Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item #07 Award of Bid #B16-02 South Water Treatment Plant Raw Water Re-Pipe Project
401r ocoee florida AGENDA ITEM COVER SHEET Meeting Date: November 17 , 2015 Item # I Reviewed By: Contact Name: Joyce Tolbert Department Director: 4/ ,A•ratir, Contact Number: 1516 City Manager: / l/- Subject: Award of B16-02 South Water Treatment Plant Raw Water Re-Pi• -roject Background Summary: In conformance with the policies and procedures of the City of Ocoee (City) and Florida Statutes, bids were solicited from qualified contractors to construct the South Water Treatment Plant Raw Water Re-Pipe Project (Project). All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department. Bids include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: This project is located at the South Water Treatment Plant to eliminate leaking raw water piping and to replace aging and defective piping and equipment. This project consists of installation of underground and above ground ductile iron raw water piping and associated appurtenances from existing potable drinking water wells to existing ground storage reservoirs. Additionally, there is associated chemical piping, flow control, metering equipment and electrical circuits to be modified as indicated in the project plan sheets. The bid was publicly advertised on September 20, 2015, and opened on October 20, 2015. A pre-bid conference was held on October 6, 2015. The City received four(4) bids for this project, ranging from $205,858.73 to $283,408.51. 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 SanPik, Inc. as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, P.E.,Utilities Director. The table below is a listing of the bids received: Bidder Total Bid 1. SanPik, Inc. $205,858.73 2. L7 Construction, Inc. $206,267.34 3. Villages Construction, Inc. $265,694.26 4. Utility Technicians, Inc. $283,408.51 Issue: Should the City Commission award the South Water Treatment Plant Raw Water Re-Pipe Project to SanPik, Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #B16-02 South Water Treatment Plant Raw Water Re- Pipe Project to SanPik, Inc. in the amount of $205,858.73 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. SanPik Bid 4. Invitation to Bid#B16-02 5. Addendum#1 Financial Impact: There is $149,000 remaining from the FY 15 budget for this project in account 401-533-00-6302. The remaining $56,858.73 would be used from available funds in the R&R account 410-533-00-6302. 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. N/A Reviewed by ( ) N/A 2 Mayor Commissigners S. Scott Vandergrift John Grogan, District 1 Rosemary V ilsen, District 2 / City Manager Rusty Johnjson, District 3 Robert Frank Joel F. Keller, District 4 ocoee florida MEMORANDUM TO: Joyce Tolbert, Purchasing Agent Thru: Charles Smith, Utilities Director FROM: Thomas King, Utilities Facilities Manag r DATE: October 27, 2015 RE: Recommendation for Awarding Bid B16-02 and SanPik Inc. Reference Check and Work Verification The underground raw water piping at the South Water Treatment Plant has developed leaks over the years and is currently leaking approximately 100+gallons per minute onto the surrounding ground and roadway. This continuous leaking is causing ground subsidence around one of the ground storage reservoirs,chemical injection vaults and the roadway. It has also flooded the surrounding area making it very difficult to utilize for water plant related activities. City Utilities staffs have attempted to fix the leak in the past but due to its location, size and accessibility, success was not achieved. Additionally,the remaining underground raw water piping is of the same material and construction and potential future leaks are almost certain. Due to the pipe size, location, accessibility and surrounding conditions Utilities staff has recommended this work be performed by a private underground contractor. On October 20, 2015 Bids were opened for B 1602 South Water Treatment Plant Raw Water Re-Pipe Project. Four bidders responded. SandPic Incorporated 910 Belle Avenue, Unit#1020, Winter Springs, FL 32708 was the lowest bidder at $205,858.73. The next lowest bidder was L7 Construction at$206,267.34. Funds for this work in the remaining amount of$149,000 was approved in the FY 15 budget under the name South Water Plant Pre-Stage Piping Project in account 401 533 00 6302. The remaining$56,858.73 would be used from available funds in the R&R account 410 533 00 6302. Below is a list of references and their comments for work performed by SanPik Inc. Upon checking the references of SandPic Inc. and the type of work performed, Staff recommends awarding Bid B 16-02 South Water Treatment Plant Raw Water Re-Pipe Project to SanPic, Incorporated. 1. City of Orlando Contact: David Entler(Inspector): david.entler @cityoforlando.net tel. 321.217.6680 Work consisted of replacement of 500 ft of 10"and 12"gravity sewer line along with de-watering and by-pass pumping. David Entler of the City of Orlando was happy with their work and the project was going well. City of Ocoee • 150 North Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905-3100• fax: (407) 905-3167 •www.ocoee.org 2. City of Longwood Contact: Tom Smith(Manager): tsmith(ailongwoodfl.org tel: 407.832.1482 Two projects with work consisting of installing 1000' of 8"PVC water main and installation of 18", 48"and 60"RCP as well as 48"CMP. Additionally, drainage structures,restraining walls and site restoration were included. Tom Smith of The City of Longwood said that this was a difficult project with a lot of unexpected conflicts that were handled very well by SandPic and they were very responsive. 3. City of Ocoee Contact: Diana Turner/Charles Smith(Project Coordinator) Work associated with construction of a new lift station#62. Work consisting of installing a lift station wet well and associated structures. Piping installation consist of 10", 12"and 15" sanitary sewer main. Diana Turner has indicated that SandPic has been extremely responsive to all City request and the work performed to date has been very good. o o O O N M a co co N 0 0 O O 0 V co O co O M O) M a m O 0 n O co O O N m U) O W N N O m O N O) O n O m O) M O n N N (p n V co N- O N m m co m O) m N n {) U Q V Of m V O n N CD V M m co V O co t a' cU (O n 69 ID N 0- r N M M C N (V 6 0. f9 M 69 E9 CO 69 69 69 69 6 U) V) 69 CJ f9 f9 9) f9 6 O O 0 .c• 'C CO I.- 0 O 0 N CO M N N CO V O O O V co m N O I- Q] to O )O O) O) O) co .- ,- M O O) O) M co M co O Z` W N N m N m n O O O O) 0) O) N N m O O n N co co N E9 co (9 f9 V n —a, V V m e3 es n f9 f9 M(N M U) a m OM M co°' n ZS as to z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O V o o O N V o 0 0 0 o O O O o O O O O C O O O (V V O O N O O O V O O O m O O Fe O O O O O m O n V N O N O O m N V O C a co co 0 O co m M V V69 N n rr, co N- o as as N CO- 69 H E9 U 4 M * b M U r L O > 0 C m U 0 0 0 O O O O 0 O O O O O O O O O O O 2 Q O O O O O O O O O O O O O )[) O C) CD 0 O m W O O O O O O O m O N O m N V N O O 0 O O O N V o O EA N N 0 f9 69 69 69 m O Si M co O M f9 fA co fA fA (O M V) W d (N . to H to r 0 z CC CL 0 ui o0 00 0o n r- 00 00 (on )on o0 0 00 00 00 00 00 00, o0 d d o n vi o v r ao 0 e} 0 0 o o r W O N O V7 N V O N a0 O V' O O N O O O. y a 0 O O to a N to O O N co co N n O) co CL- C J 0) Q 1f N V) lei M N M IA M In N w M w R W w N M W W M w aD N O W aw ~ w 49 h W O - v d an m 0 ct W m • m > 2O F- 'a " o W E o o o o o O o o 0 o O o 0 0 0 0 0 0 Q c m Q ,N. 0 o o 0 0 0 0 0 0 H a 0 0 0 0 0 0 0 0 0 to 0 0 0 a o uS 0 a n o (c a o ad (b n N OI O N O n Q O M e{ n O W W M) M O O a a n 0 0 w w e .9 H V O . w w 3 '6 w w 49 2 c,Z < E a J Q w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 N J () O O O N m 0 O O O O O O O O O O O O (� h Q. H r,: O O N 0 O O O O O O (D O O O co O O M O O O co o n V o 0 0 N V V n a co O N- m o n O n M (m O R to n N r N Z C J O m M N n N M M M 6 0 W m Q 69 t9 m (9 r9 (9 e9 69 v9 <9 69 m 0 c c0 E ~O (» i9 69 i9 i» F- r I- < ` m O m CL▪ Fr; N r c c E Q w CL U 'Co K W n a n o 0 I- J c I- o 0 0 0 0 0 0 0 0 0o to n n ° Q m0 Z 0 o W N tO CO m m CO N n co ti n x m I- 0 N N N H a cn lO h. N H Nv O ap 0 m m m (A W n v c > 3 p v a c c c a E =o - 's N '6 U N J 2,..,C - 3 a s 5 E. - 2 Ti o u m to to E co c c c c oo O m v m o 2 2 ' a ra ZCO o v m ' a oo■cer E a m v E o > O= z z > _ _ c J r E - t.)cr. Q o (') N y a > > v v n w a `w `w 0.a a c .. E Z w m v v %o o « x o u d v E � 0 0 a a v �' v w e v c m e v LL - > o. u u 3 3 pa ~ . 2 N N O .. O u O LL C -O - O d d ci re W a' v a Q' o Uoo > c > u v �, v �, w u A y . coo .0 i a N v H w w u _ s z > Q Y o c 3 u) 3 y o)} i oiS i o7S i E u c o N H 0 0 lci CO 4 m z s 0 2 v 0 00 a 00 io ¢ ¢ u > L)) > u' > z m m LL m ry e .N+ ti V to O U) N co co N CO N CO V N O N U) O N CU (.° O O to in co V N V on o) N O) E- U) a- to t() U) N V V (`� V O U) N O CO f0 N O N CO O W (O N O CO V V O) O t0 C) V tU N N V co O a- ,- O U CO N U) O N °) N CO O) O M N N t° V CO O co V C N. (•j ((� (V Co O (") N N co- „...; (V M N M f9 E9 Ui (9 fA Ui fA E9 69 69 CV Ui VD Ui EA Ui U V C Vi C Ui N C t U N U) 0 CO N O) O °) N M a0 CO O OD U) O CO N N N U) O U) N U) N N N V CO O) N o) U 0 p >, V N N V V U) co O CO U O U) V ci CNO UO1 U) O N (° co N m Oo V N N V U) N N N N O N V co M N (O V N N CO CO OD O E9 (9 CO M N N M N (”) 7 Ui f9 E9 fA f9 fA fA Ui (A E9 U Ui di f9 o O o O o o O co o O o co O o 0 o co O o o O o O O O O o O O O O O O O O O O O O O CO N C O O O 0 O O O O O O O O O O O O O O O M V V O 0 O O O O O O O O O O to O o O O O O) O) C V O O O V N V V V CO O a- U) M W (O O E V A O 0 O U O 0(A N A N 9 N to EA E9 N fA M Ui 9 CO- 69 M t9 6 M i7,,, U U) N 9 (O M � N u 6) 2 to c O o o O O O o o O co O O o O O o co o O O o O o O o O O o O O O O O o O O O O o O O ✓ O O O O O O O O O O O O O O O O O O O M yt N O O O O O O O O O O o O U) o O o O O co I. y 7,3 O co O V .- N N .- co O N U) CO CO O CO M. ✓ A MUi Ui E9 E9 Ui NM MM ea M U3 E9 f9 w _ Ui 7 > O IX O O O O O O O O O O O O O O O O O O O n M O O O O O O O O O O O O O O O O O O O N n V O O O O o O O O O O O O O O O O O O O) W w N . O O O O N O O O O N O O O O O O U) t0 U) a. V M W V N o Q) O) a O co N N co co o co N o co m ori d a. . U V Ui M M A M N o N M N(9 ' A 9 W 69 9 0 69 N- w . ce C Cr w I- a o 0 0 0 o O o 0 0 0 0 0 0 0 0 o O o 0 0 Q c o 0 0 0 0 0 0 0 0 o O o o O o o O o o no R N O O O O O O O O O O O O O O O O O O M (n (O . O O O O N N co O O h O O O O O M bi a V N co (o o co O co n N , W . . W W N N os br .Z a Q • M W W 69 M M W 9 W .774 O CC Q o Z -J Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o v v 7 N J O O O O O O O O co O O O O O O 0 O O O co co N CO U) d (O O O O O O O O O O O O O O O O O O N ad N < s- i_ o, O O O O O O O O O O O O O 0 O O O V CO N °) co co O U 0 V N U) N O C) N V N N 1— N Z U) + UN N 6 N M ! !9 !9 H e» ee9 O (f 69 9 (9 Ui 69 E9 9 Ui O() N G r. o 0) CO r- < 0 w 2 iz N H CO ce 0 Fw.- _1 o0 0 O 0 0 0 °0 0 0 0 °o °o °o °0 0 0 0 0 °o Q ti 001 OOi ^' W O OM .I .ni N V 0 N a a .( ti - n ry N N V I- D O (n N N N ti ti N .ti 9 N .4 N ti ti N CO N Cl .y ti M r. V .'� N M CD N CO o O o m E c m v o 0 to m 0 n° E o` n � u co i `o E E c O co c F n 2 N m u C m E • a °2"2 N y 01 o K C O • ,L5 _ _ m a.5 C c o d E J ¢ m o o EA"2 — c ; c d 0 :9.-_,, 4.7 " 00 m m m c a — c a c L, a, r c E o m cc ¢ " v ^"+ tai tai tai = _"> > Z' > ° °n v m m x E L:21 .n (n m (w 3 E a' .O o (p CC ccs ¢ p �n �n to F > > > O n ° v _ a J u d UJ _ _ v v v 1?-'o' « n E .c u °' r _ o Q o,m t v m > co a x o 0 0 0 0 0 0 (� t (� F r a o a > E v rn c d mO O O O ..i O IN .y O O N t0 O .Ni O O O = o (�j IN N IN N N N . N O cc fV N > 0 N r • J- aUG1.1v AL EXHIBIT A CITY OF OCOEE BID#B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT SCOPE OF WORK The raw water re-pipe project shall be performed at the following location: • South Water Treatment Plant, 581 Maguire Rd. Ocoee,FL 34761 This project is developed to eliminate leaking raw water piping and to replace aging and defective piping and equipment. This project consist of installation of underground and above ground ductile iron raw water piping and associated appurtenances from existing potable drinking water wells to existing ground storage reservoirs.Additionally,there is associated chemical piping,flow control,metering equipment and electrical circuits to be modified as indicated in the project plan sheets. Scheduling of existing wells,chemical application equipment and electrical circuits to be temporarily taken out of service must be scheduled 48 hours prior to work being performed. Coordination of disconnection and reconnection of all piping and electrical circuits must be coordinated through the Utilities Facilities Manager.Please see plan sheets for details. Detailed schedule of the installation of new piping and the disconnection and removal of the old piping is detailed in the plan sheets.Bacteriological clearance samples will be the responsibility of the contractor. Sample locations are indicated on the plan sheets. A portion of the raw piping that is scheduled to be replaced with this project is leaking and raw water is daylighting at the ground surface. During the course of the project,any damage by the Contractor to any above or below ground equipment and the surrounding project site shall be the responsibility of the Contractor to repair to the satisfaction of the Utilities Facility Manager. END OF SECTION B 16-02 SWTP Raw Water Re-Pipe Project 21 EXHIBIT B BID FORM(Page 1 of 2) B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT Bid Form South Water Plant Raw Water Re-pipe Item Item Description Unit Units Unit Price Total Price No. Total (in Numbers) (in Numbers) 1 Mobilization/Demobilization&General Conditions 1.0 Lump Sum ,431.5-00.o 0 23, 5.;:o.00 2 Clearing,Grubbing,Earthwork&Grading 1.0 Lump Sum I/(3,20.too It 6,20.o o 3 Dewatering 1.0 Lump Sum 5'l00(D,orb S, 000-Co 4 Roadway Pavement Removal,Including Saw Cutting /b.00 5-6/.�,76 Pavement 35.11 Square Yards 5 Roadway Pavement(Surface,Base,and Sub-base) 35.11 Square Yards 10.ob a/4I 7.70 6 6"Thick Concrete Pad for Above Ground Assembly(AGA) 21.0 Square Yards 1S. 00 9,/5-.00 7 Above Ground Assembly(AGA) 1.0 Lump Sum 631 50O•°° c3, SOO. 00 8 Cut&Remove 12"PVC Raw Water Main Including Valves& Fittings 59.00 Linear Feet 3S.CC) a/O q y. SIB 9 Cut&Remove 16"PVC Raw Water Main Including Valves& Fittings 67.00 Linear Feet 47'sO 3, ' 2 ' S0 10 Cut&Remove 20"PVC Raw Water Main Including Valves& 1.0° 44/ 11 OO Fittings 58.00 Linear Feet 11 Remove Concrete Chemical Feed Vault 1.0 Lump Sum 1,Ooo.ov /O00.oO 12 3/4"Braided Flexible PVC Tubing 424.00 Linear Feet 6.00 ..j£ 14'.oo 13 3/4"Electrical Conduit Including Up To Five(5)Sweep Fittings 200.00 Linear Feet 3. o Coo. 00 14 3/4"Sch.80 PVC Pipe Including Fittings 200.00 Linear Feet Z/• 0 0 goo, 0 0, 15 2"Sch.80 PVC Pipe Including 45°Fittings 440.00 Linear Feet $, 0 0 3,s;,20,o O 16 4"Sch.80 PVC Conduit Sleeves 44,00 Linear Feet /6,00 7O ,0 0 17 12"D.I.P.Raw Water Line 133.00 Linear Feet 47.0 o R cif 1 , 00 18 16"D.I.P.Raw Water Line 107.00 Linear Feet /0/. 00 (01 R0"1. 0 c. 19 20"D.I.P.Raw Water Line 62.00 Linear Feet /Sn?. 0 0 c' ya 4/•00 20 20"x 12"D.I,Reducer 1.0 Each / 3�O. a o /3 SO • o 0 Continued next page NAME OF BIDDER Saill/!l j _Ed C., . B 16-02 SWTP Raw Water Re-Pipe Project 22 ) EXHIBIT B BID FORM(Page 2 of 2) B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT Bid Form South Water Plant Raw Water Re-pipe(Sheet 2 of 2) Item Unit Unit Price Total Price Item Description Units No. Total (in Numbers) (in Numbers) 21 20"x 16"D.I.Reducer 2.0 Each f/ 900 . 00 '/ goo.00 22 20"D.I.Cross Fitting 1.0 Each 3,4/oo• 0 0 3,qoo•a a 23 16"D.I.MJ Sleeve 1.0 Each r/goo . o o /.2 o o. eo 24 20"D.I.M1 Sleeve 2.0 Each ,, 5:0' , 0 0 3, 000. o0 25 12"D.I.45°Fitting 3.0 Each 65-ef) , oo q 5a.00 26 16"D,I.45°Fitting 2.0 Each 9s0 • o b /t t'jbO .O 0 27 20"D.I.45°Fitting 4.0 Each / 3510 , o o 54 yob , a U 28 20"D.I."Tee"Fitting 1.0 Each 4 a oo. o o -/DO o. 0 0 29 12"Gate Valve 1.0 Each „?,30o• o o .„R! 3o0. a o 30 16"Gate Valve 3.0 Each 9/ 7Yo . o o fy/.2 co. 0 0 31 20"Gate Valve 1.0 Each ///0200• oc.) //,,200.60 32 12"Temporary Cap Including 2"P.E.Temporary Blow-off 1.0 Each // 3o0 . o O 63o o. O 0 33 12"Temporary D.I.MJ Reinforced Cap Including Restraint/Deadman 1.0 Each 8O0.o o goo.00 34 12"PVC Sleeve Cap(Push On) 4.0 Each !/Coo.o O t 000 . 00 35 2" P.E.Blow-off Including 16"Restrained Cap and Box 1.0 Each 4 3 OO. o o a/300 • 0 v 36 2" P.E.Temporary Blow-off Including 20"Cap for 20"Valve 1,0 Each ,// 5200 • 00 .22 Sbo . o-0 37 Chemical Feed Line Junction Box 22.0 Each ..1 30 • 6.0 Si oho -0'0 38 Solid Sodding(Bahia) 531.22 Square Yard 3. Sd )/ g'S6) •.2`7 Bid Total: I„los/9c-9, 3 NAME OF BIDDER 54.4 i h, 7+t C . SIGNATURE 7/7/ FL CONTRACTOR LICENSE# CUL 1,2a 5 .,:; N B16-02 SWTP Raw Water Re-Pipe Project 23 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SanPik, Inc , as Principal, and United States Fire Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of(5 percent of the Contract Bid) $ Five percent of proposed bid (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed,this 20th day of October , 20 15 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or B16-02 SWTP Raw Water Re-Pipe Project 24 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. B16-02 SWTP Raw Water Re-Pipe Project 25 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out(X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. N/A (I) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) B16-02 SWTP Raw Water Re-Pipe Project 26 If Bidder is PARTNERSHIP,complete this signature block. N/A (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B16-02 SWTP Raw Water Re-Pipe Project 27 If Bidder is CORPORATION,complete this signature block. 7 SanPik, Inc. (1) �i, ` (Corporation Name) (Witness) �avie{q (2) 42I &Q& (State of Incorporation) (Witness) By: /YlaffittAi SSa s (Name of Person Authorized to Sign-See Note 1) (SEAL) Pre-51`deMf (Title) (Authorized Signature) (Corporation President) CI/0 tleae / vz G✓,k r ��s 1�L 3.21c* (Business Address) 07-`f V —6565 CULI o S Lt1 (Telephone No.) (Florida License No.) B 16-02 SWTP Raw Water Re-Pipe Project 28 SURETY Witness: (If agency is not a Corporation) United States Fire Insurance Company (Surety Business Name) (1) (Witness) Delaware �,,'ncipal Place of : siness) (2) K _ (Witness) By: f (Sur• Agent s ignature-See Note 2) Attest: (If Agency is a Corporation) Laura D. Mosholder See attached power of attorney (Surety Agent's Name) (Corporate Secretary Signature) Attorney in Fact & Florida Resident Agent (Surety Agent's Title) (Corporate Secretary Name) Nielson, Mosholder & Associates (Business Name of Local Agent for Surety) (Corporate Seal) 4380 St. Johns Parkway, Suite 110 Sanford, FL 32771 (Business Address) 407-330-3990 N/A (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence. B16-02 SWTP Raw Water Re-Pipe Project 29 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Seminole ) Before me,a Notary Public,personally came Laura D. Mosholder known to me, and known to be the Attorney-in-Fact of United States Fire ,a Delaware Ii uxanue Company Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said United States Fire Insurance Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) United States Fire and that the execution of the attached bond is the free act and deed of Insurance company. (Surety Company) Given under my hand and seal this 20th day of October 20 is KELLY PHELAN NO TARP COMMISSION U FF97286 PUBLIC ' EXPIRES March 2,2018 STATE OF `-`1215 BONDED THROUGH —\ 2Y RU INSURANCE COMPANY 11 (Notary Public) Kelly Phelan My Commission Expires March 2, 2018 END OF SECTION B16-02 SWTP Raw Water Re-Pipe Project 30 , .. ., ,,,;,.,,,,,,, ,A,,,\ 1 . t, %\,‘ '-. '''', ,‘VV, 0<, s, v...<, :,EY , ' ,',4, \:' ,:. .. W" UNI'll TA• . k NCE COMPANY 0 : '11 6 1 . , -,..\ ::\ ,:o„ ., ‘. ,„,,, ,. i PRINCIP' OF - • 'I' STOWN,NEW JERSEY ‘ WW ' ' ! :\:\ '"I. **.. *. ,V., ‘,\.*\ * 'v..; & ,,., _, *„I KNOW ALL MEN BY-‘f* KpaRt-ENT Sk.11,fkiiiited States Fire Insurance Com4a d*p^ftiAiiitinit Organized and existing under the laws"fifille WW ' , , „ \., ,,,, i, state of Delaware,has maa;'onsfitt‘Q anaik'Piilited,and does hereby make,constitutd apPnifit' '''' " ''`` * 4.'t 1.,,,,,,,, w , Laura Clark,Stan Oliver 60114s4ice440*TriV1. :F..'k,,., h - each,its true and lawful .liorkey(*Kacov„tqk full power and authority hereby conkrektri itsruque4lace‘akd stead,to execute,acknowledge artdetiver;,\ 4-',.\ .,.\\:.‘ :‘.•,,,, ( Any and all bonds and ,14,,,, Ali ,her documents that the ordinarym, , yu, s,, ay require,and to bind United ,,,,,tess$Fi#1' ‘ 1 'VA ** t t • -,\A: .00,e ..t,s,i.e.t4r.*wiao., \ Insurance Company there. •,.fulituTz;t4e;klfextent as if such bonds or undertak*Ihad:'eeuVek00 and acknowledged by the regularliiect4. officers of United States Pfre Inst.b.42e dMi-0*at its principal office, in amounts onenal4SVot eif4elifig: Seven Million,Five Hundred Tkotisane*" • &\ . •'-\.%t\'v .‘,k ,0 v v•-'-‘'''A . . „‘.\ ,,,, , \\ , \ ;,* ., . ,4 V . 'Vk Ont Viti\T , limits the act of those named thm!to tI4 dkatirknertakings specifically named thereWand triey4tveo.lintttOnty to bind nitaAtes' 4" durance ompany except in the manner lid toAeexteri*thifegi stated. ,f.'* 1# 4 This Power of Attorney , y issued on behalf of the";t-ttetl.g.'F\asnaMikalsove and expires on January 1,200, W•• V 4!;: YL V 1/4 \or wa \ ,r This Power of Attorney ii!wanted&PrsufMt fik•-kiticie IV of the By-Laws of United SUtes tifernstnitedompany as now in full force and eftedi, an4:461 ki(nsist‘nt with?iftle III thereof,which Articles provide in pertineut part: „,'‘N‘, \\*4 \ .:‘,\., \ , \ ,, , \ Wt. s.'W „\\03.: . ..',.),. k , itl ttption of Instruments-Except as tkkBOardof. A, authorize by resolution,the ChairmaAtofithe 1:!': A , f k' ' 4..'‘‘1.41U-. ent,any Assistant Vice President,thliiecrair ia A t Secretary shall have power on bgfiff ofili ,•rpt-:fifi (a) to execute,a *tlickte- 41ility or by facsimile to,aclmowle ,‘4\V104Vontracts,obligations,instrumentk -\, s',..\!, \ , , ,.,.. \,..,„.;\\\„!,\, -..;,,,-,..„ and documents wl\,' 'eve‘,0 ,\` i ,• ,\ its business including, without, ngks `e IT tk. .bonds,guarantees,undertakings,WO recognizances,poW oft v'eAt\ ,k tions of any powers of attorney, s* IatiA.Siliblii Nitkifisurance, deeds, leases, mortgages, i releases,satisfactions and agency agreements; ...,,,,,,, lw%„ 1, ..., \\ (b' , ‘ 01 writing,one or more persons fot4br 4,cif\,e*,rti#4.1entioned in the preceding paragri1M),101udintOTO,e \10110C kk ,Ooration. •!-k ..kA4:,-' :\.:..14 i Article III, Offic\\ .qeti$4,'kl,'Eac\ii, 'le Signatures. The signature of a0,offibe,4iiliwir0dAy4e Corporation to sign any bonds:w, .1'› „„.‘,„;',W guarantees,underi% b,lof% e ‘ist illations,powers of attomey or rOAtOn4f 0._p,q)v0 of,attomey and policies of insuranc ' w; "-\- W \\ -,-. '-' . • • issued by the Corp lion,)3tA Orikkflicsimile,lithographed or otherwise ik duct4„\WaddktiMk'ffand as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile I .:4,a SiMeatures, lithographed or otherwisklirgilcOM ,',4 0.\, or officers of the Corporation as*,,fri0 t4et9 thlte\,: ,be k '. ‘a to klb 10 such instrurnents on behalf of',istAorOyark .‘,.0 'oration may continue to use for 40itipk*es lijet*.,4e f . ' fit.,"i *k4iillire of any person or persons who s,:haVic s ,,,,, ,. or officers of the Corporation,noklilistai44,‘iiaciaOhe ' 'k' ' • may have ceased to be such at the time when such instruments s alllie issued. * ,:•,,‘:,, a ,, ,,,\, ta ,, :sa IN WITNESS WHERE0Onkd q#itt,4141trance Company has caused the*pftsek104$mg.10 . tf(qo attested by its appropriate offici .‘tiu kt.' corporate seal hereunto affiiiIthiatOyViOgat,2015. ''s'w\ ‘,\ -!:!4,- \\\W, ,v ':,...k.' .\,' -.:V ''',..:: '`.' ' \',,,,:`., \ V VA A a ra\ a-ar UNITED STAES F \\INSUI1ACE COMPANY Ww- ,V ,, '-i !•‘: ,, „....:: :,„, , ' N is , \I. \ : .\ -,' :,. 4. •:‘ \'•\:: ,,,...,4Z.,', :. •.,,,:-•.:;:\.,\,0s. ''\. ' ': ;- 'A'' n V* •\,N .,- State 0•1;;*;*0 Jersey) W Anthony R. fimowicrfioryieq7sident . -, i. of New . 6 .M•& \* .,4-, k:: ,'; .,: k. :‘:.. ,..,-. ',.‘. ..:1,,:: .;;:;:; .....:,, ,,, .4, i County of Morris ) !.' W w. w., 'kW;',. .a' V:' \% "V %thi,\lii dayiolf .,ii!, t,2015 before me,a Notary publ. \9f the„Stqt. of N,q ,lers,„‘came the above named officer of yVteVtatek#re insurance Company,to ' ' 0 • -.441i* V\. be the individual and officer d 1)1*i 111rW)10.0‘ ledged that he executed the foreg*Os0l,0 0,1X1 the seal of ok -‘,-,!, .:-.\:„,.. .•,'\\,,k *:,\ nl v sk\ ,,4, , :•ce Company thereto by the authof o ek,.: ‘,,.:,, I •*".° \ ,, a IT,441-A4c , jp,ityT, U, '\,t% \JERSEY Sona Scala 4-(,N otary Public) ' N;c01■11‘S t■' 4'4 ' •.' /25/2019 *.A- :`,,- ;:4, , V., "'', 'V i 1,the undersigned officer of United Anes FaelnSurance Company,a Delaware corporation,do hereby cilifylhat the original Power of Attorney of which the s; 890.8, tkAlliMke and correct copy is still in force an,cleft andAas iiRt,beTtmvoked. ',' , ''''% I.,\ . :r ?', _ h.r = kV): t. .•4& . ' \\*vy\.,ILINt,,*iS, V#HEOF,1 have hereunto set my hand tthAs il.ffikktl4ii,„-ecf"'o 't'al of United States Fire Insurance 0l',4mr ,.n;th7.e.r...rtli , ,20 UNIfi STATES FIRE INSURANCE COMPANY' ,,,,,1 , i v,i!.:,........,71, .'''S's Ww ,WW 'k' w.. .-.! :g..\,, ,1 ,k',w-'',\ ,...• :', '., !W' ! - ,: ' 7** *•.............. 4‘1.'W, ,Senior Vice President -W (CW \\ ..,' k",,•:: ',..;‘,. ‘ 1 \ EXHIBIT G BID #B16-02 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. SanPik, Inc 407.450.6969 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) N/A FAX (INCLUDE AREA CODE) m.sands @sanpikinc.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Matthew Sands/President NAME/TITLE(PLEASE PRINT) 910 Belle Avenue, Unit#1020 STREET ADDRESS Winter Springs, FL 32708 City STATE ZIP FEDERAL ID# 47-1475163 Individual X Corporation Partnership___Other(Specify) Sworn to and subscribed before me this t 1 day of (x ( ?(Z, ,201S. Personally Known ✓ or Produced Identification Notary Public-State of c-te ..taa (Type of Identification) County of tsi\,ii\al1„ (} �, CHRISTINA TABOR Signature of Notary Public MY COMMISSION#FF110291 EXPIRES April 7, 2018 ST na 1 (407)3.9.0100 FloridallotaryService.com Printed,typed or stamped Commissioned name of Notary Public B16-02 SWTP Raw Water Re-Pipe Project 37 elo 1012-zito EXHIBIT G BID #B16-02 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. SanPik, Inc 407.450.6969 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) N/A FAX (INCLUDE AREA CODE) m.sands @sanpikinc.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT A HOR ZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Matthew Sands/President NAME/TITLE(PLEASE PRINT) 910 Belle Avenue, Unit#1020 STREET ADDRESS Winter Springs,FL 32708 City STATE ZIP FEDERAL ID# 47-1475163 Individual X Corporation Partnership Other(Specify) Sworn to and subscribed before me this &I(ti(1, day of Withal_ ,201r. Personally Known ✓ or Produced Identification Notary Public-State of clp(2,(,gp (Type of Identification) � County of �rfi.tXteA.C+. chk-, 64ct . .(ttol Y - CHRISTINA TABOR Signature of Notary Public "' �1 *i MY COMMISSION#FF110291 '•',ep'.rd°Af EXPIRES April 7, 2018 (407)348.0153 FlorIanNotaryServioe,com � Q.ISTInA Printed,typed or stamped Commissioned name of Notary Public B16-02 SWTP Raw Water Re-Pipe Project 37 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Gaudette Electric,6380 S.Tex Point, Homosassa, FL 34448 Tel:352-628-3064 Fed I.D No.: 59-2105413 Contact:Gerry Gaudette (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. 2015 Doosan DX235 Excavator(Owned) 2014 Doosan DL200-TC Wheeled Loader(Owned) 6"Thompson Dewatering Pump(Owned or Rental) 2015 Reversible Plate Compactors,CR3-14&CR6CCD-03(Owned) (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT 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 five 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). See Attached B 16-02 SWTP Raw Water Re-Pipe Project 19 Do you have any similar work in progress at this time? Yes X . Length of time in business 1 Year in U.S Bank or other financial references: BB&T 4699 W Lake Mary Blvd. Lake Mary, FL 32746 Tel:407.549.3354 Contact:Rizwan Lalji (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. N/A (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated October 16th, 2015 No. Dated No. Dated B16-02 SWTP Raw Water Re-Pipe Project 20 Cllr 10/2015 Past Projects Water Main Installation • Contract Date: 2015 (Complete) • Owner: City of Longwood • Contractor: Central Florida Environmental Corp. • Project Name:Skylark Subdivision Water Main Improvements • Contract amount: $62,000.00 • Scope of Work: We were the subcontractor under CFE and we installed approximately 1,000 feet of 8" PVC Water Main. Storm Drainage Installation • Contract Date: 2015 (In Progress-85%Complete) • Owner: City of Longwood • Contractor: Central Florida Environmental Corp. • Project Name: Skylark Subdivision Drainage Improvements • Contract amount:$215,880.02 • Scope of Work: We were the subcontractor under CFE and we are currently upgrading the Skylark Subdivision storm drain system. Project includes the installation of 18",48"and 60" RCP as well as 48" CMP. Other items include drainage structures, retaining wall and restoration. Sanitary Sewer Pipe Installation • Contract Date: 2015 (In Progress-95%complete) • Owner: City of Orlando • Contractor: EMJ Construction • Subcontractor:Central Florida Environmental • Project Name: Lee Vista Promenade Sanitary Sewer Improvements • Contract amount:$357,781.93 • Scope of Work: We were the sub-subcontractor under CFE and the work consisted of replacing 500 feet of 10 and 12 inch gravity sewer line with 12 and 15 inch gravity sewer lines. The job consisted of dewatering and by-pass pumping. Lift Station Installation • Contract Date: 2015 (In Progress—30%Complete) • Owner: City of Ocoee • Contractor: Central Florida Environmental Corp. • Subcontractor:SanPik, Inc. • Project Name: Consumer Ct Liftstation No.62 • Contract amount:$297,629.28 • Scope of Work: We are the sub-subcontractor under CFE and the work consists of installing a new Sanitary Liftstation along with two manholes and the associated gravity and force main piping. 10/2015 List of References • Business Name:Central Florida Environmental Corp. • Type:Contractor • Contact Name: David Stalowy • Contact Email:stalzz@aol.com • Contact Phone: 407.834.6115 • Business Name: Island Site Development • Type:Contractor(Bahamas) • Website:www.isdbahamas.com • Contact: CEO, Frank Wood • Contact Email:f.wood @isdbahamas.com • Contact Phone: 1.242.422.1924 • Business Name: IBS Integrated Building Services • Type: Engineering and Project Management Firm (Bahamas) • Website:www.gointegrated.com • Contact: Director Of Operations, Kevin Sweeting • Contact Email: kevins @gointegrated.com • Contact Phone: 1.242.324.5445 • Business Name: Miya (Bahamas) Ltd. • Type: Water Supply(Urban Water Systems Worlwide) • Website:www.miya-water.com • Contact: Project Manager,Sophie Kanellopoulou • Contact Email:sophie @miyabahamas.com • Contact Phone: 1.242.328.8030 WILLIAM J. PICEK II Email: BillPicek @gmail.com Project Manager Tel: (242) 367-5899 EDUCATION Tallahassee Community College,Tallahassee, FL A.A. Degree,General Studies, 2006 Lake Mary High School, Lake Mary, FL High School Diploma, 2004 Occupational Safety and Health Administration (OSHA)30-Hour General Safety and Competent Person Training.Tallahassee,FL,2007 EXPERIENCE I am a reliable,quality-focused Project Manager offering hands-on instruction and management skills gained through experience as an operator, pipe layer,surveyor assitant and Project Engineer for several companies. I have strong knowledge of underground construction,as well as equipment, materials,and the logistical components of construction. KEY SKILLS • Material Logistics • Strategic Planning • Mainline C-900 • Mainline HDPE • Demolition • Gravity Sanitary Sewer • Gravity Storm Sewer • Fine Grading and Road Base • Operation of Heavy Equipment • Hydrostatic testing • Repair of Existing Systems Key projects I have been involved with are: • Bahamar Resort and Casino$46.6 M(2013-2014) Project Manager Scope consisted of Potable water main,reuse water main, force main, HDPE gas main,electric and telecommunication conduit,water park process piping and hard scape.The biggest challenge was the small site with all trades working at the same time. Ci ISLAnD SITE Page 1 of 3 • Bahamar Deep Well Supply and Discharge$3.1 M(2014) Project Manager Scope consisted of installing 48" HDPE pipe 10'feet deep from the 2 supply wells to the utility building and from the utility building to the discharge wells. I also oversaw the installation of both supply well pumps and motor as well as the discharge well heads. • Bahamar Chilled Water Supply and Return$2 M (2013) Project Manager Scope consisted of installing 6000'of 30" HDPE insulated supply and return pipe form Bahamar's utility building to the main hotel. I over saw the excavation,fusion, insulation of fusion joints and backfill.The invert elevation was over 15'deep and required extensive dewatering. • Miya Non Revenue Water Project$7.5 M(2013-2014) Project Manager Scope consisted of replacing 12,000 water service connections on the island of New Providence. Challenges were working in public roads,questionable locates and asbuilts,and keeping high production. • Bakers Bay$2.8 M(2012) Project Manager Scope consisted of minor clear and grub,earth works and installation of potable water main,force main,Strom drainage,and electrical and telecommunication conduit for the extension of the development. • LPIA Nassau Airport Development Phase Ii.Nassau,Bahamas. Project Value$2.1 M (2012) Project Manager Scope consist of clear&grub, demolition, earthworks for landside and airside apron, installation of potable water, sewer,drainage,storm water detention chambers. • Sports Center Complex Redevelopment. Nassau, Bahamas. Project Value$48.5 M (2012) Project Manager Scope consisted of construction of new roadway, parking lots and infrastructure for new state of the art stadium. Installation of HV electrical distribution system,water and sewerage, hardscape, landscape,traffic signage,water tank and WWTP • Arawak Cay Port Development. Nassau, Bahamas$7.1 M (2012) Project Manager Construction of roadway infrastructure and utilities to facilitate new shipping/container port facility • West Bay Street by Baha Mar Development. Nassau, Bahamas.Project Value$58 M(2011) Project Manager Scope consisted of the construction of new road infrastructure along the New West Bay Street, inclusive of earthwork,and underground utilities such as public and private water distribution, reclaim,sewer force main,electrical and telecom. Installation of 97,000 CY of compacted fill. • NPDCO Sewer System.New Providence, Bahamas.Project Value$1.5 M (2010) Project Manager (Z.% ISLAM) SITE Page 2 of 3 Scope included the installation of 2500 LF of 8" and 10"sewer force mains and 2 lift stations. • LPIA Nassau Airport Development Phase I. Nassau, Bahamas. Project Value$5.8 M(2010) Project Engineer Scope consist of clear&grub, Demolition,earthworks for Landside&Airside Apron &installation of potable water,sewer, drainage,storm water detention chambers. • Albany Development by Tavistock Group.Nassau,Bahamas. Project Value$42M(2010) Project Engineer o Water Park—Construction of pools,water slides, artistic rock work, mechanical,hardscape and landscape o Marina- Installation of 3,500 feet of sheet pile bulkhead with encapsulation,tie-back system,jetties construction,concrete docks,dredging and hard scape o Tiger Woods Golf Course- Earthworks& Utilities 800,000 CYD of excavation and placement; Golf course drainage;Placement of 220,000 CYD of capping sand; pump house for golf course irrigation. Roads and Services-clearing&grubbing,cut&fill,installation of sub-base &base and installation of all utilities o Reverse Osmosis Plant-Construction of 10,000 SF prefab metal building& installation of 1 Million gal Ro equipment from VEOLIA o Service Complex Mechanical& Maintenance Buildings-Construction of 50,000 SF of prefab metal building; Installation of Kitchen, Laundry, Fuel Depot,data,CCTV security system, Chiller plant,Golf course maintenance equipment, Loading dock and supporting facilities for Albany operation. • Greene Enterprises,Tallahassee,FL,USA(2009) Pipe Layer/Equipment Operator Operated a variety of equipment including large CAT 330 excavators and John Deere 750 dozers. Operated under the City of Tallahassee and involved working around dense underground utilities. Performance of a vast amount of earth work for new developments. • Marriot's Frenchman's Cove.St.Thomas,Virgin Islands. Project Value$2.9 M (2007-2009) Pipe Layer/Equipment Operator Scope included installation of water main,gravity sewer and drainage. • Rose Island Beach Harbour Club. Rose Island,Bahamas. Project Value$32 M (2005-2007) Survey Assistant/Mechanic/Equipment Operator Involved with permitting process,Government submittals, logistic planning, equipment procurement,shipping, scheduling and start up controls.Scope included the mass excavation of 55 acre internal island marina and roadway network. (57:,‘ ISLAnO SITE Page 3 of 3 s 2191 Century Road ISD ISLAND SITE P.O. Box SP-63796 Nassau, Bahamas Phone: 242-328-2025 "RCA Prime Contractor of the Year 2012" Fax: 242-328-2125 May 18`",2015 Re: Bill Picek i,0'c:9fC To Whom It May Concern: Bill was employed by Island Site Development(ISD)from its inceition through December 2014 as a site Superintendent. During this time he worked on numerous projects involving the installation of HDPE pipework, most notably the installation of the primary condensing water pipework for the entire Baha Mar resort. This included the installation of over 2,500 linear feet of pipework ranging in size from 48"to 24"from the supply wells,through the central utility building and onwards to the disposal wells with provision for future expansion. Bill was tasked with overseeing the day-to-day activities of this complicated installation,ensuring quality control measures were upheld and inspections and witnessing of tests by the relevant authorities were carried out in a timely fashion. Bill was also extensively involved in the installation of Baha Mar's main chilled water flow and return pipework from the central utility building to the main towers. This involved the installation of approximately 4,600 linear feet of 28"pre-insulated HDPE pipework complicated by existing utilities. Bill is highly motivated and has demonstrated that he can successfully complete complex large diameter HDPE installations. Please feel free to contact the undersigned should you require additional information. Regards, ISLAND SITE DEVELOPMENT i/ ,'kris Wilson i Senior Project Manager ADMIN-LET-CW-002 WJP_150518 Page 1 of 1 ,.................__ Intoyr;Ited Building Services ,Is' 45. IBS Engineering Design&Consultation • * aWWLDIN0 6 EB RVIC May 19th,2015 ' ti'' Re: Bill Picek f.'> To whom it may concern; i' is a Bahamian Engineering and Project Management Integrated Building Services (IBS) • . lirm that has worked on sonic of the major projects in the Bahamas. Our designs are $; produced by our team of industry professionals iandtsoundteng engineering judgment al experience, universally accepted design principles We have worked with Bill Picek for over eight years while he was working for Island Site + Development in the Bahamas. He has proven to be a qualified and competent Project Manager. Two HDPE fusion pipe projects that we have worked together r on t include It he Albany Project(2009-201 I)and the Arawak Cay Port Develop J The Albany Project was a S2 Billion luxury development that consisted of over 30,000 linear feet of i InPL pipe ranging from as small as to as large lelpcd tremendously.I This wa s a lot term project that took a lot of planning and Bill's experience Arawak Cray Part..Project was a land mark project ort owners to the Government of The ,:a single international port Bahamas partnered with individual private P for New Providence Island. In summary we feel that Bill is a very professional individuate his letter proven of reference rd his the water and waste water industry. We arc pleased to provi behalf. Sincerely, , 4 Kevin Sweeting, P.E., i, Director of Operations `t i Ph:242-324.5445 E-mail:inlofAgointegrated.com Fax:242.324.5480 Web:www.golntegrated.corn P.O Rox EE-15251 Nassau,Bahamas T 21st Century Road 1,.. . ISLAND (SITS ry ad P.O. Box SP-53796 Nassau, Bahamas "Prime Contractor of the Year 2012" Phone:242.328-2025 Fax: 242.328-2125 June, 3, 2014 Re: Bill Pict* To whom it may concern; I was the Non-Core Project Director for Saha Mar Resort and Casino, all construction activities outside the foot print of the buildings, from January 2011 until October 31, 2014. While there I over saw the installation of the chiller piping system. Island Site Development was the contractor for the work and Bill Picek was their project manager. It was a$1.3Million project with 3,200 feet of 48"HDPE pipe. The massive pipeline was for the supply and discharge the mega resorts chiller for the HVAC system. Bill was able to deliver the system on time and within budget. Bill also completed 4,800 feet of 28"pre-insulated HOPE for the supply and return of t e chiller piping system, This Involved installing both the supply and return at the same time-14 foot below existing grade in very wet conditions. Despite the highly technical aspects of this system. ISD and Bill were able to deliver a passing pressure test at 226 psi allowing the system to be put Into use. It was a pleasure working with Bill and his team. Bill showed tremendous poise and the ability to make decisions that ultimately lead to the success of the project. I would definitely recommend Bill for any future HOPE fusion pipe projects, Sincerely, Frank Wood,CEO ISO Group of Companies isdbahamas.com 21st Century Road, PO Box SP-83796 Nassau, NP, Bahamas Office 242-328-2025 Cell 242-422-1824 f. ..de sdba z •rn s Aim* BE t d e e,`ND („DEVELOPMENT• , �' $ Detail by FEI/EIN Number Page 1 of 2 FLORIDA DEPARTMENT of ST'A'TE DIVISION or CORPORATIONS =11:717 Detail by FEI/EIN Number Florida Profit Corporation SANPIK, INC. Filing Information Document Number P14000063673 FEI/EIN Number 47-1475163 Date Filed 07/29/2014 State FL Status ACTIVE Last Event AMENDMENT AND NAME CHANGE Event Date Filed 12/19/2014 Event Effective Date NONE Principal Address 910 BELLE AVENUE UNIT 1020 WINTER SPRINGS, FL 32708 Changed: 05/26/2015 Mailing Address 910 BELLE AVENUE UNIT 1020 WINTER SPRINGS, FL 32708 Changed: 05/26/2015 Registered Agent Name & Address BREWER, TREVOR K 620 N WYMORE RD STE 270 MAITLAND, FL 32751 Officer/Director Detail Name & Address Title P SANDS, MATTHEW PO Box 470365 Lake Monroe, FL 32747 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inq... 10/21/2015 Detail by FEI/EIN Number Page 2 of 2 Title VP PICEK, WILLIAM 19 CARDINAL DR LONGWOOD, FL 32779 Annual Reports Report Year Filed Date 2015 04/09/2015 Document Images 04/09/2015 -- ANNUAL REPORT View image in PDF format 12/19/2014-- Amendment and Name Change View image in PDF format 07/29/2014 -- Domestic Profit View image in PDF format Copyright a and Privacy Policies State of Florida, Department of State http://search.sunbiz.org/Inquiry/Corporation Search/SearchResultDetail?inq... 10/21/2015 Licensing Portal - License Search Page 1 of 2 3:57:09 PM 10/21/2015 Data Contained In Search Results Is Current As Of 10/21/2015 03:56 PM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type Name Type Number/ Status/Expires Rank Certified Underground PICEK, WILLIAM 3 CUC1225224 Current, Active Utility and II Primary Cert Under 08/31/2016 Excavation Contractor License Location 620 NORTH WYMORE ROAD SUITE 270 Address*: MAITLAND, FL 32751 Main Address*: P 0 BOX 470365 LAKE MONROE, FL 32747 Certified Underground CUC1225224 Current, Active Utility and SANPIK, INC. DBA Excavation Cert Under 08/31/2016 Contractor License Location 620 NORTH WYMORE ROAD SUITE 270 Address*: MAITLAND, FL 32751 Main Address*: P 0 BOX 470365 LAKE MONROE, FL 32747 Back ' i = * denotes Main Address - This address is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business is physically located. 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 https://www.myfloridalicense.com/w11 L asp?mode=2&search=LicNbr&SI... 10/21/2015 DBPR - PICEK, WILLIAM J II; Doing Business As: SANPIK, INC., Certi... Page 1 of 2 3:57:29 PM 10/21/2015 Licensee Details Licensee Information Name: PICEK, WILLIAM 3 II (Primary Name) SANPIK, INC. (DBA Name) Main Address: P 0 BOX 470365 LAKE MONROE Florida 32747 County: SEMINOLE License Mailing: LicenseLocation: 620 NORTH WYMORE ROAD SUITE 270 MAITLAND FL 32751 County: ORANGE License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225224 Status: Current,Active Licensure Date: 04/13/2015 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/13/2015 Business Alternate Names View Related License Information View License Complaint https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F49E260... 10/21/2015 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 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 Discir Date Date Date• • 1940 North Monroe Street,Tallahassee F4 32399':Email:Customer Contact Center::Customer Contact Center 550.487.139! The State ul Flouda is an Mr EEO e;npioyet Copy119h12OQ2-Q1O State_Qf Florjtt.priy35y,.Statnttiettt under FlntIda raty,email addresses are public records.If you do not want vow ruined address released In response to a public-records request,do not send electronic mall to this entity.Instead, rnntact the office by phony or try traditional mail.If you have ony questions,please contact 450..187.1395.•Pursuant to Section 455.2/5(1),Florida Statutes,effective October 1,2012,licensees licensed unner 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 entail address which can be made available to the public.Please see non .h49141_.951 page to determine It you are affected by this change. • https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=59241... 10/21/2015 • DBPR - PICEK, WILLIAM J II; Doing Business As: SANPIK, INC., Certi... Page 1 of 2 3:57:42 PM 10/21/2015 Licensee Details Licensee Information Name: PICEK, WILLIAM ) II (Primary Name) SANPIK, INC. (DBA Name) Main Address: P O BOX 470365 LAKE MONROE Florida 32747 County: SEMINOLE License Mailing: LicenseLocation: 620 NORTH WYMORE ROAD SUITE 270 MAITLAND FL 32751 County: ORANGE License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225224 Status: Current,Active Licensure Date: 04/13/2015 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction 04/13/2015 Business Alternate Names View Related License Information View License Complaint https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=F49E260... 10/21/2015 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 Ui For more Information about CAM complaints, please visit the CAMs page. 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 Discii Date Date Date• • 194 North Monroe Street,Tallahassee Ft.33399::Email:Customer Contact Centel::Customer Contact Center;650.487.1391 The State of Itonda is an AAiPIiO employer,c4RYf193L2OO7-ZOJQState of Florida,Privacy Statement under Florida law.entail addresses are public I ecdrds.it you do not want you mail address released In response to a public.recurds,erluest,do not send electronic mall to this entity.Instead, contact the office by phone or by traditional mail.If you have any questions,please contact 850 481.1395.•Pnr,uant to Section 455.2 25(1),Florida Statutes,ettect,e October 1,2012,licensees • lice sod nude,Cha,�le,455,F.S.must pork!,line Department with all entail address.if they have one.The email,provided clay be used for official cummun■catiod with the licensee.However einadt,,ddresses are WI Slit;record.Ii you co not wish to supply a personal address,please provide the Depaitmutt with an email address which can be made available to the public.Please see our '.. ChepsaL4S5 page to determine if you are affected by this change, • • • • https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=59241... 10/21/2015 fe, t tee isA t rt r ift * co tb P to, 4 s ^ i Ct PI " t (4 t g i co 1 •. Z � e � Bi r 0 4,. 1:. "ii ..-,‘ 8 4 f g .0 au 0 ( )7) ittf ! 1 E 4 ) tb A . V r b ,\ 1 ki\ k ) 6 t ,S;!* iiiiii, `N A* 4. et R4 ck le 14,. . a k Mayor Commissioners John Grogan Vacant, District 1 Rosemary Wilsen, District 2 City Manager Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 ocoee florida CITY OF OCOEE INVITATION TO BID #B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT City of Ocoee• 150 N Lakeshore Drive•Ocoee,Florida 34761 phone: (407)905-3100•fax: (407)905-3194•www.ocoee.org M1w` •4,01�'`""t''• -af a`a�s"a aP ; * °%11:- a r� r .. �. ia� W, as 44 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 Exhibit B—Bid Form* 22-23 Exhibit C—Bid Bond Form* 24-30 Exhibit D—Performance Bond Form 31-32 Exhibit E—Payment Bond Form 33-34 Exhibit F—Payment Application Form 35-36 Exhibit G—Company Information/Signature Sheet* 37 Exhibit H—Proposed Contract for Construction 38-44 Exhibit I—Attachments 45 *Submit document with Bid End Table of Contents B16-02 SWTP Raw Water Re-Pipe Project 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City") is soliciting sealed bids for the following project: Bid #B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT. 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 October 20, 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 October 6, 2015, at 10:00 a.m., local time, at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. A Site Visit will follow the non-mandatory pre-bid conference. Attendance at the pre-bid conference and site visit 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, September 20, 2015. B16-02 SWTP Raw Water Re-Pipe Project 3 CITY OF OCOEE INVITATION TO BID #B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT INTENT: Sealed bids for Bid #B16-02 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". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the B16-02 South Water Treatment Plant Raw Water Re-Pipe Plant Project, 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 jtolbert(adci.ocoee.fl.us , and must be received not later than 2:00 P.M. on October 13, 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 October 20, 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 B16-02 SWTP Raw Water Re-Pipe Project 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) List of References/Experience; b) List of Subcontractors/Temporary Worker Agencies; c) Equipment Listing; d) Summary of Litigation; e) Addenda Acknowledgement; f) Bid Security; g) Bid Form; h) Company Information/Signature Sheet; and i) Any other information specifically called for in these Bid Documents. 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 October 6, 2015 at 10:00 a.m. (local time) at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. A Site Visit will follow the non-mandatory pre-bid conference. Attendance at the pre- bid conference and site visit is highly encouraged. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted 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 B16-02 SWTP Raw Water Re-Pipe Project 5 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: a) 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; b) Evidence of collusion between or among Bidders; c) 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; d) Failing to use a revised Bid Form, if any, provided as part of an addendum; e) Failing to provide the required Bid Security; f) Failing to provide evidence of the bidding firm having been in business for a minimum of five (5) years at the time of bidding, and/or failing to provide evidence of a minimum of ten (10) installations of similar size; g) 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 h) 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 B16-02 SWTP Raw Water Re-Pipe Project 6 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 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 Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) • B16-02 SWTP Raw Water Re-Pipe Project 7 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) 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 five percent (5%) of the amount of the bid. 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 bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note that Cashier's/Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, 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 bid invitation 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. c) 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. d) The cost of the required bond 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. e) 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 bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS: (Required if Project is over$200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. 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. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified B16-02 SWTP Raw Water Re-Pipe Project 8 documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 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 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, B16-02 SWTP Raw Water Re-Pipe Project 9 between the unit price stated by the Bidder on the Bid form and the total price stated by 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 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. B16-02 SWTP Raw Water Re-Pipe Project 10 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. 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) Warranty offered d) Required experience with similar work e) Successful reference check f) 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 B16-02 SWTP Raw Water Re-Pipe Project 11 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: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten percent (10%) retainage until the job is fifty percent (50%) complete. Subsequent to the fifty percent (50%) completion milestone, Owner shall reduce retainage withheld on each payment application to five percent (5%). All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made not later than the twenty-fifth (25` ) business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All applications for payment must be submitted using the form provided by the City of Ocoee and will require the notarized signature of the Contractor. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0. Pursuant to Chapter 212, Florida Statutes, the City 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 Exhibit H. Construction time will be Sixty (60) days from the Notice to Proceed for substantial completion and Eighty(80) days from the Notice to Proceed for final completion. b) 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 B16-02 SWTP Raw Water Re-Pipe Project 12 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.). 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. I) 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. B16-02 SWTP Raw Water Re-Pipe Project 13 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 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.) B16-02 SWTP Raw Water Re-Pipe Project 14 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. 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. Permit fees are waived for any required City of Ocoee permits. B16-02 SWTP Raw Water Re-Pipe Project 15 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. 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 B16-02 SWTP Raw Water Re-Pipe Project 16 • 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: 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 • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer,the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. B16-02 SWTP Raw Water Re-Pipe Project 17 f ACORD_ CERTIFICATE OF LIABILITY INSURANCE rRN°►Pa '_1JC milro rwa+ca THIS CERTIFICATE M ISSUED M A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIE BELOW. • I INSURERS AFFORDING COVERAGE NAIL e IMAM NSSlR A. as me raty A-Ay ream MUMS IR Coatractor'a Name c -- Address EMEM Jt wren e COVERAGES THE POLLEN OP N B.ANCE LIMO MOW NAME NBa MEM TO THE MUM MAO NMI FON THE POLCY PNEOO IOJCTEO.WTWITMTACOWG ANY IEDtPAINEiT.TNB ON COMMON OF ANT CONTRACT OR OTIKP o0CINN?WITH RaPBCT TO YMCA TIMCERIWCATE MAY N MUM OP NAY PERTAIN.TIE NOURAMCE MFOIOW W M POLSNS OE$CPSlO IEIIEN O SUBJECT TO ALL THE TEM1a ENCLA4NOIE Alb COMMONS OA SUCH POLON..AOOREWTE LEER GOWN NAY NAYS I®IN EB.SY PAM CLAM. �CT� 7ryE aq�C�ppEL�{�gN LTR _TYPE OPCIIU AMCE POLICY Men OA7Ea•OVYTI MTEMaE00"/TI S auto/LJMaRY EACH OCCUPNME 11,000,000 I X COMMEACTAL MEM UAEUTY POMMES(TN memo 150,000 Ell c*AINN.oe El wax MED 09(Aer,am MAP) 1 5,000 PMWNALIAOYPLARY 11,000,000 GENERAL AGGREGATE 82,000,000 CAM AGGREGATE UNIT APPLES PER( PR000CR.GANNOP AGO 1 2,000,000 1 POLCY IA• t,ReGT n L AMMONIA OUTLAY ccAENW""0"Lain 1 i,000,000 Y ANY AUTO (Es MOM 'N.� ALL OWNEDMJTQC NAM L--- 1 {1 SCHEDULED AUTOS I 1X NEED AUTO SPY NA 1 pj j NONOWNED AUTOS (1.- 1 1 soMO o� E r+ j AUTOMAT.EA ACCOENT 1 ANY AUTO OTHER TIM EA ACC 1 M$GOOM.Y; AGO 1 I y S LA EACA OCCURRENCE 11,000,000 I J ocean fl CAan RAGE AGGREGATE 1 2,000,000 1 .— ' _, aeoucalas 1 i)ALIENTION 1 1 . MIME COVBBATONNO *v AR(F UiN- I� q AMRE� �171 NMLOYNSE UNNLITY LL EACHACCOEM 1500,000 ■ ANY MIONTIETOMPARTNEMIXECUTNI ) EXCLUDED/ I I S.L mama-MNMLOYEE 1500,000 sIsTerNYPNO HS EWN E.L.OEUEE.PaucvuET 1500,000 OMER Builders Risk Any 1 I.oc 100,l I Any 1 0cc 1,000,000 OSSCRNTINI OP OPMATONI i LOCATIONS/MECUM/OOLUNNN ADM W NY EN001NOJeeHT I mon PR0Na0M The insurance evidenced by this certificate shall case the certificate holders as an additional insured on the General Liability A Umbrella Liability. Workers' Coegaensation, Eaployers' Liability a General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a End iltetREd fix_____ Risk. CERTIFICATE HOLDER _CFNCELLATKIN worm. SCUM MPG Of TIE AEON OISCNMEO axons It CANCELLIM SUM ME IMPATOA OAT[TIIOYO',TIE same mount YNLL ENONMOR TO mak 10 OAR aIOTTNI NOTICE TO THE CNLTIPICATI IHOLOM SNat TO MR ULT.OJT PALMS TO 00 10 MALL City of Ocoee SNOSINOON.OATON OR L&ASE.TG OP ANY IWO UPON TIE NMUIa.MI AMITE OR 150 W. Lakeshore Drive EsPIe1MIrATIYa Ocoee FL 24761-235I AMMONIUM REPRINI TATWI ACORD 2!(2001!0•) �� �I. � O ACORD CORPORATION 1911 � B16-02 SWTP Raw Water Re-Pipe Project 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 RESPONDENT 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 five 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). B16-02 SWTP Raw Water Re-Pipe Project 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 B16-02 SWTP Raw Water Re-Pipe Project 20 EXHIBIT A CITY OF OCOEE BID #B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT SCOPE OF WORK The raw water re-pipe project shall be performed at the following location: • South Water Treatment Plant, 581 Maguire Rd. Ocoee, FL 34761 This project is developed to eliminate leaking raw water piping and to replace aging and defective piping and equipment. This project consist of installation of underground and above ground ductile iron raw water piping and associated appurtenances from existing potable drinking water wells to existing ground storage reservoirs.Additionally,there is associated chemical piping, flow control, metering equipment and electrical circuits to be modified as indicated in the project plan sheets. Scheduling of existing wells, chemical application equipment and electrical circuits to be temporarily taken out of service must be scheduled 48 hours prior to work being performed. Coordination of disconnection and reconnection of all piping and electrical circuits must be coordinated through the Utilities Facilities Manager. Please see plan sheets for details. Detailed schedule of the installation of new piping and the disconnection and removal of the old piping is detailed in the plan sheets. Bacteriological clearance samples will be the responsibility of the contractor. Sample locations are indicated on the plan sheets. A portion of the raw piping that is scheduled to be replaced with this project is leaking and raw water is daylighting at the ground surface. During the course of the project, any damage by the Contractor to any above or below ground equipment and the surrounding project site shall be the responsibility of the Contractor to repair to the satisfaction of the Utilities Facility Manager. END OF SECTION B16-02 SWTP Raw Water Re-Pipe Project 21 a) on co 0. O v C) a N i E -fy (o Z a) o C•C C 0 U F U W L h V a W C3- E Po C z W D C a a N VI V1 1.� ++ V .••' 4... 4-' 4-' 4-+ 4-' ai E E E E a a a E a) a) a a a) a +J .r W CL a.■ a ° ° Co Co CO a 0) a a ° a a a a a a a a El C. V) V) N >- >- >- v LL 11 Li_ N LL 11 U UL <L U- a a t 1 L L L L L L L L L LL. Il 0 CO al 3 oG D E E E (o co (o E a a v E a a a a a a (o (a i O O O O O c O C C C O C C C C C C a a Lij J J J o' o' o' J J J J -� J J J J J J .c...,-...4 vi N N J J 4►, 0 3 ;a coo '- °. o °o o °oo °oo °o °o °oo °o °o0 gel F C Z O .-1 c-1 r-1 M m N in l0 111 O c1 — ad p i '— - o 5 tto 0$ o6 }°-, W• OW W a L9 > a) > a LE 3 < Co Co Co a) pQ Q o ' 0) -a C C C in a) 0 ;Y m° E o IS IS fY VI - V . a ° ° ° F o c E V CO N Q N 73 C E > C v W C Co C .t .F3 'i }• ap C c c 01 CO 2 41 2 4• 5 co 0) W 0 Y - O O Q > li CD C O ._ C oD > 0.. c vi Fl ° ° Co Q (.9 3 3 3 �o H ° C a °> al a (▪0 L LO >. V C ? N C C C v, 3 W > > > L a 0 a C 0 L L L L N c o c a N o_ a o_ V CI a a, ° a m o 0 �o aa, a a +°j Q • ° a ax, ° o v o a cu _«. v +) pa > > u c > > > c ° u > > 3 m ° o 0 o c 0- o_ 0 3 CC CC CC T c av ° E E E U 7 4 co o O a V W att N▪ tin a co a (v �e C7 M VI Ce In Ce In a (Lo a u 00 00 0- a a fV Ca C; •i .. -0 E -3o L > 0 c 06 CA oZ C - W - V V O O O X A C. ro > (o f- o '+; 4.+ i+ V v -v '^ to - - - Cq c a O Co O - .0 O 4-' a 4-' a !'' a \ \ \ - - N l0 O O G U 0 cc 0- CC (.0 < U 11 U li U 1..L CC M M M N V .--1 ,--) N N Gm O Cip W N E • O r-1 N M IA l0 N o0 O1 O W" O .a.' Z .-i N m V1 l0 N. 00 Q1 .--I c-1 a-I a--i r-I r1 i--I ri .-i r-I N ■° z m — - u i M N L N a E CO D o Z 1- c co) in CD L W u aJ `°• •L O d Ii c z 0.1 D c m _ W `" ON — o N w 0 N -O W GJ co W aJ +., 76 -c L L t -c -c t -c L S -c t -c L -c -c -c } = .E .f.., U V c U U V U V U U U U (0 U (0 (0 (0 41 W N -, CO CO W CO CO W CO CO w CO CO CO W CO CO W. CO CO L _' 7 CT .t....7 C 0 c i +. O O O O O O O O O O O O O N N L (11 C N •-1 c-1 N Cr; N 4 c-1 .-■ m r+ ,-I • 1 1 N . Q F °Oz "' F. ad 3 m �a m a X °0 WOW 0" o • F d X > m O a O N gel m L Q •-• a- y CO W W c ( (0 F n ' U U g 3 E c v ° W 0 c a, Q C N in O ca .47) •� C10 d w U C-0 A-)VI a, D CI: v N u O 0 CC C m a 0 CA L C 2 m co a4 CU)o v v on OA ti4 Y f° co Z c m W I. •+J C c c a-� - U 4- (o J m +-' `p 'O Lz > > U .- L 0 r c i L aJ a '+-, +� '�• _ CU N (V O > O 0 -O - ca CA v °' ii u - > > > (0 (0 v a>i ' O a) d0 1 CU Q o in -- in ir) °VI F� > > > o a o (n o '� _o g ai - U v v . = a) ai v a U m m -0 W 0 CI . .• o 0 0 v .- (v > w w — voi A F X • • 0 C7 C7 l7 H H a a a CU -o A W U a O CV CV O iii O -1 `l O O 1 1 NN c-1 CL N N U N Giy F'es. Z 0 VD W4 4t N E p e•i N m d' Vl l0 N 00 CT 0 e-i N m L l l0 N CO g Z 0 \G 0) z N N N N N N N N N m m CO m CO CO m CO CO a _ EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of(5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20_. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or B16-02 SWTP Raw Water Re-Pipe Project 24 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. B16-02 SWTP Raw Water Re-Pipe Project 25 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) B16-02 SWTP Raw Water Re-Pipe Project 26 If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B16-02 SWTP Raw Water Re-Pipe Project 27 If Bidder is CORPORATION,complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign- See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) B16-02 SWTP Raw Water Re-Pipe Project 28 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature - See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence. B16-02 SWTP Raw Water Re-Pipe Project 29 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, personally came known to me, and known to be the Attorney-in-Fact of , a Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of . (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires . END OF SECTION B16-02 SWTP Raw Water Re-Pipe Project 30 EXHIBIT D PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal"), and a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety"), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee"), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract") with Obligee for the construction of SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by City of Ocoee Utilities Department, dated July, 2015; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B16-02 SWTP Raw Water Re-Pipe Project 31 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B16-02 SWTP Raw Water Re-Pipe Project 32 EXHIBIT E Statutory Payment Bond Pursuant to Florida Statutes,255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety"), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee"), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B16-02 SWTP Raw Water Re-Pipe Project 33 (Seal) (Principal) By (Name & Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title*) (Signature) Witness or Secretary's Attestation *Attach Power-Of-Attorney END OF SECTION B16-02 SWTP Raw Water Re-Pipe Project 34 EXHIBIT F APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O.No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT Construction Start Date: End Date: Construction Days—Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date(from Table) $ 3. Current Contract Amount(Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications(including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date(Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage(Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total(Write in Line 2, above) B16-02 SWTP Raw Water Re-Pipe Project 35 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that(1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20_, personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 13 is recommended by City's Resident Project Representative and authorized by the Owner: By: Date: Representative's Authorized Signature By: Date: Owner's Authorized Signature Title B16-02 SWTP Raw Water Re-Pipe Project 36 EXHIBIT G BID #B16-02 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 B16-02 SWTP Raw Water Re-Pipe Project 37 EXHIBIT H PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT Scope of Work The raw water re-pipe project shall be performed at the following location: • South Water Treatment Plant, 581 Maguire Rd. Ocoee, FL 34761 This project is developed to eliminate leaking raw water piping and to replace aging and defective piping and equipment. This project consist of installation of underground and above ground ductile iron raw water piping and associated appurtenances from existing potable drinking water wells to existing ground storage reservoirs. Additionally, there is associated chemical piping, flow control, metering equipment and electrical circuits to be modified as indicated in the project plan sheets. All work is to be conducted in accordance with the specifications within the Bidding Documents. ARTICLE 2. ENGINEER The Project has been designed by the City of Ocoee Utilities Department; however, the City Utilities Director (within here and other references in the contract documents as "Engineer") or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned Director in the Contract Documents in connection with completion of the work. B16-02 SWTP Raw Water Re-Pipe Project 38 ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete within Sixty (60) calendar days. Substantially Complete shall be defined as all necessary work to restore acceptable operation of the sand filter. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within Eighty (80) calendar days. All time periods begin from the effective date of the Notice to Proceed. 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar-day period provided the work is considered to be Substantially Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one-year warranty period. B16-02 SWTP Raw Water Re-Pipe Project 39 ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form (Contract Total Bid Amount): DOLLARS AND CENTS, ($ ) which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the General Conditions. Applications for payment will be processed by Engineer, as provided in the General Conditions. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty-fifth (25th) business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals. 5.1.1 Owner shall submit a monthly "Certificate of payment based on the provided Paid to Date Summary may withhold, in accordance with the Division 1: General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to one hundred percent (100%) of the value of work completed to date and Ongoing Stored Material Allowance less retainage. 5.1.3 Retainage shall be ten (10) percent of work to date based on the progress payment up to fifty (50) percent of the contract amount, including all change orders, and then shall be reduced to five (5) percent of the total work to date (including the first fifty (50) percent.) 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2%) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop B16-02 SWTP Raw Water Re-Pipe Project 40 drawings, including all manufacturers instructional and parts manuals are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due, as provided in Division I General Conditions, shall bear interest at the rate of 3% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities). 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the B16-02 SWTP Raw Water Re-Pipe Project 41 Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50%) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement. 8.2 Exhibits to this Scope of work Agreement(if any). 8.3 Performance Bond, Payment Bonds and Certificates of Insurance. 8.4 Notice of Award and Notice to Proceed. 8.5 Specific Description for Method of Payment. 8.6 Project Manual bearing the general title "City of Ocoee, Florida, SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT September, 2015 as listed in the Table of Contents thereof. 8.7 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT 8.8 Addenda numbers_to_, inclusive. 8.9 Contractor's Bid . 8.10 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, as provided in paragraphs 3.04 of the General Conditions. B16-02 SWTP Raw Water Re-Pipe Project 42 ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto 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 the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract 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. 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. 9.6 Any provision or part of the Contract Documents 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 Owner and Contractor, who agree that the Contract Documents 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. 9.7 To the degree records are not exempt or confidential under Florida's Public Records law, Contractor agrees to comply with Chapter 119, Florida Statutes, and particularly Section 119.0701, Florida Statutes, relating to a contractor's obligation with regard to public records. (Signature Page Follows.) B16-02 SWTP Raw Water Re-Pipe Project 43 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE,FLORIDA ATTEST: APPROVED: BY: BY: Beth Eikenberry, City Clerk , 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 , SHUFFIELD, LOWMAN& WILSON, P.A. BY: Scott A. Cookson, City Attorney B16-02 SWTP Raw Water Re-Pipe Project 44 EXHIBIT I ATTACHMENT COVER SHEET Attachment#1 Specific Description of Method of Payments (11 pages) Attachment#2 Plan Sheets (9 pages); also available as a separate pdf on Demandstar. Attachment#3 City of Ocoee Engineering Standards Manual (230 pages) B16-02 SWTP Raw Water Re-Pipe Project 45 a ate+ C C C ,CD - i c L Q E ro O ro a ro O `^ a 0 'O M Lv' 0 'D +L-' L L C C 53 tr .- O U '- �h0 C L ut 4 C j U s._>. y 0 C L C °a a L a co L •4_' 0 +-' C -D f9 a a' •7 j U p Y VI L a rn ut O 4 'D a C '� �' E 'T 4' a L v� vi O O To }, O V 4-+ a '6 U L U V7 _ C 0 = C w w .0 y -D a ca U 7 v' c X 'D it-) C L v'a C O U N _ '" _ O. 'O ro 0 L a a C }; o- L a U ,J E Y 13 a C Lam' •- w L c L! `J C N L C F. -p •3 CO L 4-; VI cn O C O D- +�, ,- a a y, C a v' C 0 i CM co x cc 0 o -"'p 0 a W .4 O a +, a U VI L O 4 C O CD .'�i O_ C ro Y O "D U N of �' CD 'Q .0 3 p .0 N L t a d a a v to 3 = s I a L o.r V o c e er -D o N > v 4 o CV s+ ... • a aa) C t C 0 ,_' o v' E CZ 0 ce C E CO N O N `" " a) s. A +� U rn 4, L.0 F-c C (a D N L `a) O .V �= of : N a `' a '-' C U E L -o a +, H � L a a O z "o ,� p a yp C7 O. a) O V W E C C U L LO Z a C 4 O C W �" O O Q vtoi }' 4' O N 0 O LTy ^ C �a- 0 C U .0 � L O Y�1 i� O Q -O U a a 'ate f�0 •C CO—L N 4 N ..' O a ro C >• L'' L'' C +D' > Co 0 '^' C- U ut ro O L a '— a ♦-' 4- 4., a O. a I.. O of O a 7 C F C o O v ? ° c v V1 E Au ta y Co O L U a -D }' a; 4,, o ° j Co) :� A o E n o0 0 � L .0 v' o a 0 c A y 0 co L +, 4-' r9 C -C E O CO co -D -D _ L E 3 a a al i a o o C u, a ro ` L ro c 73 a N V v" a _c `! r !_' O a E 0 co• W - 4' a t 4+ O_ ar v a CO U V1 Z t 0 -a a) v, — 0 E = O a O a� $ z CS e-, CO o v .= C O �' co n V' E c' • " m a m C aa) C in _ U t O 4- Z L L v -0 -D O m C x ea a 4..' C a C '4.' VI ra L C L O - c a N tv L CO u M -0 0 `� E N CO O v, D c D v C O tn y „_, °a O VI .�' m ro -D o v' Y a o o a E 'II rro 0 a '0 CI) t U a a a C T 2 2 CD Q) W a 0 C `+... n v' .E 0 }' }' - w o_ a Ci 0.1 0) z ct Il n W r. WO o Z A CD 3 oa CZ 0 ti N c t , L+, O ° O —1 (13�' a ++ O +-' 7 > N C p Co N 0 L u L rLO v "C O_ QJ O — r9 CO ra L+ i 14 ++ N LT ▪ 73• (00 QJ CU E O f0 7 L L1 •C u ao a) —co ,3 QJ C C co co O` L 0 E O a O" .4-1 v, E = C tn v1 06 N O r0 O — °1 u E a, u C L a, aj E a o O 2 r''' j a,., u aJ �' O as CO C a cu aJ 0. aJ — 'O — •O O GA O O 'O >. 0 d4 : a) > " C CO +• C in /NM, N 73 co O_ C 'L 4-) O CV tl C v - CU � : n V) +• m ✓ L Y c° V 'D Ct C +>s u I— C 3 3 a a, = — L L RI Co .0 N co bA 7 • E o v) Q, O > v v o CA CO ;,O -a co 'a 2 O: E 'C u cc ° E r0 aJ G 7 3 L ro " v C + ai 'a C: co E u � Co a) C - Co ✓ ro C U } D. p } u `D H O [ y RS " OD y o ...w 3 W 0 11 L. ri O , (0 ° a, its o a• C6. L in Cr B ro > y 0 y 46 O O C O L O co La, ZU a n 03 y tu r6 a) o E L 3-I OD �, 'p of 09 +. 0 L -p ro • al a. c E C C cam..+ d W 7 E 7 O_ Q. C a`, C E 0- E aa) C w E N co 7 ` +� J L J CU Q LJ 7 '6 `J 0 IL Q a, ._ L .0 r1' 7 N r- N ro (./) S. . a) E 7 aQ al v cs a�i CO c� r0 +� Ow aJ ON - — a '� � U a O @ n ›, Tv E ,,, 7 E E — — — CZ — .C_ $ 3 E c tt c > CO v co N A �o m a rn a, 73 � •o o a o - � o 7 "N M ___,,• °c a E E E c E C E L O• E v O •— a, O aJ a) _ CO 4'3 +r — +r — +, H Y r0 C L Z ra L Z r0 L (6 CO L N0 a) O 4O ,-'" tLA �- E m +-' w 6, E "• ° aE, C U E C O E C a) E " °°, C N ` > CU CU a, CU aJ aJ ,- aJ E °ro° E .� �' E CS — E .� `J aJ 7 E P Z3 ? C Q ( T T >• Co ? E U > iYt a $ o co .� a CO CO CO 04 a. CO m a = -°p Co N M 'it ilk C o `O rn c m 3 +- ro CL v +' Q m o w o Y C7 " Q, cu tlo L T c L00 Q C v > +-' J •Q •� a) tg O Q > v E 'a 3 Y '� t-) E c a N o c C 4- C ° M Q n ° CO a, E ro rV v, -o -O `^ N c ro cu ? to ` v bA a) a o b v o C c a NI N .. CU > 00 ro cco = O cLv r-, 0 _o c ` a o 'G•d u Q 0 °J a) o 'c V aJ `= v L an 2 C.) 4- C ai _ C ro•X u '> ccoo -O > C U' ^✓' O cr, .fl in c �+ c t •M Q c D 'O y u . a O n C ro a v f6 U v U Q u +.' -p NJ +' v ,� '• a) a) ro Q v 3 v — 0 • "O tea) C u l7 L v C : E ▪ 4- C o x (1) > O 0 '� .. v O U U + L O c N u C a) ++Q L •+: }, U > O c j„ U 0 v) vl c 'O rV 7 O '+ _ O O 4J c v) >- c 4-, ,r u v ,,C ° o y r-, CO n LO n a) v m LL N CI: V .O O -0 3 C., O C O ro C w O ri L C C C v u 4- < to u U Q N O .n U 8 J O 3 0 s. ,n n O 0 c E {� _0 y m W C a . 03 0 t L (V a) c: Q. v oa ..0 O L ^ V1 0 of C L L.7 'O ro c +' 0 0 m Q -,, c u c a cC m +' v o c 'n �. ro 0ro. a C can a; o a, ° m rn 4- c-i 'o 4.4 CD c E C w) v E 2 a E .v cu' �- N aci ro L. 0. v ^O E v w a) C D E -, `� Ea CI) �°u' C O -O O C •> " 0 , N C Cl.) 6 On O aa) O o ;° .0 — O v O m v c o a) V ro a) +' +i' O m .� n E E .X 7 E V i "0 -0 t a) C C 0A T ca ca o, 0 . vt v, lA a a) ca O C > > +-, a CO CO 4-7 v1 > > 7 j `J fa L C c > v, ( 73 — •L E 'n E a C o a)bA v C ai o° u cp O 4.4 +'3 4_, CO •E L. 3 •- = 0 w w co o (5 s a u 1- s-- c -' > oN v a) oth, , n ' "- v 3 •.) a O Rf O C •n c !C a r7 a) O v Lc)O bA O > O a bA C' = 0- 0 a C V, v, v, ;� a) a s ca • O O +_ "0 -O Z -O 0 • 3 ate+ (.) CO Q' a C U =• > > C 0.... E O E C _0 o T. .r XI ▪ 2 CC a) (L9 C O V 0 V oo 7 E \ O '—^ o 3 U. a 'C a 5 u 0 CI) L. L ca `° RI Il cC L CO CO a O ��+, v}i a O awl O C w �-+ C a) a)ea rl L +� ++ C rl '.' c '"' J 0 • ? C J 4- 3 L _, L L 0 0 cc .0 v tx _0 a "- `-a E- • E o v v • ro n co E ..0 c„) a to c a a 'a v V -0 p O C E. ✓". E ° (�9 V c co 7 c n S co 0 p. • 0 u (7, a a G. m a V H y 0 .w c G, 0 e-; y C Cl. - a c C o Co a cv a ''' E .� 1- u ■D E }; - N E } v 0. 3 SC m , a v e� o_ v v o. cu v 5 c t L Ln r L 0- 0 > a Lv, v0, O O �v, u C a -p Gz, _0 • 0 m a E V �o r; a Z Q E CD E a) E ._ a a '� o a "Cl • E a a) c s •,,Y C v, a U' v, E m E s = TO- o al L.? m O 's O �o OL N V w a) E m - v- ,--- 0 O O 0 o ,-1 . O N -0 in C O C. u 'U Z .1 'U z u a z t-1 7 Q - z c 0 E c 0 E .- E c 'a E •o - — c ' ' ' > ° Z o� - Z co c ± Z 70 � Z m t E v, N £, v, N �O L"' '^ C E v, 0 0.0 0 �i o C+ E o c E ° c E c E 00 c +� a 0 a 4..+ a) v, a) + + a u a 4.+ a C a) .O `= C MO E ,� c E O `= L E .O U co E >, >- >� >- >. 4-' >,.. > L T ▪"'. ca Y m '�' ca 4Y-+ c9 ,~ ca ca '"" ca ` O ca zo a a OZ a w a CO a .E a - a r-4 a O Q 1 N 1-0 e-1 a •' L of VI a) L -o aJ .0 0 r0 t a) C v o u 5z a +' a a CO +4 _ vi v) C 4-, U a U co C al 'L o U u > C CD U C v VI r0 v `= C Fes- -0 L CO� U a)TU O vi O ~ C t OD v; a) O }' O O c t OD ' ' L OD p 4' +'' C 2 v, OA _O .-, OD N c Q > 0 O C O if) C a) .— U 'O "O . Cr p a) C C 7 C > H U C a .- v v .t N C O C 'O c CO c ''' a •O u 0 c 0 3 U •C U C U s N U V1 U C a C > v a o ,---, o uu o }' O o 1 U 7:3 00 v DO Q N CD rco u 5 U Q aa, u Lt, a) Q M v C; iv }' v o L a) rn a) a a) X N E, +� C C c � + t o p O+ 7 N r U �' Lz, U C C +; 3 ++0 OD +-' '^ O i OD O i. ._ i 0 O a' O VI CU O C L ;Am VI •C L V' C V L I L "C a O v C 0 U C 0 U C O ,, , .� O ;� O O J 0 „- _ a' c O 4-' J O V C a) N '� C �, N G/) C ) Ill C Q v v CL ~ a) � u .-I O- }+ a) vi O. v � ~ CO o ~ a Q a 5 c a a n n -a Y Q "O s 0. cu v � c a c Qa. a v, p Q) C C 0 C c a c O � n `° J c r° o _c V (° a c a . _ a o c a) -0 a c ro a) a) V co a a)^ ) .4 CJ CZ cu fu, . _ a a) O m — v O co u 0. co a) 0 co co v E co v o Y .,c ° _o S v L u v _0 S C o .0 ( v a ._ ro t t (t) `° L a -a L f° a) L ^ E +' _ E o .0 ^ E s = roo — — m c �n d" — 4' VI (+) io .` m \ ct N iv c w ca Ln CO v .�i j O a! To• f� c o v z d' = z to o c m E z° = = z 1-4 U P. a) U ,-�I U a) 1--i U v, Q c c 4-, a) • c p ) • ....c C v U aa) 0 .—C c C))0 Z (o U Z CO a) vi L (O U a' L f0 L C s -a L" s p o 5 LA n3 O E v �' O 5 N „ O a, t c y E c a y a o c y �' c a) a) ,'�'', a p a1 a) a) 0 m vi a) ,—, a) N aJ }, -B o •- rho v*', › = c> ` aL) >, 'C$ CO h s Y i r?a 'cl r> E > CO a a) a CA a .�_^ a a CA a +' U -o a CA n. v, a M d' e-4 1-0 e-.1 c ri 4,5 v a) -0 -0 v C c C C as ro as ro a a a O- a1 CD a1 a1 t a a a *' II VI {/, a1 ro ro as a fa -0 -0 - r0 r0 (0 './1 L L N Oa 04 da O 0 0 (7 C C C ., 03 ._ E E E Y_ aJ U1 3 r▪o o 4.4 `- 3 3 3 u 3 3 3 -'a ro ro co a) L L L L d d d — — 0 0 0 0 N •N lD 0 I-1 e•-I .-1 N X U U V 0 V 0 i 0 i N a-+ 0 +- 0 �' ro v, u. an U. — c O O O ate-' V V d V ri O c O C O .- 4- a' 4-' ,� 4- J 4-' - O O = C 01 CO C a1 Q C 4-' lD v 0 v �.4 E a - E ° .. E c a) m L. a - a a c- o L. E as L. 6 c U a a c.. a c a s., C- ` C11 N .O a1 .O G� a1 f0 V 3 -p rco c4 73 fp RI -0 c .0 a1 C C C "O 3 J. C s C1) a1 L . u L L 8 L L a, ra Cd r—° ocm 1 a te—° ro �5 co . G C2 7 Cl, E CL ro E a - - a tv ...i •` a1 •i a) 'C, •i a1 N (0 al to' Tli 6.N E fa c G E c Ca E c 'X E e� — — O — O — 715 e-i N N m 0 j N Z CO c Z ' = Z O Z V E C a1 Q 'C a1 Q 'C a1 Q •E al Q �i _ (0 ` f0 i L. r0 Z r0 4- O O L O O E c E c C� E c E c a1 a1 '� a) a1 a1 a) a� a1 aJ ".1 ccv 0 (0 b rTa 0 co ;C (0 0 rho '� r(0 r(0 •Ca a c7 a CO a C7 a CO a l7 a CO a a N CO aN O e-1 e-1 e-i N 0 c a ro L a c a a m c a a co co a a a L a a V1 4-, y� C - +L•, ro a ` +, .n a c N co N •� L, yj as +, +, C al 3 'Fa c L a ' 3 U N 'O + -C > L1 3 N CUD 3 c v1 p '+., a aa, l.o N a x O 0 o " 0 N N N N O O ZD O `o ' +, co �ro +., co co ro co 4, 4, � 4, O O O O O c c C C (1/ CI) a a a to E bA E E a co tU C .5 .3 Z a . 6 CT a „: a 4.r a y a a.) a co 2 _E; -8 n CU m )CL 4."" a u t24 co co co C) co G) co .,' W 0 LO W .r L W —+ `0 W L a L LS L D L O A ro �" r6 �. f0 r0 (0 — O. V a a a ■D a ..4 To a is a (0 a X o A o to c co — a co c E • C E E 0 E L N i0 N N To N e� is N N ro N ,;.� as o N o Kj ao o �} o = Z 31 Z ; Z Z p .E aE) O .E cu C .E E 0 .E a E vi L O L'+ L O L ro O L co O CD E c Cu E c E C E C ■'- a a a a a a „�„ a a■ —' E " E ' E +' E . T C T A >• ,Q T >. 73 T ? XI d a d d d CC d d d d e-4 N M d" N N N N N C yj V1 (0 c C Q m (0 a) Q Q s aJ CU +., -C -C aJ L Q a) N Q Q as 0 0 H (0 (0 c Y 'F c c + L L El a N s L $.- +' s s 3 3 3 C 0 m C c Y c 01 4= Z5. In 0, 01 ✓ ,n In v o — — 0 0 •N-I 't0 0 i...1 N M CU ry O L r 3 +� 0 4. (0 (0 (0 +, 4-, 4-, v+ U) .E n .E .E O o 0 O +▪, +.c 4-, 00 c c C E E E r°Aa Q O. a d .= = 0 O ar 0 a 0 a, ++ c t �+ C - ++ C t .4 (0 U •W r0 U +.+ (0 U Li W L3. W (i O L W 01 -0 "6 01 -0 'O 01 O 'D co d. O_ . 0_ .� Q �a a (0 a �o Cl) — 'L _0 ■.r 'L _o 'L ar — v - v D o �o .. o �o Ca (o s - s - s 1"4 (0 N N.-.4 (0 N O N N Z 3 Z S. 3 Z p E • E pp .- E p .E v E s -t7). . -'5' O s O vi w (n v- +J ++ ++ • E c (1i E c 44 E c aJ CU al aJ ��„ aJ aJ ', E —' E r- E ? T T T ,� T T rr .• az a CO c 0a a co a a IA '-t7 N N N N N C (0 a CU L 'CD a N v1 C CO Co v1 a • a C -c (D v1 4, N L C L C 4-, In (D a to v1 a a a O L a CO a r..1 t L 3 4-' vi +, L a) L DA a a C f0 ut > N 4, CO a Co al fa ai. a > DO > +a+ > LO > CU '•-f a 0 f]0 DO a O N a1 O N -4 L N Co (D 4-, Co Co (D CD Co O O 49 0 `- O +J +, +J 4-' 01 C C C C to E E E E f0 a a a a a 6 = O• rs cr Cr y,,, a a) v a •a.+ (-L c C C u y C C Co co Co(D Co co co co 4) L W 0 W ? O W O W y� .0 0 ft _0 ft .fl -0 f0 _0 "a co co co fa a • co a F; a Co 4,�+ a1 Co v••L . w! •L w! 'L w1 'L al CO (13 fa fa co co CO co o E eV E E o Vt 00 — rn — O — N Co N (0 N 1"{ (0 m N To m a) o ; - 0 o o 0p -o a G " � > Z = z = Z = Z C aa.) C •� aai 0 a E E a• `J a-+ — a_.+ — Z fD L co L [a L co L E N 0 N o E � o - o 9-c c E c w E c „.„ a a, a a, ,.'�I a, a a1 Q1 '� E "� " E '� — E .� —' E T >5 T >5 >. T ? >- - a co W co a GO a a CO co a CO Cs O r—I N N M M Co vi Z Iv 00 •— N C C .-I O "a co E O XO C v coo 0 L c ai :r -a L.) c c = c v CO =a c 00 a E as RI 'rp c U "C u .E v Y et •C Ln ' al CO Co v c p E E 3 A °co -0 v L- 3 -a Co a, a, C4. = u o O N I-. co C lD 0 w a) O.-1 aJ c 0 on vi O y Co O c c �. y O u -p ro a o C4 2 c .Q a a • a at) °- > c s f6 co = u v1 i S. Z• "0 L O U v S3. O Q p. @ L ■ a rco V Ln o c v 0 v a ,� o Cl.) E CL co C E C .N-r v y - c L L �+ } a• te-+ cu L'2. z a c — w of Ltl N Y N '— i aJ d Y 0.• `� a1 .� 'i - O a 4-) N a ro a ro — ca CO = vi a) CO Y a! M rn bD O▪ n - ^ �c C .., .0 c a _ .E c w .- E ro = •- O a 0 � O O_ C O Sc I-) O p O O 4, y ,., 9. • ,_ *J '7 t:1) +-. -a 0 c a) = c N O cot c o = c y V cu a a it . 0 a/ u ,,,, a1 ,n a) — u = on CO = E E p_ N O a v E v .. a c3• v c v 00 Ct a) v = a CO V C c o v V r■. L >, CO r t c c r c s L. ro c U (111 —0' s Co ro a uw , ro w R" ea 0 ft O i W C �0 In c v � : f° •0 •— ro o o 03 Cl, v 4 Co O, a) -a a a m a 0 ro 7 a) E CO O > Cl) L CO 3 a) CG ro • a) -- N _ V. a O .n > '= -o C m a N — CV — a) to — (,� a) 3t F +- E �' a a m Cl. o ro — Co CO v co aai ro E a) Ln o, E v N O CV N L cu m N L .� 3 rn m -0 m r.i co ` m N To c m N o O ° c O d: -0 - o tr -°1a .7 O M a 3 Z M c w Z M a c Z M a u Z u 0 E ro -a E u 0 E u au E O▪ •E _a a; O •E c a; C .E E a; O• '- c cJ 7:3 co Z CO L Z v L Z iv E 8 Z is °u L to O E , -, O N 0 " U — ,O C.) E a c C; E E' v c t; E@ c �; E 3 c ▪ v E E 3 E L E II :� 3 m Y >CO tZ a N 0- 00 a > 0- CO a EL' a CC a a N M Ter to M M M M c 6 o f0 U N o fsl CU C CU ..0 E c C N .O 1 O N -0 CL o O IA CO co u 3 v-0 C ...7. 00 C t x C v 0 v O h CD ++ (3) C C .) v O u C .w a- •- 4- C (O e 0 O E O o u «7, c c to O co . s o v v CI. ra .E • -o RS p O v`, — O c.} a C u ON Q ro V E C C cu © o L ri ccv LE N ui v 0 u CO C O • s - .- C .- ° .. N O _ Y Ili .0 C v .� O CO O �6 a k 0 -0 = N >4 V (D (a ., N 0 > +' L C V 3 %i W. O O o +' 0 +' p •,r -C U c L rl c a V C o 3 O fl .4 v v c v 3 a O E a O E x v _ c o co co CC = cm v _ -o c- v, cr v v ;.c av L c C a -c v vi CC v *' ro tom. c f0 csi c E v v aui v co OD y� Q3 W o -O of E v -° LL. v . _0 (6 aJ co �+ (6 f0 vi v (0 �. ut a .r w a 40 . c9 E E"' `J V N "O a) 4C1), 'c — v co}' 0 (6 c E (a *0 co 3 es aJ ca Q E N t N ^.. E V, vi — i S: — u O N o en V v 00 m v v -o > ° co °; z 0. a 'o z° M Z 3 u > E M u v E M c -0 E C c c v C c x o Y 0 ,_ c C)• 4-4 �° — C Z t E `O Z t L v 0 2 0 O` o Vf L ^ Vf V E V1 d4 co • E y�.I Q) E W .` c co E ,iii c i�r v v ,- a E `.. •- v E .0 >, 3 >- >. X >. 'Q >. @ >. N f0 (C �' ro O a) m co V1 CO LYa a L a ILI a _a _a a O a v a O N CO cej M M i W L z cr 4- � a n a W W E�.5 . � N a) N N N �n 2 f °m w w, O c 0 O O I /O\ ~ O ai o Z xi N N N - N •N ,[ ,- X C N O W m uJ > '5E Y E w e L > p C7 0 0 o o -, o o m 0 w•• L.L c2 co U EU �U � U a�i � U O w O Y co U U _ p U U U U 'N 2 J o T N N N N N N O I— - z ` _ - V U /// ,�/jib -4 �olmill/4/ ___-- - a % r� CU r1 �,0.1 1 ,N1/ 7 l,'%1,/ ; � o W 'Ntl�/ifil���� !/////7/1/11/1,,„, 111,/„ 'f% ,i O ' t r aii rl r i!r 1 r l;t';Rn� (f t�I r�r l'!r i ���� �_, S-, 'UMW' l�1 il'� t'f 11 I << 'l t+-4 Cd !III III O 11101%1111hl{il:il!II{IIgIIII�lIII1'� 11�� ',�' 11�1��'I ill if 1/ II I e1'Ihlrl�ilili�1��11i�i1ti!1lif,llli� i;lr�,, li A, 1 •'"1 ') n, m '\� 4\\b5 A 511tt t5�5\4� 1\��\'' 1\\\��,' ` dtti� i S �titi\ __ A•• ' ,. \‘''''''''''•.. \ N \\ J U 0 � Q TT) T a) L _ o E o a 'N ' C C.D ZZ ^ -N _ aN N o E 9.---C1.--,7 "0 N N d N- N a) C 2 --, O O C LL o a) U-Z Z m 2 aai o 6 d L L U 6 X N 0 a d > c c O E = = aEi o o a) a) o m m _c _c a) E UC9C ocicioQC.D a L — N M V U7 CO (` Mcn U) a ¢ s� W LE E C C C d > ° P. C N a W Z W f S � 1 J 2.0 o a m m0 E a d ° Q N d Cx C> NN y m aO a a m o 3 .g a «U m y O> c 'o pp a « c - m a 0 o E yo ' d m • -- z c 2f,=2 , = na ac E 3 2 E m 3 3 m« do t j a 3 7, 26) .g t7D52 E g E 3? g d E 3 °K y 08 2 ie E E c d a• m @ y N m p «o c o h= a K i� w w y z CO. w� gti w 3� U N NZ0 ., w c a E o a`l W z CD CD CO ra c > L L N C $A S N N N d € _ w c J E £7, v F p c a -g T a j a O a S a 2 d A E t c v ui o m w c ° ? at `p w y g o c E3 u a y 4 -d y E.2 J p? c c w a c c m $ ° d .,§f, o y N 2 m 8 ; `o d E 8 , m a c E a o v 5 d o c $ y a 5 E n c c E c m c- c c i � n$ E y▪ m ° 2 s a d T D y 2 € 6 N c a y 8sala C't 2 N D o D J A E 3 g 2 O U N C W W d N y O C m N 0` m L4a > Co vA aoc- £aa 2 o m 5 g $ `c 2`c Y % on S m c E a t dc $ o v_c c=c ~w • w• w U 2 0 -p av a 2 s ?= m y i v o a N o m c - $ €£• r A % c c$ 8 > £ o aE t0 d v E N 4• O b A V e 0 ., W H an C a .. oo z M g UJ f,9 O 2 2 N O 2 6 U O W E o E. 0 J U O r U N N O - W d a °- --s- 8.215g2 N J_; u 9 a,$ `o t H z O 2 'LL rn m .10 =D ‘0 •8 =-5 U v v dt ° ` ° I- °°c o H .a . ..-cg- u a a ° o Q v 3 3 8 E y m a,UN 2 d mw 8 En L U d O' o ca n5 d0- a m p ? c J 2 8 v 2 O F.8 c2 63 U A p O U O m aL= C m D —¢ E° n < go W - a m o w o LL< O W v-`ILII> u m T. a o p u II ▪ i4 a a ti d <a a u . a 1 r v _ .i y 8c 9 V. o 3« au +2 `_ S w a E. daes o w a T Slim c e ° d m 2 ;3,, 82 t m °m c m-o -2 y •E 0 w • ° E $ ° • §-2▪ . E w ` n `o a • c o n m A E' h i8 .m 0 °c▪ 3 2 a o - O a a In t T 00 N n • N W p m o W o s W ` w a w N W < -u o d 6 N c 7 cn a 7 a o ce Lu ii W Z x= EZ wrcd= o d p u) m ° WE E o � m m W S a F w U ' C ac ° m m m t U° 3`u d aw if= W U._ c m u o° E 'u dEao 178.3.2g-R a a A a n ` 45 U°-6-:, c ' S .;2.E mg ° mnUd -8;-6,.., 0 c ° v1aZU c.a E m.23£ m a a u 3 c="m L Q E - 3 6 N<° 3•0 It, W911 cnc u t g!3=7 U n °c a°d .5V?_ ; a a m Z - .5.,,m- ? : ;:, m 1 °N m' - > F U W W A ' O w d N d' O l 'o U—I Z E A" W W LL U w S° o Q o EL ° ;,_i§0 m 3 W W ma d cn � m __ "om�.4 o O W ,: m o =,,,E) U d E n `o z w m a 'o U =0 °3 2a a° 3 / H _,I— a'> K m PAID E PT\ ] ° m . Hatt LL "" Lt `\ / \-46 4--- a Abp sm a•Taw Mk a LO O O w N in N U 6 j o 8 m w 1 5 c a 3 ° v m 0 m�58 - - °.-. z ° z 'o m y=' v E w w 9211 u m x e _ n o 51."52 c -x a 1 N m -�~c „a5`o gig! °-2q,%E:2-AL. 8,.?,-1 n a U N_n °-0 10 m t Q m m a o t c a L m m o n t N a e NSN � n n mym Edo N ' °l m 2 225-.7, n ; a� N m3E a � ° 44omQN 3 °a 2 0 a m ° G-t°;m E ° aa8 N H E w c m.- o o m N 8&N m a ram c.- .4�N = w 8 y , ._ w U O 2 0 d�R U C a N@ o°8 a° _V m i=c o n g°.L°N E v$`c°o v 3 m m°v N a 2 2 5 4 °- s a2o� aoaaGa�d a b a rn b b o ym . A pi II (9 [ t7 _ L N ma [ x a o T o Pn i a 5, a m . g N N - ' N w U C a w r 3 b tD'o�°+ cv o w H i x E, 3 .. r LL� W z E uS kk W 15 0 E80 -012 I o[ EO1—���y°5 yo B mil O H 2);0 .41- w zlcN_m�1t4 < to U Q o� iv—E� —� 3m N v A :,,,All O — �a�dmm'-oN5 �m a W m;;o c O Fri giamodao5�z, - d LL Em0.2a ° c boa, 'tea O r O (n Qv n'na�2Scirm3 am .±., a $ W O i aa� A a N pa . 2 O N Zo D g Y V d E a mar.. 2 d J Zo N ` _ _ _ ' O ■ N 3 ® 2 D4 c r u • a a Irb a��g m fit;* C A a d cp g 08� v 18 RA'1) 0 !.a 3 E'S_ °N o Lo a a O `o N NI IL.' N y o N m 1 1 w ce � w 2 v Z i n 2 w Q "> a rte d ; Ii N E g` o 0 3 i § N O N 3 d n E m a g o« o - o , m 3 ., N t U v t m $rn m mn5 .✓s 5 .1 v ._ c o n iii yY°m 'i 3 g°€ � m l-=E�i_ ( W L ,1 a b E 2_ 'E a m 5 - " 0 2 -8.P6 > 328c A• 1 8N m v°me o m o 9`-a e°3 ma �a8 c .4 $€Ew��mU8t o m o o ^' ry c if c mmmi L3L�°'t c_ a) Um' .. 3Em8'E m..mq.tad a) c Lk ' v VAg<881EsFn.-91-g c.d C Hm z @ d O ; �" e d ' U wv Q N L Ur Uo H a)a l (n ca d 1 w U O w r 2 ifs. a a v 1 t w Z E" d, Ww Lt°m C.2. I Q p d n 0 C) � g0 o Qa Qa m w a a Q w ter, o F- ool g $ ' o k ■ RS , , ■ 1 / Lt , ypn:. 1 a I 0 8 _ H�_ ; E n F 0 w 1 a U v m m '� o N 0.5 9 d 3 0 /\, e m c W O di N �� 3 6 N H N f 1 7 y LL Q w.� . d eoe 22 W 2 xs "-. �'vi8� mE w =S LS 3 v 3 $v ° rn m . > n=''' 8 u Zn 20 Tt mgt a 113 = d i-EMt 26; c 28= -8 �^"mdm 0 g>8 1 53 o B°2 nn°coo�r Q) IV8 m. c~°a o m>. N wag. x of n0_ `"mg \ . m°1 Bn m3�'S ri.4 V E d_ 2 v .4 >y i <u E g=m Uom "o TT�ii2.,,, r-°;8 . 8Er . .3 ! 3 i =w�' nQn°oiO_ $ F ‘IH6111k Z s� m E n m o- v v c 'Z' w m 3 3 E v m 22F m A o R a w n e we m H O a._ ,\/ 4., h(e. _ u) — I// ol 7,90 s -02>. g s is _°c l8 j a � co � co � •g o U 8a w c E 2°1 = TA5 o 09 8. S 8 o= m Ilo 0o w L 1 c rn 38 w ~ E'er I '�` nm W warn 9' \ 0 H o 0 rn ? \\ ~ Q o a I w O 0 I 'go a a% N 3 a co W pup ' L' O N 0 W w U a amp 1i� w E— t) 82") -k _ 8 5m F $ c - 0 v N -82-mac .. °c 2 m a ° z ° -,0 , 8 "F Sa=q �8 'A�a;�w 6 �� o I � v g a 0.. L E y i 1.4■de/0/ 3 • ? — I A -6 EP c wE r" O t 1 bi U a c E > V n °m - c m` i 4 U ! ws c w O N i ..E 8 N < II `• v� z 111 . i NN�� Pw N Qr \i tei cl lL v e 2m Q ill:w z w \} 1 2) \ CD c ■ I }\ o2 )7 ' \{ I _ ■ o 22 E \ �® E m `8 c \ k!f E $ ))) »tY \� \ p = c S \ / \ \ \ z < S 1 § ! ƒ 7 CO 0 ; m ` . e '\ ; / » \ ( A 0 f / g }--{ 2 ' 9 / LU � ¥ �» ) \ J ~ k \ 2 �}} { / !ƒ \ 0 \ .0 ! ! | | { 0 ƒ _ | i /// 3 0 91 timI 0 f \ mom ) H / . 3 It! ; 2 S ' / * � ! 0 / 77 f! ! S - • 2 & ; R ¥ ! ,, .« ( SSS A 3 ! \ - 7\ 0 })( n ; 2` ¥ ® \ (//\ ! � )-i f \ | f;- 2 .22 ; , 3 }!• g • \ ,« En aI ! ! ! ! l ; I> ( § � k § § kE : § b §» \ SSS$$@8@SSS $ / U) > 2 I'w a- Z .2 w ' 2 a U Q 3 € $dm V I 3 -y E i °F w I n c v °noYc2^ N m1 z =1118 W N Z 1 K y y `>m E°t 0 ° " E 22E2 .2:.-- c 1A` ° i Z 8i E w E a 2- o _ Q N o a w w y .c L O 4, E� c n cij ! jI: cn tp d cu � E C.a M Z E Cr' N d Q > m -8 u I- It.00 N cL rTligigAtggii CL E) .-• 11.1 IS UiZPALlitvEB a�� o 3; i -mN,Fa 3en5 f4 Q) cc)w li « ` ° Y C Q 3 I I m C D d B m3 3 o CO IX 0 U U w O w w 0. _ a N rn W F- � Z EA2 W LU ti 2, p E w n a 0 U ce Qoo- Q2 n1YV 511,Zl m 3 a O w d r (Z 310N 33S) (l 310N 335) N F=s m^ 1-11.01718 HON3211 ONI0038 3dld L gib§m o W m ^W � E EU d -x-ov J p.12 l'/\ 1- &\."' '<\/\//< t'R E mio om 1cH > J _ ���\.j\\// /��/\//\//\//\ N n;,4:-?y a V ° °v w - F\ E .s!g•`m m0 6 H 8 ..E :.a2� _ � ° 8 g8Et of °, ui ww Z ,-,, \ /\� ywrn� °y�nErna6 3, 0 R3 \ a mNC$ nm`�"EEy o `Mgr' cO / t� CO ��A�� '> o�oa°�m °`c�g8w v �t /A A A fi 1- z 8 0 iu N w N U F Q U Z p � 7 a Mayor Commissioners John Grogan Vacant, District 1 Rosemary Wilsen, District 2 City Manager � Olp Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 Ocoee florida October 16, 2015 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B16-02 SOUTH WATER TREATMENT PLANT RAW WATER RE-PIPE PROJECT This addendum shall modify and become a part of the original bid documents for the South Water Treatment Plant Raw Water Re-Pipe Project. This addendum consists of two (2) pages. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided on page 20, Section 24 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received,clarifications,and/or amendments to the bid documents are as follows: 1. Clarification: Not indicated on the plan sheet(AG1 or CL1) is the need for a 4-20 milliamp shielded signal wire within'A" conduit(length of 200 ft.). Material and installation of the signal wire shall be incidental to the Above Ground Assembly Item #7. 2. Is an electrical permit required for installation of the 3/4" electrical conduit and if so, is there a cost to the electrical contractor. Response: No electrical permit is required. 3. Is the electrical conduit schedule 40 PVC. Response: Both aboveground and underground conduit shall be Sch. 80. 4. Please provide details for what type of"pull wire" is required in the 3/4" electrical conduit as called for in Part 5-Electrical, Item B. Response: City shall provide material and contractor shall install the pull line. 5. Are there any special requirements requested by the City for the electrical installation and termination point required at the "Operations Building Connection Point" as called for in Part 5- Electrical, Item C. It is not shown on plan sheet C 1. Response: City shall make all final terminal connections, thus contractor shall Provide all wire and provide minimum of ten (10) foot rolled slack wire for terminal post. City of Ocoee• 150 N Lakeshore Drive•Ocoee, Florida 34761 phone: (407)905-3100 •fax:(407)905-3194 •www.ocoee.org 6. Are there any special requirements requested by the City for the termination point at the 20" mag meter on the above ground assembly. Response: No, but electrical work shall being accordance with Florida Building Code (NEC) and approved by City. 7. The estimated budget of$149,000 seems a bit low to us. Will there be additional funding available for this project if the bids are over the anticipated budget? Response: Yes, but limited. 8. Sheet N1 of the plans, part 1- general note, B: indicates the work to be significantly completed 4 months from the cities award date. Page 39 Article 3.1 of the bid documents indicate the work to be substantially complete within 60 days and final completion to be 80 days. Which note prevails? Response: Page 12, Section 12a) Contract, and Page 39 Article 3.1 of the bid documents is hereby revised: The substantial completion date shall be one hundred twenty days (120) calendar days from the effective date of the Notice to Proceed, and the final completion date shall be one hundred thirty (130) calendar days from the effective date of the Notice to Proceed. 9. Would the City please provide specifications for the proposed 20" Ultra Mag Meter designed as part of the Above Ground Assembly? Response: The 20" McCrometer Ultra Mag Meter (Model UM06-20) with Remote Converter or approved equal. 72-1Joyc Tolbert, CPPB Purchasing Agent cc:Charles K.Smith,P.E.,Utilities Engineer Tom King,Utilities Operations Manager