Loading...
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