444-0 k4. 1- APPko.0 1010 7. What equipment do you plan on using to complete the Work? LAR.14 Er4CAUAIii. frog- E,(c4vA1 4 + Pr4t•M I,.4Si ALL Fo(uWIT kQ. Morr44-I 4 L . 8. State the true and exact,correct,and complete name under which you do business. Bidder is: LI Carsmulor, Inc • Downtown Lift Station#66 Construction Project Bid ITB19-006 00301-2 SECTION 00301-A SUBCONTRACTOR& SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT I % -5M Ft.4&'r' ,g�nlE i& PwmPS R,�c�%NN otl. 401-Ma -296o Zt 5 z bn,J-r BLED APoPLA , FL- 32,-/a372,000 2 !.ML tbATh,GS CoAT)141S PALS Rotlr Wt. '141-166-2.l1(. I 0 5 -144 oult,V 1144- LAIN wao 0 Pidai, N. 34 211 3,C 3 O-t t brlL PI'jC.k fes' PAUL DAa14oF1- 4.6-7-441--57.34- IAD uJ-rAf-r cho LAND R� �40Q 014,A rao Fri- 32824- 4 CaSoLIiiRl4D PIPS + 6JPPIA f IPk-1 VAw6, f rfl iiK 3 t. 31M v►oiJ 5 407- 213- 2001 3olo E��,Ict. AvL 6if) 066 ��A+vDo1 c-t. 32808 5 GAuDkfk. t444LtG , ►.JC, bt,t4--11.1LAL 4Eta-4 4Avevrit. 352-(,28-34 4 tai,to 5. -1-ox ?o.ij-r 3► 600 "Ioa4sa FL 34948 6 7 END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB I9-006 00301-A-1 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96,LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF,SY) (Quantity) Cost Cost t° A 51ADE 411. LF 60 $ Go $40,0,0, - B T.614 X44 100 $ I OO $ la,600.°' C $ $ D $ $ TOTAL $ 60,000 BIDDER: CcMru `i /me. SIGNED: Airfr AMA" BY: AiL ekve r (Print �orr type name) TITLE: S1 i UU i I DATE: Apra 15, aa( THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.) END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB19-006 00302-1 SECTION 00303 DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.037). In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Downtown Lift Station#66 Construction Project Bid ITB19-006 00303-1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: MIA A } C. Signed: 11. 1.��l. By: I ( k ' t (Print or Type"Name) Title: dLrI Date: i)n 6, ao 101 END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB19-006 00303-2 pS SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent (S%) of the contract bid. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, L7 Construction,Inc. , as Principal, and Hartford Fire Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of,(5 percent of the Contract Bid) $ ---5%-- -Five Percent(5%)of Proposed Bid- (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 16th day of April , 2019. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "Downtown Lift Station#66 Construction Project". NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. Downtown Lift Station#66 Construction Project Bid ITB 19-006 00410-1 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90)days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision Downtown Lift Station#66 Construction Project Bid ITB 19-006 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP complete this signature block. (1) (Individual's Signat ) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Addr s) (Telephone No.) (Florida License No.) Downtown Lift Station#66 Construction Project Bid ITB19-006 00410-3 If Bidder is PARTNERSHIP,compl e this signature block. (1 (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Addre (Telephone No.) (Florida License No.) Downtown Lift Station#66 Construction Project Bid ITB 19-006 00410-4 If Bidder is CORPORATION,complete this signature block. Li Coast uC'han,Inc. .(1) 4_ 1 %✓_ (Corporation Name) / (Witness) horid q (2) (State of Incorporation) (Witness) By: 13treit LOCver (Name of Person Authorized to Sign-See Note 1) (SEAL) .rt'ki ,nt (Title) (Aut orize Signature) 1Ie (am Y (Corporation President) 3840 st ,k)nnsmoi. Sanii,fd,a 3 q1 (Business Address) ( )q4a— RAS CPC l514o5Zn (Telephone No.) (Florida License No.) 1 Downtown Lift Station#66 Construction Project Bid ITB 19-006 00410-5 SURETY Witness: (If agency is not a Corporation) Hartford Fire Insurance Company (Surety Business Name) (1) One Hartford Plaza (W ess) Hartford,CT 06155 �fi•rincipal Place of—Business) (2) (Witness) By: •- rety Agent . ignature-See Note 2) Attest: (ff Agene is oration) Laura D.Mosholder see attached power of a orney (Surety Agent's Name) (Corporate Secretary Signature) Attorney-In-Fact&FL Resident Agent f ► f2 LC. Y-r- (Surety Agent's Title) (Corporate Secretary Name) Nielson,Mosholder&Associates (Business Name of Local Agent for Surety) (Corporate Seal) 4380 St.Johns Pkwy.,Ste.110 Sanford.Florida 32771 (Business Address) 407-330-3990 n/a (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other pally shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the state where the project is located. Downtown Lift Station#66 Construction Project Bid ITB 19-006 00410-6 ATTORNEY-IN-FACT A1?J(DAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Seminole County ) Before me,a Notary Public,personally came Laura D.Mosholder known to me, and known to be the Attorney-in-Fact of Hartford FIre Insurance Company; a Connecticut Corporation,which (Surety Company) (State) executed the attached bond as surety,who deposed and said that his signature and the corporate seal of said Hartford Fire Insurance Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Hartford Fire Insurance company (Surety Company) Given under my hand and seal this 16th day of April, 2019. Notery Public sane of Florida Natalie C Demers OfMy melon FF 24°aeo op, toires 07130/2019 Z..e.„ „re. (Notary P blic) My Commission Expires July 30,2019 END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB 1 9-006 00410-7 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEYBOND,T-12 One Hartford Plaza Hartford,Connecticut 06155 bond.claimsCalthehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: Nielsen&Company,Inc. Agency Code: 21-229752 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. �a••• �'i • y. ) / r r>:taunn.rri. a t0�f'r' } 0 �l + ', ,�rabar '+'� g s,st� 4 'S�p >t (867 k • t� v • rOt6� � ! '{r %a* .[ �.at- JJ •�3 yG.•,, Nti r>,trm"ti • �•oMO :�:t !8 T 9 .� jD 7 9 1 t .s3 1979 • `r LO" \nsy�,eN�,r I�'•,'t• VV • „i'itt t�5 ..>� ri>�ru•' 7"/ John Gray,Assistant Secretary NI.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD ))) On this 11 th 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. f orasr 1 • P11raiG • Kathleen T.Maynard Notary Public CERTIFICATE My Commission Expires July 31,2021 I,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 April 16,2019. Signed and sealed at the City of Hartford. 00,rr if% ( T\ f 1`\ �tps ,yNmo +•?`\ F JSP� ;10 ��'19 6 7ret'r' "?P' �7(''o eSa'�u•a Vi'}�41� a�tf„wtso•n is".. s.S,•• • •,J tit � • %tiM� 'o,%1 ,.• t • 8 t.�P F A '�� ' ,t. �i 4 raj 7919 • h9�s yre•N• kt;,rPombl•• ' - !.Lam_ L c ti L _,__. Kevin Heckman,Assistant Vice President SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF florida ) COUNTY OF °Ie n(cV3k'e ) LQ,rver ,being first duly swore deposes and says: 1. He(it) is the Ckair2 rte.nfi (Owner, Partner,Office, Representative or Agent) of l Cc�fl } )cfiionI Inc. , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract;or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient),or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy,connivance,or unlawful agreement on the part of the Bidder or any other of its agents,representatives,owners,employees or parties in interest, including this affidavit. By: UekeVef Title: iddnt Downtown Lift Station#66 Construction Project Bid ITB 19-006 00480-1 i 1 1 9 Sworn and subscribed to before me this �tn day of Apri I , 201•$;, in the State of ftorici t ,County of fYY11nO1e gV1-14-- Notary Public My Commission Expires: AUtjui, a3/9(91 END OF SECTION 4Y•;� PRECIOUS J.COINS •' `°N MY COMMISSION#GG137319 EXPIRES:AUG 23,2021 Bonded thfeaeh lot State InmsrAns Downtown Lift Station#66 Construction Project Bid ITB 19-006 00480-2 Florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid:the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly, in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid.(Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder 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,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission,Staff,and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: Bid.X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: l� COnWeliani Inc. Firm Name 'a Sign; ' qpreff Lefever LH' Name and Title(Print or Type) AO I S, OI1 Date Downtown Lift Station#66 Construction Project 00480a Bid ITB19-006 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202,Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date AO S ,20 11 . LI_catd ,We• By: 1? Cot likve r is is e,nf (Title) Official Address(including Zip Code): 3940 fit. Johns MALwa9 Slnfum, fL 3a1iI ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Downtown Lift Station#66 Construction Project Bid ITBI9-006 00481-1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee,Florida by Lqffinstkoctim by Le.4ever,Pc6clent (Print individual's Name &Title) whose business address is & 4o (nns 1YKL anford, FL 3a'91 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Downtown Lift Station#66 Construction Project Bid ITB 19-006 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members,and agents who are active in management of an entity. 6. Based on information and belief,the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMA ON NTAINED IN THIS FORM. (Signator Date: f\\Cl I 5,90 19 Downtown Lift Station#66 Construction Project Bid ITB 19-006 00482-2 L� COryucehOi,lnc. Name of Bidder(Contractor) STATE OF r tOY I dOi COUNTY OF &rn nU�e PERSONALLY APPEARED BEFORE ME,the undersigned authority, "brei' L CVe( who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this 6" day of 14P6 ,20B. Notary Public ���� . /W . My Commission Expires: i h ' END OF SECTION PRECIOUS J.GOINS . MY COMMISSION#GG137319 EXPIRES:AUG 23,2021 °FP Bonded through 1st State Insurance Downtown Lift Station#66 Construction Project Bid ITB 19-006 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I ' have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause,I J have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract oe subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding$10,000. I also agree that I will retain such certifications in my files. Date f1 1 1 cJ ,20 . By: dr-g. (Signature of A horized Official) L� Cons bion, Inc, (Name of Prospective Construction Contractor or Subcontractor) 4340 tjohns ePar r-wa San#lxd,FG. 11) (Address of Prospective Construction Contrattor or Subcontractor) (g)qua—air ali—aaio (Telephone Number) (Employer Identification Number) END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB 19-006 00483-1 Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized. Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable.The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Name of Responden : U 'k.110r) 1 By: ,1 — ' I (Au lzed Signature) Title: Si n+ Date: Apr;� fj 1 A'1 Downtown Lift Station#66 Construction Project Bid ITB19-006 00484 ❑ ' • IF ❑ +. . f r ;:frigfi 0.&:11- .— '4. ,mer.. • ' 3L ? m n N On = n 0 nrti 77 C) Z <,.. 7 79 m H O o xi WNW M ai C c) © 44011111111 ....6 0 , 4,2:-.._ c II " a ., c) P .„ ewe.....r---,..... , �Yi53` .. p I— a'� =� i, $N N. w ! -,� .," wry ! 7j; `� g`��_ -0 rt n e *a . -.7_ -�„ "' '[r!:`. .�, `� wt. +► ... vim= r 1 4r t S a • s • — -1n— 0► •° _ F iv ate.+ :I� r` J" N g e 0`'S' * .••.. -... O In t ire * '!C YI Z 'tier"►�.+�•,r--4"*"s.«C Z W A F 0 m m , 70 "_' N w 3 r^ z —1 7v c N m Q m C 2 5 ,..P 0 Z T Z (11' mmic SECTION 00020 INVITATION TO BID ITB19-006 Downtown Lift Station #66 Construction Project OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Technician, Finance Department/Purchasing, City of Ocoee, First Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761,until 2:00 P.M.,local time,on Tuesday,April 16,2019. Sealed bids must be date and time stamped at the office of the Purchasing Technician before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Technician or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 P.M. Description of Work: All work for the project shall be constructed in accordance with the drawings and specifications prepared by City of Ocoee Utilities Department,as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: • The construction of an 8' diameter, 5 HP Lift Station. The project shall include and is not limited to: o The installation of the associated control panel,valve vault with check and plug valves, concrete decking, railing and earthwork. o One receiving manhole shall be 6' in diameter. o The installation of 48' of 8"diameter PVC Gravity Sewer Main;installation of 6' of 8" diameter HDPE Gravity Sewer Main; installation of 46' of 6" diameter PVC Force Main. • The construction of a one-story, approximate 280 square foot masonry concrete control building. • This project also includes all restoration of any and all work associated with the disruption of the ground. All work is to be conducted in accordance with the specifications within the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at: Downtown Lift Station#66 Construction Project Bid ITB19-006 00020-1 http://www.ocoee.org under the Living/Working with the City section. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non-members. Membership with Onvia/DemandStar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N.Lakeshore Drive,Ocoee,FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty-four(24)hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre-bid Conference: A non-mandatory pre-bid conference is scheduled for 10:00 A.M.; local time, March 26, 2019 (Tuesday) at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent(5%)of the bid price,and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety(90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid ITB19-006 for the Downtown Lift Station #66 Construction Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Technician,City of Ocoee, 1St Floor, 150 North Lakeshore Drive,Ocoee,FL 34761. CONVICTED VENDOR LIST(PUBLIC ENTITY CRIME).A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work,may not Downtown Lift Station#66 Construction Project Bid ITB 19-006 00020-2 submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor,or Consultant under a award with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities,to request clarification of information submitted in any bid,or to re-advertise for new bids.The City may accept any item or group of items of any bid,unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if,in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial,technical,and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA March 17, 2019 END OF SECTION Downtown Lift Station#66 Construction Project Bid ITB19-006 00020-3 Mayor Commissioners Rusty Johnson4.04.1P Larry Brinson,Sr., District 1 Rosemary Wilsen, District 2 City ManagerRichard Firstner, District 3 Robert Frank ocoee George Oliver Ill, District 4 florid° April 11,2019 ADDENDUM NO: ONE(1) CITY OF OCOEE Downtown Lift Station#66 Construction Project Bid#ITB19-006 This addendum shall modify and become a part of the original bid documents for the Downtown Lift Station #66 Construction Project Bid #ITB19-006. This addendum consists of Six (6) pages, including revised page one of Bid Form Section 00300.0 and revised plan sheets BE1 and SD8. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Specification(Project Manual)Changes: 1. Remove and Replace page one of Bid Form Section 00300.0. Plan Changes: 1. Replace previously issued plan sheets BE1 and SD8. Changes are noted on the sheets. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Will the electrical building require lightning protection? Al. Yes,please refer to sheet BE1 on this Addendum for revisions referring to lightning protection. Q2. What type of electrical conduit is acceptable to use above grade? A2. Schedule 80 PVC conduit or equivalent shall be used above grade. Q3. What type of electrical conduit is acceptable to use below grade? A3. Schedule 40 PVC conduit or equivalent shall be used below grade. Q4. Will painted or PVC coated metal elbows be required for electrical conduits emerging from grade? A4. The Contractor will need the City's approval for instances in which elbows will be above grade. Such elbows shall be schedule 80 PVC or equivalent.Aluminum or Stainless Steel may be used upon approval by the City. Q5. Will pump cables, float cables, and transducer cable be long enough to reach control panel without spices?The building seems to be about 30 feet away from the well. Typically we have a rack with terminal boxes near well. City of Ocoee Utilities Department • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905-3159• www.ocoee.org/utilities A5. The City has allowed the use of a 4x SS terminal box near wet well for this purpose. Seal-offs shall be required. Q6. What is the Engineer/Budget/Project estimate? A6. Engineers probable cost estimate is $640,000.00 Q7. What is the site location address?(If there is none,what street is it located on and between what other two(2)streets?). A7. 128 N Bluford Avenue, Ocoee, FL 34761 Q8. Sheet P1 calls for 6-inch concrete but on sheet SD4, it calls for 8-inch thick slab. Please clarify? A8. Contractor shall follow detail on sheet P1 Q9. After site visit,there seems to be new improvements not shown on plans. Please clarify the gravity sewer and water main connections to existing facilities to make sure they are not located under the new sidewalk? A9. Gravity Sewer and Water Main are in the general area as depicted on the plans. Contractor shall field verify location of all utilities. Q10. On the site there is a water valve by the force main and a water valve in the drive way not shown on the plans.Please clarify? A10. The valve lid by the north property line is for the force main and was misplaced with a water lid during construction of the Bluford Avenue Project.The water lid has been replaced with a sewer valve lid.The valve in the drive way is the water valve as depicted in the plans. These utilities shall be field verified. Q11. Up to where on the site location is the existing sewer caped and how deep is the cap? All. According to the As-builts for the Bluford Avenue Project,the cap is located approximately 24 linear feet west of the manhole adjacent to the site. The cap is located at an elevation of approximately 100.66 feet. Q12. Please confirm that it is allowable to install the precast wet well via caisson/tremie method. It will reduce support of excavation costs and dewatering costs. This has been recognized by the state of Florida to be an acceptable contractor means and methods approach.The design will be certified and sealed by an independent and registered professional engineer and all associated costs will be borne by contractor. Al2. Tremie method shall be subject to approval by the City with Contractor having sufficient experience using this method of construction. Caisson method shall be subject to approval by the City with no additional cost to the City for using this method. Q13. I have noticed in several places that the"days to hold open"our bids has two(2)different amount of day. I have seen it written as 90 days and also 120 days. Please clarify what is the correct number of days to hold open bids? A13. Bids shall be held open for ninety(90)calendar days. Please refer to revised page one of Section 00300.0 in this Addendum. Q14. Please refer to spec Sect. 01001-32, 4.)Temporary Offices and Buildings.The proposed work site is fairly small. Are contractor or owner field offices required on site?If not,please instruct us on where field office could be located? A14. No,the City will specify possible storage sites at the Pre-Construction Meeting but it will be the contractors responsibly to secure a temporary storage site. Q15. Refer to spec. Sect. 01001-36,K.)Project Signs. Will two(2)project signs be required on site? A15. The City may place a project sign in an area not conflicting with the work area but the contractor shall not be required to provide project signs. Q16. Is interior masonry painting required for the control building? A16. No, only the exterior is required to be painted. Q17. Is a concrete slab sealant required for the control building? A17. No Q18. Please refer to the Measurement&Payment section Bid Item#12 and#13. Is stone bedding truly required for the force main and sewer main installation? A18. Yes,as stated in the Engineering Standards Manual. Clarifications from the Engineer: 1. In order to obtain a greater number of interested bidders,the City shall allow the awarded bidder a start date of up to one hundred twenty(1 20) calendar days that shall be stated on the Notice to Proceed. 2. Pressure transducers shall not be part of this project. The City has ceased the use pressure transducers on lift stations. 3. Shop drawings for the Lightning Protect System shall be submitted to the Engineer for review. Vanessa Anthony Purchasing Technician Attachments: Revised Page One of Section 00300.0 Bid Form Revised Plan Sheet BEI Revised Plan Sheet SD8 cc:Charles K.Smith,P.E.Utilities Engineer Mayor Commissioners Rusty Johnson Larry Brinson,Sr., District 1 �` �. Rosemary Wilsen, District 2 City Manaaer \►�` 'J Richard Firstner, District 3 Robert Frank ocoee George Oliver Ill, District 4 tlorida April 11,2019 ADDENDUM NO: TWO(2) CITY OF OCOEE Downtown Lift Station#66 Construction Project Bid#ITB19-006 This addendum shall modify and become a part of the original bid documents for the Downtown Lift Station #66 Construction Project Bid #ITB19-006. This addendum consists of One (1) page. Bidders shall acknowledge receipt of Addendum No. 2 in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Clarifications from the Engineer: 1. In order to obtain a greater number of interested bidders,the City shall allow the awarded bidder a start date of up to one hundred eighty(180)calendar days that shall be stated on the Notice to Proceed.Please disregard Clarification No. 1 on Addendum No. 1 as there is a misprint stating one hundred twenty(120)calendar days. Vanessa Anthony Purchasing Technician cc:Charles K.Smith,P.E.Utilities Engineer City of Ocoee Utilities Department • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905-3159 • www.ocoee.org/utilities