Loading...
HomeMy WebLinkAboutItem #05 Award of Bid #B12-05 Maguire Road Reclaimed Water Storage Project ire Getter of Good Lt `'` AGENDA ITEM COVER SHEET Meeting Date: June 5, 2012 Item # 5 Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of Bid #B12 -05 Maguire Road Reclaimed Water Storage Pr ect (District 3: Johnson) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct the Maguire Road Reclaimed Water Storage (Project). All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by CPH Engineers and the City. 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 project consists of the construction of a 0.75 million gallon (MG) pre- stressed concrete storage tank, 20 -inch diameter ductile iron piping for connection to the intake side and discharge manifolds of a reclaimed water high service pump station and 12 -inch connection of the inlet side to the existing distribution system piping, with electric- operated valves, plus control instruments and equipment and provisions for future connection to the City's SCADA system. Work will also include all necessary maintenance of traffic, fittings, joint restraint, pipe testing, removal and replacement of concrete pavement, sodding and other restoration as will be required. Work will be performed in a limited area and on a common easement with a small business. All work activities will need to be done keeping these constraints in mind. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing reclaimed water mains. The bid was publicly advertised on April 15, 2012 and opened on May 15, 2012. The mandatory pre -bid conference was held on May 3, 2012. There were a total of five (5) bids received. Bidder Total Base Bid 1. Encore Construction Co. LLC $719,000.00 2. Close Construction LLC $721,510.00 3. L7 Construction Inc. $741,400.00 4. McMahon Construction Co. Inc. $752,000.00 5. CenState Contractors Inc. $772,500.40 All bids are available in the Finance Department for review. The Utilities Department, CPH Engineers, and Finance Department reviewed all bids received. It is staff's recommendation that Encore Construction Co. LLC. offered the lowest responsive and responsible bid in terms of qualifications and price. Issue: Award the contract for the construction of the Maguire Road Reclaimed Water Storage Project to Encore Construction Co. LLC. Recommendations: Staff recommends that the City Commission award Bid #B12 -05 Maguire Road Reclaimed Water Storage Project to Encore Construction Co. LLC., in the amount of $719,000.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to 10% of the bid amount ($71,900) for this project for all change orders. Attachments: 1. Bid Tabulation 2. Encore Construction Bid 3. Invitation to Bid #B12-05 4. Addendum #1 5. Addendum #2 Financial Impact: Funding for the project was approved in the FY 2010/2011 and FY 2011/2012 budgets per the following: accounts 414 - 535 -10 -3102 ($80,860.38), 414 - 535 -00 -6302 ($259,139.62) and 401 - 535 -10 -6302 ($860,000.00) for a project total of $1,200,000.00. To date, the project has incurred expenses in the amount of $81,068.63 (engineering costs and invitation to bid), leaving $1,118,931.37 available. Staff is recommending the construction be funded using $259,139.62 from 414 - 535 -00 -6302 and the remaining amount of $531,760.38 from 401 -535- 10- 6302, leaving $328,031.37 unspent. The project originally included the storage tank construction, miscellaneous directional valve work and SCADA/controller upgrades. To expedite the storage tank's construction, staff withheld the valve and SCADA work to follow the tank project, and will follow up that part of the project using the unspent funding after the tank's completion. 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. Cz4' N/A Reviewed by ( ) N/A 2 SECTION 00020 INVITATION TO BID #B12 -05 MAGUIRE ROAD RECLAIMED WATER STORAGE OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance/Purchasing Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on May 15, 2012. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall deemed to include all items necessary for furnishing, delivering, and installing all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as, the following: The project consists of the construction of a 0.75 million gallon (MG) pre- stressed concrete storage tank, 20 -inch diameter ductile iron piping for connection to the intake side and discharge manifolds of a reclaimed water high service pump station and 12 -inch connection of the inlet side to the existing distribution system piping, with electric - operated valves, plus control instruments and equipment and provisions for future connection to the City's SCADA system. Work will also include all necessary maintenance of traffic, fittings, joint restraint, pipe testing, removal and replacement of concrete pavement, sodding and other restoration as will be required. Work will be performed in a limited area and on a common easement with a small business. All work activities will need to be done keeping these constraints in mind. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing reclaimed water mains. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/Demandstar by accessing the City's website at www.ocoee.org under Finance/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a bid. 00020 -1 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. Mandatory Pre -bid Conference /Site Visit: A mandatory pre -bid conference will be held on May 3, 2012, at 10:00 a.m. (local time) at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. A Site Visit will follow the mandatory pre -bid conference. The address to the site is 2687 S. Maguire Road, Ocoee, FL 34761. Attendance at the conference and site visit is mandatory as a condition precedent to submitting a bid. All bidders will be held liable for contents as presented at the pre -bid conference. Additional questions shall be submitted in accordance with the instructions contained in the Bidding Documents. 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 any Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B12 -05 for Construction of the Maguire Road Reclaimed Water Storage" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. Award of Contract(s): The City of Ocoee 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, price, qualifications and other factors taken into consideration. The City reserves the right to award the contract to the bidder which, in the sole discretion of the City, is the most responsive and responsible considering price, qualifications, and other factors. 00020 -2 City Clerk OCOEE, FLORIDA April 15, 2012 END OF SECTION 00020 -3 C of Good L Mayor ,Sr i!?o Commissioners 3i. S. Scott Vandergrift Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager Rusty Johnson, District 3 Robert Frank , ;f Joel Keller, District 4 L. ie May 10, 2012 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B12 -05 MAGUIRE ROAD RECLAIMED WATER STORAGE PROJECT This addendum shall modify and become a part of the original bid documents for the Maguire Road Reclaimed Water Storage project. This addendum consists of thirty -two (32) pages including attachments. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Plan Changes: None Specifications Changes: Add specification sections as follows: 1. Section 09900 - Painting 2. Section 13620 - Process Instrumentation and Control System Data Acquisition System 3. Section 16601 - Lightning Protection Systems The following are changes to Paragraphs within specifications: 1. Section 00100, Article 11.3 - At the beginning of the paragraph, add "With the exception of the ground storage tank, ", 2. Section 00500 - a. Replace the first two sentences of Article 3.1 with the following: "The work shall be substantially complete within one hundred and eighty days (180) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within two hundred and ten days (210) calendar days." b. In Article 3.3, as liquidated damages, replace the last sentence of the paragraph with, " Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) B12 -05 Maguire Road Reclaimed Water Storage Addendum 1 1 Contractor shall pay Owner Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.1 above for substantial completion and Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.1 above for final completion (readiness for final payment). 3. Section 01450 - a. Delete Paragraph 1.02.B in its entirety and replace with the following paragraph, "B. As part of the CONTRACTOR'S Quality Control Program included as part of his work, the CONTRACTOR shall fully cooperated with the soils testing laboratory employed by the OWNER to perform testing services outlined in these Contract Documents." b. Delete Paragraph 1.02.E in its entirety. Renumber Paragraph 1.02.f to 1.02.E. c. Paragraph 1.03.A. - Delete the first sentence of this paragraph in its entirety. Answers to questions received and/or amendments to the bid documents are as follows: Q1. Section 00100 Instructions to Bidders, Paragraph 11.3 says that "No more than fifty percent (50 %) of the dollar value of the total bid amount for the work shall be performed by subcontractors ", but the cost of the storage tank will be more than that. Is the 50% requirement still valid? Al. Section 00100, Paragraph 11.3 is revised per this addendum. See above. Q2. Please confirm that all soil testing is to be paid for by the Contractor as stated in Section 01450. A2. Soil testing will be paid for by the City. Section 01450 is revised per this addendum. Q3. Is the Contractor required to pay for the construction permit? A3. Section 00200, Paragraph 2 states that, "There is no cost for City permits." There are no other permits required. Q4. Is a construction trailer required? A4. There is no requirement for a construction trailer. Q5. What is the number of bid packages required to be submitted at the bid opening? A5. Section 00020 Invitation to Bid states that "Sealed bids, in duplicate, will be received at the office of the Purchasing Agent..." Q6. Section 500, Paragraph 3.4 states that, "In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work." Can you tell us what these incidental damages are and how much they will cost? A6. The incidental damages are identified in Paragraph 3.4. The City does not anticipate incidental damages for this project; however, should there be any incidental damages, costs would vary according to the nature of the damages incurred by the City in connection with Contractor's failure to timely complete the work. B12 -05 Maguire Road Reclaimed Water Storage Addendum 1 2 07. Section 00301 -A says to see Instructions to Bidders for M/WBE requirements, but no requirements are given. Are there any M/WBE requirements? A7. There are no M/WBE requirements for this project. Q8. On Sheet I -2, for LE /LIT 201, the drawing calls for "pipe insulation ". Is this correct? A8. That is correct. The pipe is to be insulated and the enclosure is required to be heated to prevent the water from freezing. Q9. Will the Contractor be required to pay for water for testing, such as leakage testing of the storage tank? If so, what is the current water rate charged to contractors on City projects? A9. The Contractor will not be required to pay for water for testing, as long as it is not excessive. Q10. Sheet C -3 says to "Saw cut and remove concrete" for tank construction, but does not say if it is to be replaced. A10. General Provisions Note 10 states that, "All existing improvements shall be returned to equal or better condition." This also applies to any trees or shrubs needed to be removed for the construction. Q11. Will the parking spots adjacent to the City building be available for the Contractor's use? All. Yes. Q12. Is the Contractor to take down the fence at the site? Al2. Yes. The fence will be in the way of construction. Q13. Is the site to be seeded or sodded at the end of construction. A13. Section 01110, Paragraphs 1.02.A and 1.11.E call for disturbed areas to be sodded. Q14. Can the trees on site be trimmed for construction? A14. Section 01110, Paragraph 1.11.0 allows for tree trimming. Q15. What areas are available for storage? A15. Storage is available at the South WTP, 581 Maguire Road. The Contractor will be provided with access keys. There are limitations on where items can be stored on the WTP site. The City will provide a site plan showing the locations of the designated storage areas. As at the work site, any disturbed or damaged areas shall be returned to equal or better conditions than pre - construction. Q16. Can the 120 days for substantial completion be extended to 210 days? There are several electric operated valves, control panel modification, & field instruments that may require more than 120days just get onsite. Typical lead time for a 20" electric operated valve is 16 weeks. Add in a 30 days submittal/approval time frame and the total time needed for the valve is 142 days. This gives the contractor no time for installation. B12 -05 Maguire Road Reclaimed Water Storage Addendum 1 3 A16. The contract time will be lengthened to 180 days. Q17. At the mandatory pre -bid site meeting, Tom King from the City mentioned that the adjacent business parking lot is constructed of pervious concrete in several areas. And that the contractor is responsible to replace it at his expense if the pervious concrete plugs up during construction. It's been our experience that pervious concrete eventually plugs up to some degree. Has the pervious parking area been tested? What determines if this is plugged? Is the contractor required to test the parking lot? If so, what tests are required? A17. There are no specific tests required at this point to be performed to determine if the pervious concrete has been plugged. An infiltration test will only be performed if the dentist's office witnesses excessive use of this area and requests testing. Q18. Is a City project sign required? A18. No project sign is required. Q19. Is polyethylene encasement required on the ductile iron piping below grade? A19. There is no requirement for polyethylene encasement of the DIP. Q20. Is a signed & sealed traffic plan required? A20. A signed & sealed traffic plan is required for any possible stacking of delivery vehicles, especially the concrete trucks for the tank construction. Q21. Per section 02250 -1 who is on the City's approved list of materials testing(density /concrete) firms? A21. The City will be paying for the geotechnical testing. Q22. Is 3" of topsoil required to be placed onsite prior to sodding or landscaping? A22. Section 02920 requires that the top 3" of topsoil be loosened and graded, but does not require additional topsoil to be provided imported. Q23. Is the 30 days of instrumentation testing noted in 13400 -20 to be completed prior to substantial completion? A23. No. The 30 -day Availability Testing is required after the Operational Acceptance Test Demonstration. The latter will determine if the project is substantially complete. Q24. What interior & exterior coatings are required on the ground storage tank in section 13624? A24. Section 09900 is being added by this addendum to address those requirements. Q25. The ITB indicates that provisions are to be made for future connection to the City's SCADA system whereas paragraph 9a of Section 13615 (page 13615 -20) specifically details changes to the existing SCADA system. Please clarify if these changes are to be included in this bid. a. If these changes are to be included please indicate the brand /manufacture and revision of the g City's existing SCADA software. B12 -05 Maguire Road Reclaimed Water Storage Addendum 1 4 b. Does the City own a development license for the SCADA software. A25. Please see Section 16620, attached hereto. The City uses the Wonderware software. Q26. Does the City own software licenses for the PLC and OIT? a. If so, will new licenses be required? A26. The City does own licenses for the PLC and OIT. No new licenses are required. Q27. Precon Corporation requests being an "equal" for the prestressed concrete tank on this project. A27. Precon corporation has submitted sufficient documentation to be considered an equal for the prestressed concrete tank. • - Tolbert, CPPB Purchasing Agent Attachments: Revised Specification Sections B12 -05 Maguire Road Reclaimed Water Storage Addendum 1 5 Mayor be Center of Good Lt ayo .„ /2 Commissioners S. Scott Vandergrift .. , -. Gary Hood, District 1 '2 �� l�, Rosemary Wilsen, District 2 City Manager , ._ Rusty Johnson, District 3 Robert Frank '' { Joel Keller, District 4 May 14, 2012 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B12 -05 MAGUIRE ROAD RECLAIMED WATER STORAGE PROJECT This addendum shall modify and become a part of the original bid documents for the Maguire Road Reclaimed Water Storage project. This addendum consists of two (2) pages. Bidders shall acknowledge receipt of Addendum No. Two (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. Plan Changes: None Specifications Changes: No specification changes. Answers to questions received and /or amendments to the bid documents are as follows: "Reference Section 13620 1.02 D (Addendum 1): This section requires the DACS to be able to monitor and /or control Forrest Oalcs WTP and South WTP from the Mims WWTP." Q1. Is the Ocoee WWTP referenced in Section13615 page 20 the same facility as Mims referenced in Addendum 1? Al. Yes. Q2. Are these sites (Forrest Oaks, South, Maguire & Mims) currently connected to the City's existing SCADA system? If so, are they connected via radio or fiber? A2. Forrest Oaks, South WTP, Maguire Road Reclaimed Booster Station and A.D. Mims WWTP are all on the existing City SCADA system, Forrest Oaks is connected by radio. South Plant is connected by City network. Q3. Please provide information regarding the number of I/O points required at each of these two facilities, the processes to be monitored and how many screens will be required for each. B12 -05 Maguire Road Reclaimed Water Storage Addendum 2 1 A3. Forrest Oaks 100 points. South Plant 175 points. All currently monitored processes will be monitored. No new screens for the water plants will be required. Q4. Please clarify which facilities and which processes Section 13615 page 20 is referring to when it requires the graphics to be edited. A4. Maguire Booster Station. Process valve status, position and control, GSR tank levels, HSP pump status and control, all alarm status, all flow meters gpm and totalizer, all pressure transducers, intrusion to building status. Q5. Please provide information regarding the new computer installation at Mims WWTP: i. Section 13615 page 20 indicates the existing graphics are to be modified and Addendum 1 requires a new SCADA computer. Does this mean there is an existing computer that will be replaced by the one required by Addendum 1? ii. Is there an existing Wonderware license at Mims that will be installed on the new computer or will a new license be required? iii. If a new license is required please indicate the type & revision of the licenses the City is currently using. iv. If a new license is required please provide the tag count limit required v. Is there an existing network at Mims WWTP to connect the new computer to? vi. What type of communications will be utilized at Mims? A5. i. The City has an existing SCADA computer running a Wonderware runtime package that monitors and /or controls the Maguire Booster station. The Wonderware screens will be modified and added to allow monitoring and control of the new station. A new computer running an HMI development package will be supplied as part of this project to monitor the same IO. ii. A new development package will be required. iii. Wonderware Development Studio 10.1 iv. Minimume 500. v. Yes vi. Ethernet / az9 o , ce To . ert, CPPB Purchasing Agent B 12 -05 Maguire Road Reclaimed Water Storage Addendum 2 2 02�cttiA L_ Encore Construction Company, LLC SECTION 00300 BID FORM SUBMITTED: May 15, 2012 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID BI2 -05 MAGUIRE ROAD RECLAIMED WATER STORAGE NAME OF BIDDER: Encore Construction Company, LLC BUSINESS ADDRESS: 370 East Crown Point Road PHONE NO.: 407 -877 -5903 CITY, STATE, ZIP: Winter Garden, FL 34787 CONTRACTOR'S FLORIDA LICENSE NO.: CGC1517618 THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 Dated 51i 0/ 2.- No. Dated: No. d1.. Dated 5114/i z No. Dated: No, Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. 00300 -1 Encore Construction Company, LLC b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract 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. 00300 -2 Encore Construction Company, LLC • h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non - segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 7. Corporate Authority to execute Bid (Section 00501) 00300 -3 BID FORM B12-05 MAGUIRE ROAD RECLAIMED WATER STORAGE PROJECT • UNIT PRICE BID ITEM EST'D. (IN TOTAL PRICE NO. DESCRIPTION UNIT QTY. NUMBERS) (IN NUMBERS) 1,TI: Mobilization, Bonds, General Conditions LS 1 5 0, boo 50, 600 U2 Erosion and Sedimentation Control LS 1 2, Opp ., 000 0.3 Site Preparation LS 1 20,000 2.0, 000 04 Furnish and Install Yard Piping LS 1 14; 006 ►ti o00 J5. Furnish and Install 0.75 MG Ground Storage Tank LS 1 - 5 4 9, 000 34 l 00, Furnish and Install Motor - operated 20" Butterfly Valve EA _ 1 1 5 00 0 f5, 000 01 Furnish and Install Motor Operator for 12" Tapping Valve EA 1 8,00o $, 000 0$ Furnish and Install Motor Operator for Existing 20" Butterfly Valve EA 2 '2,000 16 coo 1J9 Furnish and Install 12" Magnetic Flowmeter EA 1 4,000 1-1 p 0.10 Furnish and Install 20" Magnetic Flowmeter EA 1 G, 000 6 000 Vitt Furnish and Install Electrical, Instrumentation & Controls LS 1 1 fl0J 0 00 100 1 MO 01. 1. Construct Stormwater Management System LS 1 2p 6© 2,760 U:0 Remove Existing 6' Chain Link Fence w /Barbed Wire LF 60 L4,0 240 714 Furnish and Install Landscaping and Restoration LS 1 L i ) 000 4 000 TOTAL - 1 iq 000 LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum Company Name: E C n ction Company, LLC By: C Patrick T. Rainey, President 00300 -4 Encore Construction Company, LLC 6. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 7. 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. 8. 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. 9. 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 Iisted 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). 10. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. 00300 -5 Encore Construction Company, LLC 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 item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 11. 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. The City of Ocoee encourages the use of minorities and women -owned businesses as subcontractors. SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS Specification Section and Equipment Item Manufacturer /Supplier 02512 — Reclaimed Water Main Systems Ductile Iron Pipe A. American B. Griffin C. Mc Wane U.S. Pipe Fittings A. American B. Nappco Tyler -Union D. U.S. Pipe Mechanical Restraints A. EBAA Iron B. Ford C. Sigma 'iJ Star 00300 -6 Encore Construction Company, LLC Tapping Saddles JCM B. Smith -Blair Gate Valves A. American Flow Control B. Clow (C.) Kennedy �� M &H E. Mueller F. U.S. Pipe PVC Pipe A. CertainTeed J-M • National D. North American Valve Boxes A. American Flow Control B. Opeilika V Tyler -Union Valve Markers Wagco 00300 -7 Encore Construction Company, LLC SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer /Supplier Lump Sum or Material Section (List One Only) Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) 00300 -8 Encore Construction Company, LLC Stri e out (X) non - applicable signature block and complete applicable block. (ALL SIG : TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW T R SIGNA S) If Bidder i SOLE PROPRI ' ORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business . • dress: Ph e No.: • orida License No.: 00300 -9 Encore Construction Company, LLC 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 Encore Construction Company, LLC (Corporation Name) Florida (State of Incorporation) By Patrick T. Rainey (Name of person authorized to sign) resident 41111k I li t k • uthorized Signature) g ) (Corporate Seal) 1, A . ... ..... ....400 , . . . .. . • ,•,.. .. Attest O / • • n A • Y Loui = B. Rainey (Secretar . • _ J Business address: 370 East Crown Point Road, Winter Garden, FL 34787 Phone No.: 407- 877 -5903 Corporation President: Patrick T. Rainey Florida License No.: CGC1517618 00300 -10 Encore Construction Company, LLC • Stri out (X) non - applicable signature block and complete applicable block. (ALL SIGN TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW TH R SIGNA ' S) If Bidder is: A JOINT VENT ' By (Name) ddre By (Name) (Address) Business Address: Phone No.: Florida Licens; o.: (Each joi venturer must sign. The manner of signing for each individual, partner» ip, and torpor ion that is a party to the joint venture should be in the manner indicated abov • F •rida License No.: 12. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Federal Insurance Company 00300 -11 Encore Construction Company, LLC Surety's Address: 15 Mountain View Road, Warren, NJ 07061 Name and address of Surety's resident agent for service of process in Florida: Guignard Company 1904 Boothe Circle, Longwood, FL 32750 Margie L. Morris, Vice President 407 -834 -0022 END OF SECTION 00300 -12 Encore Construction Company, LLC SECTION 00301 QUESTIONNAIRE DATE: May 15. 2012 PROJECT IDENTIFICATION: City of Ocoee Maguire Road Reclaimed Water Storage NAME OF BIDDER: Encore Construction Company, LLC BUSINESS ADDRESS: 370 East Crown Point Road, Winter Garden, FL 34787 Telephone No.: 407 -877 -5903 CONTRACTOR'S FLORIDA LICENSE NO. CGC1517618 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? 27 years 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? Winter Garden Phase 1 Public Access Reuse Storage & Pumping Facilities - Winter Garden FL Owner: City of Winter Garden Contact: Donald Cochran 407 -656 -4100 Details: Construction of a ground storage tank and high service pump station . along with all appurtenances. 3. Have you ever failed to complete work awarded to you? If so, where and why? No 4. Name three (3) municipalities for which you have performed work and to which you refer: City of Winter Garden Donald Cochran 407 - 656 -4100 Orange County BOCC Bill Hank 407 - 254 -9786 Seminole County Carol L. Hunter, PE 407 -665 -2021 00301 -1 Encore Construction Company, LLC 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? Yes. This site does not seem to present and problems that would not normally be anticipated in construction of this type. 6. Will you Subcontract any part of this Work? If so, describe which portions: Instrumentation. Electrical and Prestressed Concrete Tank 7. What equipment do you own that is available for the Work? Please see attached list. 8. What equipment will you purchase for the Work? Encore may supplement its existing equipment with additional purchase. lease or rental, as may be appropriate, based on availability at time of need. 9. What equipment will you rent for the Work? Fnr.nra may supplament its Pvisting aquipmant with ar{ditinnal pun :hasP, IPA SP nr rantat as nay be appropriate. based on availability at time of need. 10. State the true and exact, correct, and complete name under which you do business. Bidder is: Encore Construction Company, LLC END OF SECTION 00301 -2 Encore Construction Company, LLC SECTION 00301 -A SUBCONTRACTOR/SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No X (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), dollar amount of work, and M/WBE designation or Majority (Non - M/WBE) owned company. See Instructions to Bidders for M/WBE requirements. 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, WORK TO BE M/WBE CONTACT ADDRESS, PERFORMED (TRADE) ESTIMATED DESIGNATION PHONE NUMBER OR COMMODITY TO BE DOLLAR OR MAJORITY SUPPLIED AMOUNT OWNER 1 Encore Construction Sitework, concrete and Winter Garden, FL piping. 407 - 877 -5903 a- 0 2 1.100 1 LRkE. Electrical M 6TwN( 435 - '129l 19 f OW 1 40 3 lin to 1%) Prestressed Concrete Tank CitiMitut 35Z -V5-1. 356 NoN 4 5 6 END OF SECTION 00301 -A Encore Construction Company, LLC • THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK Encore Construction Company, LLC 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 Extended Layback & A Trench Box LF 800 $ 2.00 $ 1,600.00 B $ $ C $ $ D $ $ TOTAL $ 1,600.00 BIDDER: Encor„,„, . •' Company, LLC SIGNED: r BY: Patrick T. Rainey (Print or type name) TITLE: President DATE: May 15. 2012 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 00302 -1 Encore Construction Company, LLC THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK Encore Construction Company, LLC 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. 00303 -1 Encore Construction Company, LLC As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Encore Coin Com.an LLC S ' 1;`► Sign =: �� By •a nck T. Rainey (Print or Type Name) Title: President Date: May 15, 2012 END OF SECTION 00303 -2 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Encore Construction Company, LLC , as Principal, and Federal 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% of Total Bid Amount 5% of Total Bid Amount (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 15th day of May , 2012. 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 Maguire Road Reclaimed Water Storage. 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 Amendment to the Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 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 Amendment to the 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 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) • (Indivi • ' • Signature) (Witn (2) (Individual's Signature) (Witness) doing business as SEAL) (B . •s Address) (Telephone No.) (Florida License No.) 00410 -3 If Bidder is PARTNERSHIP, complete this signature block. ( (P hip Name) (Witn ( (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (B ess Address) / (Telephone No.) . (Florida License No.) 00410 -4 If Bidder is CORPORATION, complete this signature block. Encore Construction Company, LLC (1) • ( (Corporation Name) - elly (Wi ss) IP • Florida tom �•� /- (State of Incorporation) (Witness) / Louise B. Rainey, S - tart' By Patrick T. Rainey (Name of Person Authorized to Sign - See Note 1) (SEAL) • President Olo. e) • _ Air _A■elr , , `� ( Authorized Signature) Patrick T. Rainey (Corporation President) P.O. Box 771599, venter Garden, FL 34777 -1599 (Business Address) (407) 877 -5903 a3C1517618 (Telephone No.) (Florida License No.) • 00410 -5 SURETY itness: (If agency is not a Corporation) Federal Insurance Company (Surety Business Name) (1) ( —wN/ 15 • ntain View R i - : , NJ • 7059 • • Vi' (Witness) a gent's S - See Note 2) • A st: (If Agency is a Co ration) April L. Lively (Surety Agent's Name) (Corporate Secretary Signature) Attomey - In - Fact & Florida Ucensed Resident Agent Nicole M. Cerlini, Corporate Secretary (Surety Agent's Title) (Corporate Secretary Name) Guignard Company • (Business Name of Local Agent for Surety) (Corporate Seal) • 1904 Boothe Circle, Longwood, FL 32750 (Business Address) (407) 834 -0022 051512Ocoee (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 party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 00410 -6 ENCORE CONSTRUCTION COMPANY When Performance Counts CORPORATE RESOLUTION In a duly called meeting of Encore Construction Company, LLC held at their offices located at 370 E. Crown Point Road, Winter Garden, FL 34787 on this 4' day of September, 2009 it was resolved as follows: 1. That the officers and positions of those officers are as follows: a). Patrick T. Rainey, CEO and President b). Timothy M. Behler, Senior Vice President c). Mark A. Kelly, Vice President of Preconstruction d). Louise B. Rainey, Secretary These officers are granted the power and authorized to act on behalf of the LLC to attest and execute alI Public and Private Bids and Addendums thereto. fik , e "1,- ' atricIT T. Rainey, 'resi . e Witn Oral imo M. B. hler, Senior Vice President Witne (V14.<19 Mark A. Kelly, Vi resident of Preconstruction Witne -+ , 1 Lou' .e 13. Rainey, Secretary Witness P.O. Box 771599 • Winter Garden, FL 34777 -1599 • (407) 877 -5903 • Fax (407) 877 -5912 www.encorecc.com ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Seminole County ) Before me, a Notary Public, personally came April L. Lively known to me, and known to be the Attorney -in -Fact of Federal Insurance Company , a Indiana Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate . seal of said Federal 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 Federal Insurance Company (Surety Company) Given under my hand and seal this 15th day of May , 2012. es ° Notary en A Strh of Florida ` Kalhieen A Cl aws on '� My Commh>ilon D0801159 - •or r►� ExP O af30Y20 12 f/ (Notary Public) My Commission Expires 08/30/2012 . END OF SECTION ION 00410 -8 IIIC Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific indemnity Company Warren, NJ 07059 CHUBB= Know Ail by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation do each hereby constitute and appoint Al L Foss Bryce R. Cuignard, J.W. Guignard, April L Lively, Jennifer L McCarta and Margie L M orris of Longwood, Florida --------------------- ........- _..._._�.__ each ea thek true and lawful Attorney- In- Fact to execute under such designation In their names and to affix their corporate seals to and deUver for and on their behalf as surety thereon or otherwise, bonds and undertaldngs and other writings obligatory in the nature thereof (other than bal bonds) given or executed In the course of business, and any instruments emending or altering the same, and consents to the modification or alteration of any instrument referred to In said bonds or obligations. In Wetness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 22nd day of February, 2011. _.,2 .... £Wande7 / . o a Jm Presid te r. --� STATE OF NEW JERSEY County of Somerset as, On Ibis 22nd day of February, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me Known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say That he le Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to Me foregoing Power of Attorney are such corporate seals and were thereto affixed by auIhorly of the By- Laws of said Companies; and that he signed ,aid Power of Attorney as Assistant Secretary of said Companies by lice authority, and that he Is acquainted with David B. Norris, Jr., and knows hlm to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney Is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- - Laws and in deponents presence. Notarial Seal ` - f r 41/A- NOTARY J. ADE.AAR �T�Y NOTARY PUBLIC OF NEW JERSF? - ,a .r Nn. 1316685 / / % • V , j... Commission Expires July 14, 2014 , t / y _-- 1y ' / Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VKTILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY: 'AI powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the Idloetng officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- In- Fact for purposes only of executing end attesting bonds and undertaldngs and other wrlllngs obilgatory In the nature thereof, and any such power or attorney or certificate bearing such Mamas signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and cerened by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which R is attached.' • I. Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (Uhe'Companies') do hereby certify that (1) the foregoing extract of the By Laws of the Companies is true and correct, (i1) the Companies are duly licensed and authorised to transact surety business in a150 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal end Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal B licensed In American Samoa, Guam, and each of the Provinces of Canada except Prkha Edward lalend; and (IN) the foregoing Power of Attorney Is hue, correct and In ful force and aged. Given under my hand and seals of said Companies at Warrens, NJ sus 15th day of May, 2012 ( 1 , ;..7000 Ken C. W neth , Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS USTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3556 e -maul: auretvetchubb.com Form 15 -10- 02256- U (Ed. 5- 03) CONSENT Encore Construction Company, LLC SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF Florida ) COUNTY OF Orange ) Patrick T. Rainey , being first duly swore deposes and says: 1. He i is the President (Owner, Partner, Office, Representative or Agent) of Encore Construction Company. LLC , 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 em F lo ees or parties in interest, including this affidavit. V . , • By: 0/ Ili Title: Patrick T. Rainey, President 00480 -1 Encore Construction Company, LLC Sworn and subscribed to before me this 15th day of May , 2012, in the State of _ Florida , City of Winter Garden g. /i2' :+ F`' JANETE F NASH Notary Public MY COMMISSION # EE118894 • • EXPIRES September 05, 2015 My Commission Expires: 9`J "� {pm 311M0113 FlocidedolarySetvicccom END OF SECTION • 00480 -2 Encore Construction Company, LLC 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 prescribe. • • 18, .S.C. 1001. Date May 15 , 2012. Encore C t ' r u pany. LLC 4 B4 Patrick T. Rainey, President (Title) Official Address (including Zip Code): Encore Construction Company, LLC 370 East Crown Point Road Winter Garden, FL 34787 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00481 -1 Encore Construction Company, LLC 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. Encore Construction 1. This sworn statement is submitted to City of Ocoee, Florida by Company. LLC by Patrick T. Rainev. President (Print individual's Name & Title) whose business address is 370 East Crown Point Road Winter Garden. FL 34787 2. 1 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 00482 -1 Encore Construction Company, LLC 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 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). X 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 Iist. (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 I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH May 15, 2012 . 1 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 INFORMATION CONTAINED IN THIS FORM. 00482 -2 Encore Construction Company, LLC Signature) Patrick T. Rainey, President Date: May 15, 2012 Encore Construction Company, LLC Name of Bidder (Contractor) STATE OF Florida COUNTY OF Orange PERSONALLY APPEARED BEFORE ME, the undersigned authority, Patrick T. Rainey who, after first being sworn by me, (Name of Individual Signing) affixed his /her signature in the place provided above on this 15th day of May 2012. ,JANETE F NASH Notary Public :: ��- "_ MY COMMISSION SEE1181194 My Commission Expires: 9-5- /5 = EXPIRES September 06, 2016 (407) 34-01 83 PkddeNa,eiwyk ,ccm END OF SECTION 00482 -3 Encore Construction Company, LLC 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 X 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 X 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 1 have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from 'rospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for an - - s - action subcontracts with a price exceeding $10,000. I also agree that I will retain s ,� , . � I Iles. Date May 15 , 2012 By: ...are of Authorized Official) Patrick T. Rainey, President Encore Construction Company, LLC (Name of Prospective Construction Contractor or Subcontractor) 370 East Crown Point Road. Winter Garden, FL 34787 (Address of Prospective Construction Contractor or Subcontractor) 407 -877 -5903 26- 1523725 (Telephone Number) (Employer Identification Number) END OF SECTION 00483 -1 Encore Construction Company, LLC THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK Jig 0, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 't =' X 4 CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 • Cww. TALLAHASSEEMONROE STREE RAINEY, PATRICK TRACY ENCORE CONSTRUCTION COMPANY LLC PO BOX 771599 WINTER GARDEN FL 3477 7 -15 99 SPATE OP Ft GRIDA ":' =i 7 6 Congratulations! With this license you become one of the nearly one million D E TN3p!r p$ : Floridians licensed by the Department of Business and Professional Regulation. • ,, =pRQFESSZO RZG�;ATION-. ` Our professionals and businesses range from architects to yacht brokers, from 4� >: ' J �t r .:; j.:,: • boxers to barbeque restaurants, and they keep Florida's economy Strong. C ! /Q 1QI),0`R6'Z•0.0 • Every day we work to improve the way we do business in order to serve you better, j Ott For information about our services, please log onto www.myfloridalicense.com. =4gRTIF7wy There you can find more information about our divisions and the regulations that 5mpnct you subscribe do department newsletters and learn more about the ENCORE :' O NB . P , �I Department's initiatives. } t , . . • Our mission at the Department is License Efficiently, Regulate Fairly. We r,nnstantly strive to serve you better so that you can serve your customers. Z S L 'ts'I t1'IpZJjD: utidri `'tht _p rovY��oiir,:ol` :Rs': Thank you tor doing business in Florida, and congratulations on your new license! • '- ;.:.s+cv1Yrtsen dais,'AUG "3� . 1013 .;.;'': . 'b10G7d2D11�6'-: • DETACH HERE - - -•,.- i: . y _ .._.° ,.:.---., ,:_ _- _•. --- " • aeern _ - - . t "'^'.,. rw ...an.,.,.Y n _ ro,�"n',,,,. ,�,.� !... e.;*,mY-. - i rr a. :"STATE- FLORIDA F g U0 DEPARTMENT S T RU CT_ION UST E N I OARD LATI ': : °, :..; • utft DATE BATCH NUMBER �it�: F�;i� _ :0' 20'0 -�:OOt)t).'i5fio 0 -_ CaC1�51. __ . • • C�E�TERAL..CQNTR,ACTDR._ � i � . 1 . 8 R :x d ativ. amp Fa. T �?. p' .�_�' s3t� ;oaf'' Sc: � .0 ' e' rev' Tis - s p y f .. . 3 -;E]c Atlt�tl ,r ' •.,i a }ice =, ss ,• y . ?i iI' Y, - • /� � y th !s i i - i• T ON. COMPANY . C' ENCORE ;.uCON$ Z _ �! -- � => > =f• ° >t _ „;� - .._. - ` E A' �.:C1�0 I ' ROAD >.. 37Q:” S _ fr 4; P` 3 8 7 D • L - I' N - • "WNT Cia�t.RIiTE • - ET GOVERNOR - Ep • DISPLAY A R E(�'Ul LAW.' • .. R "SY : / ,, v�.fi STATE OF FLORIDA I: DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION t, CONSTRUCTIONO IINNDDUSTRYELILICENSING BOARD (850) 487 -1395 S. t , , . At l TALLAHASSEE FL 32399 -0783 RAINEY, PATRICK TRACY ENCORE CONSTRUCTION COMPANY LLC PO BOX 771599 WINTER GARDEN FL 34777 - 1599 • a , : ' , .: ., : S TATE OF F ; ': .. • .. , . ' r ` - , Congratulations! With this license you become one of the nearly one million '` t y ° -I DEPARTMENT ...OF: : BUSXNEB$ ; AND . :, Floridians licensed by the Department of Business and Professional Re '' 9 -..., ... PRO>aESS�O�A� Regulation. ": �:„. _ : :' •• . Our professionals and businesses range from architects to yacht brokers, from � ; _ , , „_ ,:,,:.. .. ,, - ° boxer° to barbeque restaurants, and they keep Florida's economy strong. 07G12247 i 4 010 0Q : 1 006700:. • : Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myftoridalicense.eom. .CERT._U DEI -A.., CNT ` ' There you can find more information about our divisions and the regulations that • .:RAINEY:,;:']?i C , ” - - impact you, subscribe to department newsletters and learn more about the - :EDM CoNS CTIO .CQM ARY ,LLC • Department's initiatives. - s- .. ••; a `t .). - Out inkk al the ()wpm Intent Is: License Efficiently, Regulate Fairly. We - ' i s P •t‘. i ;r 4s;'. constantly strive to serve you better so that you can serve your customers. . 1s • CERTIfX:13A'wlari : ` r n,'.prav 4 ¢.�■; <oi': pi. 4:¢ : :ra , Thank you for doing business in Florida, and congratulation$ on your new license! Piiatitia 41a:. Ala ` :31;: : :2.Q12 < • - y1bQ-Ioz pi-349 : `. .. .� DETACH HERE ACS F„ ; - 5 i.: - STATE OF :FLORIDA _ . - ', DEPARTMENT: TR INDUSTRYRL I CENSING L BOARD LArporT , •,, ,, . -' ,•,:. N SEQ# L DATE BATCH NUMBER LICENSE' NBR, b r ° -i : : i . : _ ' . . ; r � -� w[re�.2 474 - . - -_�:. , O1o :000 2 - The '.UNDERGROUN'A'.'UTILITY '& 'EXCAV'ATIi7N. :i.0 - - - .; =, _, _ ' - _ :...Nautad be ow',I•S,. CERTIFIED= it: ` -.44:,!0 \ = ,_ .r .t � . -x ,, .. - ...Iii: , - i.l j 9 •, ".f ` - - - Y'.1c,::. { .. _ - i :1 - :.r AU : t�. �' of _.,. < %: 1 - ..a i - - r. :. - - - :RA ,P C' - ',f'RAC r :•(i... „�tY - Y. (� p 'L C' R� xR T ON:- CAM ANY r _ _ - RNNCO E = =.CONS L ... . -.: -:•:: ':• v'Y' ,... � .. - . 'rF { lit . ( _ . O D °, NT ,.; - R � �R A ;� -- 7'0:�.'E EAST OWN�'P0 ,� - - • 34787 kk 'W E RD FI:i` - 't 1�• - • INT _ ;: I. _ . .. - _ CHARLIE LIEM _. :. - - 'cxA�L .CRI3T� _ - - _ _ ..;t?,; .. . . .... . . . . acv i�ro� - - � - - - - � - _ :�N S ;+G`RTAFt°.f�; �� . i, " • - . _ DISPLAY•AS REQl:1 -BY Lf11N':. � ENCQRE 4/19/2012 CONSIRUCIION COI NY Heavy Equipment List Encore Equip No. Description of Equipment Model No. Owned /Leased 20201 Cat TH62 Tele - Handler TH62 Owned 30102 Cat 420D Extend -a -hoe C420 Owned 30201 Cat 420D Backhoe C420 Owned 30301 Cat 420D Extend -a -hoe C420 Owned 30302 Cat 420D Extend -a -hoe C420 Owned 30401 Cat 420D Backhoe 420D Owned 30402 Cat 420D Backhoe C420 Owned 30403 Cat 420D Backhoe Cat 42ODXH Owned 30404 Cat 420D Backhoe Cat 420DXH Owned 30801 Cat 420E Backhoe 420EXH Owned 40801 Komatsu WA320 -5L Loader WA320 Owned 40901 Komatsu WA250 -6 Loader WA230 Owned 40501 Komatsu WA250 -5 Loader WA250 Owned 40701 Komatsu WA250 -5 Loader WA250 Owned 40702 Komatsu WA250 -5 Loader WA250 Owned 50701 Komatsu PC300LCO7 Trackhoe PC -300 Owned 50301 Komatsu PC300LC -7 Trackhoe PC -300 Owned 50302 Cat 320D Trackoe CAT320CL Owned 50401 Cat 330C Trackhoe Cat 330 Owned 51001 Komatsu PC200LC -8E0 PC -200 Owned 51101 Komatsu PC350 PC -350 Owned 60301 1770C Boom Truck 1770C Owned BID #B12 -05 MAGUIRE ROAD RECLAIMED WATER STORAGE PROJECT BID TABULATION 5/15/12 2:00 P.M. BID TAB CenState Contractors, Inc. Close Construction, LLC Encore Construction Co., LLC L7 Construction, Inc. McMahan Construction Co.,Inc. Attendance at Mandatory Pre -Bid Conference yes yes yes yes yes Acknowledged Addenda 1 & 2 yes yes yes yes yes Bid Security Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond License Check Na Active Active Active Na Required Forms n/a ies yes yes Na DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization, Bonds, General Conditions 1 $63,600.00 $63,600.00 $63,470.00 $63,470.00 $50,000.00 $50,000.00 $35,000.00 $35,000.00 $35,000.00 $35,000.00 Erosion and Sedimentation Control 1 $2,100.00 $2,100.00 $5,500.00 $5,500.00 $2,000.00 $2,000.00 $4,000.00 $4,000.00 $2,000.00 $2,000.00 Site Preparation 1 $10,900.00 $10,900.00 $53,746.00 $53,746.00 $20,000.00 $20,000.00 $4,000.00 $4,000.00 $20,000.00 $20,000.00 Fumish and Install Yard Piping 1 $79,900.00 $79,900.00 $34,847.00 $34,847.00 $142,000.00 $142,000.00 $117,000.00 $117,000.00 $70,000.00 $70,000.00 Fumish and Install 0.75 MG Ground Storage Tank 1 $392,000.00 $392,000.00 $340,000.00 _ $340,000.00 $349,000.00 $349,000.00 $360,000.00 $360,000.00 $442,000.00 $442,000.00 Fumish and Install Motor-operated 20" Butterfly Valve 1 $14,400.00 $14,400.00 $504.00 $504.00 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $18,000.00 $18,000.00 Fumish and Install Motor Operator for 12" Tapping Valve 1 $9,500.00 $9,500.00 $7,553.00 $7,553.00 $8,000.00 $8,000.00 $10,000.00 $10,000.00 $14,000.00 $14,000.00 Fumish and Install Motor Operator for Existing 20" Butterfly Valve 2 $8,600.00 $17,200.00 $14,453.00 $28,906.00 $8,000.00 $16,000.00 $8,000.00 $16,000.00 $9,000.00 $18,000.00 Fumish and Install 12" Magnetic Flowmeter 1 $4,200.00 $4,200.00 $4,449.00 $4,449.00 $4,000.00 $4,000.00 $10,000.00 $10,000.00 $8,000.00 $8,000.00 Fumish and Install 20" Magnetic Flowmeter 1 $6,000.00 $6,000.00 $9,088.00 $9,088.00 $6,000.00 $6,000.00 $20,000.00 $20,000.00 $12,000.00 $12,000.00 Fumish and Install Electrical, Instrumentation & Controls 1 $156,400.00 $156,400.00 $158,807.00 $158,807.00 $100,000.00 $100,000.00 $135,000.00 $135,000.00 $105,400.00 $105,400.00 Construct Stomlwater Management System 1 $6,500.00 $6,500.00 $7,500.00 $7,500.00 $2,760.00 $2,760.00 $6,000.00 $6,000.00 $4,000.00 $4,000.00 Remove Existing 6' Chain Link Fence w /Barbed Wire 60 $3.34 $200.40 $2.00 $120.00 $4.00 $240.00 $140.00 $8,400.00 $10.00 $600.00 Fumish and Install Landscaping and Restoration 1 $9,600.00 $9,600.00 $7,020.00 $7,020.00 $4,000.00 $4,000.00 $6,000.00 $6,000.00 $3,000.00 $3,000.00 TOTAL $772,500.40 $721,510.00 $719,000.00 $741,400.00 $752,000.00 Bids are listed in alphabetical order. 2 1 3 ' License check, submitted forms & references verified only on lowest three fines. * Highlighted amounts are price discrepancies on bid form.