Loading...
HomeMy WebLinkAboutItem #02 Award of B15-07 Septic Tank Pumping and Hauling Services Program t / J ocoee Horida AGENDA ITEM COVER SHEET Meeting Date: September 1, 2015 Item # 2._ Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: / Subject: Award of B15-07 Septic Tank Pumping and Hauling Se ` `r•gram Background Summary: The City of Ocoee Utilities Department intends to start a program for Ocoee residents that manages the administrative aspects of routine pumping of their residential septic system. The goal is to help protect the environment and City residential properties from preventable sewage issues due to missed routine pumping of their septic tank. Secondly, the City plans to make this a cost effective program by pooling residents to achieve economies of scale and reducing hauler costs by permitting free dumping at our wastewater treatment facility. The Septic Tank Maintenance Program and the corresponding rate resolution will be brought forward at a subsequent City Commission meeting. In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to provide all labor, equipment, materials, and supervision necessary to the City of Ocoee Utilities Department relative to furnishing scheduled and emergency septic tank pumping out and hauling services within the City of Ocoee's city limits. This is a pilot program and the City reserves the right to cancel the contract at any time based upon the success of the program. This term contract will be for an initial period of three (3) years with the option of two (2) one-year automatic extensions, for a maximum term of five (5) years. The bid was publicly advertised on June 28, 2015, and opened on July 28, 2015. A pre-bid conference was held on July 14, 2015. The City received three (3) bids for this contract based on the quantities of normal, emergency, and critical septic tank pump-outs and whether the sludge is to be dumped at a City of Ocoee or non-City of Ocoee facility. The bids are available in the Finance Department for review. The Utilities and Finance Departments reviewed the bids and all were considered responsive. Staff recommends awarding the bid to two (2) of the three (3) bidders: Brownie's Septic and Plumbing LLC and Sauer Septics Environmental Service Inc., as the overall most responsive and responsible bidders, per the attached recommendation from Charles Smith, P.E., Utilities Director. The table below is a listing of the bids received, please see the attached bid tabulation for types of service: Bidder Bid Range 1. Brownie's Septic and Plumbing LLC $145 - $350 2. Sauer Septics Environmental Service $165 - $275 Inc 3. Lapin Septic Tank Service d/b/a Lapin $185 - $425 Services Issue: Should the City Commission award the Septic Tank Pumping and Hauling Services Program to Brownie's Septic and Plumbing LLC and Sauer Septics Environmental Service Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #B15-07 Septic Tank Pumping and Hauling Services Program to Brownie's Septic and Plumbing LLC and Sauer Septics Environmental Service Inc. for the prices as stated in their respective bids, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received. Work orders will be assigned to the Contractor that submitted the lowest bid for the type of required work, subject to the Contractor's availability. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. Brownie's Septic Bid 4. Sauer Septics Bid 5. Lapin Septic Bid 6. Invitation to Bid#B15-07 7. Addendum#1 Financial Impact: There will be no financial impact associated with contracting septic tank pumping and hauling services as the program will be funded by the participating property owners. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. ,,)1,a 5d t N/A Reviewed by ( ) N/A 2 t Mayor Commissioners S.Scott Vandergrift John Grogan,District 1 Rosemary Wilsen, District 2 City Manager Rusty Johnson,District 3 Robert Frank Ocoee Joel F.Keller,District 4 florida MEMORANDUM TO: Joyce Tolbert, Purchasin Agent THROUGH: Charles Smith ,yam-- Utilities Director ``' FROM: Diana Turner Project Coordinato/ "�, DATE: August 11,2015 l% RE: Awards of Contract for the Septic Tank Pumping and Hauling Services Program The Utilities Department intends to start a program for Ocoee residents that manages the administrative aspects of routine pumping of their residential septic system. The goal is to help protect the environment and City residential properties from preventable sewage issues due to missed routine pumping of their septic tank. Secondly, the City plans to make this a cost effective program by pooling residents to achieve economies of scale and reducing hauler costs by permitting free dumping at our wastewater treatment facility. On July 28, 2015, City Purchasing Department staff performed Bid Opening B15-07 Septic Tank Pumping and Hauling Services Program. The three bidders are listed below. 1 . Brownie's Septic & Plumbing 11372 United Way Orlando, FL 32824 2. Sauer Septics Environmental Service, Inc. 21020 Obrien Road Groveland, FL 34736 3. Lapin Septic Tank Service Inc. 3031 West 40th Street . Orlando, FL 32839 The Utilities Department recommends awarding the Septic Tank Pumping and Hauling Services contracts to the overall lowest most responsive and responsible City of Ocoee Utilities Department•1800 A.D.Mims Road•Ocoee,Florida 34761 Phone:(407)905-3159•Fax:(407)877-5899•www.ocoeQ.org I bidders, Brownie's Septic & Plumbing and Sauer Septics Environmental Service, Inc., based on the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Required experience with similar work d) Successful reference check e) Approved subcontractor j Work orders will be assigned to the contractor that submitted the lowest bid for the type of required work, subject to the contractor's availability. For more than seven years, both Brownie's Septic and Sauer Septics have provided services to the Utilities Department that have consistently met and exceeded the department's expectations. Furthermore, a review of all firms resulted that Sauer Septics Environmental Service, Inc. has not operated under the same business name for three (3) consecutive years; however, Sauer Septics has been an active business for an accumulated period of time exceeding the minimum requirement of three (3) years. The third bidder, Lapin Septic Tank Service Inc. is a qualified bidder; however, their proposed prices are not within an economical range and does not support the success of the program. There is no financial impact associated with contracting with septic tank pumping and hauling companies. $' Conclusion The Septic Tank Maintenance Program and the corresponding rate resolution will be brought forward at a subsequent commission meeting. t 2,=4 X 2=4 /7 v N W z m v v)W z m 0 to z -nNz -o z O o z D o cn W 1 flUUc m o 3 jUfi 0 3 0 0 d E o o 3 � 0 0 'D , o 0 o A 0 32 m oa g `_ 0. g O3 0 � g t oa;.o m ro x a x 0 3 m o v m cw 0 0 v amw W 0 tria co �m Sod Sad 0 EFm Tyo c F 0 0 to yo z Vlcc w c - oi 0 �+ 0 yaw daW c W d �0g 0 ` oa � c en E o 3 .. o,0 3 zvo o 0 C1v m m 2.EMC 7 m c 7 w m C O m "•°O H 1 00 - o m 0 _v `G fc -'O o -'''C,c W 7 -•,[ 7A 42.-02 a v m' �.`° Na t'o ''� '° m 'm a 9 m g +t 4 m m 0 t o d 0 0 m x w toi o to,' w o fb g. w Q° ;is 4-F, 7 : d 7 0 D o, v `" o wm3 c '� FnacSW 0� c 2g vm2 vmS ET= m� 2 - = =. °o m11A m132 , ac' S3C 0 �s , 3o2 3oa7 a�o�'t� amp -w d 0 lc: Q0m'o 0.0 0 O0 W a m �m a aye aye vd D Od D 3 m TS p r g 2 m g `m m c v c t c v c °.: `D= °r m S a o 3 =o x,t ro n m v =F vaF : 2� n� — 2� cv om C)$ om :.:., om .° a „71 0 '� m o 3 3 a a a,D= am= ^. m�g2 A"g2 0„ °,rnv o. o'= °,: o'er o .. m cn °; ? ?; Z 5 ,' o•zw a -Dzie 4v° 2 Ov° 2 zfD - c ' w .... m c 0� nto� Q° m ,x. 0 Qom » � 0 -a m wFn g $3 :0:p 3 ,, 0 m o to 2 ..7:,.n 2 to v m to v 0'0 13 o v•a 4) 05 c (3 c w w m v � `°v q-O c;O x , n �2 3 3 - 7 n - a w D a z v. v N m 0 N C b a a FIE -0 CD-p co k W gyW N D z v, Y^N N A O NT N cm t N N N i W O O 0 0 0 0 00 00 z W no C * 1—a c r.) DW 3 x � a m •D 0 • Zvz r +) O ca m m a ton X II' 0 0 9, ,t0)1 N N _ 9'i 9' •' t t N j fn 3 0 0 o o o o o o 3 �x ti 0 CD to 3 mz 0 0m C)a 0 en N ,p C N 9 11 a C _. 3 <L. S W. N O N 0 0 O • O O ' 4, "" 4, 0 0 ° o o .; o o ; o 0 e ° .� 0 o, yT<_ o ` <0. m • a � 5 5 to N m m 3 , nE 'g oco 0. n 3« „ - ) B} \ m) §_ \ 1. ƒ }] �D7 \ ]// ' ( 2' 2 \ a'1CD ge ) g cam« ;2 / � 0 k�. CD ,\ \ ee Q5.» - Co O Imo} e&3 i -0 \ �3& /�} w \ 2 0 - § _ & � a a co \ C cn 7 C§ e NI CD C -4d 0� \ § ZW co a ° ° 2r 5 ( % i _ > \ Eoz Q 4411 IN I % E ***1m a k , CO ■ ■ < - C) \j 3 cn # 0 CI f 0 ƒ{ 2 02 . S — � ) { CA Cn 7 NA cn \\ \ }� \ \ } \ iv Mayor Commissioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen, District 2 City Manager 1410e1, Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 ocoee florid° CITY OF OCOEE INVITATION TO BID #B15-07 Septic Tank Pumping and Hauling Services Program City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 • phone: (407)905-3100 •fax: (407)905-3194• www.ocoee.org • I. i"'�,u r ih44 "1 j w r r it 1 11s t€ '. °� r» ,, 4 �a � € rt a 1�� 4 r � P �S ih' � m BID DOCUMENTS Section Page Legal Advertisement 3 Invitation to Bid 4 - 7 General Terms & Conditions 8 - 20 List of Subcontractors*,P. 19 Equipment Listing*,p. 19 References/Experience*,P. 19 Summary of Litigation*,p. 20 Acknowledgement of Addenda*,p.20 SCOPE OF WORK, BID FORM, ATTACHMENTS Section Page Exhibit A— Scope of Work 21-28 Exhibit B—Bid Form* 29-31 Exhibit C—Contract 32-37 Exhibit D - Company Information/Signature Sheet* 38 Exhibit E— Septic Tank Inspection Form 39 END OF TABLE OF CONTENTS *Submit document with Bid 2 B 15-07 Septic Tank Pumping and Hauling Services Program Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: Bid #B15-07 Septic Tank Pumping and Hauling Services Program. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on July 28, 2015. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. A Non-Mandatory Pre-Bid Conference will be held on July 14, 2015, at 10:00 a.m., local time, at the Ocoee City Hall Commission Chambers, 150 N. Lakeshore Dr., Ocoee, FL 34761. Attendance at the pre-bid conference is highly encouraged. 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://www.ocoee.org under Finance Department/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a bid; fees may apply for non-members. 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. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, June 28, 2015. B 15-07 Septic Tank Pumping and Hauling Services Program 3 CITY OF OCOEE INVITATION TO BID #B15-07 SEPTIC TANK PUMPING AND HAULING SERVICES PROGRAM INTENT: Sealed bids for Bid #B15-07 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder" or"Bidder". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the B15-07 Septic Tank Pumping and Hauling Services Program, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10%or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905-3100, extension 1516, fax (407)905-3194, or email preferred jtolbertic)ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on July 21, 2015. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department/Purchasing. Bidders should not contact other City staff, City Commission, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on July 28, 2015. Bids received by the Finance Department after the time and date specified will not be considered and will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee, Finance Department/Purchasing Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 B15-07 Septic Tank Pumping and Hauling Services Program 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 at 2:01 P.M., or as soon thereafter as possible, on the above-appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitutes public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Required experience with similar work d) Successful reference check e) Approved subcontractor F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents/scope of work. F. PRE-BID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held on July 14, 2015 at 10:00 a.m. (local time) at the Ocoee City Hall Commission Chambers, 150 N. Lakeshore Dr., Ocoee, FL 34761. Attendance at the pre-bid conference is highly encouraged. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in writing in accordance with the instructions contained in the Bidding Documents. G. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty-four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. H. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: B 15-07 Septic Tank Pumping and Hauling Services Program 5 f) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; g) Evidence of collusion between or among Bidders; h) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; i) Failing to use a revised Bid Form, if any, provided as part of an addendum; j) Failing to provide the required Bid Security; k) Failing to provide evidence of satisfying the Mandatory Criteria in the Scope of Work section of this Invitation to Bid; 1) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or m) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a 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.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. 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 B 15-07 Septic Tank Pumping and Hauling Services Program 6 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 reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City also reserves the right to contract with a Bidder(s), who in the opinion of the City, ensures the success of the program. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) B 15-07 Septic Tank Pumping and Hauling Services Program 7 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) In lieu of providing a bid security, the Respondent may provide documentation that their business has been active with the Secretary of the State of Florida for a minimum of three (3)years. Respondent warrants by virtue of bidding the prices in his bid response will be good for an evaluation period of ninety (90) days from the date of bid opening, or: b) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company, or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Respondent, if awarded the Contract, will, after written notice of such award, enter into a written Contract with the City and as a guarantee that the Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. c) In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, or Respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP after issuance of Notice of Intent to Award by the City, then such Respondent shall be liable to the City in the full amount of the check or Bid Bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the Bid Bond as liquidated damages and not a penalty. d) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. e) The cost of the required Bid Security and required insurance coverage is to be included in the Respondent's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Respondents will be returned within three (3) days after the City and the successful Respondent have executed the contract for work or until the 91st day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS: Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the B 15-07 Septic Tank Pumping and Hauling Services Program 8 Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by 4' the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of any bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Bid form. However, the City B15-07 Septic Tank Pumping and Hauling Services Program 9 reserves the right to reject as non-responsive Bid forms that are incomplete or contain information that is not required. In submitting a bid,the Bidder represents: a) The article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices that have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under any contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at the destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. B15-07 Septic Tank Pumping and Hauling Services Program 10 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Required experience with similar work d) Successful reference check e) Approved subcontractor 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or(b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: a) No payment will be made for materials ordered without proper purchase order authorization or City of Ocoee Visa Purchasing Card. Payment cannot be made until B 15-07 Septic Tank Pumping and Hauling Services Program 11 materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Purchase Order terms are Net 30 days after receipt of approved invoice. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a Contract with the City; the proposed Contract is attached as an Exhibit C. b) The Contract may be awarded to up to three (3) Bidders, as determined by the City Commission. The Contract will be for three (3) years with the option of two (2) one- year automatic renewals, for a maximum term of five (5) years. c) The City may, in its sole discretion, award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the mandates of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, as described in CFR Part 1926, and CFR 1910, General Industry Standards, which are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, that telephone numbers of physicians, hospital, and ambulance services are posted (copy to Human Resources Director, City of Ocoee), and that a first aid kit is available on the job site at all times. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g. hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). B15-07 Septic Tank Pumping and Hauling Services Program 12 f) Observe the speed limit on City property. g) Construction areas cleaned daily,; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring, and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder-actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building and for all external power outlets. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Depot, LLC, d.b.a. Waste Works. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior B15-07 Septic Tank Pumping and Hauling Services Program 13 to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. B15-07 Septic Tank Pumping and Hauling Services Program 14 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid to the City of Ocoee are guaranteeing that they have read the previous statement and, by signing the bid documents, are qualified to submit a bid under Section 287.133(2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. For the purpose of pumping and hauling, the City will not charge a permit fee. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905-3100 extension 1000, directly for information concerning this requirement. The minimal fee of$5.00 for registration cannot be waived by the City. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. B 15-07 Septic Tank Pumping and Hauling Services Program 15 a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability& Property Damage Liability • $1,000,000 Combined single limit per occurrence(each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired&non-owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL &ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: n/a for this project. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: B 15-07 Septic Tank Pumping and Hauling Services Program 16 PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE City SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. B 15-07 Septic Tank Pumping and Hauling Services Program 17 QR_Q_ CERTIFICATE OF LIAR{CITY INSURANCE sRASS-1 OP ti JC DATE IiRNOOnrn1 11)04/04 �powwow THIN CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. • INSURERS AFFORDING COVERAGE NA1C S *mom — tEURER& AN tall 48$41 A.of UAW ...- -. NSURERa _.. Cpntract0r's Name tamEAL; -�„ _�,. 7 Tess INSURER a .__._. .. INSURER E 1 - COVERAGES THE PRICES OF INSURANCE L ETED MAW HAVE SEEN ISSUED TO THE MIMEO NAMED MOVE FOR THE POLICY PER100 INOCATT40.NOTWRTETANONO ANY REOUREPAINT,TERM OR CONDITION OF AMY CONIMACT OR OTHER DOCUMENT WTTH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR WY PERTAIN.THE INSURANCE AFFO4IO00 ST THE FOULER OESCRIEED HOER IS SUMO/TO ALL THE TERMS.ID CLUSCNS$110 CONDITIONS OF INCH POLICIES,AOLWEOATE MATS MOWN WY HAVE SEEN))EDUCED SY PAID CLAM LI YOw,_--_y TYPE OF UEOIANCE POLIO/RUNNER OAtt PATYW/'(Y1 i OATS l� LEOS /''+^�OININAL UAISJ Y EACH OCCUPENCL $1,000,000 X -X COMPERCMLDEN$RALUMLITY PRErusEr 4 S t ,_.$50,000 cum:imaDE ©occtNl ! meoexPWMm»PN+md 15,000 PERSONAL AACNINANY s1,000,000 GENERALAGGREGATE s4,000,000 OEH9.AGGREGATE L1mT APPLES PM PRODUCTS•COMPAP AGO S 2,000,000 I POLICY nZ nLCCt Al/TOMOSLE UMSRY tFa++'�MPQI�T 11,000,000 9 ANY AUTO ALL OWNED AUTO S0 ARMY s SCHEDULED AUTOS ©HIRED AUTOS ROOKY lUf s 'X NONOWNED AUTOS . ! PROPERTY DAMAGE .1 Me m.aan- AUTO ONLY.EAACCIDENT E OJJIA IUNLTrY OTHER THAN ,EA ACC-1 ANY AUTO AUTO CWLYt AGO { j pICSSWWIlLIA I.WILTTY EACH OCCURRENCE 11,000,000_ X ]ocCuP 0 ClAaIS MADE POOREOATE $2,000,000 1 OERACTeui RETENTION 1 ( 1 WORMS CDT/IMSATION AINH x141,=.111 Nr NIMOYERE LIAEaTY i E.L.EACH ACCIDENT S500,000 j ANY EEHEETpMA11TMEWDIECVTM EL Rs0ME-3AEMPLOYE$1500,000 DFC RNENE6I EJCLUDfIIT I°cML°tl°vROY attM. E-L RSEASE•POUCY UANT i SO0,000 OTHER Builders Risk Any 1 Loa HOD, 1 I Any 1 0cc 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS,VERCUI/EXCLUSIONS ADDED ET V$0ORSEIENT/SFEEiML MONS ON* The insurance evidenced by this certificate shall nano the certificate holders as an additional insured on the General Liability A Umbrella Liability. Workers' CoEOensation, EEployers' Liability i General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder i• added as a anal taxed 5[r moths RLEk. CERTIFICATE 5404.05E CANCEUATION =onto 1 SHOULD ANT OF Mt PROVE DESCIe $POLCES K CANCELLED WORE THE EIFNATIOA DATETNSSIOFr THE N9WW IN$UNEAYE.ENWAYM ro MIL 10 SAYSWIUTTOI NOTCE TO THE CERTIFICATE MOLDER NAMED 10154E LIFT.SUT FAAURE TO 00 ED SHALL City of 00oee WPM NO oSUCARON OR LNSAITY O ANY 10/40 UPON THE INSURER.ITS AGENTS OR 150 N. Lakeshore Drive IISIESENTATNES Ocoee 2R, ]4761-2]SS AUTHOREacUPRtWINTArnl O ACORD CORPORATION 195E ACORO 25(2001/00 s. pi. & B 15-07 Septic Tank Pumping and Hauling Services Program 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF BIDDER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3) years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). B15-07 Septic Tank Pumping and Hauling Services Program 19 Do you have any similar work in progress at this time? Yes_No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated B 15-07 Septic Tank Pumping and Hauling Services Program 20 EXHIBIT A CITY OF OCOEE BID #B15-07 SEPTIC TANK PUMPING AND HAULING SERVICES PROGRAM SPECIFICATIONS/SCOPE OF WORK BACKGROUND The City of Ocoee intends to start a program for Ocoee residents that manages the administrative aspects of routine pumping of their residential septic system. The goal is to help protect the environment and City residential properties from preventable sewage issues due to missed routine pumping of their septic tank. Secondly, the City plans to make this a cost effective program by pooling residents to achieve economies of scale and reducing hauler costs by permitting free dumping at our wastewater treatment facility. It is the intent of the City to solicit customers for the program by October 1, 2015. MANDATORY CRITERIA To be considered a qualified Bidder, a septic service company must meet the following minimum requirements: 1. Bidder is required to own or have immediate access to at least two (2) septic tank trucks of the following size: • 2,000-gallon septic tank pump trucks that are watertight and properly equipped and fitted with seals and covers to prevent spillage or drainage. The trucks must display the company name, telephone number and size of the tank in lettering of three (3) inches or greater. • Pump trucks must be equipped with vacuum pumps. Trash pumps are not acceptable. 2. Bidder shall meet all regulatory requirements for the operation of vehicles and for the hauling and disposal of septic sludge. 3. Bidder shall have and maintain all regulatory licenses for the operation of vehicles and for the hauling and disposal of septic sludge. 4. Bidder shall be permitted and registered with the Department of Health with the County of their home office within the State of Florida, and have at least three (3) years' experience as a licensed contractor for septic tank pump outs and wastewater hauling and disposal services, and shall be appropriately licensed for any services extended to the customer. 5. Bidder shall have a certificate of business authorization from the State of Florida. 6. Bidder shall have an adequate level of staffing for provision of the required services outlined herein and shall ensure that the staff providing services is appropriately trained, qualified, and licensed as required. B15-07 Septic Tank Pumping and Hauling Services Program 21 7. The contractor shall be available on a twenty-four(24) hour basis, 365 days per year for critical work. The contractor shall provide the City Representative with an on-call telephone number. 8. In critical situations, Bidder must be able to report to the service site within four(4)hours of notification by a City Representative. SELECTION OF CONTRACTORS The City of Ocoee shall select the Bidders that are willing to provide cost efficient services for the specified work in Exhibit A and are determined to meet the best interest of the City. The contract may be awarded to up to three (3) Bidders, as determined by the City Commission. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a response to a solicitation constitute public records under Florida law. The City reserves the right, before awarding the contract, to require a Bidder to submit such additional evidence of its qualifications, as the City may deem necessary. The City shall be the sole judge of the competency of Bidders. All successful Bidders shall be required to execute a contract that provides, among other things, for all plans, drawings, reports, and specifications resulting from Bidder's services to the City are to become the property of the City. This solicitation does not commit the City to award a contract, to pay any costs incurred in the preparation of the quote/bid or to procure any goods or services. This is a septic tank program that the City is piloting, and the City reserves the right to cancel the contract at any time based upon the success of the program. TERMS OF THE CONTRACT 1. Term Length and Contract A. The City is awarding a three (3) year contract with the option of having two (2) one-year automatic extensions for a maximum term of five (5) years. B. The successful Bidder(s) will be required to enter into a contract with the City along the terms and conditions included in the proposed contract, Exhibit C. 2. Termination A. This is a pilot program and the City reserves the right to cancel the contract at any time based upon the success of the program. B. The City may terminate the contract with a specific Contractor if the Contractor fails to adequately meet the work requirements within thirty (30) days of being noticed in writing of such failure. C. The Contractor may terminate their contract with the City after thirty (30) days written notice. B 15-07 Septic Tank Pumping and Hauling Services Program 22 D. Termination of the contract between the City and a specific Contractor shall have no bearing on any other contracts between the City and other Contractors awarded this bid. 3. Pricing A. Pricing for each category shall be competitive and entered in Exhibit B, Bid Form. B. The City shall receive a discount of five percent (5%)per day for services not completed within the contractual time frame. C. The Contractor shall provide property owners who participate in the City's Septic Program a discount off Contractor's standard list price for services rendered at the request of the property owner. D. The City and Contractors will evaluate pricing structures after the initial year of the contract and make recommendations to the City Commission for changes if necessary. E. There shall be a review mechanism to address price increases. SCOPE OF SERVICES 1. Scope of Work The City of Ocoee is seeking reputable, qualified Contractor(s) to provide all labor, equipment, materials, and supervision necessary to the City of Ocoee Utilities Department relative to furnishing scheduled and emergency septic tank pumping out and hauling services within the City of Ocoee's city limits. Bidders must be knowledgeable of septic tank systems and fully understand the mechanical workings thereof. The City plans to award contracts for the same or similar services to up to three (3) Bidders under this solicitation unless the City determines after evaluation of bids that only one Bidder is capable of providing the services at the level of quality required. No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased. Estimated quantities will be used for bid comparisons only. Each Bidder shall submit with their bid a listing of the vehicles intended for use and indicate whether they are company owned or leased. Vehicles must be cleaned as often as necessary to prevent the deposit of any waste material on the roadways. This includes, but not limited to, external surfaces, wheels and undercarriages. Runoff from cleaning vehicles shall be managed and disposed of in compliance with regulatory requirements. The contractor may haul the sewage pumped at the request of the City Representative to the City of Ocoee Wastewater Treatment Plant at 1800 A.D. Mims Road, unless otherwise directed by the City Representative to use an alternate location. The City shall not require the contractor to dispose of one load between two facilities. Sewage from sources other than those requested by the City Representative shall not be disposed at the City's Wastewater Treatment Plant. Therefore, all trucks shall be emptied and B15-07 Septic Tank Pumping and Hauling Services Program 23 cleaned from any prior pumpings not authorized by the City, and no pumpings of septic systems not authorized by the City may be done after completion of City authorized work if the Contractor plans to haul the load to the City's Wastewater Treatment Plant. However, if the Contractor wishes to haul and dispose of the load to another facility at the Contractor's expense, the Contractor may mix City requested and non-requested pumpings. 2. Specific Tasks For the purpose of this program, the following holidays will be observed: New Year's Day, Martin Luther King, Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. Routine work orders shall not be completed on holidays, and shall not be considered emergency or critical. The City has identified four categories of service: A. Normal business hours septic tank pump outs (7:00 AM—6:00 PM, Monday—Friday, excluding holidays).No pumping shall commence after 5:00 PM. B. Emergency (unscheduled) septic tank pump outs during normal business hours (excluding holidays)—This category includes unscheduled septic tank pump outs, which must be responded to by the next business day by 5:00 PM. C. Critical septic tank pump outs—Contractor must respond to the service site within four (4) hours of notification, regardless of the time or day of the week (excluding holidays). D. Critical septic tank pump outs during holidays—Contractor must respond to the service site within four hours of notification during holidays. Each service trip, regardless if scheduled during normal business hours, emergency or critical, shall include all work, labor, equipment and materials required to pump out septic tanks and haul wastewater as identified by a City Representative. Unless the City Representative classifies the service trip as critical, no pumping shall commence after 5:00 PM. All work shall be in accordance with the enclosed specifications and includes, but not be limited to, the procedures as follows: 1. Locate septic tank 2. Excavate to the lid of the septic tank if needed 3. Pump out septic tank 4. Work area shall be restored to its original state 5. Notify City Representative of any property damage prior to repair or leaving the site 6. The Contractor shall keep logs of all loads to provide to the City Representative with regards to: a. The date the truck was pumping b. The amount of gallons hauled c. The amount of loads hauled d. Truck number and driver 7. Any work associated with cleaning trucks shall be the Contractor's responsibility B15-07 Septic Tank Pumping and Hauling Services Program 24 8. The Contractor shall haul the sewage to the City of Ocoee's Wastewater Treatment Plant, unless otherwise directed by the City Representative to use an alternate location The work specified in this contract requiring traffic maintenance will be governed by Section 102-1.1 through Section 102- 4.5 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and revisions thereto current at the time of contract. Services shall also include any other incidental work that is required to satisfactorily perform each requested service. 3. Contractor Personnel Requirements A. Contractor shall provide an adequate level of staffing for provision of the required services outlined herein and shall ensure that the staff providing services is appropriately trained, qualified, and licensed as required. B. Each person employed to operate a vehicle shall at all times carry a valid Florida Driver's License for the type of vehicle being operated. C. Contractor shall ensure staff wear their company name and/or logo on their attire. D. The Contractor shall require its employees to serve the public in a courteous, helpful and impartial manner. E. The Contractor's employees will be required to remain on public rights-of-way and the premises of its customers. No trespassing by employees will be permitted on private property. Care shall be taken to prevent damage to property, including receptacles, trees, shrubs, flowers and other plants. 4. Contractor Responsibilities A. The Contractor shall supply the truck, driver, and any fuel to operate the truck for the use of wastewater hauling. B. The Contractor shall notify the City Representative of unsafe conditions and the presence of any sanitary nuisance. C. The Contractor shall be responsible for any and all damages to private property caused by the actions or inactions of the Contractor. The Contractor is not responsible for any pre- existing septic system damages not caused by the Contractor. Contractor shall notify City Representative of any property damage prior to repair or leaving the site. D. The Contractor shall be available on a twenty-four (24) hour basis, 365 days per year for critical work. The contractor shall provide the City Representative with an on-call telephone number for emergency service. E. The Contractor must be able to respond on-site within four(4) hours after notification of a critical pump out service request by the City Representative. F. The Contractor will receive a scheduled work ticket between Monday and Thursday from the City Representative. B 15-07 Septic Tank Pumping and Hauling Services Program 25 G. Contractor shall complete the Septic Tank Inspection Form for each septic tank pumped, Exhibit E. The form will be a 3-part carbonless form. One (1) copy shall be retained by the Contractor, one (I) copy shall be provided to the Owner, and one (1) copy shall be provided to the City. H. Contractor shall complete all scheduled requests by Friday of the week following the week when Contractor receives the work order, unless additional time is granted by the City Representative. I. Contractor may request additional time from the City Representative if the request contains more than five (5) work orders. J. The Contractor, as required by the controlling permitting agency, shall supply all environmental controls and/or permits including D.E.P. truck license and tag. K. Contractor shall be permitted and registered with the Department of Health with the County of their home office within the State of Florida, and have at least three (3) years' experience as a licensed contractor for septic tank pump outs and wastewater hauling and disposal services. L. Contractor shall have a certificate of business authorization from the State of Florida. M. The Contractor is solely responsible for any and all "safety-related considerations" at each job site. N. All work associated with cleaning the trucks shall be the Contractor's responsibility. O. The Contractor is responsible for the clean-up of the City's WWTF after disposal services. P. Any violation of weight regulations or traffic laws shall be the sole responsibility of the Contractor. Q. Contractor shall immediately dispatch a tow truck or repair crew for any mechanical breakdowns that occur en-route to the disposal site. If the disabled vehicle cannot be repaired where it sits, it shall first be towed to the disposal site for the proper removal of the wastewater. This shall be at the Contractor's expense. R. All Customer complaints will be acted on within a timely manner. S. The Contractor shall not litter or cause any spillage to occur upon the premises or the rights-of-way wherein the collection occurs. During hauling, all residential pumped material shall be contained so that leaking and spilling is prevented. In the event of any spillage caused by the Contractor,the Contractor shall promptly clean up all spillage at its sole cost and expense. In the event that the Contractor fails to promptly clean up spillage, then the City may do so and the Contractor shall pay the City all costs and expenses incurred by the City in connection therewith. T. Contractor is responsible to make a reasonable effort to obtain access to the septic tank and shall report to the City Representative any properties to which access is not reasonably obtainable including the type of obstruction. U. Contractor shall comply with all Federal, State, County and Local regulations affecting the transport of wastewater. V. Transportation routes shall be designed to minimize travel through densely populated areas. W. Traffic Maintenance B 15-07 Septic Tank Pumping and Hauling Services Program 26 a. The Contractor shall provide and maintain adequate barricades, construction signs, flashers and guards as required in pedestrian and vehicular traffic areas. All safety rules and regulations of local, County, State, and Federal authorities shall be observed. b. During scheduled work the contractor is required to contact/notify the City Representative of any total street closures, or of any lane closures of two (2) or more hours. This notification is to be submitted at least 24 hours in advance of any closures along with a Traffic Control Plan. X. Contractor may dump sewage pumped at the request of the City at the City of Ocoee wastewater treatment plant. However, any loads containing material collected from properties not requested by the City is not permitted to be dumped at the City's wastewater treatment plant and must be dumped elsewhere at the Contractor's expense. Y. Subcontractors may be allowed only with the prior approval of the Ocoee Utilities Director for which consent may be granted or withheld at the discretion of the Utilities Director. The consent of the Utilities Director shall not be construed as making the City a part of such subcontract or subjecting the City to liability of any kind to any subcontractor. Z. The Contractor, at its sole cost and expense, shall be solely responsible for the billing and collection of all fees and charges payable to the Contractor by City property owners for any and all additional services rendered at the request of the property owner pursuant to this Contract. 5. City's Responsibilities A. The City Representative shall submit multiple locations to the Contractor for scheduled service, when applicable. B. The City Representative shall distribute service requests amongst all awarded Contractors. C. The City will not charge any fees at the City of Ocoee Wastewater Treatment Plant for dumping only sewage pumped at the request of the City. D. At the request of a Property Owner for services not covered directly under the contract, the City Representative shall provide the Owner with a list of the authorized Contractors so that the Owner may contact the Contractors directly to request additional services not covered in the scope of this contract. E. The City Representative shall periodically provide Contractors with a current list of addresses for Owners participating in the program. 6. Special Provisions A. In the case of an unforeseeable situation or where no service item has been established, the City reserves the right to move its own forces in and correct the problem, as long as this action does not negatively impact the work. Otherwise, change order prices will be negotiated between the City and the Contractor's Representative. In the event that City B15-07 Septic Tank Pumping and Hauling Services Program 27 staff have to be mobilized to the job site to correct any problem resulting from the contractor, a minimum mobilization charge of$500.00 will be assessed against the contract plus additional charges for labor and materials. B. Work done to remove, replace, and reinstall existing facilities not shown on the work ticket orders shall be incidental to the project and considered as part of the contract. C. No work shall begin until a City work ticket is issued to the Contractor except in the instances where the City Representative deems it as an emergency or critical. D. The Contractor shall provide verification of approved inspections conducted on all trucks used for hauling from the Florida Department of Health. END OF SECTION B15-07 Septic Tank Pumping and Hauling Services Program 28 b0 N o N ... 0 bA .1. p. rte.+ �" C .0 O p V U 6.. z k '� C �..r O b9 di C b4 b4 Cho b9 b4 g i; �+- Z-; r, o 0 0 3 a. o 0 r, � o 0 ,cD ¢ . ©© Q Q .0 . d N u► vii O r-, v) cd 0 rt N L. >, a) � 'fl L. b L. "a .,:3 ' .0 y a V ^ V 'C O O 'C 'O U C) CU v x �o 0 C) C) = C) � :6cvs � oEEcz C `� ., co CC 0 0 -4 � "0 E -z - ti - - c4 ,_ x o a C a) U a� a) z a, a) a)=4 x O N.y V1 5v) N ',.t ct y N v) v) N rl a U U O b U U ^�' U W z p �, t t . .E .o �•- p 41 � C7d 0 r. I C CD CU a' Lr. aco v +- a) !-. = aA a Ect , o >, oa Z o a. 0 �, Q-,'v a' 0 0 a zy y 0 n. -, d V o a o o 0 0 0 : 0 o x ., o p ,Z cn h V y y Ti w4 W �. X ° 8 a8 03 . 2 i w O a A a) , u O A L. Xr Z U U '' , `� cA U 0 U w a +-+ V V A x F 0 cn w h U cc/ h c«1 ti v a7 ..L., 0 v, w v, v 4 0 co.) W tA tz .. y v ai u CD � C u v u � u ' U C) u co cC o 0 ,.15 .0 cC 0 co y p ca 0 cc c o I _. au u cu ? y � > cu u o , .+ cu U cu ci, E Z . ,. O ,. ' L L. O ,. 4_ o L. O s.d <4 t o o. ( = aV O. o o V7 a co e) E. i0�' d^ u V c�.� O y u U U O v a" U V u F" 6, ■�"r t. ca 's: ca L•, h �.., L. ca •s.. et ' ' s:. cC 's:. cc E W0 = -a ca CC p .-' d T5 ca -o ca 'Ct ea .o ca .o ca CA cA 0 0 o Cl) '0 v -0 o L, a� '0 a� F" Cl) 'O a) '0 c = p w . C ti a) x O .o v, o v, a$, = V w au . at c y a y ° a a. a pr +� oo. P. a o 00, cl E to a� EctoEoE yE "ooEoE oa OE0E x ...� a) L. o ,. o C ,.. o L O V L. o ,. o Pa = o '.., a a 0. o a -o a -a "" a ••a Cl. 75 c FA 0. Vy Or V "C «s D bp o d � vd (Ts� o .-, CV) 74 E-4 U E U o s., s ca c a i+ �+ 3 a) V ;5 c� C x L. a o L. = �-+ v, eA Z Vi u Z cn W = = Z ^O 0' N U 0 s. rA ta, N - N M .E c U < CA 0 M O O Li 4.0 et tt U U tit tom, O 0 O O w w Z Z D C O O O O O g v' d d F. ' d d d F. C w w a -= - c c4 ci W 3 CU C 3 a) a) a4 03 CO C) 5 a c/) .O H ,.0 W O O .� .n. O H y O ti o v) ti N ,..�"� U U 4r U U F V Y� 0 U U 2 U N a A b z 'b � Q o a O. c o o. a x „ o o O ry, o o W y y ' y v ai y v y 'w O Z et U U U . U A O °' rz O O °' rC o cn al I .0 U ,� O .c U - O CD A LS. 4.4 U CU U ,,.., . U C) U .. U z G 4. 0 4. G 4. 0 L <C '1.> s. 0 ,-6-. 0 --, oC O V V v o • o 5 i y C..) Z . O s� 0 — ~ Ct.a E S 'u U Cl.) ''� u U u 0 G . co 'L cC 0 ' , c0 L <C z O N 0 y, x F� v � a) � C) -0 cu -,:l F~ U N h C N y = U n d) n CJ = b O tC + >1 O a ° C CC a7 • fC n a O O. d al kg- y a. ' O- cu . O U O O 4) b CO . CA c a -a a -o y a -o a. - 4. .0 ec cy E g a c/, o C CA O .. F. z a V '7 . V .7 'C Z et v, CA "s. 'O 01 ct .O C 9 U U .. all G) O CI ▪U ct a) a" a o 0 .� o+ CO o 0 4 4 .0 O O ::a) G ••-i. C i.+ O r-+ 4:a;Q O Q • • a 5+ 0 0 3 g flo O +.�� y . ct cz m .O v, a) a) o ▪ 0 0 O n t. 0 x o, 0) o . = . V W 1E ° . . • cA . ' .1.) a- ) en C v 03 110 bl) � 7S w E�M * � v o v) y a) i° .0 .0 CA W 0" O I •F s a. It-1 o H 4 •.. � v) v) p4 w A o a, C 3 a a c)3. W -°'o W L) a? a) › a) cn O Q i. t U .—, V w • na ) = E Lr a) aJ Q 0 i EXHIBIT C CONTRACT AGREEMENT FOR SEPTIC TANK PUMPING AND HAULING SERVICES (City of Ocoee Invitation to Bid#B15-07) THIS AGREEMENT FOR SEPTIC TANK PUMPING AND HAULING SERVICES (this "Agreement") is made this day of , 2015, by and between the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the "City") and , a whose mailing address is (hereinafter referred to as the "Contractor") (together the "Parties"). WITNESSETH: WHEREAS, the City desires to engage Contractor to perform the work described in the scope of services (the "Work") set forth in that certain Invitation to Bid #B15-07 and any amendments thereto being attached hereto as Exhibit "A" ("#B15-07"); and WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work, pursuant to the terms of this Agreement and for the amounts specified in the Contractor's Proposal, the Contractor's Proposal and any amendments thereto being attached hereto as Exhibit "B" (the "Contractor's Proposal"). • NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the Parties, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: Section 1. Scope of Agreement. The terms and conditions of #B15-07 in Exhibit"A" attached hereto as well as the terms and conditions of the Contractor's Proposal in Exhibit"B" attached hereto are incorporated by reference herein as fully as if herein set forth. In the event of a conflict between this Agreement and #B15-07 or the Contractor's Proposal, this Agreement shall control. In the event of a conflict between the Contractor's Proposal and #B15-07, #B15- 07 shall control. Unless otherwise specified herein, the Contractor is to furnish at its own cost and expense all materials, tools, equipment, labor, supervision, and consumables to complete the Work. Section 2. Term of Agreement. This Agreement shall consist of one (1) initial three (3) year term beginning on (the "Effective Date"). This Agreement shall be automatically renewed for two (2) separate one-year renewal periods unless this Agreement is terminated upon the issuance of written notice by the City to the Contractor provided not later than thirty (30) days prior to the expiration of the initial term or prior to the expiration of the first renewal year term or unless otherwise terminated as provided in #B15-07 and this Agreement. This Agreement and each term is effective with the condition that the City's obligation to pay under this Agreement for each year is contingent upon the City having sufficient funds to make an annual appropriation for the work to be performed under this Agreement. Section 3. Compensation. Contractor agrees to perform the Work for the compensation amount as specified in the Contractor's Proposal. Section 4. Invoicing and Payment. All invoices received by the City are payable within (30) days from receipt of an approved invoice, provided the City has accepted the Work for which payment is sought. The City reserves the right, with justification, to partially pay any B 15-07 Septic Tank Pumping and Hauling Services Program 32 invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices must be clearly marked: City Agreement #B15-07, Septic Tank Pumping and Hauling Services. Section 5. General Conditions. A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination. 1) The performance of the Work under this Agreement may be terminated by the City, in whole or in part, in writing, if the City determines it is in the best interest of the City to do so. 2) Contractor recognizes that this Agreement is part of a pilot program for the City. The City may terminate this Agreement at its convenience with thirty (30) days advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination. 3) The Contractor may terminate their contract with the City after thirty(30)days written notice. C. Warranty. The Contractor warrants that the Work, including any equipment, supplies, incidentals, and materials provided, shall conform to professional standards of care and practice in-effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects, or errors. ANY MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE NEW AND UNUSED UNLESS SPECIFICALLY STATED, SHALL BE MERCHANTABLE,AND SHALL BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL, OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT. D. Time of Completion; Force Majeure. The Parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees that all Work shall be performed regularly, diligently, and uninterrupted within the time specified. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability B15-07 Septic Tank Pumping and Hauling Services Program 33 to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City may, at its discretion, cancel this Agreement for the convenience of the City. E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify, defend, and hold harmless the City and all of its officers, agents and employees from all claims, loss, damage, cost, charges, or expense including, but not limited to reasonable attorneys' fees, (collectively, "Claims") to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor, its agents, employees, or subcontractors during the performance of the Agreement. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the Contractor under this Section. No Claims whatsoever shall be made or asserted against the City by the Contractor for or on account of anything done or as a result of anything done or omitted to be done in connection with Contractor's performance under this Agreement. F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to correct such Work, then the City may, at its sole discretion and without waiving any other rights or remedies under this Agreement, deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement the City's cost for labor and materials, plus fifteen percent (15%) of such amount and a minimum mobilization charge of$500.00. G. Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any subcontractor to the extent that such books and records relate to the performance of this Agreement or any subcontract to this Agreement. Such books and records shall be maintained by the Contractor or subcontractor in accordance with Florida's Public Records law. H. Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement and #B15-07 shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. B 15-07 Septic Tank Pumping and Hauling Services Program 34 I. Safety Measures. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public, as is consistent with industry standards and as more specifically provided in#B15-07. J. Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, with the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed by both Parties. K. Price Adjustments. Pricing is firm for first year of this Agreement. The amount for services may increase annually upon mutual agreement of the Parties. All other provisions of the Agreement shall remain constant for the life of the Agreement. Any requested price increase shall be provided to City, with an explanation stated for the requested price adjustment, at least one hundred-twenty (120) calendar days prior to the end of the term preceding the term for which the price adjustment is sought. Nothing contained herein shall affect the City's right to terminate this Agreement for Convenience as provided herein. L. Familiarity with the Work. The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill all the conditions referred to in this Agreement and in #B 15-07. Section 6. Miscellaneous Provisions. A. The Contractor shall not employ additional subcontractors, other than those listed in Contractor's Proposal, without the advance written permission of the City. B. No assignment by either party hereto of any rights under, or interests in, the Agreement will be binding on the other party without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. C. The Contractor shall comply with all applicable federal, state, and local laws, ordinances, rules, and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by both Parties. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals as may be required by federal, state, and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. F. The Contractor shall at all times, keep its equipment and the work area free from accumulation of waste materials or rubbish caused by its operations or performance under B 15-07 Septic Tank Pumping and Hauling Services Program 35 this Agreement. Contractor shall promptly remove any and all hauled sewage and other materials to an approved disposal location. G. The Contractor is responsible for all damage or loss by fire, theft, or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. H. This Agreement is considered a non-exclusive agreement between the Parties. The City may engage one (1) or more other contractors to perform work similar to or the same as the Work. I. It is mutually agreed by and between the Contractor and Owner that each of the Parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the Parties hereto against the other on any matters concerning or arising out of this Agreement. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. The Parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. J. Any provision or part of this Agreement, #B15-07 or the Contractor's Proposal held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor, who agree that the Agreement, #B15-07 or the Contractor's Proposal shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. K. The undersigned hereby certify that this Agreement is made without prior understanding, agreement, or connection with any corporation, firm, or person who submitted proposals for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. L. This Agreement, including Exhibit "A" and Exhibit "B" hereto, contains all the terms and conditions agreed upon by the Parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. [Signature Pages to Follow] B 15-07 Septic Tank Pumping and Hauling Services Program 36 IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed by their duly authorized officers as of the day and year first above written. . Signed, sealed and delivered CONTRACTOR: in the presence of: , a By: Print Name: Printed Name: As its: Print Name: CITY: CITY OF OCOEE, FLORIDA ATTEST: BY: BY: Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , under Agenda Item this_day of , 2015 SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney B 15-07 Septic Tank Pumping and Hauling Services Program 37 EXHIBIT D BID #B15-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL ID# Individual Corporation Partnership Other(Specify) Sworn to and subscribed before me this day of ,20 . Personally Known or Produced Identification Notary Public-State of (Type of Identification) County of Signature of Notary Public Printed,typed or stamped Commissioned name of Notary Public B15-07 Septic Tank Pumping and Hauling Services Program 38 EXHIBIT E SEPTIC TANK INSPECTION FORM Septic Tank Inspection Report 404- Utilities Department Date and Time: 1800 A D Mims Road Contractor/ ocoee Ocoee, FL 34761 Vendor: florida Location: Overall Septic Tank Condition Normal ❑ Deficiencies ❑ Comments: Sample Contractor Contractor's Copy B 15-07 Septic Tank Pumping and Hauling Services Program 39 Mayor Commissioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen, District 2 City Manager 4N if. Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 oCoee florida July 21,2015 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B15-07 SEPTIC TANK PUMPING AND HAULING SERVICES PROGRAM This addendum shall modify and become a part of the original bid documents for the Septic Tank Pumping and Hauling Services Program. This addendum consists of two (2) pages, including the.Revised Septic Tank Inspection Report form. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided on page 20 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or amendments to the bid documents are as follows: Page 39, Exhibit E Septic Tank Inspection Form has been replaced with the attached Revised Septic Tank Inspection Report Form. 4/ '- 41-- ,jj , Joyce Tolbert,CPPB Purchasing Agent cc:Charles Smith,P.E.,Utilities Director Diana Turner,Project Coordinator Septic Tank Inspection Report..- A...\.. Utilities Department Date and Time: 1800 A D Mims Road Contractor/ Ocoee Ocoee, FL 34761 Vendor: florid° Location: Overall Septic Tank Condition Normal El Deficiencies ❑ Contractor Contractor's Copy Comments: This was only a pump-out service. The contractor did not perform a system inspection or assessment meeting the requirements of section 64E-6.001(5), Florida Administrative Code. Residential Services Commercial Services � s BRO � Septic Pumping Sewn C oI) l tI i al Plumbing Pull Sut'tcc Plumhing Bac flow resting ti ptic& Dram 1 field Last n(ati,n Repay Cooking Oil Pickup SEPTIC & PLUMBING lank Reran,St RB lr ement Grease Trap Services Dram Field Reuvenation Wastewater 84 SU nrnwater Management SETTING THE NEW STANDARD Inc Cleaning&Jetting Litt Station Maintenance Camera Lines Victor Services July 27, 2015 Ocoee Septic Service Bid Committee, Thank you for allowing Brownie's Septic & Plumbing the opportunity to bid on servicing the septic systems for the citizens of Ocoee. Brownie's is a 67 years old Orlando based company specializing in septic and drain field service. We have the largest, best kept fleet of pump trucks and service vehicles in Central Florida. If Brownie's is fortunate enough to win the Ocoee service bid we will place at your service 11 pump trucks with over 48,000 gallons of hauling capacity at any one time. We install more than 200 drain fields a year, providing excellent septic service, drain field repair and installation. No company in Central Florida has more experience than Brownie's when it comes to Septic Systems. We will provide each customer a service folder (a sample folder is included with our bid) to keep track of their service dates, size of tank, filters, drain field condition and location, as well as other essential data. This is provided free of charge to every Brownie's customer and also contains coupons for plumbing services. We have also provided pictures of the pump trucks in our fleet so that you may see the condition they are kept and who will be representing the city of Ocoee when servicing your septic customers. Brownie's has a tradition of excellent service and will continue that tradition, providing the best service to the citizens of Ocoee. Respectfully, MARC BARHONOVICH President Brownie's Septic & Plumbing 11372 United Way, Orlando, Florida 32824 • (407) 841-4321 • www.CallBrownies.com 4 I 4 =g ? i 1 , ' 4 i1 ir..,.„,,,„,. I ) ? tt*---• . ! . . . _,,,, ,.... 1 ,„,c, , I ,- I ,, • l'.., ` µ6{ Ot V. t j i 4 I i • .', t 7 0 lall 0 r0„ a Alv I ° 0 • 4/k ; 3 , V jrw [ if 1 � t v y` I p ��� x ri 4 LL ,`\ i s 'ri ir a ! K, a d m \ � iii • €_I l r 'i , i • 4. 1.., k ■ t s I { t , ,,.—.-- I ,f 111111 1 ` d � _ l ,�gg y{) P r'.1 dd ■ Ixj.$..- 4. �i ki c, - ,' N Iii. Series ,, , _ )Sf\11 0 Iva CaBfoo.hrol r�� .. ' �� � i i i -- - —---- . # — . v , ,`1,t z r r, �. sir, . ,.. -.� • ,,,'.�s67� '- x321 np i . Cu'21.Ot6 F1 gE(I ,ltl / 1 1 I � t 4 t. , ✓ g ! it '� b e'� ' "�i i . ,M 1 Y ?R Y I$ i R , s f T ?i . ,. ..r, '11 ‘, 4 .. ' ir \ \ a''."' M... ' \ C Al \ \ } 41rT 8. I4 1 ` „ 1 . a,.^ Is • D a 1� r 111 vi I 49970 . • kiiiii _. .,�� .may 3� 1 ._ L . i-air 1 1 • . . . 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: )'•i6NE-- (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF BIDDER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three(3)years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). Si-E A T16c:.AC-1) tY _c),a t_ CAfl N 4�� ()C +\1\ 17 F C7 Cv �=C c)(1-0\1 B 15-07 Septic Tank Pumping and Hauling Services Program 19 Do you have any similar work in progress at this time?Yes V No_ Length of time in business (0*-1 Bank or other financial references: • 6 U AS A,-3 t1... Arc-cif D ce S c( c j'lLL '-7ou,.ek1i5 x(0"7- S"7G —I G' / (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five(5)years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so, NbNE. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. f Dated —7 Le-t No. Dated No. Dated B 15-07 Septic Tank Pumping and Hauling Services Program 20 w• c o S, F. 5 W N r-' • O -0 J CD - (/) P V C V V) 2 n Gn G r r ~ -. tJ- CD n 0 ] 7 td > � �, CO Y 0 X. 0 to >—le X. 0 w - C a. C G �, r p) si o a o = Cr o O et, : o o O g o o r4 g C; ■Jt G - o ri t3. C ✓ � p � b ,vr. O .a p p 7. r ' p ' p rr ✓: 10 O - O v C CD U (D v) n — cD o m n R O D v, m v) M Q = ` ` n fl a - D) a G r r L- Da 0- = v fl. L] ry r•t r-t. r. .) c F). n „"�� rt.. O n n n . C , 00 n' n r) ... J a t, r., r co CD � 4 �' b i. n 0OO Cr' n n0O . � � Q" — 0 '-.110 ... p O O"y O "y . . fi . -s O .'Y rz, ...q ^s O -s _ , ( CCC) r R 'r 4 2 CD C) CD S } 2 0 (D n D r v OD r Ov C o n CD < n cp n rt - "5 (D n n n A. 4,, "O 0 CD I ... Oa- CD 0• 0 , 0 0- w 5- p C . CtiZ r1 n X ij n p CD n (D � p y 4 d v) n v) v) (D o b n (D n CD - n (nD (nD yS w- n fD Pp O M; , Ci7 n `� O 6, o r 0 0 '' -oa "L7° y c "0 "0b 'a "o g p. ' g. Z , — _ �, drat S3 `C5 O. �. a "Cl r. .�. O 'a `O .7Q on O , w` O M n ta. 0 n n CI C, - r) vim. 4' z r.• • V. V) (A A) V) v) fy �' s s$� �'�' O .~ C C .7.0 C C C� w" trr P 0- 0. .=.Q4 Q HP Q ¢ t 7 arl fD 'G cOQD ft7 CM(D CD O X U7 O• 0 C S% c O C O n 11' ✓..CD CfQ C ET. ¢ y tz a �. r. a n , G ,n ti7 fr N Ai a> O .0.. a> AS gl O �,. 0 U ViV p n i X +Y Y O Y > ps c >-r "0 o O o 3 v.1 c o , ° c P = O p ..1 O r7 p O g, 0 •T r7 r n rr to 4 7'17 Cv 69 y t9 C» p 4 , 0. ' _ i .-C- k -G -C CD icy .:n CA t/1 �} o 1 y o 0 7(4 0 r. G a p, 0 0 , w = O O 0 *1 "p O (A .11 f ^ N PO CC cap O `< Q e' (!o t^ Z t.. a X a w V fD M Q: fD o cD PI „`' O r: C7 G x Cr D 4 ■¢ 0 Zp H ft, 0... '10 fa. Q r CC = 0- 0 r z• CD f/1 CD V) r 0 fD N 0 fn f7 0 Z go H ! 0- CD 0. CD - r 0- CD 0. CD � r', CR " - 5 CD CIS ✓ w -s -s x •z ;y s C p " r p N 0 y «»v r CD d " D (r) en r ,..%- _ " o� o b 5 co I I r O ) O G O O A) 0 r; -'1r) rn n '` O D' D' "p ✓ O N D aD ∎ ^ 0 CD CD D C 3 3• tz CO "• rN•r 8 = r-r car L ci. Q u' =n - p, h. b - V` CD C C CD CD r T. "� n n n • N CA H - CZ O.PI �' or, n, ova CM • w ca CD CD CD e r5 CA c : e ell V �, �, 70 [' c a) ,-4, c c ,-4. < CD CD CD (D 5. n 1Y C1 ,r. 0. 0- CrJ D.) A) Cl) C' 0.. CI. = J c c ,� "I - 1 9 B B B B 3 i 0 c c o c c o v- r.r ,• r:r •rr - rt ,rr7 'i V) b9 b4 b9 fA cn C) vi -J c © c o a v, = 0 V G c, p c Q) o C" p C 0 0 0 = w 0 w C 0 0 N O Vi _ O 9 N .+ G- qt 0 0 O Z " G. O Z en C.-If)' O C -, Cl) - "=" �a .. . -. 'J CD w j i"1' Q- (D B = CO > o n .'��.. n CT 0l " '..S p at C C`D CO O O Y' ' CD z c 0 0 'D 0 r, O 4-3 CD O t.� r) -.. 0. CAD S� fD 1:1 ., 3.,6 =. -. V) < CD E . — -• -- r -s p -s 2 / � O n O r . n O ` . CD ,,.., p C- ro -- o : C . i0 IS 0 - — O eml v �' _ tsJ a n TJ t� IN m -• � ,_ - wv) U �,n0 0 0 ��� - 0. 0 `° "� a ar ' I pr O c r4I F 'a- 2 c- . . - O ,."10A I4414- v- w C o .N o i� a ril w A3 ti im ,, 7 d v• ,0 C ty ° ,, ° n '�. a C.13- . '. cc w try - Z sv a> :1... 0 t, t/, p Cl a. f° -il I ; 0 - r ,P- n 4 ...• tfi EA b4 Cr ems-► O CD '''`+. 0 1.-- eD O1 Cl) 4-3 K `:$ O ".E 5 ' G -- 4'144 EXHIBIT D BID 14B15-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION.THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY N TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS ��., IF REMITTANCE ADDRESS IS DIFFERENT A •O it DVS ATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 013V(kUcc- V c) NAME/TITLE(PLEASE PRINT) ,S(\(YA STREET ADDRESS City STATE "LIP FEDERAL ID# L1(C2 c_.?() ( Individual x Corporation Partnership Other(Specify) Sworn to and subscribed before me this () day of ,20 Personally Known or Produced Identification Notary Public-State of T 76Vi '4 (Type of Identification) �J County'of ea'r�lU�`f!f i Signature of • ary Public /..,;;:s.r.,t'''''AN MONICA SWEARINGEN �i �n1t MY COMMISSION#FF024530 s °a S June 6,2017 Pr in�e�(gd�"ecl or st 'j�� CutMiI9$cA1621 at bd°'tale i.tk ;: `"' B15-07 Septic Tank Pumping and Hauling Services Program 38 Brownie's Vehicle/Equipment List IVin# Driver truck# department year/make INS tag# expires Gallons Office 1FTMF1CM7EFA36163 office 01402 Office/Sales 2014/Ford F150 yes CVPL72 Jun-16 1FTMF1CM4EFA24763 office 01403 Office/Sales 2014/Ford F150 yes CVPL73 Jun-16 1FTMF1CM4EFB74520 office 01404 Office/Sales 2014/Ford F150 yes CVPL74 Jun-16 1FTMF1CM6EFB95238 office 01405 Office/Sales 2014/Ford F150 yes CVPL71 Jun-16 SHOP-SPARES 1FTFX27L0VKB87236 Danny H 09702 shop 1997 /Ford yes CSYE79 Jun-16 1FTNX21F22EB06116 00201 Spare 2002 /Ford-grey yes DPSG77 Dec-15 4X4TSE4103U306128 n/a 10303 MISC 2003/Continental Trailer yes CSYE80 Jun-16 DRAINFIELD 1FDXF46P15ED03738 Winston 30505 Drainfield 2005 /Ford yes CSYF66 Dec-15 5VGFD2026EL003682 Winston 2TR04 Drainfield 2014 Kaufman Trailer yes CSYE81 Jun-16 NBTN82592/CX50B Winston 81101 Drainfield case excavator 2011 yes n/a n/a 1FDXF46P36EA85450 Jimmy 20601 Drainfield 2006/Ford F450 yes CRYY31 Dec-15 16VEX2027D3301484 Jimmy 2TR02 Drainfield 2013 Big Tex Trailer yes CEIM44 Jun-16 NDM463891 Jimmy 81301 Drainfield track loader case 2013 yes n/a n/a 4EDUS1012ST004485 n/a 89501 Drainfield 1995 Brewer Trailer yes DPSG74 Jun-15 Mail No Serial# n/a 89502 Drainfield Terra-Lift Equipment yes n/a n/a PLUMBING 1FTRF12W28KC36971 Keith 50801 Plumbing Mgr 2008 / Ford-white yes 345RXC Jun-16 NM0LS7E7XF1174969 Angel 31501 Plumbing 2015/Ford Transit Van yes DRWQ95 Jun-16 NM0LS7E73E1173354 Domingo 31401 Plumbing 2014/Ford Transit Van yes DRWP33 Jun-16 1FDAF56P97EB05343 Damion 30701 Plumbing 2007/Ford F550 yes 479QJR Dec-15 .?FTNS24W64HA33571 Frankie 30408 Plumbing 2004/Ford Van yes CRYY92 Dec-15 1FTNE24WX4HB07968 spare 30409 Plumbing 2004/Ford Van-(Eric's) yes CSYF72 Jun-16 1FDWE35L03HA50785 Jorge 10302 Plumbing 2003 / Ford-(Box Truck) yes CSYE78 Jun-16 1GDGC24U0XE549799 19901 Plumbing 1999 /GMC-(199 Truck) yes CSYF67 Jun-16 1FTNE24L9WHB35477 spare 39806 Plumbing 1998 / Ford E250 yes DPSB51 Dec-15 HHKHML03KD0000620 n/a 81302 Plumbing 2013 Hyundai Excavator yes n/a n/a 5VGFD2027EL003738 n/a 3TR01 Plumbing 2014 Kaufman Trailer yes CWCK12 Jun-16 LIFT STATION 1FDXW46S81EA04245 Steve 40102 Lift Station 2001 /Ford F450 yes CSYF68 Dec-15 1FDSF34L2YED87061 Kay 39907 Lift Station 2000/Ford yes CSYF65 Dec-15 3FDXF46SXXMA17937 Jim 49901 Lift Station 1999 /Ford yes DPSB53 Dec-15 1H9X14105XC122016 89901 Lift Station 1999/Harben Jet(black) yes DPSB52 Jun-16 see note 1 69211 Lift Station US Jetter on EAGB Trailer no DPSG78 Jun-16 see note 2 PUMPING 1FVMG3DVOCDBU2826 Jean 51201 Pumping 2012/Freightliner yes N6228S Dec-15 4800 2XKDAT8XX7M169056 Jose 50701 Pumping 2007 Kenworth T-800 yes N76555 Dec-15 4000 2FZHAZCV94AM88793 Miguel 50401 Pumping 2004/Sterling yes N1696W Dec-15 4000 1HTGLAHT91H377619 Eric F 50101 Pumping 2001 /International yes N0151V Dec-15 4000 1HTGLAHT31H377616 Wilder 50102 Pumping 2001 /International yes N0152V Dec-15 4000 2FZXEMDB01AF66707 Edwin 50103 Pumping 2001/Sterling yes N1697W Dec-15 4000 1HTGLAHT2YH329986 spare 50001 Pumping 2000 /International yes N0150V Dec-15 3500 1FVXJ6BB3YHF91233 Torrence 50002 Pumping 2000 / Freightliner yes N6272V Dec-15 4000 1FUW3MCA6XDA74342 Rene 59904 Pumping 1999/Freightliner yes N9363U Dec-15 3800 1GDM7H1C7X1517199 Calvin 59905 Pumping 1999/GMC yes N9362U Dec-15 2800 I 1AA12Y3PW027419 JC 59301 Pumping 1993 /Mack yes CSYF69 Dec-15 6945NAM JC 57001 Pumping 1970 /Butler tanker yes DPSG79 Jun-16 6500 4V11DBRF8SR837137 Lopez 29501 Pumping 1995 / Volvo yes DPSG80 Dec-15 1985226 Lopez 57201 Pumping 1972/Butler tanker yes 581QTQ Jun-16 6500 1FDZY90R5NVA33066 bonedry 59201 Pumping 1992/Ford no N0153V D4-11 3300 1WUABCIEOJN125460 yard 58801 Pumping 1988/Volvo no N05911 Dec-08 VACTOR 1HTWGAZT58J673884 Mike H 70801 Vactor 2008/Vactor yes N0155V Dec-15 2800 1NKBUOX4E1401828 Tom 71401 Vactor 2014/Kenworth Vactor yes N0154V Dec-15 2800 GRS 2FZACGCS23AL74168 Joe 90303 GRS Pumping 2003/sterling yes N0148V Dec-15 3500 1M1AA13Y8TW067438 Pete 99601 GRS Pumping 1996/mack yes N0149V Dec-15 4000 1FDXF80EXTVA25787 Universal 99604 GRS Pumping 1996/Ford yes N6271V Dec-15 2500 1FDWF36P06EC51591 Glenn 90605 GRS Service 2006/ford yes CSYF73 Dec-15 Ib■ . 1 jiLt.4 4.041: til r SEPTIC & PLUMBING . . "First In Service Since 1948" References NAME DATE AMOUNT PRIME Or SUB CONTACT Orange County 3/1/13 250,000g Prime Sean Hallet 321-239-8884 Convention Quarterly 9800 International Dr Center Orlando 32819 Universal 2007 300,000g Prime Brian Weeks 407-224-6234 Studios Quarterly 1000 Universal Plaza Orlando 32819 FCC Coleman 12/15/10 150,000g Prime Phil 352-689-3288 Federal Prison Quarterly 5472 NE 54Terr Coleman 33521 11372 United Way - Orlando, Florida 32824 (p) 407.841.4321 (1) 407.872.0848 ( 0 7> T. E -.-- 0 z (7, 1 tcl• . 1 ) ' 0. r. 0 c. 3 0 Z V 0 (7--, (% Q? 2 ..., .......— P z ,3 "? v) - -0 ----- 3 i rri C m ei- - ..-....*, ......"-•-, . ? Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT OP STATE DIVISION OF ORPOR 1'I'IOi S .511412 -dissisgla 41'7 Detail by FEI/EIN Number Florida Limited Liability Company BROWNIES SEPTIC AND PLUMBING LLC Filing Information Document Number L12000110177 FEI/EIN Number 46-3072192 Date Filed 08/27/2012 Effective Date 08/22/2012 State FL Status ACTIVE Principal Address 11372 United Way Orlando, FL 32824 Changed: 04/18/2013 Mailing Address 11372 United Way Orlando, FL 32824 Changed: 04/18/2013 Registered Agent Name & Address Benitez, Agustin R 1223 E Concord St Orlando, FL 32803 Name Changed: 06/27/2013 Address Changed: 06/27/2013 Authorized Person(s) Detail Name & Address Title Managing Member, President Barhonovich, Marc 11372 United Way Orlando, FL 32824 Title VP http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/29/2015 Detail by FEI/EIN Number Page 2 of 2 Woodruff, Derek 11372 United Way Orlando, FL 32824 Annual Reports Report Year Filed Date 2013 02/13/2013 2014 04/08/2014 2015 04/08/2015 Document Images 04/08/2015--ANNUAL REPORT View image in PDF format 04/08/2014--ANNUAL REPORT View image in PDF format 07/02/2013--AMENDED ANNUAL REPORT View image in PDF format 06/27/2013--AMENDED ANNUAL REPORT View image in PDF format 04/18/2013--AMENDED ANNUAL REPORT View image in PDF format 02/13/2013--ANNUAL REPORT View image in PDF format 08/27/2012 -- Florida Limited Liability View image in PDF format Com/right CO and Privacy Policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/29/2015 Septic Tank Contractors Florida Department of Health Page 1 of 2 Its a New Day in Public Health. The Florida Department of Health works to protect,promote&improve the health of all people In Florida through Integrated state,county,&community efforts. HEALTH (/index.htmi) Search About Us(http://www.floridaheaith.gov/about-the-department•of-health/about•us/index.html)I Contact Us (http://adminappsdoh35.doh.state.R.us/ContactUs/DOHContacts.aspx)I Newsroom (http://www.floridahealth.gov/newsroom/index.html) Programs&Services Licensing&Regulation Statistics&Data Certificates Diseases&Conditions Environmental Health (/programs-and- (/licensing-and- (/statistics-and- (/certificates/Ind ex,htr(ttt iseases-and- (/environmental- . services/index.html) regulation/index.html( data/index.html) conditions/index.htrl) health/index.htrl) Inspection Reports and Data Home(../../index.html) x Statistics&Data(../index.html) a Inspection Reports and Data(index.html) a Septic (index.html) Tank Contractors Swimming Pools(swimming- pools.html) Septic Tank Contractors OSTDS Permits Issued(ostds- permits•Issued.html) Q(hitp://w.vw.Boridahealth.gov/statistics•and-data/eh-tracking-end-reporting/septic-1 ank-conkaclors.hlml7app Session=1333770188091088obSeerchAgain< osros Construction Business Auth No SA0131835 Approvals(o skis- Septic Tank Contractor Details constructiona pprovels.html) County ORANGE Address 11372 UNITED WAY OSTDS Final Approvals (ostds-final-approvals.htmi) Last Name WOODRUFF City ORLANDO Septic Tank Contractors First Name State FL (septic.tank-contractors.html) DEREK Septic Tank Contractor Middle Inlllal g Zip 32824- Enforcements(septic•fank• Name Suffix Phone (407)841.4321 contractor-nor o rce me nts.h tm I) Mobile Home/RV Parks Registration No. SR0051497 Fax (moblle•home-rv-parks.hfml) Business BROWNIES SEPTIC AND PLUMBING LLC Biomedical Waste(biomedical- ', wa5to.html) Back Migrant Labor Camps (migrant•labor-camps.hlmq See the Rule(http://www.doh.state.fl.us/environment/c Tanning Facilities(tanning- For more information regarding this data contact your local county health department(../../programs-and-servit facilitles.html) Body Piercing(body- plercing.htmi) Group Care(group-care.html) Food Hygiene(food• hygiene.htnll) Tattoos(tattoos.html) #HealthiestWeightFL Connect with DOH 1 out of 3 kids are now considered overweight or obese. (hops(Nups'FUU',tittk+►04013tYhts aJtRih FEATURED PROGRAMS FloridaHealth Across the State '.. Florida's State Surgeon General Statistics&Data ks'�l�sr - 'r /t'1tJ�1'� h tp:// .floridahealth.gov/about-the- (http://www.fioridahealth.gov/statistics- (http://www healthiestweightflor( AR -of-health/about- and-data/index.html) us/ssg/Index.html) www.floridacharts.com Dr.John H.Armstrong (http://www.floridacharts.com/) (http://www.11oridahealth.gov/about-the-d apartment- o f-h e a l t h/a b o u t•u s/s sg/I n d e x.h t m l) http://www.floridahealth.gov/statistics-and-data/eh-tracking-and-reporting/s... 7/29/2015 DBPR - WOODRUFF, DEREK SKYLES; Doing Business As: BROWNI... Page 1 of 2 3:50:04 PM 7/29/2015 Licensee Details Licensee Information Name: WOODRUFF, DEREK SKYLES (Primary Name) BROWNIES SEPTIC AND PLUMBING LLC (DBA Name) Main Address: 5125 BETA AVE WINTER GARDEN Florida 34787 County: ORANGE License Mailing: LicenseLocation: 11372 UNITED WAY ORLANDO FL 32824 County: ORANGE License Information License Type: Certified Plumbing Contractor Rank: Cert Plumbing License Number: CFC1428456 Status: Current,Active Licensure Date: 07/07/2011 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 06/17/2014 Business Alternate Names View Related License Information View License Complaint https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=6BB 1 BF4... 7/29/2015 DBPR - WOODRUFF, DEREK SKYLES; Doing Business As: BROWNI... Page 2 of 2 1940 North Monroe Street, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public-records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=6BB 1 BF4... 7/29/2015 Licensing Portal - View Public Complaints Page 1 of 1 • Complaint Details Below is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMs)are available to the public,regardless of whether any appear below,and may be regl • The Department Is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ili For more information about CAM complaints,please visit the CAMs pane. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button • • Number Class Incident Status Disposition Disposition Disci Date Date Date• 1.941)North l4onrcS,_s.tmgLiafl m.55gs..f7.Z19 :c Email: 5.14 ter Ceet ct Center::Customer Contact Center:850.487.139! The State of rlorida Is an A/jECO employer,&pjtysjyit!2007-2010 State of Florida Privacy Statement Under Florida law,email addresses are public records.If you du not want your email address released In response to a puhllc-records request,do not send electronic mall to this entity.Instead, contact the office by phone or by traditional moil,If you have any questions,please contact 050.407.1395.'Pursuant to Section 455.275(1),Florida Statutes.effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide!the Dena:tmunt with an em.dl address if they have une.The malls provided may be used for official communication with the licensee.However email acdressen are public record.if you do not rash to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our ch9pler2115 parse to determine If you are affected by this change. • • • • • • https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=4204462 7/29/2015 EXHIBIT D BID#B15-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. S OWill StP ACS I - ErWi rO Arne n+j SXvi c nC. ( o ) 1.� (D -COMPANY NAME TE PH E(INCLUDE AREA CODE) 't)m SU - 4D(0 Lo 'F`X (I CLIME AREA CODE) E-MAIL ADDRESS i , / / if IF REMITTANCE ADDRESS IS DIFFERENT AZ�''.''T,ED SIGN• URE man0) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: T. rr ,i l G e dent , NAME/TITLE(PLEAS PRINT) o acs obrilill Rd NJ )R, .3y 73d City STATE ZIP FEDERAL ID f 146- 1-86110/8 Individual Corporation Partnership Other(Specify) rr�� Sworn to and subscribed before me this C� day of g L ,20 Personally Known or Produced Identification Notary Public-State of 1 �,0� (Type of Identification) / County of Sature of Not.ry Public 4 i°J11i;PR. CLARK • . N;rtF S• f ,e rr cs 19,2Qk5 P(intel,W or stanlpv 11-40,n i+.«:e Comm'iSaOr {name allotary^ tublie B 15-07 Septic Tank Pumping and Hauling Services Program 38 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: N ' (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. II 21. LIST OF EQUJIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. a � S ling AC erra 'no rum ti - 1�Ioo (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF BIDDER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three(3)years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact,address,telephone number, and e-mail address). a) NA-ti bR- O e cc. B 15-07 Septic Tank Pumping and Hauling Services Program 19 I • 1a- 8- 1.q . -r ak" - ,dif e. le Gp e-.e_. 180 r l'YI.S Do you have any similar work in progress at this time? Yes X No Length of time in business 3 0 424-4 >-' Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five(5)years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary/amounts involved. If none,then please say so. / V a (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. I Dated ` -3-I-(6 No. Dated No. Dated B 15-07 Septic Tank Pumping and Hauling Services Program 20 i 1 1 I — C w `^ 5 N p b ON Grf°1 C t/) dz O I O f9 f9 O (01 CDr E' � $1) 4 Co vi f:A. V n Cd a p x to Y 74 ■ C 5 Bzix at, c11 b U a, CD a. CD y � A. m a. m ' p ° � a fa, 92. = ® CC/) rri. ,O -, ,0 0 rt b rt 'o O -1 � � rt O "� y -I b 2 w -, w -� N.. w w �• ; v w w '- r, y C p CD • `ti �• O CCD C7 CD W p O cD cD y �` n g w o w O n' o w o w C, O °, w o v, a` cn b C/3 C) m n- rt o m y c O � cD ° go y 4 oLA .- o xw 2 ,A r, orr o a rbo0 4e • v' ci v, Z p t: CA � O O `""' am') r n rt ti Cry , C p c(-4D CD Z,::s c. ors 4, ,t:9,... ., d C� O tIl O d n a r 1 c c ° 0 c c �� u c ❑� .0 z O ac) Q• q UQ at) Oq, k '� on (IQ p lD ,�.5 do W ■ ... 7. p 91 w -n ii C 1 G q hw k tll A, + f9 C (7 Z (7' c o N c1) d ¢ V t p O til t n ' 9 . d w w , E oa ' w Cc , y poQ. gl . y O v) "' o• o O (4 o a ° CO c 64 +tr .ter bR fR 59 .EA O CL _ j 1 0. c -C p 0 p k tA CY C7 G N O O 5' 0 0 a vo - 0 0 a Vl 0 o O\w -. c i '0 CD �J z •Fr w r >4 Z C7 (D S3 py r-.. A 6i. r.5 A '..tn c CCn 'n0' (D 7Q 4) C+ tD Sum CD 1:0 VI■ b y C7 p r. `C3 p b p 'C �+. J CO p. 're lD y !D v) n "�.S' CD v) n v) Vl n ri)t- , 79.,(1) II) rt .7:, r-1. .0 0 .1/ el. .cs rt .ti = .... n co . c c r , �° g ° 0 ° 0 ° o ° 0 �. z •g CD n o� n n) n rt n CCDD n Fi. rd CD 0 0' CD O' I ::1., 0 0'. CD g *0 (`() X ■ .l y CD '%t n (D 0 QQ CCD ol n_ CD g+ i ® n. ( y • tt1fI1. N �D y ig c) `Z n H Illk CT) CD 0 CD 1 \ Q Q- .Oy a p. 2 W h �_ C-n �_ _� n - V' • y y CD y y co i r r w D rs C • • G C CD 0 0 CD f� I C/) p' °' E. a a p Pc ° o O o . ill ! a b4 -EA. .69 C XJ °4-4. ° -■1 04 UY (n v1 • o. G o. o W ` d a d 0 o , CO Z O O 'Cl O LA t cb•a 5' /� �V z p¢q r� rt ►•• r� O o cn CIG t/1 a 'C " ' O n cD n CD , ® N tD O c 0 p o Cil CD Z °w o a a, as O ® = ° C") 0 OW a v b o tz o ro o o fD C) CD r `^ E _ (D O CD O >..�� rt `C3 v J r Ai rr rrt CD (D A) N '• t9 CM 0 \ O CD � V, "w. 'r• Cr-9 CD end -n o n ,I z CD C 0 to (/' O �' (D ✓ o C CG 0 b •p C „_, o � � _ Ji Of./ ` rr-r rt n p�• PD ^-n �-h p) 6 H cn w S e) �. o fD ; OZ a � w � (� r Z a w ro zO CD ?. CS. w a cA w C O • y O m n A v z ' R A' (n fn rt 0 '4\ 5' 5 w 0 o. 0 tII m _ co 4. (' - o + 0 DJ 1M g . O �. R> CD w g d Li 5 I (° -0 , 1 r . .7C , -(cD, -fo -I ! n qc...._0 D ), P ..._......_- 0 !„) , 01 ,-- , (I 0 l f ---1 , < , o 73 ( \\ 1m a --1c) , , .. CIS 6‘'' ti7 I eC _i ) bffl 77 - , C) c, c_D p—) , 1 , , . Septic Tank Contractors Florida Department of Health Page 1 of 2 Its a New Day in Public Health. The Florida Department of Health works to protect,promote&improve the health of all people in Florida through Integrated state,county,&community efforts, HEALTH (/index.html) search About Us(http://www.floridahealth.gov/about-the-department-of-health/about-us/index.html)I Contact Us (http://adrninappsdoh35.doh.state.fl.us/ContactUs/DOHContacts.aspx)I Newsroom (http://www.floridahealth.govinewsroom/Index.html) Programs&Services Licensing&Regulation Statistics&Data Certificates Diseases&Conditions Environmental Health (/programs-and. (/licensing-and. (/statistics-and- (/certificates/Index.htr(i iseases-and- (/environmental. services/index.html) regulation/index.html) data/index.htmi) conditions/index.html) health/Index,html) Inspection Reports and Data Home(../../index.html) a Statistics&Data(.,/index.html) a Inspection Reports and Data(index,html) a Septic (index.hlml) Tank Contractors Swimming Pools(swimming- poois.html) Septic Tank Contractors OSTDS Permits Issued(oclds- permlts•Issued.html) flk(htlp:/hwew.loridaheeith,gov/slalislics-and-dala/eh-tracking-end-repoding/seplio-lank-contractors.htm19appSesslon=032377035220596&cbSearchAgalm OSTDS Construction Business Ruth No SA0890315 Approvals(odds- Septic Tank Contractor Details conslrucllonapprovals.html) County LAKE Address 21020 NORTH OBRIEN ROAD OSTDS Final Approvals F (ostds•final•approvals.html) Last Name CLAY City GROVELAND Septic Tank Contractors First Name DARRELL State FL (septic-tank-conlractors.html) Septic Tank Contractor Middle Initial w Zip 34736• Enforcements(septic•lank- Name Suffix Phone (352)428-8838 contactor-enforcements.htmi) Mobile Home/RV Parks Registiellon No. SMO89O83l Fax (moblle•hame-rv-parks.html) Business SAUER SEPTICS ENVIRONMENTAL SERVICE INC Ali Biomedical Waste(biomedical- Back wasle.hlml) ' Migrant Labor Camps (migrant-labor-ca mps.htmli See the Rule(http://www,doh.state,fl.us/environment/t Tanning Facilities(tanning- For more Information regarding this data contact your local county health department(.,/,,/programs-and-servil lacllities.hlmi) Body Piercing(body plercing.hlmi) Group Care(group•eare.html) Food Hygiene(food- hyglene.html) Tattoos(tattoos.htmlI #HealthlestwelghtFt Connect with DOH 1 out of 3 kids are now considered overweight or obese. (https(littpsOlffii4htiptiiii FEATURED PROGRAMS FloridaHealth Across the State Ir t „Sr>, 'i i-1-it Florida's State Surgeon General Statistics&Data (http://www healthlestweightflo(h tp://w .floridahealth,gov/about-the- (http://www.floridahealth.gov/statistics- �� ant-of-health/about- and-data/index.html) us/ssg/index.html) www.floridacharts.com Dr,John H.Armstrong (http://wwwfloridaCharts.com/) (http://www.fioridaheaith.gov/about-the-deparunent- of•health/about-us/ssg/Index.html) http://www.floridahealth.gov/statistics-and-data/eh-tracking-and-reporting/s... 7/29/2015 Detail by FET/EIN Number Page 1 of 2 FLORIDA DEPARTMENT OF STATE � IA 1 DIVISION OF CORPORATIONS ..-441-41Z e x� Detail by FEI/EIN Number Florida Profit Corporation SAUER SEPTICS ENVIRONMENTAL SERVICE INC Filing Information Document Number P13000101254 FEI/EIN Number 46-4364043 Date Filed 12/23/2013 Effective Date 12/23/2013 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 12/24/2014 Principal Address 21020 O'BRIEN ROAD GROVELAND, FL 34736 Mailing Address 21020 O'BRIEN ROAD GROVELAND, FL 34736 Registered Agent Name & Address Clay, Darrell 21020 O'BRIEN ROAD GROVELAND, FL 34736 Name Changed: 04/22/2015 Address Changed: 04/22/2015 Officer/Director Detail Name & Address Title P CLAY, DARRELL 21020 O'BRIEN RD GROVELAND, FL 34736 Title Executive Secretary http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/29/2015 Detail by FEI/EIN Number Page 2 of 2 Clark, Jennifer 4168 Cactus Ln Mt, Dora, FL 32757 Annual Reports Report Year Filed Date 2014 12/24/2014 2015 04/22/2015 Document Images 04/22/2015 --ANNUAL REPORT View image in PDF format 12/24/2014 -- REINSTATEMENT View image in PDF format 12/23/2013 -- Domestic Profit View image in PDF format Copyright(c)and Privacy Policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?incl... 7/29/2015 www.sunbiz.org - Department of State t <. Page 1 of 1 ) f) r ,>I;)f ) .7 FLORIDA DEPARTMENT OP STATE i 1 y+ , DIVISION OIL ORPORATIONS 111/ r 14,144•4., Home Contact Us E-Filing Services Document Searches Forms Help Previous on List Next on List Return to List Fictitious Name Search 1 Filing History Submit Fictitious Name Detail Fictitious Name SAUER SEPTIC SYSTEMS Filing Information Registration Number G92350000130 Status CANCELLED Flied Date 12/15/1992 Expiration Date 12/31/2012 Current Owners 1 County ORANGE Total Pages 5 Events Filed 4 FEI/EIN Number 59-2572811 Mailing Address P.O. BOX 488 OCOEE, FL 347610488 US Owner Information QUALITY SEPTIC SYSTEMS INC P.O. BOX 488 1 OCOEE, FL 34761 US FEI/EIN Number: 59-2572811 Document Number: H68228 Document Images G92350000130--No image available 07/27/2011 --CANCELLATION/RE-REGISTRATION View image in PDF formal] 01/29/2007--RENEWAL View image in PDF format] 04/18/2002--RENEWAL [ View image in PDF format 07/25/1997-- RENEWAL LView image in PDF format j Previous on List Next on List Return to List 'Fictitious Name Search Filing History Submit I Home I Contact us I Document Searches I E-Filing Services I Forms I Help I Copyright©and Privacy Policies State of Florida, Department of State http://www.sunbiz.org/scripts/ficidet.exe?action=DETREG&docnum=G923... 7/29/2015 APPLICATION FOR REGISTRATION OF FICTITIOUS NAME Note: cknowiedgements/certlflcates will be sent to the address In Section 1 only. 1. SAUER SEPTIC SYSTEMS F I �.q U Fictitious Name to be Registered (see Instructions If name includes"Corp"or"Inc") , 11 ht. 27 PO l . 21 e- P.O.BOX 488 i L QMailing Address of Business �i a ,-',( .'', 1 (,;.11;) OCOEE, FL 34761 t 1 ' ":' d City - State Zip Code r� 3, Florida County of principal place of business: MULTIPLE i (see Instructions If more than one county) FEI Number: 90-0435521 This space for office use only A.Owner(s)of Fictitious Name If Individual(s): (Use an attachment If necessary): 1. 2. Last First M.I. Last First M., Address Address City State Zip Code City State Zip Code N c B.Owner(s)of Fictitious Name If other than an individual: (Use attachment If necessary): O 1, QUALITY ENVIRONMENTAL SYSTEMS INC 2. - o O Entity Name Entity Name n I y�,,�.i1n I i '• �i I�r P.O.BOX488 Ufr2r;�n.--U1L13 -iJ1U 4050.00 Address Address OCOEE,FL 34761 City State Zip Code City State Zip Code Florida Document Number P09000001417 Florida Document Number FEI Number: 90-0435521 FEI Number: ❑ Applied for ❑ Not Applicable ❑ Applied for ❑ Not Applicable I the undersigned,being an owner In the above fictitious name,certify that the Information Indicated on this form Is true and accurate.In accordance with Section 865.09,F,S.,I further certify that the fictitious name to be registered has been advertised at least once In a newspaper as defined in chapter M 50,Florida Statutes,In the county where the principal place of business Is located.I understand that the signature below shall have the same legal G effect as if made under oath. O 0 � l .--2 CO ':nature;,r" nor Date r / E-mall address:(lo be used for future renewal notification) Phone Num•er: J FOR CANCELLATION COMPLETE SECTION 4 ONLY: FOR FICTITIOUS NAME OR OWNERSHIP CHANGE COMPLETE SECTIONS 1 THROUGH 4: Tr I (we)the undersigned, hereby cancel the fictitious name SAUER SEPTIC SYSTEMS c • o which was registered on 12/15/1992 and was assigned N ation number G92350000130 7 n s---.(/�` Ignatu f Owner Date Signature of Owner Date Mark the applicable boxes ❑ Certificate of Status—$10 ❑ Certified Copy—$30 NON-REFUNDABLE PROCESSING FEE: $50 Singly CR4E001(11/09) „ 74__ . - . ." _ _ Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT OF STATE 48,44C. zitr4q, DIVISION OF CORPORATIONS trIb ztatkele Detail by FEI/EIN Number Florida Profit Corporation QUALITY ENVIRONMENTAL SYSTEMS INC Filing Information Document Number P09000001417 FEI/EIN Number 900435521 Date Filed 01/06/2009 Effective Date 01/06/2009 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 01/02/2014 Principal Address 21020 OBRIEN ROAD GROVELAND, FL 34736 Changed: 12/19/2012 Mailing Address 21020 OBRIEN ROAD GROVELAND, FL 34736 Changed: 01/02/2014 Registered Agent Name & Address CLAY, JEFF 21020 OBRIEN ROAD GROVELAND, FL 34736 Name Changed: 04/06/2010 Address Changed:01/02/2014 Officer/Director Detail Name&Address Title P CLAY, JEFFERY D 8800 LAKE GLONA CT CLERMONT, FL 34711 Annual Reports Report Year Filed Date 2010 04/06/2010 2011 04/29/2011 2012 04/30/2012 http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 8/3/2015 Detail by FEI/EIN Number Page 2 of 2 Document Images 04/30/2012--ANNUAL REPORT View image in PDF format 04/29/2011 --ANNUAL REPORT View Image in PDF format 04/06/2010--ANNUAL REPORT View image in PDF format 01/06/2009-- Domestic Profit View image in PDF format Copyright(D and Privacy Policies State of Florida,Department of State bttp://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 8/3/2015 Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT OP STATE � DIVISION OF CORPORATIONS porge Detail by FEI/EIN Number Florida Profit Corporation QUALITY SEPTIC SYSTEMS, INC. •;,a tL f` `) Filing Information Document Number H68228 FEI/EIN Number 592572811 Date Filed 07/25/1985 Effective Date 07/23/1985 State FL Status INACTIVE Last Event ADMIN DISSOLUTION FOR ANNUAL REPORT Event Date Filed 09/27/2013 Event Effective Date NONE Principal Address 304 MOHAWK ROAD CLERMONT, FL 34715 Changed: 04/29/2011 Mailing Address PO BOX 488 OCOEE, FL 34761 Changed: 07/05/2007 Registered Agent Name & Address CLAY, DARRELL W. 304 MOHAWK ROAD CLERMONT, FL 34715 Name Changed: 08/20/1986 Address Changed: 04/29/2011 Officer/Director Detail Name & Address Tale DP CLAY, DARRELL W. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 8/3/2015 i Detail by FEI/EIN Number Page 2 of 2 304 MOHAWK ROAD CLERMONT, FL 34715 Title ST CLARK, JENNIFER J 304 MOHAWK ROAD CLERMONT, FL 34715 Annual Reports Report Year Filed Date 2010 04/06/2010 2011 04/29/2011 2012 04/30/2012 Document Images '04/30/2012 --ANNUAL REPORT View image in PDF format 04/29/2011 --ANNUAL REPORT View image in PDF format 04/06/2010 --ANNUAL REPORT View image in PDF format 03/20/2009 --ANNUAL REPORT View image in PDF format 07/03/2008 -- ANNUAL REPORT View image in PDF format 07/05/2007 --ANNUAL REPORT View image in PDF format 02/08/2006 --ANNUAL REPORT View image in PDF format 04/26/2005 --ANNUAL REPORT View image in PDF format 02/23/2004 --ANNUAL REPORT View image in PDF format 04/25/2003 --ANNUAL REPORT View image in PDF format 04/18/2002 -- ANNUAL REPORT View image in PDF format 04/17/2001 --ANNUAL REPORT View image in PDF format 04/10/2000 --ANNUAL REPORT View image in PDF format 03/22/1999 --ANNUAL REPORT View image in PDF format 04/09/1998 --ANNUAL REPORT View image in PDF format 02/18/1997 --ANNUAL REPORT View image in PDF format 02/08/1996 --ANNUAL REPORT View image in PDF format 04/14/1995 --ANNUAL REPORT View image in PDF format 1 Copyright C) and Privacy Policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/CorporationS earch/S earchResultDetail?inqui... 8/3/2015 5 - A ,. ,, .., : av,i : ) ,. t '. , Ivay...ri hie V 44o e 1 n , - _ , .4-z1 — k _- - 61j._ '1 ,qe. (p a e '.�+G. .O. , ■ a / jr-- "..a i tit Do you have any similar work in progress at this time? YesA No____ Length of time in business =>C` F,;,�l P'. 'r' Bank or other financial references: ----__SLOICOMOL-fl'UL-CYL, --13.0.&." . _ , : _ _ _ _ _____. (Attach additional sheets if necessary) 23. SU\IMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) ,filed by or against the. Bidder in the past five (5) years which is related to the services that the Bidder ‘ provides in the regular coarse of business. The summary shall state the nature of the litigation, claim., or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary 1lounts involved. If none; then please say so. f . 1.. 4 k L. (Attach additional sheets if necessary) 24. At:KNOWL.EDGE'r[EN"1' OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 9 --.)-(' l�6_ _ _ � _ No. - -- Dated._.____________-------- No. -- — Dated_------____----------- 1315-07 Septic Tank Pumping and Hauling Services Program 20 J O a W N ■.■ a -I `I) c =rs c r N 'CS O 0 "O eV z O CD g Ittc CD � -CD o �? v 0 to W (� CG '� CS1 G. V • 0. 'b 13.. `G y E O. "d 0. `O Ri 0 0' 0. `d fl. "G .r. 0 0' to 0 .y O -, O 0 ..1 0 '1 0 ^t 0 "1 tD *-`ro ih C \ '0 0 '0 0 0 n '0 0 '0 0 ='L7 n '0 0 'C3 0 b cn J E' N N A ',Z" fD N fD N - N N 0 Q on vl w c. ra c. "� rD CL rots.. A ry. 0 03 n. Q. 0 f 0 �° rt .0 r+ 'O 0.1 0 rt .13 r. 'Ly M ,„ � C rt. '0 rr .0 "'! V, 0 O` , 0 ri n n rD 0 n' n n , . 0 n n n � ,b 0,4 H 00 - 0 - 0.. 0 0 .... 0 W 0 1 00 fD N , n .Q ( ... O ['1 *, O .y tJ9 n +� N � r^J n .y, 0 ..y, e-t ( o 00 'o o .2.; o cD 3 � o o � . 3 z i 3\\\ ; O w o w 0° � O w 'o w n• Ch0 O w 0 w C i D� O n0 �roD rt O c% 0 ••3 O crop ' C tcl [D n p C - m D D at 4:1 D C O t9 d r, rt ro o+ = nro eD 1 3N ro ro 0 X *4 tm 0 x 4 0 c 0 0b c(o o 0 0 ' 0 'Al- G b -izu:p '0 ° o �' til N N r7 r.1 N. v) ZU = Nr N sy Do V9 ', a. 0.. Cam' O 0. Q. w` `� ¢. 0. "r rC "t7 O� 2 b rD 2 f1 rr k 7, f�D 2 © tD -% W (N in' in' 0 Q v,' y 0 C r•t y. y' E ate" Cr1 . 0.. 0-, k 0.' O' 5 a. O' O' w a. c 7z c c cr a) c c 70 1 c c r1 p' n d a. a 4. 01 a. a. rl c © a. a. w 0. R a> 0 Z as a, ca m su , 0 cy on H., ro ..,. c c c c cD rD "d a t1 a. z c. n. ro c, tL -1 O 113 ( ` w VS `j C�+ ice' 5 5 `�cr °c 5 5 ° � 5 5X "1 4 Z— cn "v C °c C p C °c ti 0 0 0 4 f •r0•i ,r0,t C ,Z ,r07 rr a z .`1 .% t.c). 4.4 3 .64 EA by 0 O 5 WO N `S civ > n C) v, c o 0 0 o q a ct A w •v c. o y z .� — �-, "' r., 0 en 41 0 A n = Z. n C e'i C Ll 0.' 4Q fp n? G. CD � co ti o Q go ' f? 'A C n 0 0 cn Z= CP 'b b y h' G C b y a O y .vi rp E. C o o o Qp 0.. .1 a. co o. CCD -. x 0.. CD LS. CD A yX" C/] `� V 1 fD cu 0.. fy 0. y a fa, .- �, (v p� tv w � C17 `i \ i H °, ♦ 6- c 2 n2 b5 c 2 2 b IH \ •• p n O O 'C h n fi � CD t l , r �. -n ° � � -", f° n F c.e) r) e.) ..., en 7 O CD o st O CD p C� LA ro (it) C c7� tpD tv'D c"'D 4 C7 N6N � cco `` y cp O n `c y y n i.,1 St741 k . . 0 ,< ..,,,, z.„. im, ci, libd w '� A c�'D CD C *4 0 N y III cip 0 on '1 "' N a a v a v i — 0 0 0 o c c o• o V\ 5 w 0 co a �, c 0 0 O D.) v.) O `+ . co O `0 'O c5 y 4. A r* et - vim, co 0 CDD C 4 O O 5. z ° n 0= o= ■ p • 0 2 '` a✓ 1. 'C 0., -0 a w O to h a z , r -1 O O O O f9 — ,-* rD L3 'CS ` J CD t O. b O Ti O P e O J c O O �"3 O S3, p� f3. y b A O tii VI 4 w t"10 `d P vOi �'C! ? O n n n fD fD ".. .r n' .y /1�00. v' t- CD v, `� to il CD O y 0 - �° ° Y 0 r* -. o r-* o f D o n r-n '-I 2 3 co ic O o . o0 w o VI CD b cl C) O 0. O O" 0 5 .z CD o -4. V ,D=,,..,.-- ,D,Do° ,_,,,,cr" _0'1)7 5.irDv) := v).7.-1 ,..,-.".. - ' Y, • \ -I O O O " ' b = g 0 . 2 * a o 'I:I O W n> y r■ y o n ,... ,D CD 01 1 r) c C 2 c n y. C" w s r ° O c r y -s c l 5t 2 CD Z 121" CL CO 1.1 el O a. A) �: v' °t3 o CD V\ : c c 0 ti .�° C Q? tai c a � ° CD 0 n. a a a a 0 0 0 co vl c.i- .. -. CD Cr. 0 fD ul W o 0- W o∎, w h w D - ro o EXHIBIT D BID #B15-07 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WW'ILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM"ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. 7 t_ {2; 1 t� .f_, ��� �, �F, ��,-�/t rf= arc . fc� , < .` X 2._ x COMPANY NAME 71.7.).A- TELEPHONE(INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) (`'..I1 ��''' �� CV `.v4% x E-MAIL ADDRESS `-- v . IF REMITTANCE ADDRESS IS DIFFERENT A TIT ED SIGNAT R tr(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 0,4v~ A ST NAME/TITLE(PLEASE PRIN'f) 3t)3) w 404 S`i- STREET ADDRESS 0?ZIA Kim City STATE ZIP FEDERAL ID# I — (? -23-D Individual ./ orporation Partnership Other(Specify) Sworn to and subscribed before me this <r). day of ,20 j Personally Known I or Produced Identification Notary Public-State of 4t1�- (Type of Identification) County of Cdr-i1N ,^ . _ . Signature of Notary Public s0012,,,,, KELLY ANNE DAVIS 049 ..I Notary Public-State of Florida / • "1'1.•b Commission N FF 230361 y; ,,, My Comm.Expires May 13,2019 Pi�i ted— d or stamped Bonded through National Notary Assn. n ed I 4 Commissioned name of Notary Public B15-07 Septic Tank Pumping and Hauling Services Program 38 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. )Ct trt M N.V-. ire -ro..it eV, c:wii f I S-r i.. x- pump rr ?e,IL -- r ,2U'J( 437 1-tr,t, "i .Mn(P� 42,4)(�k ( (LA11 gel:A dine k -) t in-Val C 1. ""CR 't. 1c't/ ii,c ?awi N.. *...vme-j ,e i,--C" )*.6 1 1'1 rt exorr JNLp ;�u(' YU`t� ou =20oc, & 1 t k.:6 'tui - o(Am'CO ,,,?o) --7-0 r't�T i ampr iiil- vt1ALp- i ,u ga-P /oYc it— AW A 0 i,i), e' / c)(..062. .It&o1' P.:.) :., lic-tt Oie - OWN-Mb ,200.:). Fail-O F36c.., 1.�-12 --(A-!01- " j, (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF BIDDER WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three (3)years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address,telephone number, and e-mail address). O R A N CE C-ovn7t 'FA-GjLV r t S . RON Ptitt,iA-7ta,rv-0 40+7 9L-tY 9 Lifo2. .Ai oo £ so U-r: S--r- torzu iikiDi FL. 3�.0 B15-07 Septic Tank Pumping and Hauling Services Program 19 F L I -rtA rn A.-1 N-r ti iN).1 1-1 a 44°7 V I .342. n o v ,3i ftkr27foie b CT 061113 Do you have any similar work in progress at this time? Yes X No_ Length of time in business (30 09 j 6 Bank or other financial references: 11)x-1rJG c"?F" 1,f°; -ic (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five(5)years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none,then please say so. k -' `t-V Pct 'i ,rn P ce \ --('Lauri Lb N ,6 .bCa-C e LEO A.) 141)-$1r; � 1_a ( r t lt7 .(-f; (.p`; - t`?.1- 13 .E (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated 7 /24 No. Dated No. Dated B 15-07 Septic Tank Pumping and Hauling Services Program 20 Septic Tank Inspection Report t\ Utilities Department Date and Time: \t 1800 A D Mims Road Contractor/ ocoee Ocoee, FL 34761 Vendor: florlda Location: Overall Septic Tank Condition Normal ❑ Deficiencies ❑ Contractor Contractor's Copy Comments: -. This was only a pump-out service.The contractor did not perform a system inspection or assessment meeting the requirements of section 64E-6.001(5), Florida Administrative Code. ---� LAPIN-1 OP ID: DS AC-oR[7 CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DD YI YY) `.-------- 07/22/2015 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 CONTACT Cooper,Simms,Nelson&Mosley PHONE Amanda Hanke FAX HUB International Florida uvc.r40,Ext1:321-397-5845 (A/c,/10):407_644-9934 P.O.BOX 1480 E-MAIL Winter Park,FL 32790-1480 ADDRESS:Amanda @CooperSimms.com James R.Havron,Jr. — INSURER(S)AFFORDING COVERAGE NAIC I/ INSURERA:Westfield Insurance Company '24112 INSURED Lapin Septic Tank Service Inc. INSURER B: dba Lapin Services INSURERC: Lapin Environmental LLC --- -- — — 3031 W.40th Street INSURERD: ' Orlando,FL 32839 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. ---- ----- 1r - - POLICY EFF I POLICYEXP i --.--.__. INSR X COMMERCIAL PE OF INSURANCE E LIABILITY i SD WVD POLICY NUMBER IIMM/DD/YYYY) IIMM/DD/YYYY) ' LIMITS ' LTR TYPE OF INSURANCE I 1 I EACH OCCURRENCE_ S 1,000,000 L 7 OCCUR ,06/30/2016 S S�a occur enc_el, _ s__... 500,000 CLAIMS laADe ( X CMM3896154 . 06/30/2015 I MED EXP(Any one person) j 5 5,000 _ -PERSONAL8ADVINJURY I$ 1,000,000 I GN'L AGGREGATE LIMIT APPLIES PER I I GENERAL AGGREGATE S 2,000,000 . POU'Y. X JECT ` ,i LOC I PRODUCTS-COMP/OP AGG I S 2,000,000 OTHER I I ' S AUTOMOBILE LIABILITY CO/l BIKED SINGLE LIMIT S — 1,000,000 �_ ! .(Ea acodentf_ A X 'ANY AUTO ICMM3896154 06/30/2015106/30/2016'BODILY INJURY(Per person) $ O 1'. C ,SCHEDULED I ^BODILY INJURY Per accldo I) S AUTOS _„, AUTOS _.. , __ -_______ X I X NON-OWNED i i ,PROPERTY DAMAGE S HIRED AUTOS ,AUTOS I , Per accident__,-- 1 $ UMBRELLA LIAR OCCUR I EACH OCCURRENCE S _-- EXCESS LIAB i I CLAIMS-MADE ! I 1 AGGREGATE i S DED I RETENTION i ! S ...------._._ I 1 PER 1 l 0TH ` ' AND EMPLOYERS' I ( STATUTE ER AND EMPLOYERS'LIABILITY I- AM1I'PROPRIETOR/PARTNER/EXECUTIVE Y I N QFFICER;/J ".48ER EXCLUDED? 'NIA I EL EACH ACCIDENT I S (Mandatory in NH) I E•L DISEASE•EA EMPLOYEE S _- _—_— II yes describe under 'DESCRIPTION OF OPERATIONS below I I'I i E.L.DISEASE-POLICY LIMIT!S A -1Equip/$2500 ded I ICMM3896154 1 06/30/20151 06/30/2016 iLsd/Rent 25,000 A 'Install/$2500 ded CMM3896154 06/30/2015 06/30/2016 Install 165,000 DESCRIPTION OF OPERATIONS(LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) • • CERTIFICATE HOLDER CANCELLATION DIXOBUI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 82 7>e . Q. ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD • ACQRDL CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDP(YYY) 7/8/2015 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 SUNZ Insurance Solutions, LLC. ID: (TLR) CONTACT Aimee Gray c/o TLR of Bonita, Inc t E-MAIL PHONE ExU: 727-520-7676 x 222 {Aic,NoJ 727-525-3862 700 Central Ave Suite 500 E-MA St. Petersburg, FL 33701 ADDRESS: __ INSURER(S)AFFORDING COVERAGE NAIC ii ____-- INSURER A: SUNZ Insurance Company 34762 INSURED INSURER e: Aspen Re-London-Best Rating A TLR of Bonita, Inc Enter riseHR INSURER C. Catlin Syndicate Lloyds-Best Rating 'A" 700 Central Avenue Suite 500 INSURER o But Syndicate-Lloyds-Best Rating A' St. Petersburg FL 33701 INSURER E _INSURER F: COVERAGES CERTIFICATE NUMBER: 25502158 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! �ADDL'SUB-R� i POLICY EFF ! POLICY EXP ...-.-.....__ .....__._...... __._.....-__..-...._.._..--_.._ LTR TYPE OF INSURANCE INS',!'ND POLICY NUMBER (MMIDO/YYYY) IMM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH CCtJRR EhCE — ._.i . PRM1S fi0 R o E CLAhs-hACE OCCUR PREMISES(Ed n cure re. 5 -......T i ' ! I;MeD EXP(Any one person) S � __ -_.--.-...... I PERSONAL E ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER r GENERAL AGGREGATE 5 1 POLICY E U LOC PRODUCTS-COMP/OP AGG S 1 OTHER. i S AUTOMOBILE LIABILITY I COMB/ ED S:NGLE LIMIT , :_iEe,ac!d ntl_.._ ANY AUTO ; BODILY INJURY(Per person) S ALL C.'.fiiED —-1 SCHEDULED • AUTO.. AUTOS BODILY INJURY Per ax,cer t) 5 ~ NON-OWNED ! `PROPERTY DAMAGE IAGE _ 5 _-.. -_ _ HIRED AUTOS _ AUTOS ' (Per acodan:I `— , i UMBRELLA LIAB i T 'OCCUR EACH OCCURRENCE ,, 5 ' • EXCESS LIAB _—. __...___�_..._. _.-_. I CLAIMS-MADE,. !.... 1 AGGREGATE i S I • GED ■ 'RETENTIONS ! I i ---____-- , S --- _ i A i WORKERS COMPENSATION !WCPE00000001 11 6/1/2015 76/1/2016 PER OTH STATUTE AND I I ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACGDEhT S 1,000.000 ;OFFICER/MEMBER EXCLUDED? I N I A! _ (Mandatory in NH) E I. DISEASE..SE-EA EMPLOYEE 5 1.000,000 f II yes des0roe under I --_ _._.__. DESCRIPTION OF OPERATIONS below I ! i I E L DISEASE-POLICY LIMIT 5 1,000,000 B Workers Compensation This is for informational purposes C ;Excess Coverage i Ii and nothing shall create any right C i under such reinsurance. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage Provided for all leased employees but not subcontractors of.Lapin Septic Tank Service,Inc. Client Effective:10/13/2014 CERTIFICATE HOLDER CANCELLATION 7984 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVIISIONS, AUTHORIZED REPRESENTATIVE �� . /.„. ..7 /� w�7 ,y I Glen J Distefano ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD _Si021. .a_-e. ::ert:__ca.a , ..:fnee Gray I ' ..:..!, ._.'4:,. eTe : __ 1 Mayor Commissioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen,District 2 City Manager Rusty Johnson,District 3 Robert Frank Joel F. I{eller, District 4 ocoee florido July 21,2015 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B15-07 SEPTIC TANK PUMPING AND HAULING SERVICES PROGRAM This addendum shall modify and become a part of the original bid documents for the Septic Tank Pumping and Hauling Services Program. This addendum consists of two (2) pages, including the.Revised Septic Tank Inspection Report form. Bidders shall acknowledge receipt of Addendum No. One(1) in the space provided on page 20 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and/or amendments to the bid documents are as follows: Page 39, Exhibit E Septic Tank Inspection Form has been replaced with the attached Revised Septic Tank Inspection Report Form. ' 1 Joyce Tolbert,CPPB Purchasing Agent cc:Charles Smith,P.E.,Utilities Director Diana Turner,Project Coordinator Mavor Commissioners S.Scott Vandergrift John Grogan, Distrkt 1 City Manager RIZt:11Jaollh' \s'olins,e111ptrit ri 2 Robert Frank Joel F.Keller, District 4 t3ct ocope florid° CITY OF OCOEE INVITATION TO BID #B15-07 Septic Tank Pumping and Hauling Services Program City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone:(407)905-3100•fax-(407)905-3194•xxxxw ocoec.org arena ' J. , z 41 «...��+ , s = " -.t:a.• ' va`-,k-,,, t} -1 r.:+'ii_*`.•.".t:-,��z :s. ,! . � y . VI ' l' `- .. -.' � ' _. 7 r 1-•;•;..3.• x , y}- 4f `:,. A}''S aa•-:tt". rr'v ' "''. . •�..3' ��):.:.•:_7 r#t'; .x ) r ,. ;., y'l h,, t ar'a•ir r i- .C:r .+-i�.,,t �:� F r ti,.: .y.r•r:; �, ',..= t? , ' 's'* , . z-• �4 ^Y y tiS,'e _;r..';..�'1V':, tt.f;� :'• 1t • 34 - '� qt,y ))Tgi9� "bvcrE% ,L3 y+ ,0� .rY.,�. • `t •,{ .: t� 1t;. .,;a -^ ; ' _n : 0, Y, ,s Vt1° .A�. .. � ts ?r�+) i.R.>,.5t;:}r4:rs,>' 4s' •-. � .7 ' •' '•.k, .ws..:. •tip<:� .,,c;.::.r:0...,ffi%r"}�yit,.,z. :`':t �G :,.1,K'.:„ , , :%4r;!J3. ::_ r ,.31 r. R iilk0' ?::re �'•� , . ••, ^ t?rk,,.<�+) `CV,4 A '.:i;:•5• 1= ;Y' , ^,I.i i;, ''4„q 14 ' T..!.`V.' r.p 4,.ri• : 4'r',�?''; '„ t':r.+c•y'`�s`,`,, ;:'_ ,.: :r -a..;x .:' : ., _.t 4.,• F.r:ajh' Ji.•::i t,.:..�,•s :y i`i rf"k..t :°;�F�o L `i{'asv. 4'.,.:`i;3Y- dy.,:;, lw.t:F. a .�:, �'":�: • :r�:X`s,.• ? - .�.� . rrtt v :a'rr:. .?Sw.,r.�;,....h„::Ir., !x .t:,'S••. :e" t,f._t t>.. 4/. :�f:t y y. :k!.•e_-fi e5,_ •..rtY° ``i:i... , -:id }in•,.",1..;.:,;�SE g.'2i �Y9t:f 0-iny"a R:.;t •a{,.C^i s, ,• r�- 4 � z :• r ;.) `^ -. >. _ �' A',%t,^r ^i:;iit?A:;0- i rid`:•:J:%"a _�� y 1:• a' 'v Y ,�qt,y=` ,XJ t. r4 .y:`,' i y � :yal.�•'rt)T s 4. ::c ; 'r- �S ` : r''ej2�11�:i'�e. i}to?.-�R $L�tW Y, .• yk T rTQ, j tt'4 � , r ,ihr k .�s ..',� L •'fJ+� u".v!' �.4 . J:'i..' '*. '311; - -!1.:4' r:e,O.j j1.+rt:. ,iii�‘, ..t11: +.,,':'t':'�i 1-.th:r'd , -a . .5 y ° r ._ � - '' 1 :! R' i -C . ,(' �,i,, : v"J .`yl r�% r } hr yy .,:A �.1 t •} , _ E y it.p n j!.''; ql ,::n�: �•' a4 : `; ` �' '.r;' 'r \ L wJ, .r:S` .y; .!' + _. .1 , ! •?-, .4 ' s i:�>.. Itl °;'� .,J ._...'..di'Leli ' r YL" a. 4"' �ry4i . li,b ,r -i r -.:2-..-..,,,.:, . , 9 ;" ; �1-n z u4ti �<+F:•Fi:�;`,kv- '?`i4,-... y tr.'-« - Kr : .Jy::,,.r; " ,� �; t`r >:a.a."•.ttt . ^" S _`a �.+' rr"Atixi '��r .• Ir -i "?'r ti •<K•, ; .: ,, . xr {t�+ �1 , x( \f.,J"th.'e '•, :'^he,, } ..-wrti ,4. t .aa , /L : rt ;,'..f(� ) ``{ '' ,4 -1 5 -,; ,'y?-•t`e,: ::c).':• v:.,-.:',;?1ti37 •re i )� ;f •c,r,-t!�,_ :s7,, t '•:,. .r. .,• ,,, ,f; ..' , i.`7"•`:: �:i• N, 'h` r :tom Vt,! ,'k i 1i'' x � 1::. r' r r 1; ;. I . {, r s.r J w t,�t )t - t�1t" r�s.�i. re , ',....`,r -guc t<s,�� t... .-"„R, 3rl' is :1a{{n _ - J ',t..` ,t om qA rfi 4. �. . � 1 ,-'fi'•at. a�i�t+- .:.`I'•JFp 1yi k&r`.� s: 'i• r• ,,# 1`j ; 4*iL '{T.1i r rr,, 2•' 'yr `r a''f t `+ - E: a ▪ a ;` V�';j44:1 Zf',iT <^i ,.5p'.1 �rt•t,c w) $1 •q, .•. ,;e:.ty�,Y,, t.y�i."r`r�t..Ly'• n ^' rn .wa��,ty ';,rls.'E Fr�,',.. :5:::;s - 7. ;�...m - - �., _ ..j,'.k`�y L -x `.','+ . .¢k-,,t+C� s -.k .�-L: " +f•,yY:':. m;:-t;al`a:f .a v. .f �, ,��� t`.•k ;- : ,, ..,. :•,{ •-,,- ..;;tlr�.,z_ fa' iJ'e,if r7+6'-` �i•:•�;ei` a'�s•?L S FF ,�, F:, ;ti▪ ;"°•{:. r"•, r , Li ,� - . .,-Z�•-'.:; jr-�2,a i' : hc"°��' `r •4. 47 _: 'r•' i; - 7..,; ` `.:k;a,4:s.. ,Jn Zd.y`--"t. .iT'. 4-``,••4443 ',u�.•�Ir: 6,;Y,:&1 -r `x X"_ at. t w Sv n _ ri?1' s:. 'tt 'T n:S^:-+1;`'IiFS--r '`•., ^ - y�, '%t, ,�-,y ;\-..`.` .!4:, 4ty_i..:ti,. � .T.t.r � 'a.4L,:'�r:� .i�q s::;';� x. n �;`,..:,ai ,. ,7 � -..: Y':��•-,-:i. :r. 't"5 3. `,,.•.� 't X s,...0 R '' "K>Fs ` L Sr'{'j.. l };� v rP 't''• r'• `..it V :t i- µ ,� I• , ' rk t z r f R"�x Y y14 1 tx , .r . , r � r�" k. t �) y- : a ,,� y l s _•; s„...0.::.;.- .?:. i.,-..,. .,, -,..--,, •.2,,,- 4 _ r 'S.>♦ ye+§t y ip f r• ' - c3e,�y`v'�• ,,..1 1•*:,! e3 1 r 2 .,. tia'.2 ' Z't 'L •• � `t t'E t{ao •.. . 1 k :- i,y `•-0k�-{ E c F, 3y4Y 3:``_` }.xt i. ,) J1 �'.�,:�•..`ti•d,,.' J �a - t `�.n"}y�t', `fg�is ,�Xt�\t;.� ch ,.{,Err rtr a*r�tS,..:.,t...=:=1:,,;-,),,,,; t r:'.(, ,.�.}r�h. ..,r;1� +�T•-.,_ .� xy '•'�'i lf :. ap a t4 'y . iii° ,h ir�'''!T;� ' 3�1: E:, ,r'�',Y:•. •4 >�T.-r1 24 As i x `�;; 'Yi."4::•.. :.:::• f'K. %'y,:3•" i{ « ,�- t•fr ,ZiF-°?R_�;,;•.?ti•.i�"; -t! L�4 '.t' t,,..1j;�:�� .it.' y+a♦,..' ..'•. _ .:�.,.: .fa../� r.. y.�s2� ,Y`-_ n..r't ✓ ^r!S-'t' it`:' - ••r�?;•i.- : . �:Y` r; ( fir �. .- .y :Y�. G� .. .'..:.:'"-•"--:,..,..: ,t -:'�'i rl`',y .. �. l�':. ri 1�.. �iy=.:{ r�, ::ls"..::[F FF ��::�'.i i, ::i., t.l: i i� �'ri%[Sitf • �1�?- :i}r':S '�.. '.:..R i ;� •�_ e.S't'm-H' ` •• a':',+;4',d.. �'i •: '.ri t.' ,:�' dz':• sri>d' :f� ap.rr F* '.r'v; `• -=4,. C 'p :��' - . .... .... . .... :...`,f:;, o :,.w`., .,{ ��. >;�r .���r� - +�,�t'�F�:;-xi.�" 'SWte:.;�:r^s!4 Y�y, :+�' ,ti:,. '" �Vn.�'r � � ,� .� �51�� l�i�'t5 '8:'�5�, :5,, j,n�' -� r � •„ ':�'Saf=a"�?.�,:S�r�a',.',.,i;..:,1 . _y,4. sf ,,,„y•4,°a 'r• , '';'C, b4 =,.. "S KKr4-.: '. w:-=;;.rrxx;4- �}. e t y „tu ,., �Yl+j, '�. �P' wL I 1 t� (' +'�,Y 'r •-,r.4i �'. ,�' .--'', .+.t's. T.),-,4T,),1. s,: 4_c�.r rt'ii .,r'•,X^ k � ,irt°�'_4� •t •,'S-`4ii� `Pi :,.y,;�'t'K,�: , (. '' f��aa iii ti 4� '.'.: t, �` f•.'•-� :f y;.ti. en•. i.! s. � t '� 4 } rte,) ,< .� 4, .,`''t,��-,;,F.: 'r RT:t, �� '-t'.;��:4 Vii).. �#.,r.) G : ',«,-' *. s 6.r.'-sF.,, ' %. ,t-I e': '7.•,''` aL v. t'.5, 44 • ;`�63 :F :A., t. -•.. 7� t.. ."s,• •t g.,,..r�t,_ � ° {tj. Sy �{,t '' r,�" ' ;#<1 41-..,N`C ,�.' ".x, «r. i' a �'.. r:*Y'�' :-;o-.'i;.rt ftr�> -i ' _} '4... } ''t;;;' ` e'' tiSo 5t� 7.2.9 4 'st c w'.4-•',g:','.50. : 71'1' 41r w,-4;' r r =••-':'t,.r_i,rr ,-i .•,•4 { ,.r v>L-:,.,;.,A « , � , ? w•ki at'• f , f -��r1. j•t. ` °" ;tigslI`,,., fir.', ,,:i d., V;33F7/.'3;W:,_.'3:' .h ''&';.: 'n''''^ 'c' �+. 4:,_t ,;'.,p-• . �•Y-,r 1''yi; t.-<'(y @''= .v i-a` r ,.7 A ,y' is ),.yzr :.t , z ,S ,r,,• -' '•�,'� Ty_y, ; v+. .'mss y�: r. brat z :„r,Ny ;t'e4 LLjar; j.•:+i," .' �Y s r, F,,.: t ,• { t f, Y rt ,Tarn`•\ 3 ;r: ■' pt :+xI 9'+,.., }t . 4--.• 'r F ' -2 �f■A••l;:r: 4:_ 417-41t••. `«,,r nr , s t4:113,1-",4i, v n t r _ '4,": t '`r:'-1:-.;- .1'•,.i'id, •;rr;`.• '', r� ,�,: -:i-r:`a': t-'1 "x t>?S ft '. "',':."� t' : 4"'''_" :. - ti•� `•"V '+'1";' l•• . f4:r �y +t'''. ? C * �g Ec, g-...'''''."• •.i.,""1- s Z •I -! Y. I •-•-,,,;-:" � ,4�h }, i - *' s":J\S V. is i,2' r 4;:•:•`$�4�`�',r f r}�C'. :t,,,', �`^_• t r t�: r { .' +_ "-:.- 4,'''Xy �:::. ,` • ? t� _'i'l�:g„+,} 44•:A3; ifr1..ra1li d: 'A • ,•r « '��r r i• ��f, �4 x,,S ~ �" ,,,�Y• ..(a ,�� S. ft :�." ,,,t,E*K04- ,,{ Sa`r :a:•`: 4�;,r; '7' ,s, i * i_,,i'E ▪ '∎• 1: 'F V 17'4 i f `.�-, •�°+.£,'- 'S-cil:?t»,£`fi t. .4 .� 1,,7.t=t`,,`s�. ,rp. y,t..- .:3 5 .-fit ,,'A.\1d, ,., t : •:' . ,,�9.:`k..�,z ;a'i• -,'' v,-7d'} .: a igi't*.',1,'.r 5i t .St i r ,3x`7i k.'�•-• 1•V-' f. 1. 411,..;,,,,-,.;• ,'s±•'.� ', •▪ '4.ft � r,,,_1 L{:y5«`., . ,;:'!t: 4 �r.„: ,s"', ' .# . 4't ,t:',",:',-P;- '• !. �f .Ir,43> 1• l� .4.; '�J '7A t „z .rJ i� ah,.,; 4: SAS' t„ ''"i �' f � J ro,: f' t ` cam 3r'�,,,nw r k tL. 2 4: . ': t e ; : ={� � q 'ate ': „X.�r;'{ 7. gib h" � r' r,,f::r -t , yj-, +.,ti At,,,,e t,.1. ; �k+a' ::V4.4• ^ s'f c �4`f 'v,��, ,y - < Cv , _.,•yE � sF y 1 t �c.ti� tih�r 44' p+ t t_.,t'yf Y, F 3 *t5. 4- ,s`. `1�r) ♦ `' ���,5 V.'-.,,\,, ,r s• `,:1;_' r a a`..- 5",' ! '' ;yq si,41) 47`'' '.t+ 1 ;I '• }4 .}y'y i t .i 4..f`,tsk y k .s ,rs�k'W', '_h:r r' ..iq.:'.`"erk.`t°�. £fit '!- e S 9 „ 1. t -,_. S (' 'f _f ti .';� y-`.,. .S t�,•- r J' M ,N;.... ! ,;,,,. ';:v •-'3fk., -,1,,,z.t-'•,Yf 4 a a-9^ {r�-' f %•.n �t .s� .'d'c.,., a ,•,. • �h't �- rr. r. �rtix?,L.•: lt4 e,<r..,, -:;p,4* • K'r ' ":'' ? r s ',"' '�`"k ,. , �..: d"'4 ' j,'"f:•39:;f,,�, 6 Via, �+''- Y r`C:o�t:. I` :';,..' 5 -f ,:¢ 7€ r sN i �e r r 9 'pp �' i. . ,y'�4.s1 *�' rt. .+,,� yti xk'_'t w a. }f�. t• :,• ,,• i ,. : '•Ygip.,s. •r4.-t; .,`.,r, t,,o a 'Liz:i r'`:.0,'''Tf4'1 i`'jrtt; 's :',.e '{ {, '-'� e �.•i 5• •a t r��.'i .. �.;d � t rig: §-.:•k- ..:-es,r;:s iti.:1.•,... w.. SF•. i�i. ,�cc 'a'c 4 :`E -�. ,•1 '-•• - ''' s-.'tr r ":",:-:'•:`. N�`-,.a.�:t`+.•wii;'r� i.T�:'��,Wv ,,p, JJ:r.t iwt n < x'J {h• '714'..i••:'' '':' L, i i. ��"t�'� r.•..� Y kp -s�,'.' e '.(w. ti. , i'� , .'ii;n - . ,i•;`.'• ° "fi k6a-._: e r '7°c•` •', iC v it :.fir any.,r t `rt,,,..: rk+�•ta�' r -kf`+`E §' •[. i..r .-•,,, .•v •r. -{ `ik.Trte,;',1,.?e ', .• _i q�;•.4.`;>4`.'t t^s-' yn i-a i"j�-- h,+, . .f '", 'r"„�,?:,.s .'...''''..44 ''''}',..,..g' ▪ - - a..'.s`r,,.SF r: +.7rt < , ''', ::*" 4•P :'P:'4}ly 4Irli� '..,J.,,' -y S ,1 .x.17, 33�■ t. a r ,�' .,' , .N•_ . y I,,,,....: i:,'r,; ,�'• " ) t 4,'irk '` >� 4 rs..•:i"a {' t 1• t k3k,',,^;. Jau'i' S. !T ' 4,5 t. '.t , :t Y..:,i. r } ▪ ri i'. 1' { k r'.T h rM*.S•+3-!4 ,-f,Yt "Lt.3• i - ,t {{,*.1,t'I a#+'"a 4T �. Vtr7{`>•s;c tiH.y 4'` . . r. -�: ti�. � J + 's �". a. 4 ; ). ' ''''!'1:*,' •• ? $ 41? o- ' ° • .• ,, .. .....,,,, ,,.„...,. •.,-4,‘,.. Detail by FEI/EIN Number Page 1 of 2 FLORI 1 . DEPARTMENT OF S`CATE DIVISION OF CORPORATIONS tn Vt Adlle -0+ Detail by FEI/EIN Number Florida Profit Corporation LAPIN SEPTIC TANK SERVICE, INC. Filing Information Document Number K08315 FEI/EIN Number 592861825 Date Filed 12/22/1987 State FL Status ACTIVE Principal Address 3031 W. 40TH STREET ORLANDO, FL 32839 Changed: 05/01/1996 Mailing Address 3031 W. 40TH STREET ORLANDO, FL 32839 Changed: 05/01/1996 Registered Agent Name & Address LAPIN, DENNIS JPTS 3031 W. 40TH STREET ORLANDO, FL 32839 Name Changed: 04/03/2009 Address Changed: 05/01/1996 Officer/Director Detail Name & Address Title PTS LAPIN, DENNIS 3031 W. 40TH STREET ORLANDO, FL 32839 Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 7/29/2015 Detail by FEI/EIN Number Page 2 of 2 Report Year Filed Date 2013 2015 02/11/2013 2014 01/10/2014 01/06/2015 Document Images 01/06/2015 --ANNUAL REPORT View image in PDF format 01/10/2014 --ANNUAL REPORT View image in PDF format 02/11/2013 --ANNUAL REPORT View image in PDF format 02/07/2012 --ANNUAL REPORT View image in PDF format 02/14/2011 --ANNUAL REPORT View image in PDF format 03/31/2010 --ANNUAL REPORT View image in PDF format 04/03/2009 --ANNUAL REPORT View image in PDF format 01/16/2008 --ANNUAL REPORT View image in PDF format 05/01/2007 --ANNUAL REPORT View image in PDF format 04/26/2006 --ANNUAL REPORT View image in PDF format 04/25/2005 --ANNUAL REPORT View image in PDF format 04/30/2004 --ANNUAL REPORT View image in PDF format 01/20/2003 --ANNUAL REPORT View image in PDF format 01/16/2002 --ANNUAL REPORT View image in PDF format 01/12/2001 --ANNUAL REPORT View image in PDF format I 06/20/2000 --ANNUAL REPORT View image in PDF format 02/02/1999 --ANNUAL REPORT View image in PDF format 01/26/1998 --ANNUAL REPORT View image in PDF format 07/18/1997 --ANNUAL REPORT View image in PDF format 05/01/1996 --ANNUAL REPORT View image in PDF format 04/17/1995 --ANNUAL REPORT View image in PDF format Cop_yr ght L; and _Privacy_policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/Corporati onSearch/SearchResultDetail?inq... 7/29/2015 Septic Tank Contractors I Florida Department of Health Page 1 of 2 Its a New Day in Public Health. The Florida Department of Health works to protect,promote&Improve the health of all people in Florida through Integrated state,county,&community efforts. HEALTH (/index.html) Search About Us(http://www.floridahealth.gov/about-the-department-of-health/about-us/index.html)I Contact Us (http://adminappsdoh35.doh.state.fl.us/ContactUs/DOHContacts.aspx)I Newsroom (http://www.floridaheaith.gov/newsroom/Index.html) '.. Programs&Services Licensing&Regulation Statistics&Data Certificates Diseases&Conditions Environmental Health (/programs-and- (/licensing-and. (/statistics•and- (/cer tificates/index.htrttyiseases-and- (/environmental. services/index.html) regulation/index.html) data/Index.html) conditions/Index.html) health/index.html) Inspection Reports and Data Home(../../index.html) n Statistics&Data(../index.html) a Inspection Reports and Data(index.html) a Septic (index.html) Tank Contractors Swimming Pools(swimming. pools.htmi) Septic Tank Contractors OSTOS Permits issued(aside. permlle.issued.html) (hltp://vwwr.flondaheallh.govlslalislics-and-data/eh-tracking•end-reporting/septio-tank-contract ors.html7eppSession=7253770304558188cbSearchAgaim OSTOS Construction Business Auth No SA0900528 Approvals(oslds- Septic Tank Contractor Details c on st nt c tl ona p prova ls.hl ml) County ORANGE Address 3031 WEST 40TH STREET OSTDS Final Approvals (ostds-flnal•approvais.html) Last Name LAPIN City ORLANDO Septic Tank Contractors First Name DENNIS State pi. (us ptic-tank-c o n t ra c t o rs.h t m l) Septic Tank Contractor Middle Initial J Zip 32839 Enforcementa(septic-lank., Neme Suffix Phone (407)841-8200 c o n t ra c t o ra n f o rc e m e n t s.h t m I) Registration No. SM0890812 Fax Mobile Home/RV Parks (mobile-home-rv-parkc.html) Business LAPIN SEPTIC TANK SERVICE,INC.DBA LAPIN SERVICES Biomedical Waste(biomedical- Back wasle.html) 14 ihttaa/w ww.floridaheallhmovlstatistics•and-dataleh.trackineand-renonina/septic•tankc ontraclors.hlml7aauSessien=1303770304547048Recerdlp=3188q Migrant Labor Camps (migrant•labor•c a m p s.h t m l) Tanning Facilities(tanning- See the Rule(http://www.doh.state.Fl.us/environment/t facililles.hlmi) For more information regarding this data contact your local county health department(,./../programs-and-servii Body Piercing(body- plercing.himl) Group Care(group•care.html) Food Hygiene(food. hygiane.hlml) Tattoos(tattooe.html) NHealthiestWelghtFL Connect with DOH 1 out of 3 kids are now considered overweight or obese, (https(h'ttps•Nitipolkisp Osiadild*Ifibie FEATURED PROGRAMS FloridaHealth Across the State Florida's State Surgeon General Statistics&Data (htt //www.healthiestwei htfio� Par//W w.FlDridahealth.gov/about-the- (http://www.floridahealth.gov/statistics- P• g nt of-health/about- and-data/index.html) us/ssg/Index.html) www.floridacharts.com Dr.John H.Armstrong (http://www.foridacharts.com/) (http://www.fioridahealth.gov/about-the-department- o f-h e a l t h/about-u s/ssg/i n d ex.h t m l) http://www,floridahealth.gov/statistics-and-data/eh-tracking-and-reporting/s... 7/29/2015 Septic Tank Contractors Florida Department of Health Page 1 of 2 Its a New Day in Public Health, The Florida Department of Health works to protect,promote&improve the health of all people in Florida through Integrated state,county,&community efforts. I k,t et HEALTH (/index.html) Search About Us(http://www.floridahealth.gov/about•the-department-of-health/about-us/index.html)I Contact Us (http://adminappsdoh35.doh.state.fl.us/ContactUs/DOHContacts.aspx)I Newsroom (http://www.florldahealth.goWnewsroom/index.html) Programs&Services Licensing&Regulation Statistics&Data Certificates Diseases&Conditions Environmental Health (/programs-and• (/licensing-and• (/statistics-and- (/certi ficates/index,htr(dgliseases-and- (/environmental• services/index.html) regulation/Index.htrnl) data/index.html) conditions/index.html) health/index.html) Inspection Reports and Data Home(../../index.html) a Statistics&Data(../index.html) a Inspection Reports and Data(index.html) a.Septic • (index.html) Tank Contractors Swimming Pools(swimming- poots.html) Septic Tank Contractors OSTDS Permits Issued(ostds- permlts•Issued.html) Q,(htlpl/vhnv.0oridaheallh.gov/stalislics•and•datefeh-tracking-and-reporting/septic•tank-contractors.hlml7appSession=986377030210183&cbSearchAgaim OSTDS Construction Business Auth No SA0900526 Approvals(octd5- Septic Tank Contractor Details constructiona pprovats.html) • County ORANGE Address 3031 WEST 40TH STREET OSTDS Final Approvals '... (ostds-flnal-approvals.html) Last Name ALBURY City ORLANDO '... Septic Tank Contractors First Name CHRISTOPHER FL Stale (septic-tank•c oni ractors.h tm i) Septic Tank Contractor Middle Initial J Zip 32839 Enforcement'(septic-tank-Name Suffix Phone (407)841-8200 centractorenforcements.html) Mobile Home/RV Parks Registration No, 5Ro591625 Fax (mobile-home•rv-parks.html) Business LAPIN SEPTIC TANK SERVICE.INC.DSA LAPIN SERVICES Biomedical Waste(blomedlcal- waste.html) Back Record [ 1 of 4 gtht+:/Avww.florldahealth.gov/statistics-and-data/eh-tracking-endien ortinorseptic.tank-coniraclors.html7aoeSesslon•8473770302 Migrant Labor Camps (migrant-labor-c a mp s.htm l) Tanning Facilities(tanning- See the Rule(http://www.doh.state.fl.us/environment/c facllitles.htmt) For more information regarding this data contact your local county health department(../.,/programs-and-servit Body Piercing(body- piercIng.html) Group Care(group-care.html) Food Hygiene(food- . hygicne.htmi) Tattoos(tattoos.html) #HealthlestWeightFL Connect with DOH 65% of adults in Florida are at an unhealthy weight. (hops(http4hf(oQOttp4tOp latiNtOtiBW FEATURED PROGRAMS FloridaHealth Across the State ffFlorida's State Surgeon General Statistics&Data (http;//wwW heaithiestweightflol(h tp:/�//wy�w,floridahealth.gov/about-the- (http://www.floridahealth.gov/statist(cs- t �'htNii'cnt-of-health/about- and-data/index.html) us/ssg/index.html) www.floridacharts.com Or.John H.Armstrong (http://www.floridacharts.com/) (http://www.florid ahealth.gov/about.the-depa rtment- of-health/about-u s/ssg/in dex.html) http://www.floridahealth.gov/stati stics-and-data/eh-tracking-and-reporting/s... 7/29/2015 DBPR - ALBURY, CHRISTOPHER JOHN; Doing Business As: LAPIN S.., Page 1 of 2 4:50:53 PM 7/29/2015 Licensee Details Licensee Information Name: ALBURY, CHRISTOPHER JOHN (Primary Name) LAPIN SERVICES (DBA Name) Main Address: 1157 MYODIA HUNT CLUB DRIVE AUBURNDALE Florida 33823 County: POLK License Mailing: LicenseLocation: 3031 W 40TH STREET ORLANDO FL 32839 County: ORANGE License Information License Type: Certified Plumbing Contractor Rank: Cert Plumbing License Number: CFC1428594 Status: Current,Active Licensure Date: 04/04/2012 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/04/2012 Business Alternate Names View Related License Information View License Complaint 1940 North Monroe Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=9D907E6C... 7/29/2015 Licensing Portal - View Public Complaints Page 1 of 1 4:50:59 PM 7/29/2015 Complaint Details Below is a listing of public complaints regarding the person or entity selected. This may not reflect all public complaints filed with the Department; for example, all complaints against Community Association Managers (CAMs) are available to the public, regardless of whether any appear below, and may be requested directly from the Department. The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed please visit our Public Records parse. You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Unlicensed Activity Complaints page. For more information about CAM complaints, please visit the CAMs page. https://www.rnyfloridalicense.com/viewcomplaint.asp?SID=&licid=5223979 7/29/2015 DBPR - ALBURY, CHRISTOPHER JOHN; Doing Business As: LAPIN S.,. Page 1 of 2 4:51:06 PM 7/29/2015 Licensee Details Licensee Information Name: ALBURY, CHRISTOPHER JOHN (Primary Name) LAPIN SERVICES (DBA Name) Main Address: 1157 MYODIA HUNT CLUB DRIVE AUBURNDALE Florida 33823 County: POLK License Mailing: LicenseLocation: 3031 W 40TH STREET ORLANDO FL 32839 County: ORANGE License Information License Type: Certified Plumbing Contractor Rank: Cert Plumbing License Number: CFC1428594 Status: Current,Active Licensure Date: 04/04/2012 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/04/2012 Business Alternate Names View Related License Information View License Complaint 1940 North Monroe Street, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=9D907E6C... 7/29/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the D against Community Association Managers(CAMS)are available to the public, regardless of whether any appear below,and may be reqi The Department Is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an Individual or entity or to make a public records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search UI For more information about CAM complaints, please visit the CAMs Dane. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button• Number Class Incident Status Disposition Disposition Discir Date Date Date 1214_tiorth Monroe Street,Tallahassee FL 35399::Email:ctisg2!2ier Conjacj,CeIlter 1:Customer Contact Center:850.487.1339! The State of Florida Is on ANEW employer.SSW-YA tLt293Z241.4_Stalst a ELerlsiaa Privacy_$10i@nrent tinder Florida lain,email addresses are public i ecords,If you do not Want your email address released In response to a public.records request,do not send electronic snail to this entity.Instead, enlart the office by phone or by t„ditinnal roil.If you hay,any ma:shioos,please contact 550 455 1195.•Pr rsuant to Section 455.225(1),Florida Statutes,effective October 1,2012,licensees 11,10/1SeIlll■Otei Opmtet 455,F.S,roust 11101/100.the Separ lnrenl r Ill an,mail address If they have one.The emeas provided nlay be used for ofhrlal rommunlratlori With the 11110/11,0.Noreev0r r_Ir1311 addresses ase nubile record.If you do not wish to supply n personal address,please provide the Department with an email address which can be made available to the public.Please see our dnaptsL351 page to determine If you are afrecteci by this clhanye. https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=5223979 7/29/2015