Loading...
HomeMy WebLinkAboutItem #05 Award of Bid #B12-08 Lift Station #3 Replacement Project c enter of Go oC . AGENDA ITEM COVER SHEET Meeting Date: October 16, 2012 Item # 5 Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of Bid #B12 -08 Lift Station #3 Replacement Project (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 Lift Station #3 Replacement (Project). All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by the City of Ocoee. 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 Base Bid to be submitted by a proposed contractor will relocate the liftstation to the Park Area behind the property to allow for easier access to the facility and improve aesthetics for the residents around its current location drainage improvements to minimize flooding and provide quality water treatment for the Prima Vista Subdivision, as depicted on the plans contained in the Bidding Documents. The work includes removal and replacement of a liftstation, force main, concrete sidewalk, man holes, site grading, electrical, and other structures. The work also includes the installation of a SCADA with Telemetry system and radio tower. The bid was publicly advertised on August 12, 2012 and opened on September 18, 2012. There were a total of nine (9) bids received. Bidder Total Base Bid 1. Lapin Septic Tank Service Inc. $183,000.00 2. American Persian Engineers & $195,202.00 Constructors Inc. 3. R.A. Scott Construction co. $207,150.00 4. Central Florida Environmental Corp. $214,866.83 5. L7 Construction Inc. $218,169.00 6. Prime Construction Group Inc. $238,749.00 7. E.O. Koch Construction Co. $268,226.44 8. C &S Technical Resources $293,178.00 9. Crossroads Site Development & $316,603.00 Underground Utilities LLC All bids are available in the Finance Department for review. The Utilities Department and Finance Department reviewed all bids received. It is staffs recommendation that Lapin Septic Tank Service Inc. offered the lowest responsive and responsible bid in terms of qualifications and price. Issue: Award the contract for the construction of the Lift Station #3 Replacement Project to Lapin Septic Tank Service Inc. Recommendations: Staff recommends that the City Commission award Bid #B12-08 Lift Station #3 Replacement Project to Lapin Septic Tank Service Inc. in the amount of $183,000.00 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 5% of the bid amount ($9,150.00) for this project for all change orders. Attachments: 1. Bid Tabulation 2. Lapin Septic Tank Service Bid 3. Invitation to Bid #B12 -08 4. Addendum #1 Financial Impact: Funding for the project was approved in FY 2011/2012 budgets per the following: accounts 407 - 535 -00 -6302 ($229,715.50). Current project cost is based on Cost of Electrical ($4000.00), Material Testing ($2500.00). Contractor Bid ($183,000) and a five percent contingency ($9150.00) for a project total of $198,650.00. To date, the project has incurred expenses in the amount of $7442.50 (Permit, Engineering and Survey Costs), leaving $222,273.00 available. Staff is recommending the construction be funded using $198,650.00 from 407- 535 -00- 6302, leaving $23,623 unspent. Type of Item: (please mark with an `x') Public Hearing For Cleric'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. jff N/A Reviewed by ( ) N/A 2 BID #B12 -08 LIFT STATION #3 REPLACEMENT BID TABULATION 9/18/12 2:00 P.M. BID TAB L7 Construction, Inc. Lapin Service Prime Construction Group, Inc. R. A. Scott Construction Co. Acknowledged Addendum #1 yes yes yes yes Bid Security bid bond bid bond bid bond bid bond License Check active active Required Forams dyes yes DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization /Demobilization and General Requirements 1 $8,000.00 58,000.00 512,350.00 $12,350.00 $24,000.00 524,000.00 $6,200.00 $6,200.00 Indemnification 1 $100.00 $100.00 51,200.00_ 51,200.00 $100.00 $100.00 $100.00 5100.00 Site Coordination for Fence & Shed 1 $2,000.00 $2,000.00 51,500.00 51,500.00 $3,000.00 $3,000.00 53,000.00 $3,000.00 Remove existing Liftstation Wet Well, Valve Vault & Appurtenances 1 512,000.00 $12,000.00 512,500.00 512,500.00 520,000.00 $20,000.00 $16,225.00 $16,225.00 Remove /Abandon Existing Force Main including capping valve 143 $23.00 $3,289.00 $25.00 53,575.00 $8.00 $1,144.00 511.00 51,573.00 Remove Concrete Sidewalk 10 522.00 $220.00 560.00 $600.00 543.00 $430.00 $5.00 $50.00 Saw Cut Existing Pavement 4 $15.00 $60.00 $40.00 $160.00 $300.00 $1,200.00 $25.00 $100.00 Fumish and Install 8 -inch PVC Gravity Main (SDR35) 123 $70.00 $8,610.00 $75.00 $9,225.00 $80.00 $9,840.00 $75.00 $9,225.00 Fumish and Install Station Influent 8 -inch PVC Gravity Main (SDR14) 11 590.00 $990.00 $75.00 $825.00 $110.00 $1,210.00 $82.00 5902.00 Fumish and Install 4' Diameter Sanitary Manhole 1 $7,000.00 $7,000.00 $6,008.00 56,008.00 $6,000.00 $6,000.00 $5,500.00 $5,500.00 Fumish and Install 6' Diameter Receiving Manhole 1 $25,000.00 $25,000.00 57,407.00 57,407.00 $14,000.00 $14,000.00 $12,500.00 $12,500.00 Construction of Lift Station, Valve Vault & Associated Appurtenances Per Plans and Details Sheets 1 $143,000.00 $143,000.00 $111,400.00 5111,400.00 $146,000.00 $146,000.00 $142,400.00 $142,400.00 Fumish and Install 4" Thick Concrete 12.5 $96.00 $1,200.00 $200.00 $2,500.00 574.00 $925.00 $30.00 $375.00 4" FM tie Liftstation to 10" FM 1 $5,000.00 $5,000.00 $3,500.00 53,500.00 $6,000.00 $6,000.00 57,500.00 $7,500.00 Earthwork including Clean Fill 1 $100.00 $100.00 55,050.00 55,050.00 53,100.00 $3,100.00 5500.00 $500.00 Replace Sod Matching Existing (St. Augustine & Bahia) 400 $4.00 $1,600.00 $13.00 $5,200.00 $4.50 $1,800.00 $2.50 $1,000.00 TOTAL $218,169.00 5183,000.00 $238,749.00 $207,150.00 1 3 Bids are listed in alphabetical order. ' License check, submitted forms & references verified only on lowest three firms. ' Highlighted amounts are price discrepancies on bid form. BID #B12 -08 LIFT STATION #3 REPLACEMENT BID TABULATION 9/18112 2:00 P.M. American Persian Engineers & C & S Technical Resources, Central Florida Environmental Crossroads Site Development & BID TAB Constructors, Inc. Inc. Corporation Underground Utilities, LLC. E. O. Koch Construction Co. Acknowledged Addendum #1 yes yes yes yes yes Bid Security bid bond bid bond bid bond bid bond bid bond License Check active Required Forms yes 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 /Demobilization and General Requirements 1 $30,000.00 $30,000.00 $23,562.00 $23,562.00 $24,713.00 $24,713.00 $9,000.00 $9,000.00 $36,288.00 $36,288.00 Indemnification 1 $100.00 $100.00 $1,000.00 $1,000.00 $100.00 $100.00 $10,000.00 $10,000.00 $10.00 $10.00 Site Coordination for Fence & Shed 1 $10,000.00 $10,000.00 $5,000.00 $5,000.00 $5,580.00 $5,580.00 $2,400.00 $2,400.00 $3,696.00 $3,696.00 Remove existing Liftstation Wet Well, Valve Vault & Appurtenances 1 $6,000.00 $6,000.00 $9,600.00 $9,600.00 $4,800.00 $4,800.00 $15,000.00 $15,000.00 $8,960.00 $8,960.00 Remove /Abandon Existing Force Main including capping valve 143 $40.00 $5,720.00 $40.00 $5,720.00 $9.15 $1,308.45 $15.00 $2,145.00 $17.08 $2,442.44 Remove Concrete Sidewalk 10 $40.00 $400.00 $15.00 $150.00 $56.00 $560.00 $20.00 $200.00 $14.00 $140.00 Saw Cut Existing Pavement 4 $10.00 $40.00 $100.00 $400.00 $20.00 $80.00 $50.00 $200.00 $13.50 $54.00 Fumish and Install 8 -inch PVC Gravity Main (SDR35) 123 $19.00 $2,337.00 $200.00 $24,600.00 $34.50 $4,243.50_ $100.00 $12,300.00 $57.13 $7,026.99 Fumish and Install Station Influent 8 -inch PVC Gravity Main (SDR14) 11 $80.00 $880.00 $420.00 $4,620.00 $72.00 $792.00 $200.00 $2,200.00 $213.91 $2,353.01 Furnish and Install 4' Diameter Sanitary Manhole 1 $7,000.00 $7,000.00 $5,830.00 $5,830.00 $3,000.00 $3,000.00 $4,500.00 $4,500.00 $8,512.00 $8,512.00 Fumish and Install 6' Diameter Receiving Manhole 1 $9,000.00 $9,000.00 $6,850.00 $6,850.00 $12,700.00 $12,700.00 $15,000.00 $15,000.00 $16,128.00 $16,128.00 Construction of Lift Station, Valve Vault & Associated Appurtenances Per Plans and Details Sheets 1 $115,000.00 $115,000.00 $188,421.00 $188,421.00 $146,759.00 $146,759.00 $229,808.00 $229,808.00 $170,240.00 $170,240.00 Fumish and Install 4" Thick Concrete 12.5 $50.00 $625.00 $154.00 $1,925.00 $53.75 $671.88 $100.00 $1,250.00 $67.20 $840.00 4" FM tie Liftstation to 10" FM 1 $3,500.00 $3,500.00 $6,500.00 $6,500.00 $5,935.00 $5,935.00 $8,000.00 $8,000.00 $4,816.00 $4,816.00 Earthwork including Clean Fill 1 $3,000.00 $3,000.00 $4,500.00 $4,500.00 $1,064.00 $1,064.00 $3,000.00 $3,000.00 $4,480.00 $4,480.00 Replace Sod Matching Existing (St. Augustine & Bahia) 400 $4.00 $1,600.00 $11.25 $4,500.00 $6.40 $2,560.00 $4.00 $1,600.00 $5.60 $2,240.00 TOTAL $195,202.00 ' $293,178.00 $214,866.83 $316,603.00 $268,226.44 2 Bids are listed in alphabetical order. * License check, submitted forms & references verified only on lowest three firms. " Highlighted amounts are price discrepancies on bid form. SECTION 00020 INVITATION TO BID #B12 -08 LIFTSTATION #3 REPLACEMENT PROJECT 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 September 11, 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, and 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 Base Bid to be submitted by a proposed contractor will relocate the liftstation to the Park Area behind the property to allow for easier access to the facility and improve aesthetics for the residents around its current location drainage improvements to minimize flooding and provide quality water treatment for the Prima Vista Subdivision, as depicted on the plans contained in the Bidding Documents. The work includes removal and replacement of a Liftstation, Force Main, concrete sidewalk, man holes, site grading, electrical, and other structures. The work also includes the installation of a SCADA with Telemetry system and radio tower. All work is to be conducted in accordance with 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 http: / /N\evww.ocoec.org /Departments /Finance /Purchasing /home.htm. 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. 00020 -1 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: None is scheduled at this time Questions shall be submitted in accordance with 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 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. B 12 -08 for Liftstation #3 Replacement Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 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 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 00020 -2 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 August 12, 2012 END OF SECTION 00020 -3 BID FORM LIFTSTATION #3 RELOCATION EST' BID ITEM D UNIT PRICE TOTAL PRICE NO. DESCRIPTION UNIT QTY. (IN NUMBERS) (IN NUMBERS) 9;?;=;', 4 ,,i:, : - ,L.'1 , *E(,:: 2 , .,;iv,V:1 ,, A1F.- - c':!6I'Lg:1:1!::::',rcd.caa:1;:1:72_!:22:42rP:titi;:'4'::3'''' , 0" , l'i!itzii'j:::: , 40.'''''eLet2';'0! GI Mobilization/Demobilization and General Requirements LS 1 1 a 35O . - I , i, G2 Indemnification LS 1 la c_x_ . -- -- 2 - - /Qcf). G3 Site Coordination for Fence & Shed LS 1 / 5 ° -'2-- /5O3. -'— jjiiiiiiiiicatiiiiiiRfsP :,.,..„.,-...„... .........,..,1 ..3T.t...;-; D4 Remove existing Liftstation Wet Well, Valve Vault & Appurtenances LS 1 Q, Sco.°■ / 0 ,Sm !=--- D5 Remove/Abandon Existing Force Main including capping valve LF 143 r? 3575. ff:-. --- D6 Remove Concrete Sidewalk SY 10 t_q 0 Le 00 . .... D7 Saw Cut Existing Pavement LF 4 4 /0 / (.c) o. T,,--- ,, ,n,.7;:11 , 3.iiv,: - i,,,7:1-41 ,, r7eAq -- is,,,F.,3„;,zi,.i,::x(:1w . -':: - Z . ,7,\h.r. ',: :';;Fil',■5' /1V0. ' ' ''' ' " ' I ''' ' ' ''' .. 1''P '''' _.-,a,T..;4;:,..1,ti. EL'i!..j:.:•.4,: i.A.Zilt" U8 Furnish and Install 8-inch PVC Gravity Main (SDR35) LF 123 7 9 )S- U9 Furnish and Install Station Influent 8-inch PVC Gravity Main (SDR14) LF 11 75 ?.s: UI 0 Furnish and Install 4' Diameter Sanitary Manhole EA 1 (i) 00 F(. `2=--' (.0 CO "?- IJ11 Furnish and Install 6' Diameter Receiving Manhole EA 1 i L107 - % - 7 4 40 - 7. U12 Construction of Lift Station, Valve Vault & Associated Appurtenances LS 1 1. 1 ■ i (-103.''-, 1 I I Lic0.■ ___ Per Plans and Details Sheets — - U13 Furnish and Install 4" Thick Concrete SY 12.5 ) CID- °2-- @ 503 eND - .-- _ U 14 4" FM tie Liftstation to 10" FM LS 1 acbo . (_-g- 3 q,''jA'?-.4kE'Pi''-k:',iIgfi=i;:4*":.'%4'eV)17g;'1:''F l'O'IC:' J;Z",'+'; ;;. ■:,' ,,...,.,—..,...., ::., :.,'I. ,;,..--,,,, ..;:,,,,...., 4,0*.'02......il',1 g eV , ::&C',Q' lia a 4 , 1-,fe:1: r A b;rAlio,'4, 64 ;'-' -: 1 2/:6 4 R15 Earthwork including Clean Fill LS 1 ,S 05D . e i - R16 Replace Sod Matching Existing (St Augustine & Bahia) SY 400 i .---' - (--- - 0........, -. ':',a; . ,'-:1'..'-:'JJ" - . 4'.,.''' - : -.. r'7tY''..?''.. '5" . TOTAL 1.1/ 1 3, coo. , LEGEND: EA - Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. Ton Company Name: L .7-p c\1 , S By: ik sk 1\cLA _ ./..ii,44. Bid #B I 00300-5 _ r s� t l k __ -a; '� c . ?:.•.AYi_ .. J. ,'._14 {yr�� -_ _. 1 _ . , - aw �i: -� �` - - -�.. .r+.,�. �;_ r_ -- .__ PROJECT MANUAL BID #B12 -08 Liftstation #3 Replacement �•�e G of Good L, 0 C OER )7= CITY OF OCOEE, FLORIDA September 2012 Prepared b : �� Pre n y , or 6v o Lapin Services 3031 W. 40th Street Orlando, FL 32839-8624 407- 841 -8200 SECTION 00300.0 BID FORM SUBMITTED: Se_94 11 1 a01 a (Date) PROJECT IDENTIFICATION: CITY OF OCOEE Liftstation #3 Replacement Project NAME OF BIDDER: 1- Q.Q, c1 3e. 1 y cv BUSINESS ADDRESS: 3c( W . PHONE NO.:C/40 - ) -$a ()4 CITY,STATE,ZIP: (}� ianc�o t R. 3aK:59 CONTRACTOR'S FEDERAL I.D. NUMBER 5q - 2 O 4,)5 CONTRACTOR'S FLORIDA LICENSE NO.: C Ft I LI S 5C1 1-7 C,U I a Q8L2 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. Dated Sop, t.0 la No. Dated: No. _ Dated 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 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. 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 00300 -2 ADDENDA Any Addenda issued during the bidding or contract period for Liftstation #3 Replacement Project should be attached following this page. 00900 -1 I I Mayor ir G of Good zit,. Commissioners S. Scott Vandergrift '�.� ... 1 _ , . Gary Hood, District 1 Rosemary Wilson, Dietrict 2 Cit Manager CO Rusty Johnson, District 3 Yb Robert Franlc5` Joel Keller, District 4 September 6, 2012 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B12 -08 LIFT STATION #3 REPLACEMENT { This addendum shall modify and become a part of the original bid documents for the Lift Station #3 Replacement project. This addendum consists of twenty -six (26) 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 has been extended from September 11, 2012 to September 18, 2012 at 2:00 p.m. *IMPORTANT: BID DATE CHANGED TO SEPTEMBER 18, 2012 AT 2:00 p.m.* Bid Form: 1. Section 00300 Bid Form Sheet 5 (00300 -5) is hereby replaced and attached. Bidders must use this revised Bid Form. Plan Changes: (Attached, and posted separately on Demandstar) 1. LS 1 & LS 2 have been revised with revisions indicated by "/ \Addendum #1 — 09/06/2012" and cloud noting noted and are attached with Addendum #1. 2. Typical City Details as pertaining to this project have been attached. (Fig 101 -112 of City of Ocoee — Typical City Detail) Specifications Changes: 1. Section 03020 Method of Payment is hereby replaced and attached. Answers to questions received and /or amendments to the bid documents are as follows: Q1. Pumps: Are Flygt the only approved pumps? B12 -08 Liftstation Addendum 1 1 Al. Yes, Flygt only. Q2. Coating wet well and manhole: Is an HDPE liner acceptable for wet well or manhole? Is Sewpercoat acceptable spray on Liner? A2. Green Monster Liner only. Q3. Can existing wet well be converted and rehabbed into a manhole instead of demo and installing a new manhole? A3. No. Q4. Regarding G3 please confirm that the retaining wall to be completely removed is the wall along the sidewalk on the road side of the lift station. A4. Others will handle the removal of the retaining wall. Please note that any description of removing the retaining wall has been removed from Method of Payment Item G3. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q5. Please provide additional detail regarding the plan for the homeowner's shed and fences that are in the right of way. Will they be removed before construction by the homeowner, if it is to be in this scope to remove the fence and shed will the contractor be required to replace them. If the contract does need to remove or replace the shed and fence where should the cost be put for that payment? A5. Fence and Shed are now addressed in revised Item G3. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum, Q6. U10 & Ul l These line items say to "Furnish and Install 4' & 6' Diameter Sanitary Manholes ". (� However, the descriptions suggest installing the manholes but do not say to provide. It further reads the cost of furnished manholes shall not be included in the City Material Cost List. It also states that payments for the cost of the manholes are not with these items. What is the "City Material Cost List "? Will the city be providing these manholes? If the contractor is to provide these manholes, on which line item should the cost be included for payment? A6. Contractor shall furnish the manholes and any reference to city material cost list has been deleted. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q7. U12 this line item title says to Furnish and Install Lift Station, Valve Vault, and Assoc. The description says to provide the items, unless specifically removed. It further reads the costs to furnish most of the materials shall be included in the City Material List, but shall not be included in the payment for this item. What is the City Material Cost List? Will the city be providing the pumps, wet well, valve vault, scada, etc.? If the contractor is to provide the materials, on which line item should the cost be included for payment? A7. All references to the "City Material Cost List" have been removed. Under this Item, the contractor shall provide all as described in the revised Method of Payment Item U12. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q8. Please confirm the quantity for bid item U14 "4" FM tie Liftstation to 10" FM ", is zero. It seems this item is already included in Bid item U12 the Lift Station 03024 -4. 1312 -08 Liftstation #3 Addendum 1 2 A8. Quantity for these items is one (1) paid by Lump Sum. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q9. Please confirm the quantity for bid item U15 "Earthwork including clean fill ", is zero. Earthwork should be included with the lift station and pipe work as there is no significant fill required. A9. Quantity for these items is one (1) paid by Lump Sum. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q10. Please clarify the size and material of the pipe from the Valve vault to the 10" FM tie in, and the 4" emergency connection. Sheet I calls it out as 4" and LS1 calls it out as 6 ". It also appears to jump between PVC and DIP from the details to the site plans. Also clarify that a plug valve is needed before the emergency connection tee/wye? A10. Plans and descriptions have been revised to 4 ". Plan sheets LS1 & LS2 shall be replaced by revised plan sheets attached and included in Addendum 1. QI1. Sheet LS 2 indicates the base plates are to be stainless steel, is this required? A more standard base plate could be significantly cheaper. Al 1. Provide base plate as specified. Q12. There is a note on LS I indicating at the wet tap there should be a 6" plug valve. On sheet LS 2 pump station plan detail it is shown we are to install a 6" plug valve just prior to the wye which leads to the pump out. Are both these plug valves required? Al2. Note 6" plug valves have been changed to 4" on revised plans. Plan sheets LS1 & LS2 shah be replaced by revised plan sheets attached and included in Addendum 1. Q13, Sheet LS 2 and LS 1 indicates the new force main is to be 6" however drawing 1 indicates the force main is 4 ", likewise the hid item U14 indicates 4" — is the force main required to be 4" or 6 "? A13. Plans and descriptions have been revised to show all discharge piping is 4" including fittings and appurtenances. Plan sheets LS 1 & LS2 shall be replaced by revised plan sheets attached and included in Addendum 1. Q14. If the force main is to be 4 ", at what point should it be reduced down from the 6" discharge piping in the wet well? A14. Plans and descriptions have been revised to show all discharge piping is 4" including fittings and appurtenances. Plan sheets LSI & LS2 shall be replaced by revised plan sheets attached and included in addendum 1. Q15. Wrapid seals are shown on the wet well — is it required on the Receiving MH and MH #1? A15. Wrapid Seals are required on both manholes. See manhole detail attached. Q16. Manhole #1 does not have to lined, is that correct? B12 -08 Liftslation 113 Addendum 1 3 A16. Green Monster Lining is not required for Manhole #1. Please reference "27.03.06." in the City's Engineering Standards Manual Q17. On sheet LS 1, it is indicated that the City will provide the water service — is that only up to and including the meter? Or is it to the station "complete "? A17. Complete water service is being provided. Q18. LS 1 and the bid form indicates the piping between the receiving manhole and the wet well is to be 8" SDR 14 — it will not be possible to purchase SDR 14 in green for such a small quantity — can a different rating be used? A18. It is required. If contractor cannot find required SDR 14 piping, the city will provide it from inventory at actual cost, Q19. What costs should we include in Bid Item G -3 Material Purchase Coordination (Specification page #03020 -2 refers to a retaining wall)? A19. Material Purchase Coordination has been replaced with Site Coordination, Fence and Shed are now addressed in revised Item G3. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q20. In the Specification page #03020- 1 through 5, there are references to "materials" shall not be included in City Material Cost List " this means those items shall not be included in our bid, is that correct? Is the owner anticipating direct purchase of these items? A20. All references to the "City Material Cost List" have been removed. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q21. Item U -12, indicates you will supply the precast; however, we should in include the pumps, hatches, controls, SCADA and tower correct? A21. All references to the "City Material Cost List" have been removed. Under this Item, the contractor shall provide all as described in the revised Method of Payment Item U12. Contractor shall refer to replacement Bid Form and Method of Payment as included in this Addendum. Q22. Is there any geotechnical data? A22. No geotechnical work was completed for this project. Q23. Is the depth to groundwater known? A23. No groundwater information is available. { Q24. Page #03020 -2, bid item D -6 indicates the concrete sidewalk removal shall be in SF (or SY) units the bid form indicates LF, please clarify. A24. Item D -6 on bid form has been revised to reflect SY as stated in Method of Payment, B12 -08 Liftstation i3 Addendum 1 4 Q25. The city standards that were provided as a part of this package reference "Typical City Details" as a part of the manual that were not provided. Can you please provide those details if they are to be part of this project. A25, Typical City Details as they pertain to this project are attached in Addendum #1. Q26. For the wetwell linings you have "Green Monster" listed or approved equals. Can you provide other approved equals. A26. Green Monster is the only approved lining, Q27. Please confirm no generator is required as part of this package. A27. No generator is required for this lift station Q28. The city standards reference fencing on all stations, however none is depicted or called out on the drawings. Please confirm if a fence is required. A28. No fencing is required for this lift station. (. •l. •rt, CPPB Purchasing Agent Attachments cc: Charles Smith, Utilities Director B12 -08 Liftstation #3 Addendum 1 5 mm ,-..•.-. , na , . , in , ... ,, .. , . , . , - n- ..w.� n.r- ..u..,w.,n... r -umi.. a ri! i 1 c11 { • t 1 II! !lilt Hilt }1 l 1 IIII ! } 1...1 ,ri+((j III i � ` �� rat l r ! .• I j1 1/ E ! ! f 1 t : }!pi'l / 0 1� � � 'y 1 ,1 1 111 t [ 11+ 1r 1 ,111 1 I 1 l' 1 10 I 1 1t 111 1111 It! r tt t IJ � � 11,111 t l r Ptl ! t ! 1 ) I � 11 ! ti rt i I1 lY 1 ' r 1 1 11 tt 1 I 1 } el 1 ! it . Ii 1 t ! ! 1 11 ll fi 1 1 11 I;ij 11 !! 1 I 1 hi; I1 f�11 ! 1] 11 1 1 r11 i ,1 ! vl , r} 111• 1'11a � 1 1 ll 'tltl�r I , 1 1 111 :11 } 1I 1i 1 1 ] 11 1 t 1 It 1 r1 1,11 !i 1 r r !1 r I' ,111 1 1 0 t if l l • 1 I} 111C I 1l Il 1g 1 1. 1 1 r 1! . 11 ,I.,E l,1 !1[.1! li, ; Ir. 11f1 t.1,lllitrtr ift. ;Jill ] 11 . 1 I llijr!t I 1 II 1E r1 1 1 1 0 I aII l rir , { 11'I 1 1 1 = 11,,1 i 1 ' �.I } t, t 11 1 , 14 4 4 1 1 0 t! 9l fill 1 r ! rt ! 11 r r i 1, r , 1 11 1 r r tl Ir .i } ► �' ! !II4 r* t 1 'Ia l I - �! ,11l•. l } rl! + ll 11� �111 s 1 ul tall Il l rf l ' } I } 1, t } 1 r al ;i YES ! lit 9 1, 11•[11 t , 1( }1t' ilt;;; I !LOH] ;4;1111, 1 1 r r 1 , 1 �l N I l . g, li,l fIE 1 • +11 i ' i t I r 1 r 1111 1 ] 1� 1!1 11 1 i i r0 !tin kir I i i !del t I t S t ri ] n , lE 11 I III . 1 ! 111 ''1 '11Nr 1 1 1 1 P 1 ti l l i' 1 1 r 11 1 Ili ; 1 + }� '� 11f � 1 r 1 1 t{ t1 1 , �i llilli' 11 11 l I l ! t 1 !1 1 1111! l J1l '►.`ill I1�1 I!, l !i 1� It 1 1 , E f l l 1l lrl ill l Il 1 1 1 11 111 , 1 1! i I • 1 l Jl 111 r1 i I 1 11! ! 1111111M 1 11.11 1 l r 1 1• ! 1 ' 11; 1 ! r 1l 1 ,11 1ll I 1, l t f , 1 1 r I +t 111 lr , 1t l llr { } rr 1 - } t 1 1 } ! 1 1 ! 1 1 111 ! a1 Y [1 l• 1 l i ' 1 !+ l , l r'r . _ 1 1 1 J ! r+ r rtl l 1 1 a 1 11 1r aF t 1 i 1 ll 11 1 1 1 1 . 1 I 1 11 r ! l l rl 1. 1 I l t ;l l pr r1 1);:if ' 1 ' 1 r .r 111 11 It l 1 - 1 I 1 11 t 16 4; 41 1 1 i i ;1 a• `[Ill 11 1 � 1 l l J! 1. r 1 r 11 I1 1, il i ll! rill lit1 Idr1iii ,111!.1,,.11 Il Il l 11111'; 1 C C r ii gill/011g t 1 l 11'1'1211T 31[1[! ' f 1 11! , ; ' 11 1 la 11 ! 1111 411 1 1; l i' r 1,1111g111 1l 11111111 11111 1 ,11tl ] 1 Milli i ` 1 111 I 1 1 1 1 1 it Mill 1 r 1 1 1,111 1 I 111,1 l 1 ! , a 1 1 1111 1 I II I l }r 1 41; pi 1 �, 1 { r t t( 11 1 11 1 1 1 r 1 111,1! ' 11 tlrl I tl ! }II:I 1.1I 1 I I I, lit! i•1i1 . L ph ] 1 � X111,1 } ill + ! II: 11j � l I ,f1 I 11 I ll � 1 lit l ll''1 11='' l r l 1 1 t 1 1 1 al 1 ff F1 r ,} l; , l , r l 1 {lr4, 111 1l:11r i1I 1 111 1 111 111 11 1 1111 1 1111111 111 1 II } 1411 I 1I 1 ,!11 l' # 111 II! 11111 t i ll „r ! '11 1 F11 i r 1 It I : 1 11 1 1 , 11,. ,1.11 ,, III.,,• 1l• 111 11111 11! is, 1141 111E a !1 !s t 1 1 1 r Illrr.r ill 11r,t1111 ,11111! .! 11 q t " ; 1` 11 41 1, 111 h h L. 1,J I , i 11[1 ' ^ _ �� r 1 X11 1 1 1 all l 1 1 in g l ;1 all 1 1 l ' ; • ` J � 1 1 _ s 1 .,:'11 ' .. 1l 1 1 1 R , 11 • ' I, 1 �' sy , •�, .l' 0' !` wt- p t} I'' 1 �' i , 6 t ,, l i `r , l .. ,:r.. _ - I . , j,r' 1 411 f1 SFr-- - J l ] pi. z { i 1- II ''� -,, i 1' �,:,px LIa- 31 i 1 1 1 _; __ :-� 1 r " y:. ---I r '- : 1 1: I , _ 9 L. � ti 0 t./ 5 .._,: y _i' f I 11 I . -1 �t ::...: �. H 11 fI J!1II %i ; } 1 ?llr R I s 1 Ia 3 ' 13 IN i D .gl !s ! r I I T 1 11 1 4 t 1 9 t fI i1 l'1�1 1l 11 R'P� 3 3 ''I���'2 1� �1 j ii I If l! r] I " 1 Rt a I II� .l�1 . E ll co,Ler of G10d llpj ...011 �f P(?C�Apt P. t)< A MAY 2010 M 1 1 1IT11 fl riczY LfNt r. . "'"�`'"' -- LI►TSTATIONIIJRELOCATION �, 'O` A" f 62iCALL¢00 AVE. LIFT STATION DETAILS ICI I'� mod« n a I " ° 20' r kg --.... 11 I Iii; (1 i li 1 IIP lg.; , v.. I .1: i 4 4., . ... i 11 il , IPAI 1 4 li,t, .z. . I* 14--iik. 11 L' i f i inn A ii 1 / 4 114 , . ; Iv • t . _,.._3:,. i -.t-_- A g • , r .. 1 pv ( 6 il I N i,I "' P LI ' " Li ' 1 \ le i ii r 1 j 1 iiN PI -..- Rt 124 ii 0 1 MIMI 1 P 5 I Jill , Jr, i hi Al , A pi ' ,- 1 I (4 'ii Z 1 ki 1 • n i $ 1 f I I " (a f I K • .1 1. i , , .. , a I ! \ ' 4 i-1 "- - 'f l :c/ 1 , .. ,E_ q kr:. mm. sirs ■ I 1 I _ ,.._ ;: Iva A i, mal, i ga.■-., 1 ! , tirel'l ------ IT 't. ; IA Il h at.1 A I t i ,, ; .' • row 11 = : 4 1 ii\i,d,,—; ._pr i rial lifb, / 1 tri 1 1 ' j i g 1 c I I 4.. lo _, ii ,,, lei 1 r li i ii q 1 II 'al ' A i i . --.-„ lei! op i— 4 ill I N 1 ' /I i I' 1 ip: [1 1 .541 1 1 ir ir, dill IP sr 1 d 0; °I. 1 a 11 l ii! ; II, C . -. : 1 o po... 6101....mt 1 i i 151 1 1 1 I r. ' 1 I t • r-- )1 i El e i • . 1 ... _ r - — 1 t 4 itr 0 ,.., -. . :.r.:L.,_,/: ....4, 1 i ., , bi - — It ff • 1 i " .-1 4!I , I I I ily erci2s 9s5307,8gYR‘RE7FigliS8RtitY ii ; 1 ill ":'"--n 1111111 1 r. V . ,., i e 1. ozi r■ 'MUIP:PiPli ! ' , P i l i i MPlir j ql \ ' 1 1 1 A 1 1 1 lig1101;; g 11 P 10 i Li 1 ,1 }-,.:". 4 1 1 i"1 1 i { 6 :4: l i m Pl i q1L 3 ;1 5 _ 11,0.011101 i . i li la I kin! Idi i ip — -I N i I 4 5 11 / 1 0 4 4/ 4 114 11; I vl is' Hog iiiiiii i4-iq lid.„ voi i Al ... a lb I a 1 1 L I ° Pi! 0 if I ii t.r•m ..1 . 1 /PIO 11 ! • 't i a 1 1 II li ; • ' q q I 11 __J . I. - of Go - DATI I N.,,C" W thy, OD (fl Or Or.o fl rr„ .„ „ , .-, 1 trriUrir-b Duwamurr .r, - , •,, upTsTATION #3 RELOCATION LIFT STATION DETAILS MAY 2010 i 8 ‘1.0 kol' , - -.', , 624 OALLEG 0 AVE UNSECURED SITE ' i' - N/A CITY OF OCOEE ENGINEERING DETAILS j STANDARD DRAWINGS 1 I DATE: SEPTEMBER 6, 2012 BEDDING AND TRENCHING • TYPE A FIGURE 101 TRENCH WIDTH VARIES FINISHED GRADE Wl SIZE OF PIPE /j� { / /\ / ' SEE NOTE 4 \ / \' l 1�- Lu W COMMON FILL - �'- l— c / \ \ \ \ . ' , ... ,PIPE,O.Q ". j� /�: N I . ' /\�\ / \ \ 12" (TY \/ . `,/ / / ' \/ INITIAL W I- y \\ JV %. :' > , BAC KFILL SELECT COMMON - FILL j\ I .•:_..-, 1 r \ / ! o:t:ii. %!:!: �j HAUNCHING w M BEDDING MATERIAL ►. --� �_ \/ 1�/ ;I4 BEDDING � O .� ... : / . . . : . : -, � \ \ ►. 7:i ° : �����: � � . r : \ \ (SEE NOTES 7 & 8). z s. ,, \x\f,\x\x // /, /� /�\/ — UNDISTURBED EARTH NOTES: 1. INITIAL BACKFILL: SELECT COMMON FILL COMPACTED TO 98% OF THE MAXIMUM DENSITY AS PER AASHTO T -180. 2. TRENCH BACKFILL: COMMON FILL COMPACTED TO 98% OF THE MAXIMUM DENSITY AS PER AASHTO T -180. 3. TYPE A BEDDING MATERIAL SHALL CONFORM TO FOOT NO.57 AGGREGATE. 4. 15" MAX. (12" MIN.) FOR PIPE DIAMETER LESS THAN 24" AND 24" MAX (12" MIN) FOR PIPE DIAMETER 24" AND LARGER. 5. WATER SHALL NOT BE PERMITTED IN THE TRENCH DURING CONSTRUCTION. 6. ALL PIPE TO BE INSTALLED WITH BELL FACING UPSTREAM TO THE DIRECTION OF THE FLOW. 7. BEDDING DEPTH SHALL BE 4" MINIMUM FOR PIPE DIAMETER UP TO 12" AND 6" MINIMUM FOR PIPE DIAMETER 16" AND LARGER. 8. DEPTH FOR REMOVAL OF UNSUITABLE MATERIAL SHALL GOVERN DEPTH OF BEDDING ROCK BELOW THE PIPE. UTILITIES SHALL DETERMINE IN THE FIELD REQUIRED REMOVAL OF i UNSUITABLE MATERIAL TO REACH SUITABLE FOUNDATION. ! 9. FINAL RESTORATION IN IMPROVED AREAS SHALL BE IN COMPLIANCE WITH ALL APPLICABLE REGULATIONS OF GOVERNING AGENCIES. SURFACE RESTORATION WITHIN ORANGE COUNTY RIGHT -OF -WAY SHALL COMPLY WITH REQUIREMENTS OF RAN UTILIZATION I REGULATIONS AND ROAD CONSTRUCTION SPECIFICATIONS. I I i I' CITY OF OCOEE ENGINEERING DETAILS 1 STANDARD DRAWINGS 1 DATE: SEPTEMBER 6, 2012 BEDDING AND TRENCHING - TYPE B FIGURE 102 1 TRENCH WIDTH L VARIES / GRADE W/ SIZE OF PIPE / \ \ \4 .. • . .. 1 •, / \ J N � � � SEE ,NOTE•4 . . . \ / / \ � /, z COMMON FILL ', y / / w 1 / K /\/\ ' I . .' ."...' :. ' l ' . .... • . • .. • ... 4(‘ r , •,\., • ....: ,:..:.• :..: -......f.•:.'\/ , N 12 "(TY* / •. ,/ - ' w �� r INITIAL �; \ / / \. . • . \ \/ BACKFILL O SELECT COMMON- \ / ,� z FILL � � \ -.• • , \�\ ' • •:> HAUNCHING co UNDISTURBED EARTH ` \< '•. - '•: ' (SEE NOTE 3) '/ Y�Y \\ \Y %`\ ` %\ \ NOTES: 1. INITIAL BACKFILL AND HAUNCHING: SELECT COMMON FILL COMPACTED TO 98% OF THE MAXIMUM DENSITY AS PER AASHTO T -180. 2. TRENCH BACKFILL: COMMON FILL COMPACTED TO 98% OF THE MAXIMUM DENSITY AS PER AASHTO T -180. 3. PIPE BEDDING UTILIZING SELECT COMMON FILL OR BEDDING ROCK IN ACCORDANCE , WITH TYPE A BEDDING AND TRENCHING DETAIL MAY BE REQUIRED AS DIRECTED BY ? UTILITIES. 4. 15" MAX. (12" MIN.) FOR PIPE DIAMETER LESS THAN 24" AND 24" MAX (12" MIN) FOR PIPE { DIAMETER 24" AND LARGER. 5. WATER SHALL NOT BE PERMITTED IN THE TRENCH DURING CONSTRUCTION. 6. ALL PIPE TO BE INSTALLED WITH BELL FACING UPSTREAM TO THE DIRECTION OF THE I FLOW. 7. FINAL RESTORATION IN IMPROVED AREAS SHALL BE IN COMPLIANCE WITH ALL r APPLICABLE REGULATIONS OF GOVERNING AGENCIES. SURFACE RESTORATION WITHIN ORANGE COUNTY RIGHT -OF -WAY SHALL COMPLY WITH REQUIREMENTS OF ' RIGHT -OF -WAY UTILIZATION REGULATIONS AND ROAD CONSTRUCTION SPECIFICATIONS. ; 1 i I CITY OF OCOEE ENGINEERING DETAILS 1 I STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 VALVE BOX PAD FIGURE 103 I 24" X 24" SQUARE (ROUND , OPTIONAL) CONCRETE TOP FLUSH LOOP WIRE TYP EACH VALVE BOX , WITH FINISHED VALVE BOX AND, ` GRADE ASPHALT :-- ; p SURFACE VALVE BOX AND LOCKING COVER • , '� �� �� row,. . COVER (SQUARE i• . ! / . :, •• • LOCATING • FOR RECLAIMED �• `� I % / ''' ' �:, ': WIRE WATER) . ••. �J' VALVE BOX / �: +. •.; Q2 AND COVER / ; ".... , . a . . 4 . (TYP) / 6 THICK 3000 PSI (MIN) CONCRETE WITH f 24" • 1 #4 REBAR CONTINUOUS IDENTIFICATION DISC (SEE NOTE 2) (SEE NOTE 1 AND DETAILS BELOW) INSIDE PAVEMENT OUTSIDE PAVEMENT APPROX. 3" LETTERING TO BE MACHINE • OCOEE ENGRAVED WITH 4" TO e„ 6" SIZE CAP. LETTERS RWGV - TYPE OF VALVE WATER I UTILITY L -20 - DIRECTION AND NUMBER OF TURNS 2009 - YEAR 3" MIN IDENTIFICATION DISC 3" MIN I .II_ z EXAMPLE I >j - '5ry i RWGV Z WATER L -20 N THEFT PROOF zoos *) IP ANCHOR PIN DISC TO BE HANGING IN THE BOX DISC TO BE EMBEDDED IN PAD ANCHORED TO THE LOCATING WIRE. OUTSIDE PAVEMENT INSIDE PAVEMENT NOTES: 1. BRONZE (OR STAINLESS STEEL) IDENTIFICATION DISC SHALL BE REQUIRED FOR ALL VALVES, EXCEPT HYDRANT VALVES. 2. IN LIEU OF PRECAST CONCRETE PAD, A 6" THICK X 24" (ROUND OR SQUARE) POURED CONCRETE PAD WITH TWO #4 REBAR AROUND PERIMETER MAY BE USED. j CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 PIPE LOCATING WIRE FIGURE 104 LOCATING WIRE - FINISHED GRADE WO% YX/A \. �/ WATER, ' 71/, �� WASTEWATER, MUST BE SECURED i/� IN 3 LOCATIONS PER i1 OR RECLAIMED MAIN JOINT AS APPROVED BY CITY ff LOCATING WIRE (SEE NOTE 1)� 1 1 NOTES: 1. ALL NON - FERROUS PIPE SHALL REQUIRE INSULATED LOCATING WIRE (10 GAUGE SOLID COPPER) CAPABLE OF DETECTION BY A CABLE LOCATOR AND SHALL BE SECURED TO TOP CENTERLINE OF THE PIPE. 2. LOCATING WIRE SHALL BE CONTINUOUS INSIDE VALVE BOXES AND SHALL EXTEND 12" ABOVE TOP OF COLLAR. 3, WIRE INSULATION SHALL BE COLOR CODED FOR THE TYPE OF PIPE BEING INSTALLED. 4. ALL WIRE CONNECTION ARE TO BE MADE WITH GEL CAPS. CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 GATE VALVE AND BOX FIGURE 105 WATER AND RECLAIMED WATER MAINS SET TOP OF VALVE BOX TO FINISHED GRADE LOOP WIRE (SEE NOTE 4) FINISHED GRADE VALVE BOX PAD SEE FIGURE A112 COMPACTED SELECT COMMON FILL —/" ` ADJUSTABLE SCREW TYPE DUCTILE IRON VALVE BOX U SEE NOTE 2 di� ALIGNMENT RING LOCATING WIRE )I RESILIENT SEAT M. J. GATE VALVE er r we $ 05 WATER MAIN +O:•1r,•1 •I.1 •v • d1 • -1 �f • 1 • �Y - - � T- 4T , i[- ,+[ -��Y �[ ; r - �T - L Y - OR RECLAIMED I - L.0..�..�: .�,0•. i /;. f;, :.�; f: WATER MAIN I 6" FDOT #57 VALVE BOX SHALL REST ON STONE BEDDING ROCK NOT ON VALVE , OR PIPE AND SHALL BE CENTERED ON OPERATING NUT NOTES: 1, PVC PIPE OR DUCTILE IRON PIPE EXTENSIONS SHALL NOT BE USED ON VALVE BOX INSTALLATION. 2, THE VALVE ACTUATING NUT SHALL BE EXTENDED TO BE WITHIN 3' OF FINISHED GRADE. 3. PROVIDE A PLASTIC DEBRIS SHIELD / ALIGNMENT RING WHICH INSTALLS BELOW THE VALVE ACTUATING NUT. THIS SHIELD SHALL CENTER THE RISER PIPE BOX OVER THE ACTUATING NUT AND MINIMIZE INFILTRATION. 4. LOCATING WIRE SHALL BE CONTINUOUS WITH NO SPLICES AND SHALL EXTEND 12" ABOVE TOP OF COLLAR. WIRE SHALL BE COLOR CODED TO MATCH THE UTILITY INSTALLED. 5. FOR NEW CONSTRUCTION, THE VALVE BOX SHALL BE ADJUSTED TO MIDRANGE TO ALLOW FOR FUTURE BOX ADJUSTMENTS. CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 STANDARD MANHOLE FIGURE 106 AND COVER i (2)-410N-PENETRATNG O 0 =. ° N . PICKNOLES• cm 0 cm 0 cm 0 cm n I SEWER n u 0 C. 01=101=10CI 1 ZOittl* US F 227 RI G AND COVER ENITEMMINV ON DUTY 200 420 - 25 3/4 ---I r 4"11111 32 1/2. 24 35 1/2 24 \ ‘ ‘ jIMIMEME=MMEI' . MINIMMEMINEM3 a 7 27 CAST 00 SI AR ST 1211MMURE USE A i immiii immim••••=11) 6, Elm um. .., - VARIES • r -.• SOLD RED MU • ••• • •'; USE ,RFT oN sIR,Ir,1Iz E 1.1.2f 1 CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS I DATE: SEPTEMBER 6, 2012 LARGE MANHOLE FIGURE 107 j AND COVER 1 I 1 DOUBLE COVER HEAVY DUTY I I- 22 1/4 . 1 (4)-NON PENETRATING 1 PICKHOLES I • '42r2-T , 1 COVER 32 1/8 • 1 r i 1/2 . • • . I 8 s I 01:1Cf01:11:11:1DO • • • OL301:101:113. • , DOUBLE COVER 32 1/8 36 1/2 .immislisseri■ssizsismr 32 1/8 Am. 1 1 . i 4 1/2 34 - 1 I - 7 - RING -.• 41 1/2 USF - 1300 RING (LARGE) RING USF - 230 RING (LARGE) agagiogiovg . USF • RING AND COVER I WI li L A I C AA D 285 470 AA Dt , I ., 285 595 i I i / A t■ ... 1111111m1.11.11111111 1■• 1 : NNE ... I , ■Iii .... •. ,. 2 to 4 ROWS OF SOLID .:..: , ',. '.: •''.•' RED VICL BRICK .....: .:: • .. '.' .:'''...!..1•• .:'' .,, 1 latiM ina : 7.‘: ' 85T ON STRUCTURF ..: ...... ' 0%,■•:' ILSE ,...,.. . i., 0 . ::,' i'• ' , •,,. ;:f CAST ON TOP SAN , - . • . USE , I,. 0 .d.•, .. .: • .. , ' •••1 CONCRETE CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 TYPICAL VALVE BOX COVER FIGURE 108 O 000 00000000000 O 000000000DOD00 O 00 000000000000 O 0000E3000000000 ❑ ❑ ❑ ❑ r r- 1 r-). n1 r ❑ ❑ ❑ ❑ O 000 ❑ 0 ❑ ❑ ❑ 000 RECLAIMED 0000 O 000 1000 0000===00000 TYPICAL LOCKING 000000000 000000 BOLT O 0000000000000• O 00000000000❑•• O 00000000000■•❑ O 00000000000K ED — - nnnnnnnnnnnnnnrl .❑❑❑DD• . • ❑ ❑OD❑❑❑❑L • ❑ D 0 0 0 ❑ ❑ ❑ ❑ ❑ L RECLAIMED WATER ❑❑❑❑❑❑❑❑❑❑❑• 0000000000000 • 000 ❑ ❑ D ► D o n SEWER ODD 1000 00 , 000000❑0❑0❑0 • 0000000000 • 00000001010 ■ •0DDD• . -. ■ ■ • O D O O D O O D • 00000001200 Do D❑o❑0DO❑nano WASTEWATER i ❑❑❑❑❑❑ ❑00000 1 E ❑ ❑ ❑D 1000 WATER 00 DE I ❑ ❑ ❑ ■ . ■ ■ ■ .0001 00000001200D❑ • 0000000000 ■ ■000❑❑❑ ■ ■o • 00000 ■ • - r ■ • • - i POTABLE WATER I � I CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 TYPICAL VALVE BOX FIGURE 109 COVER MARKED 24 "X24" SQUARE BY "RECLAIMED WATER" 6" THICK CAST -IN -PLACE " PAINTED PURPLE CONC. COLLAR WITH #4 OR RE -BAR RING AT CENTER WATER PAINTED BLUE 6 -114" 9 -1/8" SQ. co — • COVER - M 10 -318" 1 MINE - ter- 8" --A - 10-1/4" BOTTOM SECTION TOP SECTION NOTES: 1. POTABLE WATER AND RECLAIMED WATER MAIN VALVE BOX AND COVER SHALL BE ADJUSTABLE SCREW TYPE. 1 CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 PRECAST CONCRETE MANHOLE FIGURE 110 MANHOLE FRAME & COVER (SEE SET COVERS FLUSH IN STANDARD DETAIL FIG. 106) PAVED AREAS • FRAMES BEDDED IN MORTAR 1' -6" MIN 2 COURSES OF BRICK (MIN) 3' -0" MAX 8" 4 COURSES (MAX) OR MIN 5" TO WRAPID SEAL (TYP. ---h MAX 10" HDPE ADJUSTING RING EVERY JOINT) l 11 4' -0" MIN 5" MIN LINING (SEE ENG. • STANDARDS MANUAL 27.03.06) 0.8D (EFFLUENT PIPE DIAMETER) BENCHING PER 12" MINA I VAI CONCRETE WITH ADMIX SPECIFICATIONS , .? � � �� ', 1 6" t �'+ ? M I N 8" MIN g „ •Y �T • • • � wY �T �T �Y -- g " FDOT # 57 STONE 2" MIN INSIDE WALL OUTSIDE WALL PRE - PRIMED JOINT SURFACES PRE - PRIMED JOINT SURFACES PRE - MOLDED PLASTIC JOINT SEALER, APPLIED TO BOTH WRAPID SEAL LIPS (EVERY JOINT) COMPLETED JOINT WITH SQUEEZE -OUT, MIN 3" SQUEEZE -OUT INTERIOR AND EXTERIOR NOTES: 1. DROP CONNECTIONS ARE REQUIRED WHENEVER INVERT OF INFLUENT SEWER IS 24" OR MORE ABOVE THE INVERT OF THE MANHOLE. SEE MANHOLE CONNECTION DETAIL. 2. ECCENTRIC CONE DESIGN MAY BE USED FOR CONFLICT RESOLUTION WITH OCU APPROVAL. 3. A FLOW CHANNEL SHALL BE CONSTRUCTED INSIDE MANHOLE TO DIRECT INFLUENT INTO FLOW STREAM. 4. LIFT HOLES THROUGH STRUCTURE ARE NOT PERMITTED. 1 5. HDPE ADJUSTING RINGS MAY BE SUBSTITUTED FOR BRICK RISERS. 6. SECTION HEIGHTS VARY AS REQUIRED, AND AS AVAILABLE, FROM APPROVED MANUFACTURERS. CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 LIFTSTATION RECEIVING MANHOLE FIGURE 111 SET COVERS FLUSH IN MANHOLE FRAME & COVER (SEE PAVED AREAS STANDARD DETAIL FIG. 107) FRAMES BEDDED IN MORTAR .. \� ..�s; >, :.:<►�/ \fir` 2 COURSES OF BRICK (MIN) 4 COURSES (MAX) OR MIN 5" TO $ 1' -6" MIN MAX 10" HDPE ADJUSTING RING �'� s 3' -0" MAX WRAP1D SEAL (TYP. - EVERY JOINT) 6' -0" MIN 5" MIN GREEN MONSTER LINING 0.8D (EFFLUENT PIPE DIAMETER) BENCHING PER 12" IN K '' ' '' t . CONCRETE WITH ADMIX SPECIFICATIONS 11� l �� ' 6 " '` MIN 8" MIN g„ 47W/0114.2Z4526. 9U T --1 9 "[--- 9 »4--- 9� FOOT # 57 STONE 2" MIN INSIDE WALL OUTSIDE WALL L PRE - PRIMED JOINT SURFACES PRE - PRIMED JOINT SURFACES PRE - MOLDED PLASTIC JOINT SEALER, APPLIED TO BOTH LIPS COMPLETED JOINT WITH SQUEEZE -OUT, MIN j" SQUEEZE -OUT INTERIOR AND EXTERIOR NOTES: 1. DROP CONNECTIONS ARE REQUIRED WHENEVER INVERT OF INFLUENT SEWER IS 24" OR MORE ABOVE THE INVERT OF THE MANHOLE. SEE MANHOLE CONNECTION DETAIL. 2. ECCENTRIC CONE DESIGN MAY BE USED FOR CONFLICT RESOLUTION WITH OCU APPROVAL. 3. A FLOW CHANNEL SHALL BE CONSTRUCTED INSIDE MANHOLE TO DIRECT INFLUENT INTO FLOW STREAM. 4. LIFT HOLES THROUGH STRUCTURE ARE NOT PERMITTED. 5. HDPE ADJUSTING RINGS MAY BE SUBSTITUTED FOR BRICK RISERS. 6. SECTION HEIGHTS VARY AS REQUIRED, AND AS AVAILABLE, FROM APPROVED MANUFACTURERS. CITY OF OCOEE ENGINEERING DETAILS STANDARD DRAWINGS DATE: SEPTEMBER 6, 2012 GRAVITY MANHOLE CONNECTION FIGURE 112 Z TEE PRECAST MANHOLE WALL -I ME 2 INFLUENT SEWER i PVC PLUG WITH TOP HALF i S (SEE NOTE 2) AREA OPEN CONCRETE ENCASEMENT ,1 OF VERTICAL PIPE INLET CONNECTION AT INVERT DROP PIPE . 1 (SEE NOTE 1) H • • 90° BEND • A . ' ••• • . •• . • GRAVITY OUTSIDE DROP CONNECTION (NEW MANHOLE) ns� I ,MI a , #4 90° HOOK AT 8" O.C.E.W. Y . GRAVITY OUTSIDE DROP CONNECTION (EXISTING MANHOLE) STAINLESS STEEL BAND PRECAST PRECAST MANHOLE STAINLESS STEEL PIPE CLAMP MANHOLE WALL WALL 'M PVC I CAST IN -PLACE - SEAL PVC ' RESILIENT CONNECTOR • • • . r' • 4 NEW AND EXISTING MANHOLES NEW MANHOLES ONLY STANDARD CONNECTION NOTES: 1. DROP PIPE AND FITTINGS SHALL BE OF EQUAL SIZE AND MATERIAL AS THE INFLUENT SEWER. 2. AN OUTSIDE DROP CONNECTION SHALL BE REQUIRED FOR ALL INFLUENT LINES WHICH HAVE AN INVERT 2' OR MORE ABOVE THE MANHOLE INVERT. 3. CONTRACTOR TO COORDINATE THE PRESENCE OF UTILITIES INSPECTOR DURING CORING AND CONNECTIONS TO EXISTING MANHOLES. Section 03020 Specific Description of Method of Payment for Pay Items (Unless otherwise specifccally noted all items shall include necessary material, equipment, supervision, labor disposal of unsuitable material......} BID ITEM NO. ..DESCRIPTION General Items Gi Bid Item No. G1: Mobilization / Demobilization and General Requirements Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations. The cost of bonds, required insurance, pennants and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. In addition, payment for Surveying, Maintenance of Traffic and General Construction Requirements, unless stated under separate bid items, shall be included under this bid item and shall Include the CONTRACTOR's overhead costs related specifically to this Contract. Demobilization shall be the work of removing temporary facilities from the site. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this hid item. Work under this item shall include all work to obtain required permitting for this project. Fees to be paid by City for required permits. Payment for item G1 shall be paid as Lump Sum. G2 Bid Item No. G2 Indemnification Payment for item G2 shall be paid as Lump Sum. Bid #B 03020.1 G3 Bid Item No. G3: Site Coordination Contractor shall Remove, Restore Replace Existing Fence. Contractor shall relocate shed from easement to the location specified by the owner on the owner's property. If diligently using due caution and care in the relocation of the shed, the Contractor shall not be liable for any damages that may occur as a result of relocation of shed. Relocation of shed will only include set down. ft does not include foundation or laydown preparation. Payment for Item G3 shall be Lump Sum. Demolition Items D4 Bid Item No. D4: Demolition and disposal of existing Liftstation, Valve Vault & Associated Appurtenances Contractor shall remove and dispose existing liftstation, valve vault and associated appurtenances, such as but not limited to wiring, control panel, pumps, fittings and piping. All mechanical and electrical equipment will remain the property of the City and contractor shall coordinate with the City their removal by the City. Payment for Item DS shall be Lump Sum. D5 Bid Item No. D5: Removal of Existing Force Main including Capping Valve Contractor shall remove existing water mains will be made at the Contract Unit Price per linear foot (LF) and shall be full compensation for furnishing all plant, labor, materials, and equipment that is necessary to drain, remove all pipe, as specified and shown on the Drawings. Work shall include the removal of forcemain from existing valve at 10" forcemain, capping existing valve with blind flange and abandonment of valve by removing valve box. Payment for this Item shall be based on Linear Feet of measure main removed with abandon valve and removal of existing valve box as incidental. Payment for Item D4 shall be measured Linear Feet. D6 Bid Item No. D6: Remove Concrete Sidewalk Contractor shall remove dispose of existing concrete sidewalk as directed in the field and /or by plans. Thickness of remove sidewalk for this item shall be 6" or less and shall include any saw cutting. and disposal required to install the sanitary manhole and new Force Main will be made at the Contract unit price per square feet (SF) and shall include all labor, materials, and equipment required to completely remove the concrete sidewalk. Bid #B 03020 -2 Payment for Item D6 shall be measure Square Yards of concrete. D7 Bid Item No. D7: Saw Cut Existing Pavement. Contractor shall saw cutting pavement which shall include all labor, materials, and equipment required to saw cut the manhole and completely remove the material. Payment for Item D7 shall be measured Linear Feet Utility Items US Bid Item No. U8: Furnish and Install 8A PVC Gravity Main Contractor shall provide and install 8" PVC (SDR3S) force main as directed on plans. Payment for Item U8 shall be measured for inside wall of structure to inside wall of structure in Linear Feet. U9 Bid Item No. U9: Furnish and Install Station Influent 8" PVC Gravity Main Contractor shall provide and install 8" PVC (SDR14) force main as directed on plans. Payment for Item U9 shalt be measured for inside wall of structure to inside wall of structure In Linear Feet. U10 Bid Item No. U10: Furnish and Install 4' Diameter Sanitary Manhole Contractor shall furnish and install 4' Diameter Sanitary Manhole per the location and depth in accordance with the Contract Plan and Detail Sheets. Payment for item U10 shall be Each. U11 Bid Item No. U11: Furnish and Install 6' Diameter Receiving Sanitary Manhole including Coating System Contractor shall furnish and install 6' Diameter Sanitary Manhole per the location and depth in accordance with the Contract Plan and Detail Sheets including coating system. Payment for item U11 shall be Each. Bid #B 03020 -3 U12 Bid Item No. U12: Furnish and Install Liftstation, Valve Vault and Associated Appurtenances per Plans and Detail Sheet Contractor shall provide and install liftstation, valve vault, pumps, electrical control and panels, SCADA system including antenna, fitting, associated appurtenances and minor material per the contract plan and detail sheet. Also included shall be all discharge piping from station and up to but not including the tie -into 10" forcemain. Also all by -pass pumping connections and valves shall be included in this pay item. Payment for Item U12 shall be Lump Sum U13 Bid Item No. U13: Furnish and Install 4" Thick Concrete Contractor shall provide and install 4" thick concrete. Work shall include but not be limited to excavation, forming, placement and curing of the concrete Payment for Item U13 shall be measure Square Yard. U14 Bid Item No. U14: 4" to 10" Tie - in of Proposed Forcemain to Existing 10" F.M Contractor shall connect new 4" forcemain to existing forcemain by providing and installing tapping saddle, tapping main including tapping valve with actuator laid and 4" ball valve including valve vault. Payment for Item U14 shall be Lump Sum. Bid #B 03020 -4 Restoration Items R1S Bid Item No. R15: Earthwork Including Clean Fill All grading, backfilling and compaction a required and specified including any clean fill. That may be required. This shall include any deposition and or disposal of unsuitable material. Contractor's liability for clean fill shall not exceed 80 cubic yards (truck count) of clean fill. Payment for Item R2 shall be measure Lump Sum. R16 Bid Item No. R16: Replace Sod Matching Existing (St. Augustine & Bahia) Furnish and install replacement sodding as per existing type and amounts .Limited to the necessary and required disturbance of existing sodding and grading by this project. Payment for Item R3 shall be measure Square Yard. LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. Ton Company Name: 1 - - 0\ , & By . t�.\m r ‘5 ‘13.41. ._ Bid #B 03020 -5 THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK Bid #B 03020-6 • 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.) Bid #B 00300 -10 C. Lamson Vylon HDPE Stiffeners A. JDM Gate Valves A. Clow B. Mueller C. U.S. Pipe D. Waterous E. American Darling F. M &H G. ITT Kennedy PVC Pipe A. CertainTeed B. Can -Tex C. North Star D. J -M E. Capco F. H &W Industries Valve Boxes A. Tyler Valve Pads A. Sigma Valve Markers A. Wagco Service Connections . A. Mueller Meter Valves/ Corporation Valves A. Mueller Polyethylene Pipe A. EndoCore Trace Wire A. Kris -Tech Bid #B 00300 -9 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION 41G4 n Sop-Vic Tao sofv cps _ noroc. By Cr(-'t phvf- . tamer. . • (Authorized Signature) (Corporate Seal) Attest L \. - (Secretary) Business address: Lapin Services 3031 W. 40th Street Orlando, FL 32839 -8624 Phone No.: 407- 841-8200 Corporation President: eCN\ t to Florida License No.: CFG j Q&'S9'-1 f (uC. iQQ to Bid #13 00300 -1 Strike out (X) non - applicable signature block and complete applicable block. LL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED B • OW THEIR SIGNAT b' S) If Bidder is: A JOINT VENT By (Na ' e) (Address) By (Nam - (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.: Bid #B 00300 -13 12. List the following in connection — 1 C:10� with the Surety which is providing the Bid Bond: P Surety's Name: O l A f`e.+ r eY1"1CA% Surety's Address: Lea O 1.). Lek (more.. Rd. ; .le }OD ira14-I0tra , Ft - 3a - 16 - 1 Name and address of Surety's resident agent for service of process in Florida: }Pc-A-t-kr'1c1/4_ L s k u3h - fir - EL,c filer h r v i - revri i(l ((c" V a aie0 f'14 ( C I\a r14 F0 i - l(.Sg' Bid #B 00300 -14 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CER'T'IFY that a meeting of the Board of Directors of Lapin 512p--\ c. Tank Re,(,/,‘ OR I MC. D8A L \Sonli(05 , a corporation under (Contractor's Corporate Name) i� '� the laws of the State of , eld on the Q day of SQpiiemhQ ( 201d'8, the following resolution s duly passed . n • .dopted: "RESOLVED, that mgr // �� C.hrvs 0 1 hAJt1 (sign /ire of indivii0 (typed name of individual) as ('cn - e 'r rr Manor( 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 PROJECT: LIFTSTATION #3 REPLACEMENT between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this I day of cr‘bb V , 20 S I X.. (CORPORATE SEAL) A (Corporate Secretary) STATE OF CITY OF 0(21-4 p c� au(a. The forego g instrument was acknowledged before me this )7 day of ' Jr.", 1 , Z998 by )CcfiV S PzN (name of officer or agent, title of officer or agent), of 2, /=}PzIV (name of corporation acknowledging), a ! . _—(sta ce of incorporation) corporation, on behalf of the corporation. He /S - ' ersonally known or has produced identification (type of i • en r 'i • • as 1 • entification and did/ rd take an oath. ? �� "Y P,'�., Wary ANNE DAVIS (Notary Public) Public - State of Florida ;' My Comm. Expires May 9, 2015 My Commission Expires: _ Commission # EE 91542 END OF SECTION Bid #B 00300 -15 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), 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, WORK TO BE CONTACT PERFORMED (TRADE) ESTIMATED ADDRESS, PHONE OR COMMODITY TO DOLLAR NUMBER BE SUPPLIED AMOUNT t F Pk 1m95 -r u�ern -�yao a isa rAl44.1 1,37S.00 ap2p lcs F�., - tom - ml.�ra L;nin -P.- is- s- [ca31S lothAd ay4 B9P4s rna.. wy - CtmGC1� LArlw -[PL. r OS i IA,I+t 3 atrG 54reQrl14r 14 Mnf1VICAQ 1 1nI 3SOW 67 -io(L Is Wv fZ 3� . Ch i'" Jr yo0 24 r a -!f 4 It %A - a. i � - i s�c� -4 ,41.01' i n a k 4o7 - drn S Trr!► chShorinrrro• `ti✓r -endr. 'Plats Mgt `f }woe. Rd. ©_l FL r S t�,��1 �' a Li co `b .10- 7040 6 We,. Gto.., .s. iQaSSixrn 1?ocics 610d wttlb. Ft. ,349, 3r-1 - Sft_ Ctck NSAe rn 7 Tuclor eiad rie con/+ec1jc4 -Ike y0o, no s 119.04( 05 END OF SECTION • 00301 -A -1 SECTION 00301 QUESTIONNAIRE DATE: q ._ la- ao("1 PROJECT IDENTIFICATION: City of Ocoee • Liflstation #3 Replacement Project NAME OF BIDDER: Lap S e c o , C Q BUSINESS ADDRESS: :3o?) 1 . Oy - Le( nck ft 3 a$- A Telephone No.:(I(.5 Su I - CONTRACTOR'S FLORIDA LICENSE NO. CJUc. I 3 ut_ aCt CSC, I ,5qL1 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? (05 dears 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? _• ‘e • L. y• dud 3. Have you ever failed to complete work awarded to you? If so, where and why? RI 4. Name three (3) municipalities for which you have perfonned work and to which you refer: 0 rcrq.. C n �n �y — Pa Ca (XcAsolc, Ccaarck-q 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? -QS, Aer • lc-- 4- erasion 0L ) Truk' 1C- • a a • ' • I L 1 ..—•! • 1 1K . t l C\ ,gross • 00301 -1 6. Will you Subcontract any part of this Work? If so, describe which portions: g`f pa P &mp ; JLYA 4-crd n 7. What equipment do you own that is available for the Work? T xc cry T ruc -s C rr (t Truck 8. What equipment will you purchase for the Work? 9. What equipment will you rent for the Work? Tro�c� , ( tC� - - refripacAwS, !finch .13i))( 10. State the true and exact, correct, and complete name under which you do business. Bidder ;ic Ser'tcse.:IkQ'. 'pBA L.APIt..) CEF.1/1ek END OF SECTION 00301 -2 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF, SY) (Quantity) Cost Cost A TRENCH BOX 8' TALL X 14' LONG 2 $ 2,400.00 4,800.00 Ii 12' SPREADERS 4 PLATES FOR END 5 X 8 4 C ;LOSURE $ $ D $ $ TOTAL $ 4,800.00 BIDDER: • ;t • _► s SIGNED: /r, ��1� BY: 1, (Print or . e : i . e) TITLE: ( (111uCkl ) (GMT' ►r DATE: o a 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 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 (I), 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 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: : p • S 7 L e Signed: 4/5 By: a • all (Print or Type Title: C(1s--11�lC i:,C- nGCyf Date: q END OF SECTION 00303 -2 SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF - -- o Pt ) COUNTY OF 012411-Air ' ) : /e - '57?) H.. �,p , being first duly swore deposes and says: • i ;� l:i h'i: .chi • . �--'� -'�-� t ig is "the ;Y- f ;. gzeip turAjP -L 7 I7' ''e.e C►'(e e M 0162A-.0 ? rt (Owner, Partner, Office, Representative or Agent) of ` triad /° 7 ' , 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 terest, including this affidavit. By: �✓ (//...,410 - Title: • I j - 00480 -1 Sworn and subscribed to before me this loZ 1/ 2 day of , 20t#S, in the State of _ F- DpL=OR" , City of >g-it/A( Notary Public My Commission Expires: 61 "'Y' ," KELLY ANNE DAVIS 0 END OF SECTION � �i • = N otary Public - Stele of Florida • a My Comm. Expires May 9, 2015 • eti S Commission • EE 91542 • 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that be 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, in 18 U.S.C. 1001. Date Be p\Q/-412vr lk , 2010 JI j I IrA • By: he .11 C Mivv,ckt C O . (Title) Official Address (including Zip Code): Lapin Services 3031 W. 40th Street Orlando, FL 32839 - 8624 4U/ - 841 -8200 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 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. S 1. This sworn statement is submitted to City of Ocoee, Florida by 6y @hr;s4np■Aar P1hA e_�, \ manac2✓ (Print individual's Name & Title) whose business address is 3x31 LAD . Llo . Orlando Ft 3(8 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. 1 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 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 tl 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 CO y. T IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, F. ORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE P FORMATION CO • AINED IN THIS FORM. 1 9 (Signa Date: i /7 ... ►(/, 00482 -2 Lapin SQ rJic9S j Name of Bidder (Contractor) STATE OF 0�c� I��,�, �c.'`"� R' COUNTY OF Cl +lam t ivf PERSONALLY APPEARED BEFORE ME, the undersigned authority, empa ri)pitE(2._ R who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this 1 ? day of etrhi ( , 201)- - •• - ♦ , Notary Public ' Y Py k KELLY ANNE DAVIS I My Commission Expires: ,1 ? ��4�p +� � , Notary Public - Stets of Florida I y , & � r � , My Comm. Expires May 9, 2015 4 •.1%Ziat•• Commission N EE 91642 I END OF SECTION 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 ( /1r rn ave/ participated in a previous contract or subcontract subject to the qual Opportunity Clause and (2) if I have participated in a previous con tract or subcontract subject to the Equal Opportunity Clause, I 42,fri1 ave/ have no filed with the Joint Reporting Committee, the Director of the Office of Federal Con Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier constructio.. bcontracts with a price exceeding 510,000. I also agree that I will retain such certifications in ,miles. Date Q. I1/9)0 , 20 ;2 . By: ( i:/4 of Aut• orize • fficial) LoteiC1 S ' - Trn 1•(r/i(Q$ h & (Name of Prospective Construction Contractor or Subcontractor) 3031 1/1 40 +r, . Orlcrylcc Q 8 S`'3q (Address of Prospective Construction Contractor or Subcontractor) 1 46}agI 'Ba M S9- Q8(o18'5 (Telephone Number) (Employer Identification Number) END OF SECTION 00483 -1 Executed in 2 Counterparts SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Lapin Septic Tank _ Service, inc. , as Principal, and Merchants Bonding Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ � 160 . =' Niles TI -jo AA) (Ne KINQQED Fsc-ry DoLLR N Q ceI)I (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 18th day of September , 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 Lifstation #3 Replacement Proiect. 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. 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 undcr 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. r 'dual's Signature) ( (Witness (2) (Individual's Signature) (Witness) doing business as (SEAL) (Bus' Address) elephone No.) (Florida License No.) _ 00410 -3 If Bidder is PARTNERSHIP, complete this signature block. ( ership Name) (Winless) (2) (General Partner's Signa b (Witness) (General Partner's Name) (SEAL) (Busi Address) elephone No.) (Florida License No.) _ 00410 -4 • If Bidder is CORPORATION, complete this signature block. orP Lcy►n 3e Co iar)1C SQ{ vials 1 (0 . : !r. rporation Name) (Witness) Roc id ix ( Cl> (State of Incorporation) (Witness) By: Chcthb9Voc AlkvAi (Name of Person Authorized to Sign - See Note 1) (SEAL) Mane( cy r ' (Title, t: (Autho q Signature De(VliS L --apin (Corporation President) 3aN W. L-104. EA- Orionck a 3.)&3q (Business Address) CU.C. I aa302810 yQW % ii �rQ (i) C.FCI UrS (Telephone No.) (Florida License No.) Lapin Services 3031 W. 40th Street Orlando, FL. ,32839-8624 407-841.8200 • 00410 -5 • I SURETY I -, Witness: (If agency is not a Corporation) Merchants Bonding Company (Surety Business Name) (1) (Witness) 2100 Fleur Drive Des Moines, IA 50321 -1158 (Principal Place of Business) (2) _ By. 6 (Witness) (Surety Agent's Signature - See Note 2) Attest: Agency is a Corp ra Teresa L. Durham (Surety Agent's Name) (Corporate Secretary Signature) Attorney -in -Fact and Florida Licensed Resident Agent Susan L. Reich (Surety Agent's Title) (Corporate Secretary Name) Florida Surety Bonds, Inc. (Business Name of Local Agent for Surety) (Corporate Seal) 620 N. Wymore Road, Suite 200 Maitland, FL 32751 (Business Address) (407) 786 -7770 N/A (Telephone No.) (Bond No.) _ NOTES: (I) 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-FactTM. (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 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF FLORIDA ) COUNTY OR CITY OF ORANGE COUNTY ) Before me, a Notary Public, personally came Teresa L. Durham known to me, and known to be the Attorney -in -Fact of Merchants Bonding Company , a Iowa Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Merchants Bonding Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) Merchants and that the execution of the attached bond is the free act and deed of Bonding Company (Surety Company) Given under my hand and seal this 18th day of September , 2094.2012. Notary Public State Florida ' d Gloria A Richards •r My C e om s 1m111iss5!2016 lon EE121Y51 (Notary Public) Gloria A. Richards My Commission Expires November 15, 2015 END OF SECTION 00410-7 THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK 00410 -8 MERCHANT \ BONDING COMPANY. POWER OF ATTORNEY Know AM Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Jeffrey W. Reich, Susan L. Reich, Teresa L. Durham, Kim E. Niv, Leslie M. Donahue, Patricia L. Slaughter, Don Bramlage, Gloria A. Richards, Lisa Roseland, Cheryl Foley of Maitland and State of Florida their true and lawful Attorney -In -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations In the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as If such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -In -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognlzances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 12th day of January , 2012 . 4.; tO . , . , . �Q p • . • .1 MERCHANTS BONDING COMPANY (MUTUAL) ti g • . �OR4 cft • y • C • CIO" y� MERCHANTS NATIONAL BONDING, INC. u ti 2003 • n� • y' 1933 • ti t By 7:7/4_, STATE Y OF IOWA " ..... '• • ...... • President COUNTY OF POLK as, On this 12th day of January 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he Is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument Is the Corporate Seals of the Companies; and that the said instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed ray Official Seal at the City of Des Moines, Iowa, the day and year first above written, MARANDA GREENWALT 4 >+ b I Commission Number 770312 My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, Wiliam Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies. which Is still In full force and effect and has not been amended or revoked: In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 10th day of September . 2012 f•,. ,NIIN.Np� �• ••.... ol 110144i • Cafe. f 2 /.1. 2 Z t _ p " i �', a : �• Secretary ud 2003 ? ;:t 1933 • %• • POA 0014 (11/11) '• ";i '......." ;;!r . tr L � ' •.... LAPIN -1 OP ID: NS A.C"CP RICE CERTIFICATE OF LIABILITY INSURANCE DATE 09/12 DIYYYYB 9r1zr12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 407- 644 -8689 NOT Cooper, Simms, Nelson & Mosley PH ONE FAX 271 West Canton Avenue 407 - 644 -9934 (ar No ExU; I (AIC, No): P.O. Box 1480 E-MAIL Winter Park, FL 32790 -1480 ADDRESS: James R. Havron, Jr. INSURERS) AFFORDING COVERAGE NAIC N INSURER A !Westfield Insurance Company 24112 INSURED Lapin Septic Tank Service Inc. WSURERR:Zenith Insurance Company DBA Lapin Services INSURER C: 3031 W. 40th Street Orlando, FL 32839 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL. SUER POLICY EFF POLICY EXP LIMITS LTR !NSA WYE! MIDDIYY POLICY NUMBER IMYY1 IMMIOD,YYYYI GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY X X CMM3896154 06130/12 06/30113 DAMAGE r0 RENTED PREM(SES(Es s 150,000 CLAIMS -MADE ( OCCUR MED EJ(P (Anyone person) S 10,000 PERSONAL & ADV INJURY _ S 1,000,000 • • GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG S 2,000,000 7 1 POLICY 1 1 5 n LOC AUTOMOBILE LIABILITY ( COMBINED SINGLE LIMB 3 1,000,000 A X ANY AUTO CMM3896154 06/30112 06/30/13 BODILY INJURY (Par person) $ — ALL OWNED — SCHEDULED BODILY INJURY (Per accident) $ AUTOS MITOS X HIRED EDAUTOS X ON TO -OWNED PROPERTY DAMAGE $ AUS (Per accident) s UMBRELLA LIAB OCCUR EACH OCCURRENCE S __ EXCESS LIAB CLAIMS -MADE X AGGREGATE DEO I I RETENTIONS S WORKERS COMPENSATION X I TORY UNITS, I T AND EMPLOYERS' LIABILITY B ANY PROPRIETORIPARTNERIEXECUTIVE Y, N X Z070772601 06/30/12 06/30/13 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NI A (Mandatory le NH) E,L. DISEASE - EA EMPLOYEE S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE • POLICY LIMIT $ 1,000,000 — DESCRIPTION OP OPERATIONS I LOCATIONS, VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) City of Ocoee is included as additional insured on the general liability s umbrella liability. Workers Compensaton Employers Liability & General Liability included a Waiver of Subrogation in favor of the City of Ocoee. CERTIFICATE HOLDER CANCELLATION OCOEE -1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ocoee THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN lY ACCORDANCE WITH THE POLICY PROVISIONS. 150 N. Lakeshore Dr. Ocoee, FL 34761 -2258 AUTHORIZED REPRESENTATIVE I 1/r cies © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD • I • ( • i I I ' i 1 i • i ! .70.i 4r,:,, f STATE OF FLORIDA �,`y: � i, DEPARTMENT OF BU SINESS AND P OF SSIONAL - REGULATION I •• . 'y'• C INDUSTRY ',ICONS NG BOARP (850) 48/7 - 1395 j + , 1940 NORTH koNitoE $ REST I j T1'1LLA SSEE 1 .FL 3239 0 8• I ! i t i � • I If • I ; I 1 i�LBURY, CHRISTOPHER Milli' 74128 CAl2R iROAD ylitiANDO ' iit 22010 . ! ' i I i + I ; 1 , ....�..._ ....._.. _, . • i •. ; °':F''' • sT TE Crtu:0UDA C# Ea 4 Al 9-13 CongratuletiLs1 With.thls license you become on of the nearly on = mili z w ,r Floridians iicsnsed by the Ds artment of Business �nd Professions Re ' I_efl, p n. ! D iT . ^"N ' I Our rafessi' n ets and businesses range from arch' ects to yacht br. ker so ` OFFsS Q TA c G�IJ> Tx l T • i boxers to be beque resi and they keep Ft Ida'a econot'ny s tong . i I ; ;CF1 142.9594 •:' tQ•�tj34;42i 11819 Every day w work to iinprovi•the - way we do Wei - ess•in order; to s a u b etter. j , ' . - - _ f: .rt, t' � i ; Fbr lnformatD l,about our e please Iog ont wvr w.niyff.':ida 'sari e,4:001 }l ' TYF' j ER ,p, , . .i GTOR There you can find more inforet tlon about out div1Sions and th reg la#i'. s�ihal - , olotURY,i a . , Ptft;"?i N • '• i impact you, i subscribe to departrnent acrd learn more eb ul l - iLA'IN �,E ! 10, I . • Department.S initiatives. I ��:. 1 n. Vi + ! . Our mission !t the Department is; License Efficient y, RegulatejFair , . W i • , I . , constantly strive to serve you better so that yob ca serve yourcust• roar:. . s a>rxTZ rsn under tibs. ro+rien • Eo of 'Cb. '489 s9 Thank you for doing business; in Florida. and congr tuiations on yo • ne license! ; :eat }nn e��.: ova • 3 i, p 901'4 ! , - • 0 • . ; ( l� H I 1 i + 1 I 1 . . , I 1 1 • . . , . 1 , , i , , , ! i • I O TA i l - I' RE - . a 7 DOCUMENT ; fiAS:AIDOL`DRbu tn, KGROUND ii :1 i i I RIF iN i ' LINEf. , I11( 1 .." PATENTED PAPER •: AC# srar � F ��D { i .. 3g .I DEPARTMENT OF- 3tT6u 8 , - 1:6:5 t3TQ ALL EGULATTpN • 1 i RTM CON$ .'RU TION . IND �.T Y i ' i1 G E� AO S i # L 1 �,. ! • ; • J . I - .i• r ... j a.205 ' . DATE BATCH NUMBER L,ICENV7E1 NPR •'3 .!Fr .11I''•• 1 .. 1 • 05 ,3.0. 1 . 2; 118'199 CP C14213594`- , ...! ,r� ; t . The • ••PL NTd. d.0ii1 AC T'OTt j =;1 A _: �•►,r .Y, ;': ` . I • . -Named. I low I . C•ERTI-FZ•$ i:. ' • `'::•F .,. r .., ` , • Under t he p o st ffi 0 ::Ch r .8 ' *0, ., .;';= '}�•f. ! : . • Expiration date , ADC 31.,. 2014.' 14.� 4r 1 ; {� ; «.!,! , .W I I , ALB. Y CHRIS rOPT3EIR JOt3id { ' . f , I ?fIN 6E3tVXCEC - - ,. .;±• , s LA 3031 W 40TE STREET r' i . ! ORLA�TD4 FL •3 ' li�ZCT( SCOTTY °, J ... lz N L .AI +�OVSR3JO.R_ : ,,,,, � �:;, i _.. , .... SCREAR • Form W -9 Request for Taxpayer . Give Form to the (Rev. December 2011) identification Number and Certification requester. Do not � g uy send to the IRS. Internal • Name (as shown on your Income tag return) LAPIN SEPTIC TANK SERVICE, INC. • Business name/disregarded entity name. it different tom above " OBA LAPIN SERVICES °' Check appropriate box for federal tax classification: 0 ❑ Individual/sole proprietor ❑ C Corporation D S Corporation ❑ Partnership ❑ Trust/estate 2c ❑ Umited liabihy company. Enter the tax clesei(ioation (C.4C corporation. S=5 corporation, P- partnership) • ❑ Exempt payee c z c ' E ❑ Other (see instructions) • ` c Address (number, street, and apt. or suite no.) Requester's name and address (optional) b. , 3031 W. 40TH STREET • City, state, and ZiP oode a ORLANDO, FL 32838 list account number(s) here (optional) • Part I Taxpayer identification Number (TIN) Enter your TIN In the appropriate box. The 11N provided must match the name given on the "Name" line I Social aecurtty number to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on page 3. For other entities. it is your employer Identification number (EIN). If you do not have a number, see How to get a _ _ TIN on page 3. Note. If the account Is in more than one name, see the.chart page 4 for guidelines on whose I Employer Identification number I number to enter. 9 — 2 8 6 1 8 2 5 5 • Part 11 Certification . Under penalties of perjury, i certify that: , 1. The number shown on this form is my correct tax(Sayer identification number (or I am wailing for a number to be Issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S, citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions on page 4. I Sign signature , . . Here us. pare �,` Date • r General instructions - Note. If a requester gives you a form other an Form W -9 to request Section references are to the Internal Revenue Code unless otherwise your TIN, you must use the requester's form if it Is substantially similar to this Form W -9, noted. Definition of a U.S. person. For federal tax purposes, you we Purpose of Form considered a U.S. person if you are: A person who Is required to file an information return with the iRS must • An individual who is a U.S. citizen or U.S. resident alien, obtain your correct taxpayer identification number (TIN) to report, for • A partnership, corporation, company, or association created or example, income paid to you, real estate transactions, mortgage interest organized in the United States or under the laws of the United Stales, you paid, acquisition or abandonment of secured property, cancellation • An estate (other than a foreign estate), or of debt, or contributions you made to an IRA. Use Form W -9 only If you are a U.S. person (including a resident • A domestic trust (as defined in Regulations section 301.7701 -7). alien), to provide your correct TIN to the person requesting it (the Special rules for partnerships. Partnerships that conduct a trade or requester) and, when applicable, to: business In the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. 1. Certify that the TIN you are giving is correct (or you are waiting for a Further, in certain cases where a Form W -9 has not been received, a number to be issued), partnership is required to presume that a partner is a foreign person, 2. Certify that you are not subject to backup withholding, or and pay the withholding tax. Therefore, If you are a U.S. person that is a 3. Claim exemption from backup withholding if you are a U.S. exempt partner In a partnership conducting a trade or business in the United payee. If applicable, you are also certifying that as a U.S. person, your Slates, provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S. trade or business status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners' share of effectively connected Income. Cat, No. 10231X Form W -9 (Rev. 12 - 2011) 1 STATE OF FLOR DA I 1 ' I .: T• a DEPARTMENT OF BUS NESS AND Pli SSIONAL REGULATION ii R . I CONS TR UCTION NDU TRY LICE S/l BOARD (850) 487 -1395 t � 1 .' N" CONS 1940 T NORTH MO ROE STREET 44 • .. TALLAHASSEE FL 132 99 0 83 ; I I { LAPIN, DENNIS JO N LAPIN SERVICES '3031 WEST 40TH S FLEET . f ORLANDO FL 3283 • 1 I I 1 { ','',�. • ' I • STATE OF /LORMDA' • • .. AC #soti 36 c i i Congratulat onst With this license you b ,arlS one ill , . :� "'r: cQ me ne of the n on � :��'s -� I�EFA�'TI Oi� '�VTI S'I�N .T RS$ .�TI? } Floridians li ensed by the Department of Usine s and Prof ssl nal ° eg lation. I •: ,- {, p RoFR S IA .: ,' G +ATION . Our profess�onals.and businesses range ram ar hitects to each bro � -;rs from { _ �.., ; �1�.. boxers to barbeque restaurants, and they keep lorida s ecbno y str'ing CUG1223'68 s a ;: p 1103 3484, .Every day vie work to improve the way w do b iness in odder sal e . ou better. ! ,, : 1 For informs ion about our services, pleas log o to www.myflor Mali 7 an • e.com. CERT UNDE Lt,-' . ;.. j 'i f V CNTR 1 There you can find more Information abo t our d visions and the reg ) ;tiens that LAPIN., ,n: ` 'pv., ." ;o impact you, �subscribe to department new letter and learn tor abol ' : LAP N SER, - 1 1 Department's Initiatives. == : . I i Our mission' at the Department Is: Licens Effie( ntly, Regulate alrtyi W ! • " "' . constantly s to serve you better so th t you n serve your Lido er . IS CERTIFIED der $h* proviaione of C fa Thank you for doing business in Florida, na c gratulation$ on our a license' ; 7csylraSUa dot': A G 31; 2•0x2 01 Ii1]0409843 • I i I • . • f • { pE ' G i M ` RE , THIS DOCUM NT/1AS A COLORED BACKGROUND • •RhICROPRIN1'ING ^ L NEMARK'PATENTEO PAPER AC#609, 3892 sTATE , ; ®.R QA' • • DEPARTMENT; O `SUSS •I S' PFLOFES }D'ONAI, REGULATION • CONST • =ION; I n ''Y 1.I ENS';LN,f� I BOARD 1. i S Q #L12o4o4b184,$ LI ENSE N � { DATA BATCH+ ;,.- I 04/04/2(.12 2.012 110334, 47 CU x.22 68. ' 1 ' The UNDERGROUND UTILITY. , 7�X�AST'" ' °'�' . Named below IS CERTIFIED , „i.. • . - .i ' Under the provision4 pf i ap'te ; `�- ;:. I . e . { pn date: AUG 31,!2012 . ' lt • Expirati „ ;; ', p. . , ,•: 7 1. . . 3.1 ! ° te r :;. ■ LAPIN, DENNI JOHN { :,_ i 4111 ; ; , y LAPI SERVICES II , 303x.; WEST 40TH STREE I f i ORLANDO 1 FL X 2839 ', ' I ".j t `t, • i RICK -SCOTT i I, i KF,N L I • i 1 I 1. • I I f r i i I j • i:1 I i � 1 , i 1 I • i I i I • i f i I I • ; 1 � .{. , \< . f I 4 1. r „ ' ,7- .,, , : ; r:: � rU1 , r �„ < ! '.i r ` +r1 ='� V � � t •f . 'y -'.'•••'-'•;%:...41;r1,4•,.. e S f , 1 r � a , + - } 4� 4 , ..t-g I �w t '• a i) ('} + c it f 1 ' 'r :.-.6:1i. k , . • 1 1a • , f r 4;1: , ItOM } y • .,..V. !I Z ' I I mo , l'J < a . (� •t� ; , r. _' , 4;`I a l - . {. f V •i'l' FI - if t : -. � :` . 7 � I{.-C i'e �! el -: w 1 '4` •� r 1 { {ISf. L 4 r .., , ti` r II! ',.f ri• J ( 1,11i "r, ‘ 4 S I - j : t ( l t � f !r 1 .+ 1 r; 11 }� Y � a Ir�"tC i tl �- Zr4 a' „ � � + ` I J1. 1 a f � . . ..97.2.....,•, !r ••!! I- 4) L :• . •,4� V,', c T r ii 1 ) r 1 t 4 s ' ' ;{'Z•;`4 - -_, , ,, , , , ' ; '.,-_-,- - ..', / � 'r � lryt, G1,, J ); V " r i ..4�-1 p � / A, a = ..( � r r ( + - r r ; < `f +< + �. . t, °A\' I i r .3t i l( , , r . rii. - I I ' g r� •r r k r f , 4,, • �e. -:-..•'71.,: i!J ! 1, . • \ 7 < y- 7 r vt " !` . . . ,- , 1 71 o t� . „ 'S . l< ' ( I�v1 " I S . , J .. ( � t v .F' - "` ; ?i" t ' r .f Yf 4' . j ✓"+ ^ ,,,,, 1 ` , `V C r r .? 1 ,: 1 1' 1 ,r. l � }. r , i Yt 7. I 0 1, 1 r,l'i k . 1 ^kr - li+� I: • " i}v�lV 7. 11 r � 1 I I �i i r , 1 a C 'Y - ; . ' ` , ' iip � `, r- C ( J i I . ' . t + ] . a - ! r rl , e i Y ',43 '' H t t r • 111 I p t i., +: f . f it r , r r I r - r t! ` rf 0.„',„t 1 j t10. , (' i; trj�. �` y. t a . � ,) r i T ;1 H + 4 t o of 1 r II f I t; I r - ;, a a 'I.' I i t ry! { , 6 'r t 1, , ,Y Il: i + , 2 � i}JJ ` 1' =A t t err i • U';l 7 ';',.:(t:...1:') � I l 1 r (1 A rt j t t' iy a � 1 .1 a a '' '1,1-!'', y...�` r,.., , i ti V Y �f y �! ,i \ r a )� 3 , ! � �! _ •n I J { � �1. e � l i ` x � 13 � 1 m r F 1 7, � ( .r ♦ o 1 l r. Il` � � ,,:.;• t d , t I ! 1(`�I d ^ a a" �\ 1 r . R r 1 I .17tt4 1, it �-1 '; 1 6.. . � ,, e ji .I 4ir• '-k r ,. fr 3JCYr. fSi: t y4�y�,,(.4F� ,t,",.:1, f t 1 ., a r {lt4, , t i. 1 n t 9/0VI. A { C I J • , h .( a 1,,,N.- 1•il1 \ E — 'YT't, , . r r :. „ h �1 ! - Jp r3 �1C -. ytll r: I , t • f f ti I 1 r'1 a� M % ,. rj,L61;\I f s )O- a 1 P1 t l {{ ' 1 w. ,._,..,:j'' ' ' fJ � ;'t {' r { ' { (,...17, � r l s r • s r ,' t • } .rL ° � �J >1ff�o1 I LE: I 6•NI- ?;., +r i t < A I i ' �r 1 � 1 �� 1 �� r, � 3�f � y 1 + . t I ' • � . }' ! : k Ll��� + ti i �� �1��11 � Z'�r:;Ti`7n� v 1�� ' i� y _, 7 3S �r� � r . � s � : t 1'L 1 c '� + {' -a- i 1 'x'14 +I r 1 4 1 , + , r ; ; f Ii • 31 .1 , -.. a 1,y[ ''4-",;...0-4 y A.' 1 5 11P'11 ! 1 I� l� ' Pr.. e t :. 4 C 'C O ) \ ? �� K .]C �i '� r � ' '1 r ',1 L ° �'� :r 1 4 ' � ��ff� a AS y [ f ll r "0...,1 . 3. �y �5��. { � a + ti ;7I� ! i ■ a 'a �J._7 $ ! ; Sk li ! :I 1 t• \ S I msiz 1J! 1• I � , i , t i !1 1 T { I S,f iy � ” !L':: u rk i< f' - 1 = ' G ' /,. 9 ) i = YY.F � r_,rN 4 r ■ $ . I , �1 t ' + F / :!Z:, .x gip'' „ Ir I 1,i L 1I 1i r.'11 Y .i _ `1. 3 t ;7� 4 .f' E '- fi +Iryr" , ir' ! 1 1 I + I 1 , ` .�`' H j r '-.1.".'.?!,';' I ( = Ii(:". KA 'f . _ t om ;t n { .f :"..1"., r ! 1t a +�r ,r, Io •: > ' 1 u. 5 ♦ - r : 4 r 1 n a r n r • J. r 1) 14 F (l ,- dy_ c r , e.'* 1 't.l+ f f ; lr ; t 1 •1 t i i t1 41e,:,!....,.-4;,`7.,, 11 r. !{j ♦� -;-.. d Allf:t • 4 iY 4 f i :r'� -R•1 ,1 , . I r ` 4 i = ,,;,..,•• 2 ?I i I + r +. F�: ; t: . `r - t . , a +c.;• -* ;i 4 , 4 . sr � 7At )1 ! L f, S r f • J ' v I 1 r , f i .� T r r ' ` :J+ c ;..' , i�'� r y r : • r-,yt'l'/� {0 '�7i •'f �• .e•y;lfl S % �� � Cf' -' ; ' . -;. " . ;. '-t' '' ��� -1 � I r ! �� � .cl�� ...,;.,',,:,',1.=.,.•,,,,-.:N. 1- j +f i f. +`;�; '. • This rece pt is official when al Ida d by the Tax Collector. i I i ! i i. • ' I I • , I I 1 ! I I . I I i f I I I I. I I , I 1 ' i I I I • 1 I i 1 i • i 1 I I 1 I I I i I 1 i i ! . I .I I i I , ,1 • F LOMMA 620 N. Wymore Road, Suite 200 S URETY Phone 407 - 786 -7770 m Fax 407 -786 -7766 Maitland, FL 32751 Phone 888 - 786 -2663 a Fax 888-718-2663 BON PS, INC. 1326 S. Ridgewood Ave., Suite #15 Daytona Beach, FL 32114 • FILE COPY MA Document A370 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Lapin Septic Tank Service, Inc. tHere toted full name and address or kgal title of Contractor) 3031 W. 40th Street, Orlando, FL 32839 as Principal, hereinafter called the Principal, and Merchants Bonding Company (Here insert full name and address or legal title of Suretyt 2100 Fleur Drive, Des Moines, IA 50321 -1158 a corporation duty organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Ocoee (Here insert full name and address or legal title of Owned 1800 AD Mims Road, Ocoee, FL 34761 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ -- -5 % - -- 1, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Were insert full name, address and detcriplion of project, Lift Station #3 Relocation, 624 Gallego Avenue, Ocoee FL, NOW, THEREFORE, if the Obligee shalt accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contact with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of September 2012 I Lapin Septic Tank Service, Inc. (Print al) (Seal) (Witness) t f �, iv y (i' ft) e) Merchants Bonding Company (Surety) (Seal) (Witness) _ X. ��'• , (Tit Patricia L. Slaughter, Attorney -in -Fact and Florida Licensed Resident Agent AIA DOCUMENT A310 • BID BOND • AlA ®• FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 10006 1 Printed on Recycled Paper 9/93 MERCHANTS 6 BONDING COMPANY. POWER OF ATTORNEY Know Ali Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of town (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Jeffrey W. Reich, Susan L. Reich, Teresa L. Durham, Kim E. Niv, Leslie M. Donahue, Patricia L. Slaughter, Don Eramlage, Gloria A. Richards, Lisa Roseland, Cheryl Foley of Maitland and State of Florida their true and lawful Attorney -In -Fact, with full power and authority hereby conferred In their name, place and stead, to sign, execute, acknowledge end deliver In their behalf as surety any and all bonds, undertakings, recognlzances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION (55,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified end confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognlzences, contracts of indemnity and other writings obligatory In the nature thereof. The signature of any authorized officer end the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Winces Whereof, the Companies have caused this Instrument to be signed and sealed this 12th day of January , 2012 . ^ ,,pnrNh rq . •��• p,� �.,• � cpr •CO .off " MERCHANTS BONDING COMPANY (MUTUAL) °�r- ".1 6p 1 " A MERCHANTS NATIONAL BONDING, INC. es O' C, • .- :Z • " vS ' • � c aer....T.7 2003 : 1 933 • : .S • By STATE OF IOWA ...... * " •� * •• President COUNTY OF POLK is. On this 12111 day of January , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he Is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seats affixed to the foregoing Instrument Is the Corporate Seals of the Companies; and that the said Instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, i have hereunto set my hand end affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. a MARANDA GREENWALT 4 n Commission Number 770312 fir. My Commission Expires • October 20, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK se. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing 1s a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 11th day of September , . 2012 ,.NNIIh /N •••. .••• • 1 C: _¢' 3 ;r ' Secretary Is 2003 ?.tea • y• 1933 •�. • FLORIDA SURETY BONDS INC 620 N. Wymore Road, Suite 200 Maitland, FL 32751 1326 S. Ridgewood Avenue, Suite #15 Daytona Beach, FL 32114 Phone 407- 786 -7770 • Fax 407 - 786 -7766 Phone 888 -786 -2663 • Fax 888 - 718 -2663 www.FloridaSuretyBonds.com