HomeMy WebLinkAboutItem #03 Approval to Award Bid #B16-06 Downtown & West Sanitary Transmission Project to SanPik, Inc., (North of Silver Star Phase) t �
ocoee
florida
AGENDA ITEM COVER SHEET
Meeting Date: October 4, 2016
Item # 3
Reviewed By: •
Contact Name: Joyce Tolbert Department Director: vole., iv/,_
Contact Number: 1516 City Manager: �-
i
Subject: Award of B16-06 Downtown &West Sanitary Transmission Proj-ct (North of Silver Star
Phase)
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 Downtown & West Sanitary Transmission project (North
of Silver Star Phase). All work for the project shall be constructed in accordance with the drawings and
specifications prepared by both BFA Environmental Consultants and the City of Ocoee Utilities Department.
The project will be awarded and constructed, in conformance with the plans, specifications, and City of
Ocoee Engineering Standards Manual. Bids shall be deemed to include all items necessary for the furnishing,
delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the
work. The work shall be for the Base Bid only and is generally described as the following:
Base Bid:
• The construction of 11,000' of 20" PVC sanitary forcemain, including but not limited to valves, air
release assemblies, and fittings.
• The construction of a sanitary sewer master lift station having a 12' diameter approximately 20.3'
in depth, with duplex 90 HP pumps. Station shall also include but not be limited to a control panel
with RTU unit, valve vault with check and plug valves, HDPE piping between receiving manhole
and wet well, concrete decking, and earthwork. Also, the station will require the contractor to
install a 200 KW generator,to be purchased by the City, with an integral transfer switch.
• The construction of three (3) manholes, one with a diameter of 4' and two having a diameter of 6'.
• The installation of 24' of 20" diameter PVC pipe, and installation of 105.5' of 8' diameter PVC
pipe.
• Removal and disposal of eleven(11)trees greater than 4" in diameter of varying types.
• This project also includes all restoration of the roadway, pavement, curbing, sidewalk, and
driveways, and all work associated with the disruption of the ground at the station site and both the
forcemain's and gravity main's path.
The Alternate bid included as part of this project for the paving and resurfacing of Wurst Road came in over
budget, and is not being recommended as part of this bid award. The paving and resurfacing of Wurst Road is
included in the FY 17 budget as part of the Public Works' annual asphalt paving, per the attached recommendation
from Steve Krug, Public Works Director.
The bid was publicly advertised on July 10, 2016, and opened on August 24, 2016. A pre-bid conference was held
on August 2, 2016. The City received five (5) bids for this project, with one (1) bid considered non-responsive
due to numerous irreconcilable mathematical errors. The remaining four (4) base bids ranged from $2,874,443.00
to $5,988,049.60. The bids are available in the Finance Department for review. The Utilities and Finance
departments reviewed the bids and all but one were considered responsive. Staff recommends awarding the base
bid only 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 Base Bid
1. SanPik, Inc. $2,874,443.00
2. Prime Construction Group, Inc. $3,531,526.00
3. Metro Equipment Service, Inc. $3,879,114.00
4. Watson Civil Construction, Inc. $5,988,049.60
Issue:
Should the City Commission award the Downtown& West Sanitary Transmission Project(North of Silver Star
Phase)to SanPik, Inc., as recommended by the Utilities Director?
Recommendations:
Staff recommends that the City Commission award Bid #B 16-06 Downtown & West Sanitary Transmission
Project (North of Silver Star Phase) to SanPik, Inc. in the base bid amount of $2,874,443.00 and authorize the
Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are
received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up
to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all
change orders.
Attachments:
1. Bid Tabulation
2. Award Recommendation from Utilities Director
3. Alternate Bid Recommendation from Public Works Director
4. SanPik Bid
5. Invitation to Bid#B16-06
6. Addendum#1
7. Addendum#2
8. Addendum#3
9. Addendum#4
Financial Impact:
Funds for downtown and western transmission project north and south phase, and a downtown gravity extension
in the amount $6,735,000 shall be from the proceeds from a 2016 bonding scheduled to be issued November 30,
2016. Also, there is $178,000 in Capital Funding (408-535-10-6302) from past funding for this project. If City
Commission desires to move the project forward by awarding the work before the bond proceeds are available,
commission authorization should include the temporary use of funds from R & R Water (410 Fund). If this
option is authorized the anticipated contractor's outlay for October, November and December is estimated not to
exceed $526,990.00. Should the bonding proceed be delayed staff would be required to seek further
authorization to temporarily use R& R funds.
Type of Item: (please mark with an "x)
2
Public Hearing For Clerk's Dept Use:
Ordinance First Reading )( Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
X Commission Approval
Discussion&Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. N/A
Reviewed by ( ) N/A
3
Mayor Commissioners
Rusty Johnson / John Grogan,District 1
,� � Rosemary Wilsen,District 2
City Manager `i`� Richard Firstner,District 3
Robert Frank Ocoee Joel F.Keller,District 4
florlda
MEMORANDUM
TO: Joyce Tolbert,
Purchasing Agent
THROUGH: Charles K. Smith, P.-
Utilities Director
FROM: Laureen Cooper,
Project Coordination
DATE: September 20, 2016
RE: Downtown & West Sanitary Transmission Project(North of Silver Star
Phase)
The Utilities Department recommends awarding the Base Bid Portion of the Downtown& West
Sanitary Transmission Project(North of Silver Star Phase) to the lowest responsive bidder,
SanPik Inc., in the amount of$2,874,443.00, based on the following discussion:
The Downtown Sewer and Western Transmission Project has been planned since F.Y. 07/08
with a planning level budget of$7 million dollars. The work consisted of connecting the
Ocoee Wastewater Treatment Facility to the existing forcemain on Maguire Road at two
locations and the redirection of the South Maguire sewer flows from the gravity system
connected to the eastern transmission system at the forcemain on Maguire Road. With the
completion of the western system and the redirection of flow, the City's conveyance system
shall be double in capacity. Completed to date has been the switchover of the south
Maguire's flows, all the forcemain south of the Delaware- Bluford intersection and the
forcemain from the wastewater plant to just west of the Family Dollar Store. To date $1.22
million dollars has been spent which includes design services.
The alternate bid; a joint venture between the Public Works and Utilities Departments; called
for the combining of paving efforts by the departments to cause the resurfacing to Wurst
Road east of Peters Ave to Spring Lake Circle. The proposals received for the alternate bid
were 54.5% higher than the cost Public Works is expecting from their paving contractor so
Utilities is recommending the Base Bid only. Both departments shall work together on the
paving of Wurst Road to minimize cost and limit disruption.
City of Ocoee Utilities Department• 1800 A.D.Mims Road•Ocoee,Florida 34761
Phone:(407)905-3159•Fax:(407)877-5899•www.ocoee.org
The final work of the transmission main, Downtown &South of Silver Star Phase( Bluford Ave,
Lee St, Kissimmee Ave, and Franklin St), is the portion of the main from Bluford Ave north of
Delaware St to the terminus of the north phase just north of Silver Star Rd and is estimated to
cost$1,494,603 (direct sewer cost only.)
Funds for downtown and western transmission project north and south phase, and a
downtown gravity extension in the amount$6,735,000 shall be from the proceeds from a
2016 bonding scheduled to be issued November 30, 2016. Also, there is$178,000 in Capital
Funding (408-535-10-6302) from past funding for this project. If City Commission desires to
move the project forward by awarding the work before the bond proceeds are available,
commission authorization should include the temporary use of funds from R & R Water (410
Fund). If this option is authorized the anticipated contractor's outlay for October, November
and December is estimated not to exceed $526,990.00. Should the bonding proceed be
delayed staff would be required to seek further authorization to temporarily use R & R funds.
On August 24, 2016, bids were opened for #B16-06 Downtown &West Sanitary Transmission •
Project (North of Silver Star Phase). The three lowest base bidders and their Base Bid prices
are listed below.
1. SanPik, Inc.
576 Monroe Road
Sanford, FL 32771
Bid Price: $2,874,443.00
2. Prime Construction Group, Inc.
1000 Jetstream Drive
Orlando, Fl 32824
Bid Price: $3,531,526.00
3. Metro Equipment Service, Inc.
9415 SW 72 Street #123
Miami, Fl 33173
Bid Price: $3,879,114.00
SanPik, Inc., a major sub-contractor to CFE, Inc., constructed the department's Lift Station
#62, and completed the South Water Treatment Plant and Re-Pipe Project as the prime. Lift
station #62 was a very complex project and they worked in a very confined area with a
structure sized similar to the station in the north phase. All work met contractual requirements
and was timely performed.
The City has received positive feedback from the City of Maitland as a reference listed for
SanPik, Inc
ocoee
florida
Mayor MEMORANDUM
Rusty Johnson
Commissioners Date: September 1, 2016
John Grogan
Di t ct 1 1 pee Public Works Team
To: Joyce Tolbert, Purchasing Agent ,
04;
Rosemary Wilsen
District 2 ,1I ?«�
From Stephen C. Krug, Public Works Direct•
Richard Firstner
District 3 Improving a great community
RE: Contract Award Recommendation.
Joel F.Keller
District 4
City Manager The Downtown & West Sanitary Transmission Project B16-06 (North of
Robert D.Frank Silver Star Phase) Alternative Bid Pavement Item is not recommended
for award. The Public Works Department has made the decision to not
proceed with the Alternate Bid portion as the pricing received for the
pavement milling and resurfacing is significantly over the budget based
on similar work recently awarded by the City. The paving incorporated
in the Alternate is included in the Public Work's annual asphalt paving
budget for the next fiscal year
City of Ocoee •301 Maguire Road • Ocoee, Florida 34761
Phone: (407) 905-3170 •www.ocoee.org
1
U
0 '
J L € 0
N Q'0-o 2
> E p a
0)n J
N O d m 4
a m U
C ca CO 0_ 0
O o ?) o
U z` �
3 " ° w
a ° 0t' U
E a
z F
z z
D
o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
o 0 0 0 0 0 0 0 0 0 0 0 0 0 CO O 0 0 0 O 0 0 0 0 0 0
o (5 O o O O o 0 0 0 o r O o tri O o O o (0 o O o O O O
W 00 00 O 00 00 00 00 00 CO 0 (00 (00 O N O M CO CO CO_O N. 0) 0 0 N 00 00 O
O O r- N N N N N N P O) P O (D r- (O
c O co" O (O m N 0
6
( c7 M N A d A N N N N N N (N N A 2 N N h N' N N N 49 (0
] - a N N N N
N 69 09
U p c cc F N
C6 N NO ¢ O O O O O O O O O O O O O O O O O O O N O O O O O O
_ C O O O O O O O O O O O O O O (D O O O O N O O O O O O
W 3 0 w o 0 0 0 0 0 0 0 0 N (V o R o o N Oi o 0 0 0 o O
C4 0 O O O O O O O O O' r CO N CO O (A O O P N P O O (0 O O O
U - O O O O O O O O N N N N N O N N O O CO O O O
= 1 O r. N N N N N 0 N N N� N N N 0 0) N O 07 O
OOO N H N N N N 09 N
Cl. 1- N N N N N
N N N
re z
Q
F • 0 0 O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N o o O O o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O O O O C O O 6 G O O N 6 C O O C G C G O N C .6
M w O O N O O V O O p O O t0 O O r N O N N I m O O h N O O
W U vi 0D 00 00 00 N N' (ri N .. O O N N V ai N N ri
N O N O v N
a ' 01 N N N N N O N N 00 N VI N N N N W h ( M N co
J a N N N N N N N W N N N N N
• O C c ') N N W
LL 0 F
O ji. O m u 2 Q F r4 W m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 n 0 0 0 0 c 0 0
O /1 O O O O O C 0 0 O r ri Q v (ri V O ° ° N ° °
W O O O o O a O O O N M M N M W N O M N N o o N o o
2 M 0f) 00 N N N L C] N N 0D N N M N
a N N N N N N ad'
N C U
64
d W z
o -0
p 0 V 0 0 O O O O O 0 O O 0 0 O 0 O 0 0 0 0 O O 0 0 0 0 0
O O O O o o O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N a a o 0 0 0 0 0 0 0 0 0 0 o N V o 0 0 0 0 0 0 0 N o
O O O O O O O O O (O O N O N m O N r O O N 0) P
r Z c a 0 O O O O N 0 0 CO 0D N N- CO 0 N O N (O O (O N- N I� N
V J n O P P O M 0 N O N- M - N- N 0 D co- M P 0 O M O 60 O -
4
N. N CO CO N N N N CO .- NO N N CO N 69 N N n N N CO N n
N 0 F N N N N N N N N
CO u) 2 C c O ,- .-
F a',-,
O a) o a m s'.. w
o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 o O o o
O o 0 0 0
F Q Op m ¢ U 0 0 0 0 0 0 o 0 0 0 0 0 0 O 0O O O O O p M N O M O O ^ O (4 N ' 1 O p 8 O O (N n N N N N N- 09 N N O O O W N N N
F H .f O P Q N N N N ON N N N-
N O N H
• a N N N N N N N 1-
f w 7 N N
Q
m Z
Q
0 O O O O O O O O O O
cn O O O O O O O O O O O N O O (N0 (00 O O O O O O O O O O
F- a O O O O O O O O
N_ 0 CO 0 P 0 CO. CO O o O co_ 0 0
W F O p N O N (N N N N M N C� N N N N N a N (NV- O O 7 N N O
1- N 69 69 N N N N N. c-
IA 69 N 69
• N O U
Z a
C v
Q 0 N
Z co s> NOO 1
• W 2 o ¢
O N Nn w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o O o 0 0 0 0 0
0 N U o 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 o O 0 0 0 o 0 o
F- N a. O O O O O O O 0 0 N P O O O O O O O O O pp O pp O O
Z 22 a O O O O O O 0o N0 ON ON N tl9 N O N 2 00 2 H O 0 O 0 0 0
o m 0 0
3 F O O O O N N N 0
•
0" N P O
O Z u O N N N N N N N
G D N N
co
4
t0
m O
o O Q - . .q .-1 y . ti .-I O (O O O (+ (f b v W O^ n 0 P O .-1 N 0
O N .-i M M N 00 O N
F. N
N
W
m C iD o c c
3 y> ` ` ; u . s a E o 2 a2 m
N N V
. z E F a v — co (o L.-o LLo
w r
C N d v 3 3 Y+ C « N 4 X X
'_ ' — Y N - d O m 0
' N U K C CO
N C C
o c -o -o > > (n IL, cc
v .. 2 (ai u o 0 m m m 4
co a C 0' LI J 'p `I d C N U .E O C LL li LL a U N > 1
o 0' a+ , — o C C a a m = ul u > > H d m J J 2
-o o C a 0 0 0 0 J 0 _ b0 > a d N - a a
4 w cc a o A «_ 0 u U u w (° -' ¢ -
p : C Q .IC U m E W 0' W 0' N .2.i tD .N-1 N 0' (0 b ti N
c 2 E E o F o o ....3 `w A = = 'W c — >
E Y E o ?' c `o a v a a g. -`--;,,'. a a o X N « «. .. j « «
L lL 0_ ,E, y c c o O O C c
co co cc cc c c C U A a W 9 V C N 'O 'O
X cm - U a O N p (J N N N N m i C C C N C N N N
W 5 m N U q A C Yl >, O (0 v > > > > > U C L L L It CC L L L L
a . ° a8, v a c > 7 c c m E . E E -o E E O -0 c « `c .c .. d ¢ .' 'c .' 'c
:o 0 m W 0 w E o 10 o 'm w r v a' c v v 2 m o o (� (� (� (� (� > >
•
m ¢ Nn Li w a 2 0 a s f .n u c o` s I- z _rr m z s 2 v' a u o N
w
U
F
a
J
Q
F-
O
F--
w
U
IC
a
I-
z
7
o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
o o 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0
-O O O O 0 O O O N N V N co O O O 0 0 O M O O O O 0) _o o 0) 0 0 0 00 N N r V 0 0 0 0 0 0 0 N 0 0 0 0 Cr
w ,- O CO CO O r N .- 0 CO .- C) CO (O 0 O O 0 0 V 0 0 0 CO 0
U i I
o c7 9 LO V N 69 N V N M 0 [ A iiM if9 to N V' (9 CO
C a t» i i E» (n (» e» » » t» » (»
69 69 69 69
0 w 9 0 <F-
C _
N 2 0
N N
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
w_ > O W O N O O N O O O O O O CO O O V O N O CO O N O 0O O O O O O O O O O r V O O O O O u7
ci U U co
9 A N O V O r M V
N (A 63 to (A t0
to O O O N O
O 69 tI O 0 0 e
eC.D+9
Q M t» (» CO- CO O O U'-
= 0- i» NN 69 69 69 e) 69 i9 (Np
CL
69- cq
CL z
Q I
I- 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o `4( p
0 0 0 0 0 0 0 o vi to v o o N o 0 0 0 0 0 o 0 to M (� z V N
Ct w N 0 N N 0 0 0 N 0 C) O O 0 0 r CO N (A N M N O O N V O M r
w U O 0 e- tD W 0 o) CO N 00 N M O CO N r r N r r N_ O N r O O) M co r
.7 W .a O C) 09 O N 00 0) t0 N O e- M M ,_ 6 N r C V
CO> d W M (A W 40 W e- (0 N C) Vi W 40 to M e- W r Q M
O
W H W W bi (A .. A 49 fR V 69 b
W eQ
W w N U Q w
LL .
O Y 0
a ~
I C 0 0 0 0 0 0 0 0 0 0 0 0 0 0/ o o' o 0 0 o o 0 o o 0-- 0--
4
0 0 0 0 0 0 0 0 0 o O co o (n o 0 0 0 0 0 L 0 0 o
CC rt,
r
N O D 6 O O O O N N N O n to O N O O N O O h
O � W e- N N 0 0 0 M N e• N N e- CO 0 N e• N N - 0 0 r
t9
V 49 M (A e- CO 0 0
40 <9 I9 00 M V) N r N N M r W W 0 N 49
V N M e- e- N N r V
F N 69 49 49 U"
M Q N C U
W
a w z
7
g 0 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0- 0 0 0 0 0 0 0 0 0
U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N a - N O 0 N O O b 0 N M N O O O O O O O O O O O N (0
c (O 0 V V 0 0 0 0 N N 0 V' (O 0 0 0 0 N N O O O M N
Z C a U) CO 0) 00 0) u) to N M O CO O CO Q V N O N CO (O 0) N O N (0 _ _
I
Co O J N O «) V C (0 N O N N uO O) V M O O) CO- O) t9 CO- V N
O < t9 M U) to N (A N 0) N CO 0 E9 .- E9 .-- f9 CO E9 E9 V' N E9 M
N (n U r t9 t9 M 69 69 u3 09 t t . (O 69
W / 2 O o to E9
t9 I
C N
O O D w O O O O O O O O O O O O O O O O O O O O O O O O
F Z U O U o 0 0 0 0 0 0 0 0 0 o O o O o O o 0 0 0 0 0 0 o q
Q Q O N N O O O M M r O N O O O O O ,0 O O O O srl9i
N (� V O O O O N �- M V EA O O O (0 69 CO O O (O
J Q E a , 69 69 N O) N 0 69 f9 69 69 69 69 r V 0 r ( t9 N o o
co o
F Q
❑ F-
m Q U o o O O o O o 0 o O o 0 0 0 o O o 0 0 o O o 0 0 0
0 0 0 0 o O o 0 o O o 0 0 0 0 0 0 0 0 o O o O o 0
to 0 0 0 0 0 0 0 0 o rn vi o 0 0 0 0 0 0 0 0 0 0 o v v
O O O O O O O )n )O co O) V V O O O O (n O N O O O t9
I- a V N N V O O O V r N O N N N CO tO N r O N O O O N
(/) J t0 O V N N N M M r M CO- M tl3 s- M V N O V N O _ _ - _
f9 .- 69 69 69 N O) Lc,
E9 V' fA f9 fA H3 fA fA r FA r
W C F ea f9M t9 to t9 t9 to EA NAM CO
o tlB 3
❑ E ° F- 9
Q .a c
0 0)
Z W u
o w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
H' 0) — O (O o O 0 0 0 0 0 O) N O V' U) 0 0 0 0 0 0 0 0 o 0
Z V F» O N O O O EA M V3 N E9 V' 0 0 0 (n 0 CO N 0 0 0) EA
a b3 co O O O fA fA t9 FA CO t0 (0 r 0 EA fA 0 0 t9
F- fA vi N FA 69 69 63 O V
O Z 9 N 69
❑ 7 <9 i
(D
O
(D l
m
F- O
Cf Or ti N ti .-� .--� N �Ni 6 r N l00 ry M ry in ti O .v .-i ry
❑ ti M M W N
F-
N
w
- O 0 v
u 41 `
R Y --I o d F- • co
N m Y _2 v v ❑ 0 5
>
> N > r
a ( U U o m .. u
al "' O Q o o o o E m -
b
p ,y N O K K K 0 0 ,a U CC
~ . = 00 00 00 0.0 a - v
•
r-I z E m `v y ' '° _ c _ c -.F. - > a v m to
IL] E v ,Si o. «° - - - > E o m y co
-° " ❑ ❑ m 0 0 0 0 o E o
•
,y (`o - o c c c a a n o_
N o a O u O p o = c v tO E = o a co
Z v v v F . CO - _ `v 3 a a a �° u o v
.
r F E - v v c c a a a a o a C- '�' x v c
> ; ? o o U c
Uvi z v A E E _ v - E ' oa a m u
p u a n ,-T-, ° H a N m¢ r ti .` ° tu
❑ ` - v r .-EL' . v o .o
❑ W wE " o. 'CO n E a) v c a, c v u m u iim V n o o ° N m ` F` . ` . :-M ❑ cc v) u, .
_
SECTION 00300.0
BID FORM
SUBMITTED: August 16, 2016
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE BID#B16-06
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)
NAME OF BIDDER: SanPik, Inc
BUSINESS ADDRESS: 576 Monroe Rd., Ste 1304 PHONE NO.: 407-450-6969
CITY, STATE, ZIP: Sanford, Florida 32771
CONTRACTOR'S FEDERAL I.D.NUMBER 47-1475163
•
CONTRACTOR'S FLORIDA LICENSE NO.: CUC1225224
THIS MD IS SUBMITTED TO: City of Ocoee,Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for one hundred twenty (120) calendar days after the day of Bid opening. Bidder
will sign and deliver the required number of counterparts of the Amendment to the
Agreement with the Bonds and other documents required by the Bidding Requirements
within ten(10)days after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. 1 Dated 8-11-2016 No. Dated:
No. 2 Dated 8-15-2016 No. Dated:
No. 3 Dated 8-16-2016 No. Dated:
No. 4 Dated 8-19-2016 No. Dated:
Downtown&West Sanitary Transmission Project
(North of'Silver Star Phase)Bid#16-06
00300-1
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress,performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC-4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site,reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-2
Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
project within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be substantially complete within the Contract Time
specified in Article 3.1 of the Proposed Scope of Work Agreement
(Section 00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.1 of the Proposed Scope of Work Agreement(Section 00500).
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and
ready for operation in the manner contemplated by the Contract Documents. Bidder submits the
Base Bid Total, Alternative Bid Total and North of Silver Star Phase Total (Base +
Alternative)to perform all the Work, as required by the Drawings and Specifications.
5. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms(entire Section 00300, 00301, 00301A, 00302, and 00303)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Non-collusion Affidavit(Section 00480)
4. Certification of Non-segregated Facilities (Section 00481)
5. Sworn Statement on Public Entity Crimes(Section 00482)
6. Certification of Nondiscriminatory Labor Practices (Section 00483)
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-3
DOWNTOWN &WEST SANITARY TRANSMISSION PROJECT
North of Silver Star Phase(N Bluford Ave,Rewis St,N Lakewood Ave,and Wurst Rd)
REVISED BID FORM N2
Bid Summary (Totals)
Base Bid Total= $2,874,443.00
Alternative Bid Total= ' $524,826.00
North of Silver Star Phase Total $3,399,269.00
(Base+ Alternative)=
Revised Bid Form#2 Page 1 of 5 Continued Next Page
9
Company Name: SanPlk,Inc By: L�i■�rI
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-4
DOWNTOWN&WEST SANITARY TRANSMISSION PROJECT
North of Silver Star Phase(N Bluford Ave,Rewis St,N Lakewood Ave,and Wurst Rd)
REVISED BID FORM#2
Base Bid
Item Price Total Price
Item Description Quantity Units
# (in Numbers) (in Numbers)
1 Mobilization/Demobilization 1 Lump Sum $143,000.00 $143,000.00
2 General Requirements I Lump Sum $98,000.00 $98,000.00
3 Prevention Control,Abatement of Erosion and Water Pollution 1 Lump Sum $28,500.00 $28,500.00
4'Maintenance of Traffic 1 Lump Sum $28,500.00 $28,500.00
5 Survey Stakeout for Construction/As-Built Survey I Lump Sum $28,500.00 $28,500.00
6 Construction Photographs and Audio-Visual Recording 1 Lump Sum $940.00 $940.00
7 Railroad Coordination&Insurance 1 Actual Cost $25,000 $25,000
8 Orange County Permit Coordination and Permit Fee I Actual Cost $25,000 $25,000
9 Remove and Replace Concrete Sidewalk/Driveways 6"Thick 2,020 Square Yard $100.00 $202,000.00
10 Remove and Replace Concrete Sidewalk 4"Thick 1,660 Square Yard $75.00 $124,500.00
Revised Bid Form#2 Page 2 of 5 Continued Next Page'.
Company Name; SanPik,Inc By: /X/
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-5
Unit Price Total Price
Item# Item Description Quantity Units
(In Numbers) (in Numbers)
i 1
Remove and Replace Curb and Gutter(2'Wide Type E and 300 Linear Fool $85.00 $25,500.00
12 Remove and Replace Curb and Gutter(1'Wide Ribbon) 2,371 Linear Foot $34.00 $80,614.00
13 Remove and Replace Miami Curb and Gutter 200 Linear Foot' $63.00 $12,600.00
14 FDOT Class T Concrete Including Steel Reinforcement 3 Cubic Yard $835.00 $2,505.00
15 Sodding(Bahia) 8,692 Square Yard $4.00 $34,768.00
16 Sign&Mailbox Existing(Relocate(Reinstall)(Single Post) 69 Each $50.00 $3,450.00
17 Connect to Existing Force Main(1-6",1-12",1-20") 3 Each $4,000.00 $12,000.00
18 Furnish and Install 6"PVC Force Main 80 Linear Foot $34.00 $2,720.00
19 Furnish and Install 12"PVC Force Main 70 Linear Foot $58.00 $3,920.00
20 Furnish and Install 20"PVC Force Main 10,740 Linear Foot $76.50 $821,610.00
21 D.T.P.Fittings 10 Ton $15,000.00 $150,000.00
22 2"Air Release Valve Assembly(20"FM) 4 Each $3,000.00 $12,000.00
23 Furnish and Install 36"Steel Casing(Jack&Bore) 105 Linear Foot $590.00 $81,950.00
24 Furnish and Install 6"Plug Valve and Box(Force Main) 1 Each $1,125.00 $1,125.00
25 Furnish and Install 12"Plug Valve and Box(Force Main) 2 Each $2,900.00 $5,800.00
.Revised Bid Form#2 Page 3 of 5. CpritinuedNextPage
Company Name: SanPik,Inc By
/---.7(/
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid 416-06
00300-6
Unit Price Total Price
Item# Item Description Quantity Units (In Numbers) (in Numbers)
26 Furnish and Install 20"Plug Valve and Box(Force Main) 10 Each $8,500.00 $85,000.00
27 Insert Grout in Place(Flowable Fill) 135 Linear Foot $12.00 $1,620.00
28 Remove Existing 12"Force Main 1700 Linear Foot $20.00 $34,000.00
29 Sanitary Sewer Main 8"Diameter 145 Linear Foot $56.00 $8,120.00
30 Sanitary Sewer Main 20"Diameter 24 Linear Foot $195.00 $4,680.00
31 Sanitary Manhole 4'Diameter 1 Each $4,800.00 $4,800.00
32 Sanitary Manhole 6'Diameter(Manhole Structure#2) 1 Each , $15,000.00 $15,000.00
33 Force Main Connection to Manhole 1 Lump Sum $3,900.00 $3,900.00
34 Stabilization,12"Thick 3,575 Square Yard $31.00 $110,825.00
35 Base Course,10"Thick Limerock 3,125 Square Yard $20.00 $62,500.00
36 Superpave Asphalt Concrete(SP-9.5)(1.0"Overlay) 1,921 Square Yard $15.00 $28,815.00
37 Superpave Asphalt Concrete(SP-12.5)(1.5"Structural 873 Square Yard $22.00 $19,206.00
Coarse)
38 Superpave Asphalt Concrete(SP-12.5)(2.0"Structural 2,562 Square Yard $22.00 $56,364.00
Coarse)
39 Asphalt Milling per 1"Depth 1,560 Square Yard $10.00 $15,600.00
40 Temporary Roadway Restoration(1"of Asphalt) 960 Square Yard $17.50 $16,800.00
41 Tree Removal and Disposal including Roots(4"to 12') 2 Each $788.00 $1,576.00
Revised Bid Form#2 Page 4 of 5 ?Continued Next Page.
Company Name: SanPlk,Inc By: .d,"
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-7
Item# Item Description Quantity Units Unit Price Total Price
(in Numbers) (in Numbers)
42 Tree Removal and Disposal including Roots(Greater than 12" 3 Each $1,260.00 $3,780.00
up to 24")
43 Tree Removal and Disposal including Roots(Greater than 24"
2 Each $1,575,00 $3,150.00
up to 36") .
44 Tree Removal and Disposal including Roots(Greater than 5 Each $2,310.00 $11,550.00
36")
LSI Clearing,Grubbing and Earth Work-Lift Station Site 1 Lump Sum $15,750.00 $15,750.00
LS2 4'Chain Link Fence Removal and Replacement 130 Linear Foot $21.00 $2,730.00
LS3 Clean Borrow 100 Cubic Yard $12.50 $1,250.00
LS4 Lift Station 1 Lump Sum $417,000.00 $417,000.00
LS5 Receiving Manhole(6'Diameter) I Each $14,200.00 $14,200.00
LS6 6"Thick Concrete Ramp(Driveway) 23 Square Yard $75.00 $1,725.00
Base Bid Total=I $2,874,443.00
Alternative Bid
Item# Item Description Quantity Units Unit Price Total Price
(in Numbers) (in Numbers)
ALTl Superpave Asphalt Concrete(SP-12.5)(2.0"Structural 25,620 Square Yard . $15.30 $386,478.00
Coarse)
_ ALT2 Asphalt Milling per I"Depth 51,240 Square Yard $2.70 $138,348.00
Revised Btd Form#2 Page 5 of 5
Alternative Bid Total = $524,826.00
Company Name: SanPik,Inc By:
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-8 '
3( ; L'
•
7. The Bidder acknowledges that the City specifically reserves the right to accept and make
an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and
absolute discretion, it determines that action to be in its best interest. The terms used in
this Invitation to Bid,which are defined in the General Conditions and included as part of
the Contract Documents, have the meanings assigned to them in the General Conditions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid license(s) is provided.
9. It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
10. BASE BID/ALTERNATIVE BID- SCHEDULE OF MANUFACTURERS/SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid/Alternative Bid format,
the undersigned as Bidder, agrees that the Contract, if awarded,will be on the basis of the
materials and equipment named in the Contract Documents, in accordance with Article
10 of the Instructions to Bidders(Section 00100).The undersigned, as Bidder,also agrees
that the Total Bid reflects the equipment and material supplied by one of the listed
manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose
an alternate manufacturer/supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer/supplier. If the Bidder fails to indicate which
listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the
manufacturer/supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must
use the first manufacturer/supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers/suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers/suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-9
If Bidder intends to propose substitutions or "equal" items after the effective date of the
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid/Alternative Bid item and the proposed item. "Base
Bid/Alternative Bid" item substitutions providing to the Owner equipment or material
cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also
agrees that if a substitution or "equal" item is not listed on the Substitution List included
with the Bid, all of the savings between the named item and the proposed item will go to
the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1
and 6.05.2 of the General Conditions. The Owner may request, and the undersigned
Bidder shall supply, complete information on proposed substitutions. Such information
shall be the manufacturer's current published or preprinted information for the specific
substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City's
needs.
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-10
SCHEDULE OF BASE BID/ALTERNATIVE BID MANUFACTURERS/SUPPLIERS
Specification Section and Equipment Item Manufacturer/Supplier
15050—Process & Utility Piping, Fittings,Valves,
And Accessories
Fittings A. Union
B. U.S. Pipe
C. Nappco
- .'can
E. Tyler
y Valley
G. Sigma
H. EBAA
I. Smith-Blair
HDPE Pipe
B. Driscopipe
- '9 on
Valves (Plug and Check) A. M&H/Clow
B. Mueller(Check Valve only)
C. Pratt
E. Dezurik
PVC Pipe A. CertainTeed
B. Can-Tex
Star
4
• . o
F. H&W Industries
Valve Boxes A. Tyler
Valve Pads A. Sigma
Valve Markers A. Wagco
Service Connections A. Mueller
Meter Valves/Corporation Valves A. Mueller
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-11
Polyethylene Pipe A. EndoCore
Trace Wire A. Kris-Tech
Downtown& West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-12
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Alternative Deductible Amount*
Equip Sp ec (Indicate Whether
Item o Manufacturer/Supplier
Section Lump Sum or
Material (List One Only) Unit Price)
Represents 50 percent of the difference in cost in accordance with the General Conditi• s
(Minimum Deductible Amount per Substitution Item shall be$1,000)
(Bidder may make additional copies of this page as required.)
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-13
••ike out(X) non-applicable signature block and complete applicable block. (ALL
Sit ATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THE r
SIG TURES)
If Bidde 's:
SOLE PROPR' TORSHIP
(SEAL)
(Individual's Signature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A PARTNERSHIP
(SEAL)
(Partnership Name)
(General Partner's Signature)
(General Partner's Name)
Business a,tress:
Ph. e No.:
F .rida License No.:_
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-14
Strike out (X)non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORATION
SanPik, Inc
(Corporation Name)
Florida
(State of Incorporation)
By / Matthew Sands
(Name of person authorized to sign)
President
(Title)
(Authorized Signature)
' 1
(Corporate Seal)
Attest Gabrielle Sands
(Secretary)
Business address: 576 Monroe Rd., Ste 1304
Sanford, Florida 32771
Phone No.: 407-450-6969
Corporation President: Matthew Sands
Florida License No.: CUC1225224
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-15
is
Stri out(X)non-applicable signature block and complete applicable block, (ALL
SIG TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW T r '
SIGNA 'ES)
If Bidder is.
A JOINT VENTUR
By (Name)
• ddre
By
ame
(Address)
Business Address:
Phone No.:
Florida Licens- o.:
(Each joi venturer must sign. The manner of signing for each individual, partn- hip, and
corpor.' on that is a party to the joint venture should be in the manner indicated abo e.)
Fl Ida License No.:
13. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: Endurance Reinsurance Corporation of America
Surety's Address: 4 Manhattanville Road, Purchase, NY 10577
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-16
14. Name and address of Surety's resident agent for service of process in Florida:
Nielson, Mosholder&Associates
4380 St. Johns Parkway, Ste 110
Sanford, FL 32771
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-17
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
SanPik, Inc , a corporation under
(Contractor's Corporate Name) 2016
the laws of the State of Florida , held on the 23rd day of August , 24348,
the following resolution was duly passe. and adopted:
"RESOLVED, that AL./mow Matthew Sands
(si:•atur- •f individual) (typed name of individual)
as President of the corporation, is hereby authorized to execute and all
documents required to be signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
Downtown &West Sanitary Transmission Project
(North of Silver Star Phase)Bid #16-06
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
' II FURTHER CERTIFY that said resolution is now in full force and effect.
Mfr W"ITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this z3 day of ltLA,),)- , 2016.
(CORPORATE SEAL) UJ
' t
(Corporate Secretary)
S ATE OF �, 1 t,A
CITY OF S E,t• r O L1c
v,
The foregoing instrument was acknowledged before me this 2.Z day of A-\-/GU , 2016
by 1H rjgs
(name of officer or agent,title of officer or agent), of .6,-r..)-F>1,14 r t N c- (name
of corporation acknowledging), a (state_ or place of incorporation)
corporation, on behalf of the corporation. He/She i eisonally knowjo me or has produced
identification (type of identification) as identification and did/did
not take an oath.
(Notary Public)
y I;4 CHERRYLCN.DYVELL
My Commission Expires: �1-2? ze) t43
i+� „�'; MY COMMISSION t FF 240927
..4 EXPIRES:September27,2019 END OF SECTION
vir>. Banded Thru Notary Public Underwriters
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00300-18
SECTION 00301
QUESTIONNAIRE
Bidder shall fill out questionnaire form with all information pertinent to his/her company and the
Downtown & West Sanitary Transmission Project(North of Silver Star Phase)Bid#16-06
DATE: 8-23-2016
PROJECT IDENTIFICATION: City of Ocoee
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid #16-06
NAME OF BIDDER: SanPik, Inc
BUSINESS ADDRESS: 576 Monroe Road, Ste 1304, Sanford, FL 32771
TELEPHONE NO.: 407-450-6969 EMAIL m.sands @sanpikinc.com
CONTRACTOR'S FLORIDA LICENSE NO. CUC1225224
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
SanPik was incorporated in July of 2014 as an Underground Utility Contractor.
2. Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed?
Completed a similar lift station for the City of Ocoee. Project was completed in March 2016. Charles
Smith is the contact for this project. We also complete the installation of 4,300'of 24" Force Main
for the Cayman Water Authority in April 2016. Please see attached project log of other completed projects.
3. Have you ever failed to complete work awarded to you? If so, where and why?
NO
4. Name three (3) municipalities for which you have performed similar work and contact
person:
City of Ocoee, Charles Smith, Tel: 407-905-3159, Email:csmith @ci.ocoee.fl.us
Water Authority Cayman,Tm Van Zanten,Tel: 345-949-2837, Email:tom.vanzanten @waterauthority.ky
City of Maitland, David Gonzalez,Tel:407-875-1143, Email: dgonzalez @itsmymaitland.com
Downtown& West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00301-1
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Yes I have inspected the site of the proposed work. I do not anticipate any problems with the
proposed site.
6. Will you Subcontract any part of this Work? If so, describe which portions and the
percentage of the project:
Yes.
Asphalt Milling and Paving 3 Ito
Tree removal -/,
Concrete flatwork 'a� 1' Electrical D--1,
Precast liner 1 ,j
Survey&Lay out t.1.
7. What equipment do you plan on using to complete the Work?
Doosan DX235 Hydraulic Excavator Bobcat E50 Midi Excavator
Doosan DL250 Wheeled Loader
HAMM 3205 Roller
CAT 770 Skid Steer Loader
8. State the true and exact, correct, and complete name under which you do business.
Bidder is: SanPik Incorporated
Downtown& We Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00301-2
SECTION 00301-A
SUBCONTRACTOR& SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes No X (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor license
number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar
amount of work. Provide all information requested. Use additional sheets if necessary.
Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final
Subcontractor/Supplier List with Final Payment Request.
COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED
ADDRESS,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR
TO BE SUPPLIED AMOUNT
1 K3 Directional Drilling Horizontal Directional Drilling
7857 SW Ellipse Way
Stuart, FL 34997 $37,000.00
tel: 772-284-0774
2 Bobs Barricades MOT Devices
921 Shotgun Road $7,528.34
Sunrise, Florida 33326
3 Xylem Inc I Flygt Products Lift Station pumps, hatches
2152 Sprint Blvd. RTU etc.
Apopka, Florida 32703 $175,000.00
tel:407-880-2900
4 Plastic Composites, Inc Precast lining
1222 Camp Ave. $20,000.00
Mount Dora. FL 32757
tel: 352-383-0194
5 On Sight Video Pre-construction video
201 W Fiesta Key Loop
DeLand, FL 32720 $895.00
tel: 386-479-7589
6 Central Florida Environmental Corp. Concrete removal&restoration
910 Belle Ave,Ste 1040 $700,000.00
Winter Springs, FL 32708 Asphalt removal&restoration
tel: 407-834-6115
7 Gaudette Electric Electrical Subcontractor
6380 S.Tex Point, Homosassa, FL 34448 $45,000.00
Tel: 352-628-3064
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid 016-06
00301-A-1
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90-96,LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Trench Safety Unit of
Measure Measure Unit Unit Extended
(Description) (LF,SY) (Quantity) Cost Cost
A Shoring&Sheeting LF 12,759 $ 1.00 $ 12,759.00
B Slide Rail System LS 1 $ 15,000.00 $ 15,000.00
C $ $
D $ $
TOTAL $27,759.00
BIDDER: SanPik, Inc
SIGNED: -
By: Matthew ands
(Print or type name)
TITLE: President
DATE: 8-23-2016
THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.)
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00302-1
SECTION 00303
DRUG-FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug-free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program (Florida Statutes Section
287.037). In order to have a drug-free workplace program,a business shall:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection(1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
•
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00303-1
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Bidder: cahA k. /1 <-
Signed:
By: ./7 a e / ,Sari A
(Print or Type Name)
Title: We5;0196471-
Date: a 3 r o?)i
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00303-2
SECTION 00410
BID BOND
Bidder shall provide the City with a Bid Bond in the amount of five percent (5%) of the contract
bid,
KNOW ALL MEN BY THESE PRESENTS,that we, the undersigned,
SanPik, Inc. , as Principal, and Endurance Reinsurance Corporation of America
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 16th day of August , 20166. The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee,Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for
the Project: `B16-06 Downtown&West Sanitary Transmission(North of Silver Star Phase)".
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bidding Documents and Contract
Documents.
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-1
3, This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Agreement required by the Bidding Documents and any performance
and payment bonds required by the Bidding Documents and Contract Documents,
or
3,2 All bids are rejected by Owner,or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within one hundred
twenty (120) days from the time and date fixed for the opening of Bids (or any
extension thereof agreed to in writing by Bidder and, if applicable, consented to
by Surety when required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre-paid, and shall be deemed to be effective upon
receipt by the party concerned.
9, Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-2
•
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11, The term"bid" as used herein includes a bid, offer,or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers,the day and year first set forth above.
BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP,complete this signature block.
N/A (1)
(Individual's Signature) (Witness)
(2)
(Individual's Signature) (Witness)
doing business as
(SEAL)
(Business Address)
(Telephone No.) (Florida License No.)
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-3
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.)
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-4
If Bidder is CORPORATION,complete this signature block.
I
SanPik, Inc. (I)
(Corporation Name) (Witness)
'rib r i'l A (2) imp
(State of Incorporation) (Witness)
By: — 19Atgew errs
(Nam of P on Authorized to Sign-See Note 1)
(SEAL)
/45i�-€07 '
(Title)
7/
(Authorized Signature)
(Corporation President)
576 Monroe Rd., Suite 1304
Sanford, FL 32771
(Business Address)
407-450-6969 C vC.,l Sa- 9
(Telephone No.) (Florida License No.)
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-5
SURETY
Witness: (If agency is not a rporation)
Endurance Reinsurance
Corporation of America
fff i , . .__.. .
(Surety Business Name) (1)�dy �. �C..� �.
( / (Witness)
4 Manhattanville Road
Purchase.,...--NY--N y-. 10'5 7 7
Ale at-h11,---Place of Busine ) (2)j& z2.ka,vtA_so
,(Principal
_ (Witness)
By Surety gents Signature-S
..J C._
--�(- y g See Note 2)
Attest: (If Agency is a Corporation)
Laura D. Mosholder N/A
(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
i
(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.
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-6
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF Florida )
COUNTY OR CITY OF Sanford )
Before me,a Notary Public,personally came Laura D. Mosholder known to me, and
known to be the Attorney-in-Fact of Endurance Reinsurance , a Delaware
Corporation,which (Surety egiwaton of America (State)
executed the attached bond as surety,who deposed and said that his signature and the corporate seal
of said
Endurance Reinsurance
Corporation of America were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
Endurance Reinsurance
and that the execution of the attached bond is the free act and deed of Corporation of America
(Surety Company)
Given under my hand and seal this 16th day of August ,2016.
KELLY PHELAN
COMMISSION N FF97236
EXPIRES March 2,2018
BONDED THROUGH
RLI INSURANCE COMPANY \. *-*N
(Notary Public)
My Commission Expires March 2, 2018
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00410-7
ENDURANCE REINSURANCE CORPORATION OF AMERICA
BIDR551500074
POWER OF ATTORNEY
`7Utow Uff Nen by these Present, that ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware corporation(the'Corporation'),with offices at 4
Manhattanville Road,3rd Floor,Purchase,NY 10577,Purchase,New York 10804,has made,constituted and appointed and by these presents,does make,constitute and appoint
LAURA D,MOSHOLDER,EDWARD M.CLARK its true and lawful Attomey(s)-in-fact,at SANFORD in the State of FL and each of them to have full power to act
without the other or others,to make,execute and deliver on its behalf,as surely or co-surety;bonds and undertaldngs given for any and all purposes,also to execute and deliver on Its
behalf as aforesaid renewals,extensions,agreements,waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no single bond or undertaking
so made,executed and delivered shall obligate the Corporation for any portion of the penal sum thereof In excess of the sum of SEVEN MILLION FIVE HUNDRED
THOUSAND tie $7y5QQ,Q00).
I
Such bonds,*a rt kir CA)f . 'poses,when duly executed by said attorney(s)-in-fact,shall be binding upon the Corporation as fully and to the same extent as If signed by
the Prestd[[@�( 1th e, ,-. 'rate seal attested by its Corporate Secretary.
This 8 yhtt made under a au b of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on theft of January,2014,
a 4 hi appears below under the he In entitled'Certificate'.
Thlsagwer of Attori s's nd seatedb f, acsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written
consent nn January 9 p .2 said rescluNor"1ias not since been revoked,amended or repealed:
RE E0,that in. •n nt powers of altorrtaey;pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January9,2014,
the Sig, um oAsh directors s the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by fersimils and any such
power' �} �' g csimile signature or seal shal be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it
Isattacti ,',� .'44•';-
This Power ofAttt>lfyy lsheltlgy Rifeddall authority hereunder shall terminate without notice at midnight(Standard Timer where said attomey(s)-in-fact Is authorized to act.)
NOVEMBER 3,2015
IN WITNESS WHEREOF,the Corporation has caused these presents to be duly signed and Its corporate seal to be hereunto affixed and attested this 4th day of November,2014 at
Purchase,New York.
(Corporate Sean ( ENDURANCE REINSURANCE CORPORATION OF AMERICA
ATTEST ^y�Y ✓131.-, `r.Vt-t / By l� � e14. ,
MARIANNE L.WILBERT,SENIOR VICE PRESIDENT SHARON L.SIMS,SENIOR VICE PRESIDENT
STATE OF NEW YORK ss:Purchase
COUNTY OF WESTCHESTER
On the 4th day ot,nlpvember,2O14:bolore me personally came SHARON L.SIMS,SENIOR VICE PRESIDENTto me known,who being by me duly sworn,did depose and say that
(s)he residesJmSCOTEH R)_AINS;NEW JERSEY that(s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,the Corporation
described ln'snd W(1tch:eyecu(rSdthekbeve instrument that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that It was so
affixed by orderor,the Board of Directors of said Corporation,and that(s)he signed his(her)name thereto by Idle order.
(Notaaai Seal) f
t lt t. ' 't ( --..2
c.n Ante Licari,Notary Public-My Commission Expires 10/2912015
,`v\, ''` CERTIFICATE
STATE QF 1W ORIC, ^'i.-s Purchase
COUNTY DE WSSTpNf;f\.:`.J
I,CHRISTOPHER P9NELAN the PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware Corporation(the'Corporation),hereby certify
1.Thal the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified;that the
undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the
whole thereof,
2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent an January9,2014 and said resolutions have not since
been revoked,amended or modified:
'RESOLVED,that each of the individuals named below Is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or
obtigatlans In surety or co-surety with others:
CHRISTOPHER DONELAN,SHARON L SIMS,MARIANNE L.WILBERT
And be It further ��I u t l l,,;,,,,,,,a
RESOLVER,,O{a+plfr...,f O,,., Ismmed above is authorized to appoint attorneys-In-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or
obligation e ,lyA�'for., �''4,e�half of the Corporation'
3. TerA�urther cerliile4at`th> tove resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof
��`= ;, ,jc1USf
IN`(V ESS WHEREOF,I have hereunto'sey�iy hand and affixed the corporate anal this /6 f`�'vday of ,20/(,
(C Or Jate Seal) ',0 w O
' ! �?:'. ' CHRISTOPHER DONEIAN,PRESIDENT
y s,,`' .... .- ... ''•`+v11 ',' My reproductions are vdd.
J
/+,t+tltlttllllltie,“'°'
SECTION 00480
NON-COLLUSION AFFIDAVIT
STATE OF Florida
COUNTY OF Seminole )
Matthew Sands , being first duly swore deposes and says:
1. He(it) is the Owner
(Owner, Partner, Office, Representative or Agent)
of SanPik, Inc , the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion,conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents,representatives, owners, employees or parties in interest, including
this affidavit. ��yy
By: z /fig?;ery SGNC/S
Title: President
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00480-1
4 RYLCALDWELL ISSION II FF 24092'1 September 27,2019 tPubficUnderVZ
Sworn and subscribed to before me this 2 'r4D day of AN 4. , 2016, in the State of_
VI-c>tzLt-r4 , County of 5r...Mt +vv4-
L''ex. - ^` 1 Notary Public
My Commission Expires: °t — 2—7— 2 a t 4i
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00480-2
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid, As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees. that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202,Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of rules and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Date August 23rd ,2016 , Matthew Sands
By: .i'
President
(Title)
Official Address (including Zip Code):
576 Monroe Rd., Ste 1304
Sanford, Florida 32771
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00481-1
SECTION 00482
(Page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES,ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City of Ocoee,Florida by SanPik, Inc by
Matthew Sands/President
(Print individual's Name&Title)
whose business address is 576 Monroe Rd., Ste 1304, Sanford, FL 32771
2. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, .collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00482-1
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
X Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH
8-23-2016 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR
CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
Matthew Sands
(Signature)
Date: 8-23-2016
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00482-2
SanPik, Inc
Name of Bidder(Contractor)
STATE OF Florida
COUNTY OF Seminole
PERSONALLY APPEARED BEFORE ME,the undersigned authority,
M t S 46r.--INI r who,after first being sworn by me,
(Name of Individual Signing)
affixed his/her signature in the place provided above on this 2 3 rsu day of
Lk-V %_: ST , 201=
..''i RHERRncAmOWELL Notary Public
., .* MY EXPIRES:September 2,2O1 My Commission Expires: q- 2-7- Z a 1 4
`, EXPIRES:8eptember27,2019
�� Public Undenrnkanz■
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00482-3
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and/or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
(1) I have/ X have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity
Clause, I have/ have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed.
I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I
receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price
exceeding$10,000. I also agree that I will retain such certifications in my files.
Date August 23 ,2016 . By: Matthew Sands
(S. nature of Authorized Official)
SanPik, Inc
(Name of Prospective Construction Contractor or Subcontractor)
576 Monroe Rd., Ste 1304, Sanford, FL 32771
(Address of Prospective Construction Contractor or Subcontractor)
407-450-6969 47-1475163
(Telephone Number) (Employer Identification Number)
END OF SECTION
Downtown&West Sanitary Transmission Project
(North of Silver Star Phase)Bid#16-06
00483-1
t
a
i ° 1
j' iIli ' hh 1 1 13
� 1 11` la a I Ug i la it
i II ig f i it _ i b ft
X yb
11 !+ #! g it Y i €
WI 0 6 3 I
a % RI 1
I! .0. g 1 k al ga $
3 i
3
1111 t � to•
;I X111!! 1111111111 1
Ia & 1 .
Ii
I i I
I ; 1 1
X51 111 .
F d I i 1 L 0 1 .
& d R
Z g
10 rg�
i
E e o R
' la L, 1 IhIL Id lb 11.E
i
I.18 a 11 1
A. 1. g g al fEtlE �s ili tg4
i i a� €tai ps &�� 9
': JS ;L Ig y11111Ji1 111
150*60.1 15 12336E, a30aifa3 0 0
1 ;
Hi.= fil III.e EIS 11 p '.$ di
i b ;11ili a 115 11:i i 1 ID
1 £ i I
; g
V
1 If ii ak“ iigf ;ti !
ig 1
; NtHiaNdali€lihil' iii gea
A , 1. 111111E4 If
' I.
i t I I I g I a I I 1
Licensing Portal - License Search Page 1 of 2
3:13:52 PM 8/30/2016
Data Contained In Search Results Is Current As Of 08/30/2016 03:09
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 1004 TERRY DRIVE ALTAMONTE SPRINGS, FL
Address*: 32714
Main Address*: 576 576 MONROE RD, STE 1304 SANFORD, FL
32771
Certified
Underground CUC1225224 Current, Active
Utility and SANPIK, INC. DBA Cert Under 08/31/2016
Excavation
Contractor
License Location 1004 TERRY DRIVE ALTAMONTE SPRINGS, FL
Address*: 32714
Main Address*: 576 576 MONROE RD, STE 1304 SANFORD, FL
32771
Back CCM
* denotes
Main Address - This address Is the Primary Address on file.
Mailing Address - This is the address where the mall 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.
2601 Blair Stone Roads Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact
Center: 850.487.1395
https://www.myfloridalicense.com/wl 1 1.asp?mode=2&search=LicNbr&SI... 8/30/2016
DBPR- PICEK, WILLIAM J II; Doing Business As: SANPIK, INC., Certi... Page 1 of 2
3:13:58 PM 8/30/2016
Licensee Details
Licensee Information
Name: PICEK, WILLIAM 7 II (Primary Name)
SANPIK, INC. (DBA Name)
Main Address: 576 576 MONROE RD, STE 1304
SANFORD Florida 32771
County: SEMINOLE
License Mailing:
LicenseLocation: 1004 TERRY DRIVE
ALTAMONTE SPRINGS FL 32714
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=F49E2603... 8/30/2016
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 regi
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 Discir
Date Date Date•
3601 Blair Stone Road,Tallahassee FL 32399::Emau:Customer Contact Center::Customer Contact Center:050.487,1395
The State of Florida is an vWEE0 employer.casorlght 2007-2010 State of Florida.Privacv Statement
Under Hernia law,email addresses are public records.If you do not want your eivaa address released In response to a public-records request,do not send electronic mail to this entity.Instead,
contact the office by phone or by traditional mall,It you have any questions,please contact 850.487.1395.'Pasant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees
licensed under Chapter 455.F.S.must provide the Department with an email address if they have one.The entails provided pray be used for fficial communication with the licensee.However
email addresses are public record.II you do not wish to supply a paooyal address,please
determine idefthe Oep'fiend with Tan change.email address which can be made available to the public,Please see our
•
https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=5924155 8/30/2016
DBPR- PICEK, WILLIAM J II; Doing Business As SANPIK, INC., Certi... Page 1 of 2
3:14:17 PM 8/30/2016
Licensee Details
Licensee Information
Name: PICEK, WILLIAM 3 II (Primary Name)
SANPIK, INC. (DBA Name)
Main Address: 576 576 MONROE RD, STE 1304
SANFORD Florida 32771
County: SEMINOLE
License Mailing:
LicenseLocation: 1004 TERRY DRIVE
ALTAMONTE SPRINGS FL 32714
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=F49E2603... 8/30/2016
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 regi
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 nano.
Name:
The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button•
Number Class Incident Status Disposition Disposition Disci;
Date Date Date•
2601 alai'Stone Road,Tallahassee Ft.32395::[mall;customer Contact Centel:;Customer Contact Center:850.487.1395
The state of Florida Is an/WEEP employer.c9pvrlght 2007-2010 State of Florida.S lyi1ce Stelesnoul
Under Florida law,email addresses are pu6110 records.If you do not want your email address released In response to a public-records rcrioest,do not send electronic mall to this entity.Instead,
contact the office by phone or by traditional mall.If you have any groslons,please contact 050.487.1391.'Pursuant to Section 451.275(1),Florida Statutes,effective October 1,2012,licensees
licensed under Chapter 455,F.S.most provide the Department With an email address If they have one.The mails provided may be used for official rmnnrunkatlon with the licensee.However
email addresses are prblic record.II you do not wish to supply a personal address,please provide the Department with an email address which 0011 be made available to the public.Please see our
Ohepter 455 page In determine if you are affected by this charge.
•
•
https://www.myfloridalicense.com/viewcomplaint.asp?SID=&licid=5924155 8/30/2016
Detail by FEI/EIN Number Page 1 of 2
FLORIDA DEPARTMENT OF STATE 4464C,
DIVISION OF CORPORATIONS .: /1n,'t,
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/SearchResultDetail?inq... 8/30/2016
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
2016 03/21/2016
Document Images
03/21/2016 --ANNUAL REPORT View image in PDF format
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
CoUvrioht.)and Privacy Policies
State of Florida, Department of State
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 8/30/2016
Detail by Entity Name Page 1 of 3
FLORIDA DEPAR`rMENT OF STATE
DIVISION off? CORPORATIONS nfr
Detail by Entity Name
Foreign Profit Corporation
ENDURANCE REINSURANCE CORPORATION OF AMERICA
Filing Information
Document Number F08000001663
FEI/EIN Number 35-2293075
Date Flied 04/11/2008
State DE
Status ACTIVE
Principal Address
4 Manhattanville Road
Purchase, NY 10577
Changed: 05/01/2015
Mailing Address
4 Manhattanville Road
Purchase, NY 10577
Changed: 05/01/2015
Registered Agent Name & Address
C T Corporation Systems
1200 SOUTH PINE ISLAND ROAD
PLANTATION, FL 33324
Name Changed: 04/29/2016
Address Changed: 04/29/2016
Officer/Director Detail
Name&Address
Title PRESIDENT
DONELAN, CHRISTOPHER A.
750 THIRD AVENUE
NEW YORK, NY 10017
Title TREASURER
http://search.sunb iz.org/Inquiry/CorporationSearchlSearchResul tDetail?inq... 8/30/2016
Detail by Entity Name Page 2 of 3
OSOFSKY, STAN
600 CAMPUS DRIVE
FLORHAM PARK, NJ 07932
Title SECRETARY
LURIE, DANIEL S.
4 Manhattanville Road
Purchase, NY 10577
Title DIRECTOR
DEL COL, JOHN V.
100 PITTS BAY ROAD
PEMBROKE, BERMUDA HM08 BM
Title DIRECTOR
MCGUIRE, MICHAEL J
100 PITTS BAY ROAD
PEMBROKE, BERMUDA HM08 BM
Title Director
YOUNG, STEPHEN
100 Pitts Bay Road
Pembroke HM 08 BM
Annual Reports
Report Year Filed Date
2014 05/01/2014
2015 05/01/2015
2016 04/29/2016
Document Images
04/29/2016 -- ANNUAL REPORT View image in PDF format
05/01/2015 -- ANNUAL REPORT View image in PDF format
05/01/2014 --ANNUAL REPORT View image in PDF format
04/30/2013--ANNUAL REPORT View image in PDF format
05/01/2012 -- ANNUAL REPORT View image in PDF format
04/29/2011 --ANNUAL REPORT View image in PDF format
01/11/2010 --ANNUAL REPORT View image in PDF format
04/21/2009 --ANNUAL REPORT View image in PDF format
04/11/2008-- Foreign Profit View image in PDF format
http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 8/3 0/2016