Loading...
V(B)A pproval and Authorization to Award Bid #B04-03 to Acme Dynamics in the Amount of $18,800.00 Plus Additional Accessories Totaling $2,187.00 for a Total of $20,987.00 Agenda 03-16-04 Item V B Mayor ��e centeroff Good Lip. Commissioners S. Scott Vandergrift 5 �.,.`. 11"—'011;.(1-.e . _e Danny Howell, District 1 City Manager COE' Scott Anderson, District 2 - Rusty Johnson, District 3 Jim Gleason ` ., Nancy J. Parker, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Buye f THROUGH: Donald Carter, Acting Finance Director 4� DATE: March 9, 2004 RE: Bid#B04-03 6-Inch Auto-Prime Trash Pump ISSUE Should the City Commission select ACME Dynamics, Inc. for the purchase of a 6-inch automatic priming trash pump for the Public Works/Stormwater Department? BACKGROUND/DISCUSSION The current fiscal year's budget contains $22,000 for the purchase of an automatic trash pump for the Public Works/Stormwater Department. The bid was advertised on February 8, 2004, and publicly opened on March 2, 2004. Four (4) responses were received; however, two (2) were considered non-responsive d -tips failtalgailbmit a bid security, as required in the bid documents: 1) Acme Dynamics, Inc. $18,800.00 2) Ellis K. Phelps $23,350.00 3) Walker Miller Equipment Non-Responsive 4) USA Bluebook Non-Responsive In addition, staff recommends purchase of the following additional accessories for the 6" Pump: • One (1) 20' KANAFLEX suction hose at $465.00 • Two (2) 50'-section LAYFLAT (35 psi) discharge hose at $440.00 • Two (2) 100'-sections LAYFLAT (35 psi) discharge hose at $626.00 • Eight (8) quick disconnect fittings at $656.00 The total accessories price is $2,187.00, for the total amount of$20,987.00. Attached is a copy of the specifications for this project, and the bids from each bidder, along with the bid tabulation. All bids are available in the Finance Department for review. The bids were reviewed by the Public Works and Finance Department. Staff recommends awarding the bid to ACME Dynamics, Inc. as the most responsive and responsible bidder, per the attached memorandum from Bob Zaitooni, Deputy Public Works Director. RECOMMENDATION It respectfully is recommended that the City Commission award Bid #B04-03 to ACME Dynamics, Inc. in the amount of $18,800.00, and authorize Staff to proceed with the procurement of this equipment. Furthermore, please approve the additional accessories in the amount of$2,187.00, for a total purchase of$20,987.00. E= Cuter of Good Liv Mayor Commissioners S. Scott Vandergrift '!'� Danny Howell, District 1 Scott Anderson,District 2 City Manager Rusty Johnson, District 3 Jim Gleason -- Nancy J. Parker, District 4 MEMORANDUM TO: Joyce Tolbert, CPPB, Buyer FROM: Robert B. Zaitooni, P.E., Deputy Public Works Director/City Engineer ,/A, DATE: March 5, 2004 RE: Award of Bid#04-03, 6"Auto-Prime Trash Pump Public Works has reviewed the four(4) submitted bids in response to City's advertisement as listed below: • ACME Dynamics, Inc.- $18,800.00 • USA BlueBook-$22,035.00 • Ellis K. Phelps& Company-$23,350.00 • Walker Miller Equipment Company, Inc. -$23,576.00 We recommend award to ACME Dynamics, Inc., which meets the specification requirements at the lowest price of$18,800.00. In addition, staff recommends purchase of the following accessories for the 6" Pump: • One (1) 20' KANAFLEX suction hose at$465.00 • Two (2) 50'-section LAYFLAT (35 psi) discharge hose at$440.00 • Two (2) 100'-sections LAYFLAT (35 psi)discharge hose at$626.00 • Eight (8) quick disconnect fittings at$656.00 The total accessories price is$2,187.00, for the total amount of$20,987.00. Attachments: Accessory List City of Ocoee Public Works-301 Maguire Road-Ocoee,Florida 34761 phone: (407)905-3170■fax:(407)905-3176-www.ci.ocoee.fl.us Page 1 of 1 , Zaitooni, Robert From: Bert Newton [bnewton@acmedynamics.com] Sent: Thursday, March 04, 2004 12:27 PM To: Zaitooni, Robert Subject: SUCTION&DISCHARGE HOSES SALE PRICE OPTIONS FOR SUCTION AND DISCHARGE HOSES WITH QUICK DISCONNECT FITTINGS ARE AS FOLOWS: -6"X 20' GREEN PVC SUCTION HOSE CNV CAMLOCK QUICK DISCONNECT FITTINGS-$276.00 EACH -6"X 20' KANAFLEX(KANALINE) PLASTIC SUCTION HOSE CNV CAMLOCK QUICK DISCONNECT FITTINGS -$465.00 EACH (SUPERIOR QUALITY) -6"X 50'BLUE PVC LAYFLAT DISCHARGE HOSE (35 PSI WORKING PRESSURE) CAN CAMLOCK QUICK DISCONNECT FITTINGS-$220.00 EACH -6"X 100'BLUE PVC LAYFLAT DISCHARGE HOSE (35 PSI WORKING PRESSURE) CNV CAMLOCK QUICK DISCONNECT FITTINGS-$313.00 EACH -6"X 50' RED H.P. LAYFLAT DISCHARGE HOSE (150 PSI WORKING PRESSURE) C/W CAMLOCK QUICK DISCONNECT FITTINGS-$353.00 EACH -6"X 100'RED H.P. LAYFLAT DISCHARGE HOSE (150 PSI WORKING PRESSURE)C/W CAMLOCK QUICK DISCONNECT FITTINGS-$577.00 EACH -6"TRASH STRAINER C/W CAMLOCK QUICK DISCONNECT FITTING -$82.00 EACH NOTE:ALL PRODUCTS ARE SUITABLE FOR YOUR APPLICATIONS. THE KANAFLEX SUCTION HOSE AND RED LAYFLAT DISCHARGE HOSE HAVE GREATER WORKING PRESSURES WHICH ADD TO THE INCREASE IN COSTS. ANY QUESTIONS PLEASE CALL OR CONTACT ME AT: BERT NEWTON, FL. SALES MGR. 1-800-622-9355 / 1-813-918-1655 (CELL) bnewton•)acmedynamics.com ACME DYNAMICS INC WILL BE EXHIBITING AT THE UPCOMING FLA. WATER RESOURCES CONFERENCE AT THE GAYLORD PALMS RESORT&CONVENTION CENTER, KISSIMMEE FL.FROM APRIL 4TH THROUGH THE 6TH. IF YOU PLAN TO ATTEND WE ARE LOCATED IN BOOTHS 700&702 3/4/2004 BID TABULATION FOR: a BID#B04-03 6-INCH AUTO-PRIME TRASH PUMP 3102104 2:00 p.m. Acme Walker Miller: USA Bluebook Ellis K.Phelps Complete` :;. Dynamics Equipment " 'Dewatering: - TOTAL BID $18;800 Non-Responsive Non-Responsive $23,350§ :.;;INO,„Bifi.4111 Warranty 1 year 1 year Delivery Time 30 days 50 days Calendar Days _ No bid security company check Bid Security cashier's check submitted as bid security bid bond Copy of Insurance yes yes Certificate (1)Original& yes yes (2)Copies (1)Electronic Copy References/Subs yes yes Equipment Listing yes yes Summary of Litigation yes yes Center of Good Mayor <re_0 Wi;. Commissioners S. Scott Vandergrift ," ..,,3 ."'© Danny Howell, District 1 r Scott Anderson, District 2 City Manager0 DCE� Rusty Johnson, District 3 Jim Gleason f / Nancy J. Parker, District 4 CITY OF OCOEE INVITATION TO BID #B04-03 FOR lo. 6—INCH AUTO-PRIME TRASH PUMP ITB#B04-03 1 3 h :4-1,X'-''-'-''' BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid #B04-03 7 thru 13 General Terms & Conditions 14 Subcontractors/Equipment Listing 15 References/Summary of Litigation SCOPE OF WORK/SPECIFICATIONS 16 Specifications 17 Bid Sheet 18 Company Information/Signature Sheet END OF TABLE OF CONTENTS ITB#B04-03 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B04-03, 6-INCH AUTO-PRIME TRASH PUMP, no later than 2:00 PM, local time, on March 2, 2004. General Description: Compact 6" automatic priming centrifugal portable pump mounted on a two-wheeled highway trailer. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258,jtolbertna,ci.ocoee.fl.us. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above- appointed date at 2:01 PM, local time, or as soon thereafter as possible. The successful bidder will be required to furnish a 5% Bid Security for this bid. There will not be a pre-bid conference for this project. Any questions will be accepted as per the bid documents. Prospective bidders may secure a copy of the complete bid package, from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258, for a non- refundable fee of$20.00. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. The above fee may be waived by requesting an electronic copy of the bid documents. All bids shall be submitted as one (1) original and two (2) copies, PLUS one (1) electronic copy in .pdf format on a single compact disc or floppy diskette, of the required submittals in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No fax or electronic submissions will be accepted. City Clerk February 8, 2004 ITB#B04-03 3 INVITATION TO BID #B04-03 6-INCH AUTO-PRIME TRASH PUMP INTENT: Sealed bids for Bid #04-03 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work and/or commodities proposed, hereinafter called "Respondent". The proposed Contract will be for the purchase of(1) one, 6-inch automatic prime trash pump, per the "Scope of Work/Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)905-3100, extension 1516 and fax (407)656-3501, not later than February 24, 2004. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, PLUS one (1) electronic copy in .pdf format on a single compact disc or floppy diskette. All required submission forms and electronic copies must be enclosed inside a sealed bid package and received by the Finance Department not later than 2:00 PM, local time, on March 2, 2004. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, Buyer 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. Bids will be publicly opened and read in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 PM, or as soon thereafter as possible on ITB#B04-03 4 the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be Pre-Bid Conference for this project. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the respondent's bid, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or ITB#B04-03 5 e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. ITB#B04-03 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety(90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City, authorized to do business in the State of Florida, and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the ITB#B04-03 7 provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: ITB#B04-03 8 a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time • Experience with similar systems • Features of system 9. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to Joyce Tolbert, Buyer not later than seventy-two (72) hours after award. 11. PAYMENT TERMS: Payment for work completed will be made within (30) days of approved invoice. ITB#B04-03 9 No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Respondent, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. ITB#B04-03 10 i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made ITB#B04-03 11 without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount ITB#B04-03 12 provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration, if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: Please furnish a copy of your company's current insurance certificate. ITB#B04-03 13 CITY OF OCOEE INVITATION TO BID #B04-03 6-INCH AUTO-PRIME TRASH PUMP SPECIFICATIONS General Description: Compact 6" automatic priming centrifugal portable pump mounted on a two-wheeled highway trailer. Construction: All cast iron construction with cast chromium steel impeller. Engine: Minimum (71 hp @ 2200 rpm). Handling: Capable of handling raw sewage, slurries, and liquids with solids up to 3" diameter; and solids handling ball type non-return valve with renewable flexible rubber seat and quick release features. Flow: Maximum flow 1750 gallons per minute and 165 feet dynamic head. Fuel Tank: Minimum 60 gallon capacity. Price provided shall include freight charges and minimum full one (1) year manufacturer's warranty. ITB#B04-03 16 I I) 1.1 tlf11111 (i .„. v -,:,_ ,.., THE FUTURE IN PUMP TECHNOLDCY O O E E L. 0 4} --,-4-,..;;;Z:-,...:-:,^ ku-„r r - .-'_,.'---17:1- ' -,,r te. r --"=.- -• ,�,a if :4..2'1 V i1. a '-t- --. _ -t y-__., .. .tom r Kf^ "�`' " \moo t err- ` _.` " ='.2K . %" _ ; t ` '£ tw` -..,:i.. CNK cut ,,,.,-. 0 �i,. _ �� 'r : 4 dux-- ..- �1111,0,,,' :/ -• • • C� 5. r ..t" - .: 1";.-- ----.1.-,,- r... t -.= _ ..�.3v -`.,:. k,y • Get• +#,;+T�� .!Q 41 _ -' .ate'' x'..-''..7 - S' S.z s< -,may. z ' 2) !V . a itg in 2 co N -r 1l o x. -4' 041 o 2 The ACME Dynamics DYNAPRIME model DP150MM fully /Pt -0 3 automatic, dry priming, trailer mounted 6" trash pump features compact design with large pump performance: Flows to 2,375 ,.\ :, GPM, heads to 186' TDH, and elongated solids handling to CST'� co K - �`t °)= 3" x 2.5", and will pass ropes, rags, and stringy materials. The ' -�v • DYNAPRIME priming system enables priming and re-priming �'))- =a down to 30 feet within seconds, even on long suction lines. _ . This pump is highly efficient allowing for higher flows with less horsepower, which equates to lower costs to operate and e maintain. For more information visit our web site atCo 3 www.acmedynamics.com. . ..x- -t: Priming system. DYNAPRIME 200 : 60 •65-CFM oil flood lubricated,Heavy duty sliding vane type vacuum pump with t80 i 'Performance shown for all engines listed below 55 rpm ar°blades. 160 : 2400 Kevli i 60 *Quid(priming and repriming down to 30 ft vertical r 140 i -45 *Very low emissions:2-pass high efficiency filtration system A = 120 \2050 rpm i ao I -35 m .a = d 100 \ I I I I --30 m Pump Materials •Impeller.Double blade,spiral-type Pearlitic matrix 5.9 iron, 80 _ 1600 rpm i zn0 ASTM A536,Gd 100-70-03 @302 BHN 60 _ i Z -15 3 •Front/rearwear plates:Pearlitic matrix 5.9 iron,ASTM A536, 40 : i i -10 Gd 100-70-03 @ 302 BHN 20 i i -5 •Non-retum check valve: one piece, non-slam molded nitrile rubber nylon ° - , , , , , , , , , , , , , , , , reinforced stainless steel disc, seating against a replaceable stainless steel ° 500 1000 1500 2000 2500 seat Capacity(USGPM) *Shaft:Stainless steel;ASTM A276 431 35 F 30 . - i i i -100 Shaft Seal c 25 i i -8 Q •Dry running Oil bath double mechanical seal n20 • 6 (200mm)! 6 g •Silicon Carbide x Silicon Carbide viton elastomers all in stainless steel 1° 15 su ct tti on hose l ft with ao H of 6'(150mll > I l a Maintenance-free,long life 5 se16•'(150mm) 1 -2 °to ° Chassis/Fuel Tank ° 500 100 1500 2000 2500 Capacity(USGPM) •Chassis: 60 gallon integrated fuel cel:approximately 26(+)hours run time under full bad conditions •Fuel gauge and 4"lockable fuel cap •Jacks: 5000 front and rear,chrome Ike dear zinc plated side wind style Available Engine Options •Axle: single torsion flex type 5000# Water-cooled engines *Tires: ST205r75R14C *Perkins 804C.33 rated at 46.2—53.8 BHP @ 1800—2400 RPM •Hot dipped Galvanized trailer assembly:Rust resistant *John Deere 4045D rated at 62—72 BHP @ 1800—2400 RPM •Fenders manufactured of durable High Density Polyethylene: long life, inexpensive and easy to replace. Air-cooled engines •Safety chains/cables •Deutz F4L2011 rated at 48—55 BHP @ 1800—2400 RPM •Deutz BF4L2011 rated at 54—67 BHP @ 1800_2400 RPM Options: DOTappoved fghltsy surge creledric brakes,and more •Deutz F4L914 rated at 63—71 BHP @ 1800—2400 RPM Standard Equipment - •Control panel with full instrumentation including safety shutdown *All of the above eines will system,tachometer,volt meter,hour meter,oil pressure gauge, and produce performance as shown above water temperature gauge on water-cooled diesels Other engine options may be available *Lifting bracket with back up safety strap •Battery tray and cables Dimensions Optional Equipment •Length—140";Width-68";Height-8(7',Weight •auto start system with either float,or transducer: Easy to install •GVTW 3,700 lbs.(full of fuel) •Bauer/cam and groove style quid(connect fittings *Solar battery*larger •Hose Assemes blSPECIFICATIONS SUBJECT To CHANGE WITHOUT NOTICE PUMP PERFORMANCE BASED ON ENGINE MANUFACTURER'S MAXIMUM •Ranged suction and discharge fittings CONTINUOUS PERFORMANCE DATA PICTURE SHOWN MAY INCLUDE OPTIONS 'Spare tire and hub/spindle assembly •Hoserad( ACME Dynamics,Inc.2001—Published Date 1/21/04 Your Local Distributor: THE FUTURE IN PUMP TECHNOLOGY P.O.Box 1780•Plant City, FL 33564-1780 Phone(813)752-3137• (800)622-9355 Fax(813)752-4580 Please visit our web site at:www.acmedynamics.com email:salesandrentalseacmedvnamics.com ACME DYNAMICS INC P.O.BOX 1780 PLANT CITY, FLORIDA 33564-1780 CORPORATE OFFICERS JOSEPH MURPHY - PRESIDENT CHRIS IRWIN - EXECUTIVE VICE PRESIDENT MELVIN "BUTCH"THARPE VICE PRESIDENT • ts:: 7 LIMITED WARRANTY '� F:> •t: I CONDITIONS OF SALE = This UMITED WARRANTY is extended only to the original consumer/purchaser of products manufactured by Acme Dynamics, Inc., P. 0. Box 1780, Plant City, Florida, 33564-1780. Telephone Number: 813-752-3137. c • -A. Acme Dynamics, Inc., hereinafter referred to as "Acme", warrants the products it :" ,:ti 'ir manufactures to be free of defects in materials and workmanship. The warranty extends only t 4 to the original consumer/purchaser, hereinafter referred to as "Consumer", and commences on ` > ` the date of sales to said consumer and remains in effect for a period of twelve (12) months. J Delivery schedule is not covered by any warranty terms,and all dates given are approximate "; and subject to change without notice. THIS WARRANTY DOES NOT COVER: a. Adjustment or replacement of maintenance items,such as,but not limited to:seals,bearings, t:F lubrication and filters. .— b. Any work performed to correct malfunction caused by misuse, negligence or disregard of Acme's or ` ' • other's written instructions concerning installation,operation and maintenance of its products. c. Additional service work performed above that which is required to satisfy warranty requirements. d. Transportation charges,haul-out,travel time,loss of use,or other consequential charge or damage. e. Any damage caused by sand or abrasive materials,chemical deposits,corrosion, hazardous . waste or material, acts of God or other outside forces beyond the control of Acme. z f. Engines, electric motors and other items not of our manufacture.Warranty on these items, if i- ,. any, is the warranty of the manufacturer of such items. g. Repairs or replacement made without authorization from Acme or repairs made other than at a service facility designated by Acme. In the event of any breach of warranty,the original Consumer must deliver or ship the defective 'u unit or parts,freight prepaid,to the factory or any of the Acme authorized parts and service centers, providing prior permission is obtained from the factory.Acme agrees that it will replace or repair • (at our option)any such unit or parts where the defect results from a breach of its warranty without =:' charge to the original Consumer,provided said defect occurred within the warranty period.Acme z. or the authorized service repair centers will not be responsible for cost of the units or parts and the `= shipment of said unit or parts to or from Acme's plant or service centers. _ ' Acme's warranty obligation with regard to equipment not of its own manufacture is limited to rye ',�_. the warranty actually extended to Acme by its suppliers. Should a failure of such motor or -- = engine occur during the warranty period,the original Consumer must notify Acme Dynamics,Inc., Plant City, Florida and follow the instructions given. THIS WARRANTY DOES NOT COVER . REPAIRS OR REPLACEMENT MADE WITHOUT NOTIFICATION TO ACME DYNAMICS, INC. ; <;' THIS WARRANTY IS EXPRESSLY IN UEU OF ANY OTHER EXPRESS OR IMPLIED WARRAN- Nc- TIES INCLUDING ANY IMPUED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PAR- TICULAR PURPOSE AND OF ANY OTHER OBLIGATION ON THE PART OF THE SELLER. NO AGENT,EMPLOYEE OR REPRESENTATIVE OF THE SELLER HAS ANY AUTHORITY TO BIND THE ' ' SELLER TO ANY AFFIRMATIONS,REPRESENTATION OR WARRANTY CONCERNING THE PROD- r� UCT SOLD UNDER THIS WARRANTY.THERE ARE NO WARRANTIES WHICH EXTEND BEYOND r_ r g: THE DESCRIPTION ON THE FACE HEREOF. IMPUED WARRANTIES,WHEN APPLICABLE,SHALL • •'-_ COMMENCE UPON THE SAME DATE AS THE EXPRESS WARRANTY ABOVE AND SHALL, • EXCEPT FOR WARRANTIES OF TITLE,EXTEND ONLY FOR THE DURATION OF THE WARRANTY. _: Some states do not allow limitations on how long the implied warranty lasts, so the above t`=. `. limitations may not apply to you. The only remedy provided to you under an applicable implied -p :=' warranty or the express warranty shall be the remedy provided under the express warranty,subject to the terms and conditions contained therein. r' S .. Acme Dynamics, Inc. shall not be liable for incidental or consequential losses and damages • ;,: : under the express warranty, any applicable implied warranty or claim for negligence, except to `' the extent that this limitation is found to be unenforceable under applicable state law. ti,f :;_ Some states do not allow the exclusion or limitation of incidental or consequential damages, V.,-* so the above limitation or exclusion may not apply to you. __ "• This warranty gives you specific legal rights,and you also have other rights which vary from state to state. • F. ' '�T .' ;moo. ,... ,;h �'6.�:\,�`‘^•:r•- .:iA :,' • yam .:..... -aci dam. ACME1VII1IQhI(S DYNA P R I M E Curve Ref: Q 150-280-USA-v1 Speed: see below (rpm) THE FUTURE IN PUMP TECHNOLOGY DP150MM-280 Suct x Disch: 150 x 150 mm 200 = 1 ; -60 Spiral Flow Impeller Dia D2=280mm 55 1N ''''''.......' Free Passage Capability: 3 inch 2400 rpm i Pumpset performance based on standard test conditions:- –50 160 _ Water Temp<68 deg F — a. Altitude<300 tt Z '� - - - - Ambient Temp<77 deg F 45 m 140 - i Relative Humidity<26% C) 40 ami 2050 r m_ t Derating may be necessary for _ CD = 120 _ i other operating conditions 35 20I please consult for more details 100 ` � 30 ca O. m = 1800 rpm _ c so I 25 CD U� = 1 -20 Q- so _ ca Z = I - -15 3 40 10 20 i -5 I 0 500 1000 1500 2000 2500 60 _ , -40 II 50 _ C7 = I j 35 CO 40 30 C �_ -25 41 s2 30 I -20 d 20 _ ,- 15 3 Pumpset with patented DYNAPRIME system -10 3 10 d • 65 cfm(110 m3/h)Vacuum Pump -5 0 - : I i I i : , i , , � I i i I i i , 0 0 500 1000 1500 2000 2500 $ 35 ' - 10 ) V 25 - i 8 20 {ii C 0 15 Static lift with 40 ft of 6"(160mm) i I i -4 r IP 10 suction hose 6"(150mm) 2 m 5 f iCo fA 4 1 -1 a 1 Z 2 0 I ! 0 0 500 1000 1500 2000 usgpm 6 200 400 600 800 loo° 1200 14'00 1600 1800 2000 igpm o 20 40 60 80 100 120 140 I/s 0 50 100 150 200 250 300 350 400 450 500 550 ip3/h Flowrate CITY OF OCOEE INVITATION TO BID #B04-03 6-INCH AUTO-PRIME TRASH PUMP BID SHEET Please note that the specifications are intended as minimum and preferred guidelines. Please submit a bid on only(1) one type of trash pump that best meets the specifications. Total Bid $ 'S,E3oo.°° 616Al:4,64 114wsa,g4 Eti41- t1v.ioa,e,n Dollars and Cents Delivery Time: 30 DP4s calendar days after receipt of City Purchase Order. Warranty: I Ye- ACvk DYnlAw\ c5 Sac. Company Name Authorized Signature a2T 14c o rl moi..Snk,...,s5 nn62. Name/Title (Please Print) ITB#B04-03 17 COMPANY INFORMATION/SIGNATURE SHEET BID#B04-03 FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. ACAne 1>Y14atit►cs "Li c. B13-1.5 2.-3i31 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 813-7S2- 4580 FAX (INCLUDE AREA CODE) bneL..36n(Pacme61 e tics -cow E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 3 t-r r1�4�io•l - �_,S�i -E$ MGC NAME/TITLE(PLEASE PRINT) P.O. 3oX t So STREET ADDRESS e.AA,rt Gtr 3 -5l0.4-1150 CITY STATE ZIP FEDERAL ID# S't-20111'i Individual ✓Corporation Partnership Other(Specify) Sworn to and subscribed before me this 1 l o day of Feb avta1z-k( ,20O 4 . Personally Known or Produced Identification Notary Public-State of F\oc2tt c. (Type of Identification) County of s. c • .11^ Signature of Notary '1�� is Mi12� 1'4v t\ ‘'\Ov—)0.2fl Printed,typed or stamped Commissioned name of Notary Public MARY ANN HOWARD Notary Public, State of Florida My comm. exp. Oct. 22, 2006 Comm. No. DD 151770 ITB#B04-03 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. nl/A ITB#B04-03 14 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years, in particular, references to an existing location where the same system is currently operating. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): ORANGE Coo�Tl utLL.T1 8, coo PaES,OEsvts�Rw� 62L Da,4.32&09 - tl {4eller -461- 836-6953 Cary ee. W,N Poak_i so► Pa¢r At6So,n+ uJIMt.PA¢4L F, 31is4-Kb86 --rew.36s-r -401-59 9-�tS� Cell.41C/wart 6o._? S,4,a.,.6Y54. i.4M..6S A. 34109 -54.545 liAelk.Abu-- 2-39 -591—DISI, C,1-;oFO¢,a-001600 L.a.McL cDeo. .b24A.1Da..Ci. - 244 Cxy oFS�uM'(, U-I S.W.(LA i( I- STBuI:el .4.. 3.4444- Dav - 7?2-2.58 S3`}fi Have you any similar work in progress at this time? Yes ✓ No . Length of time in business so y, Bank or other financial references: RA-c,,4004 ,r, (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. µfa ITB#B04-03 15 2/16/2009 11:05 AM FROM: Poppell Insurance Poppell Insurance, Inc. TO: 7529580 PAGE: 001 OF 002 ACORI,M CERTIFICATE OF LIABILITY INSURANCE ATE(M�z0 PRODUCER (813)752-4155 FAX (813)752-7681 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Poppel 1 Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 503 W. Martin Luther KingBl d HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR vALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Drawer QQ Plant City, FL 33564 INSURERS AFFORDING COVERAGE NAIC# INSURED Acme Dynamics, Inc. INSURERA National Fire P. 0. Drawer 1780 INSURERB Auto-Owners Insurance Plant City, FL 33564 INSURER C. Bridgefield Employers Ins. INSURER U INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONIYLIMITS LTR NSRD DATEIMMIDDYI DATE(MM/DD/YYI GENERAL LIABILITY C401074514 03/01/2003 03/01/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 PRFMISFS(Fa occurencel CLAIMS MADE X OCCUR MED EXP(Any one person) $ 5,000 A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1,000,000 POLICY PRO- nLOC JECT AUTOMOBILE LIABILITY 4339050900 03/01/2003 03/01/2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY B S�HEDIILED At ITU5 Per person) X HIRED AIITOS BODILY INJURY X NUN-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Pei accident) GARAGE LIABILITY Atilt)ONLY-EA AC t.!DENT $ ANY AI ITO OTHER THAN EA ACC $ AIITO ONLY AGO $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 7 OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 830-28691 03/01/2003 03/01/2004 WC STATU- X OTH- EMPLOYERS'LIABILITY TORY LIMITS ER C ANY PROPRIETOR./PARTNER/EXECIITIVE E L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E L DISEASE-EA EMPLOYEE $ 1,000,000 If ye= deccnbe ander SPECIAL PROVIRIONS below E L DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Thirty (30) Day Notice of Cancellation applies to Workers' Compensation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF OCOEE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 150 NORTH LAKESHORE DRIVE OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. OCOEE, FL 34761-2258 AUTHORIZED REPRESENTATIVE Mark Poppell ACORD 25(2001/08) ©ACORD CORPORATION 1988 02/16/04 MON 11:10 [TX/RX NO 9621] 0001 2/16/2004 11:05 AM FROM: Poppell Insurance Poppell Insurance, Inc. TO: 7524580 PAGE: 002 OF 002 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) 02/16/04 MON 11: 10 [TX/RX NO 9621] [x]002 BID TABULATION FOR: a BID#B04-03 6-INCH AUTO-PRIME TRASH PUMP 3/02/04 2:00 p.m. Acme Walker Miller USA Bluebook Ellis K.PhelpsCom' ete.' Dynamics Equipment :Dewatering TOTAL BID 518;800 - Non-Responsive" Non-Responsive $23,35O: ` No:Bid °= :,' Warranty 1 year 1 year Delivery Time 30 days 50 days Calendar Days No bid security company check Bid Security cashier's check submitted as bid security bid bond Copy of Insurance yes yes Certificate (1)Original& yes yes (2)Copies (1)Electronic Copy References/Subs yes yes Equipment Listing yes yes • Summary of Litigation yes yes • Center of Good LI . Mayor Commissioners S. Scott Vandergrift ..: ®,.. Danny Howell, District 1 2 ;Ul Scott Anderson, District 2 City Manager � .- Rusty Johnson, District 3 Jim GleasonCO � Nancy J. Parker, District 4 � CITY OF OCOEE INVITATION TO BID #B04-03 FOR 6-INCH AUTO-PRIME TRASH PUMP ITB#B04-03 -.�.. '!z 3 5,z r' % ..airr '' r`"�„ `2 4' g a k ry 4 X t��' 4 ;` ..,,,,?-1--A.- 41.,' ;. 21.,iVi f{ lOtr .tk c�� a"r ', * �' a�' '3' 'fir `rxx i t - `6' " ,0C - ._s; a 1� '* -s'- `,.i ^ d a BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation to Bid#B04-03 7 thru 13 General Terms & Conditions 14 Subcontractors/Equipment Listing 15 References/Summary of Litigation SCOPE OF WORK/SPECIFICATIONS 16 Specifications 17 Bid Sheet 18 Company Information/Signature Sheet END OF TABLE OF CONTENTS ITB#B04-03 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B04-03, 6-INCH AUTO-PRIME TRASH PUMP, no later than 2:00 PM, local time, on March 2,2004. General Description: Compact 6" automatic priming centrifugal portable pump mounted on a two-wheeled highway trailer. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258,jtolbert(ci.ocoee.fl.us. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above- appointed date at 2:01 PM, local time, or as soon thereafter as possible. The successful bidder will be required to furnish a 5% Bid Security for this bid. There will not be a pre-bid conference for this project. Any questions will be accepted as per the bid documents. Prospective bidders may secure a copy of the complete bid package, from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258, for a non- refundable fee of$20.00. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. The above fee may be waived by requesting an electronic copy of the bid documents. All bids shall be submitted as one (1) original and two (2) copies, PLUS one (1) electronic copy in .pdf format on a single compact disc or floppy diskette, of the required submittals in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No fax or electronic submissions will be accepted. City Clerk February 8, 2004 ITB#B04-03 3 INVITATION TO BID#B04-03 6-INCH AUTO-PRIME TRASH PUMP INTENT: Sealed bids for Bid#04-03 will be received by the City of Ocoee, hereinafter called"The City", by any person, firm, corporation or agency submitting a bid for the work and/or commodities proposed, hereinafter called"Respondent". The proposed Contract will be for the purchase of(1) one, 6-inch automatic prime trash pump, per the"Scope of Work/Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)905-3100, extension 1516 and fax (407)656-3501, not later than February 24, 2004. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, PLUS one (1) electronic copy in .pdf format on a single compact disc or floppy diskette. All required submission forms and electronic copies must be enclosed inside a sealed bid package and received by the Finance Department not later than 2:00 PM, local time, on March 2, 2004. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e- mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, Buyer 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. Bids will be publicly opened and read in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 PM, or as soon thereafter as possible on ITB#B04-03 4 A the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) List of References/Experience; d) List of Subcontractors/Temporary Worker Agencies; e) Equipment Listing; f) Summary of Litigation; g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the bid documents/scope of work. G. There will not be Pre-Bid Conference for this project. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed to all parties to whom the bid packages have been issued. The City reserves the right to issue Addenda, concerning date and time of bid opening, clarifications, or corrections, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the respondent's bid, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or ITB#B04-03 5 e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all bids. ITB#B04-03 6 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety(90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City, authorized to do business in the State of Florida, and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the ITB#B04-03 7 provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division;and f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: ITB#B04-03 8 a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time • Experience with similar systems • Features of system 9. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to Joyce Tolbert, Buyer not later than seventy-two (72) hours after award. 11. PAYMENT TERMS: Payment for work completed will be made within(30) days of approved invoice. ITB#B04-03 9 No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales&Use Tax Exemption Certificate No. 58-00-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Respondent, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards,that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. ITB#B04-03 10 i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI 1330.5. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten(10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term"segregated facilities"means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein,that this bid is, in all respects, fair and without fraud and that it is made ITB#B04-03 11 J r without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti- trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount ITB#B04-03 12 J provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration, if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. 19. INSURANCE REQUIREMENTS: Please furnish a copy of your company's current insurance certificate. I ITB#B04-03 13 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: NA (Attach additional sheets if necessary) The respondent certifies that the respondent has investigated each subcontractor/temporary worker agency listed and has received and has in the respondent's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. See Attached 1 ITB#B04-03 14 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years, in particular, references to an existing location where the same system is currently operating. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): See attached Have you any similar work in progress at this time? Yes X No _. Length of time in business 4 years Bank or other financial references: See attached (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5)years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none,please so state. None CITY OF OCOEE ITB#B04-03 15 INVITATION TO BID#B04-03 6-INCH AUTO-PRIME TRASH PUMP SPECIFICATIONS General Description: Compact 6"automatic priming centrifugal portable pump mounted on a two-wheeled highway trailer. Construction: All cast iron construction with cast chromium steel impeller. Engine: Minimum(71 hp @ 2200 rpm). Handling: Capable of handling raw sewage, slurries, and liquids with solids up to 3" diameter; and solids handling ball type non-return valve with renewable flexible rubber seat and quick release features. Flow: Maximum flow 1750 gallons per minute and 165 feet dynamic head. Fuel Tank: Minimum 60 gallon capacity. Price provided shall include freight charges and minimum full one (1)year manufacturer's warranty. ITB#B04-03 16 CITY OF OCOEE INVITATION TO BID#B04-03 6-INCH AUTO-PRIME TRASH PUMP BID SHEET Please note that the specifications are intended as minimum and preferred guidelines. Please submit a bid on only (1) one type of trash pump that best meets the specifications. Total Bid $ 23,350 .00 Twenty-three thousand three hundred Dollars and no Cents and fifty Delivery Time: 50 calendar days after receipt of City Purchase Order. Warranty: See attached Ellis K Phelps & Company Company Name Authorized Signature Richard W. Cole, Technical Manager Name/Title(Please Print) 1 ITB#B04-03 17 COMPANY INFORMATION/SIGNATURE SHEET BID#B04-03 FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET"ARE ACCURATE AND WITHOUT COLLUSION. Ellis K. Phelps & Company 407-880-2900 COMPANY NAME TELEPHONE(INCLUDE AREA CODE) 407-880-2962 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DEFERENT AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Richard W. Cole, Technical Mgr NAME/TITLE(PLEASE PRINT) 2152 Sprint Blvd STREET ADDRESS Apopka, FL 32703 CITY STATE ZIP FEDERAL ID# 590843474 Individual Corporation X Partnership Other(Specify) Sworn to and subscribed before me this 2 6 day of Feb ,20 0 4 Personally Known XX or Produced Identification Notary Public-State of Florida (Type of Identification) Cou7y Orange SI_ ti a of Notary blic Raylene Arft Printed,typed or stamped Commissioned name of Notary Public , . r RAYLENE ARFT I`f rrin :t+ NOTARY PUBLIC,STATE OF FLORIDA 3R{ MY COMM.EXP.FEB 5,2006 �'�aFl`g COMM.#DD87682 ITB#B04-03 18 EIKret va:� 'q; �,t;',. MANUFACTURER'S REPRESENTATIVE 0 WATER AND WASTE WATER TREATMENT EQUIPMENT ELLIS K. PHELPS • COMPANY '' CUSTOMER: City of Ocoee,FL APPLICATION: PUMP MODEL/MATERIAL: Power Prime Pumps model DV-150 centrifugal end suction compressor assisted self-priming trash pump. Constructed of spheroidal graphite cast iron casing parts, 316 stainless steel impeller and replaceable wear plates. Oil immersed high-pressure mechanical seal with silicon carbide mating faces, VitonTM elastomers, 316 stainless steel body and HastaloyTM springs. Cast iron swing check valve with molded Buna-n rubber flapper. SIZE: 6" 150#ANSI suction flange 6"150#ANSI discharge flange DRIVER: Perkins/Caterpillar model 1004-42(4)cylinder water-cooled diesel engine to develop 102 HP continuous @ 1,800 RPM. Fitted with a Racor fuel/water separator with hand primer. ENGINE PANEL: Manual control panel to include tachometer, hour meter, voltmeter, keyed ignition switch as well as safety shut-down switches for high coolant temperature and low engine oil pressure. CHASSIS: GP-120 single spring-axle trailer with 120 gallon fuel capacity, (3) 5,000# jacks, battery tray,pintle hitch and safety chains. Center point lifting bail 2% Chrome impeller and wear plates DOT lights with six-pin plug 2152 SPRINT BLVD • APOPKA. FLORIDA 32703 • 407-880-2900 • FAX 407-880-2962 APOPKA C FT . MYERS WEST PALM BEACH 0 SAVANNAH }----;-;.-scrk-..„-„,:.,-;:t....".0-i--?),;-7,;,:e..D7.--3-Te--',.-'7_,- --7::---..=. ,--,.7-..`,..- --i":,:::C."- ";,-..-." : ":.:"-'41--"1:7"'"''...'..:',':,:,-;",;!,:...';;.: • _ - .:.....-:;'::;$,::: :.tr,....i.",,,:r:-- -.9.„,..4.,,,-"="v7,-Fb," F,Oki,,,t,"-...1-. .z 7.(1. .,,,,,..,--f-..-.1%.,:',:.;,.4"2,;::.,5:::.,.-,':;'-'......:: -.:.'..I.: • : ...,.'- -,-..!.;':-'7,:,-.-... . .r`., --"fj,'..: r."•,';',--;''--.2-'-rk.':C.,.,2--.=:,;-',w;:.:4::`''Z'."-..,In'i'''.i. Fl .F* - 9,, ,!:;,. .,, L7 ,, ri ,.: It, ',';',:.,,,-', .-,r1"4; `7 -:` --:' - ' Y:'''',-- :14 ' :: ill:.4- - - -:. - ::'-.' :'.--.17 :7'::;k7;:;:77:; 'a';::'.,faZJ4':',PV.:f..'M%rg'F"4''';'.:-.V•'$":f4rlf::W'Aid:'f1/7::Z;::.ii'47''''' 1,_,_,,'.,,*n;" r; , ,..,.. . .=., .. .Pr';',-.1-''''-2..-,'..,,i'.7-,i,'•:-•:4-`r,J.' 1 - :1 . '.0,1 ,, !min:L.--'7„,,040,5,,,-, lif,-,410114111" 401.In- -' ' .---•-.7,..,,, D ...:,7 -i, --:, .-'a- ••••:,''' H ._. _. ,[? 25 '-'...7.'.;-."':•..!5---':':..;:).":'..?:-.---'''''-- 'f" -7 ': ' :-,, '4,'' ' •:t" ., ::-.„?:::'. :Tmwik 6).- : ,-, -. . -,is j,Aily,4 ws rj NI ply',iii!'illeIA, 7 --.• . ,. 1 . Rws Fl _ ___, V . .e. '27. it.' I • a -.•- : - --- -,4.e,.'-iipriliifAx-:•;,,,Ir.,;,.-.::. _ sz „ „. .. „ . . , ... _ , . . .. _ .. . .. . . ,. ..___„ .. - Ii .., ... PUMPS- . ,.. ,. '"N.1 '.-.,..n- FEATEREg-:,-. JP — - . . _ _L.......,. . _....._ .. . „..,,.':iAy.:±..:;-,::,: 1 I • gojitliji,indlit*e4vtibilitieoto: .4(03,„ 11-;?Jli:!! 47,..*:!!: • Cblittifooti6,t6r primingi .-,,- --.-.-i,•:'.--_,---;;;::::ili.;-• :‘,-,'_c',;!-t---;!:,,, e,-i-:1.-.g ."7.7.,,,..1..--.,. • Ruit6tity.ithatteuded - . : - -_, ,--:---:.,X.4it<;',F.,:=-:';•::.:.:::7::;.:A .'..2,,i';:i:-•`--,;.:- -''''.--Mel'''.it..,- '-- il-•'4.4;..‘&-rsfi." - - • Suction lift to 28 • Skid or trailer mounted . ; SiiiiiireigieffiCt.01I414eLT.t:YUI*10:i :t.i *14:4;ei' .,a.,-,-,?-,.•a, -,:!?4;z-.,-,iai.a,',,,,,,-,:.,,,-,-,:r.,,,,,,..;,*,-4t.:!„.,:,,,,,..,,,:i DV-150 Vacuum Assist Self-Priming Pump . .....: ._ . - ' -.---.--;--t-.?..:1-, , ., ,,._.„,.,, . „.....„...,..., „„ TECHNICAL:- ', r- ---:- :-. -.--.-.-:::-:----------. - - .----..,_ .s?'::...-i-,:'::--z,..:...--,'_-,::::it--Z•::-.,'.I.:.-: :: ... . _, _ , .. -,, ,,.--Deere-v-..--. .46tprt,„- ., . The IA-4504s.direct coupledto a.4ohit -, ,.... Ot"4(4511-.:diesel fueled engine. ---..'-- :,--, . • Itip'74'a -Wen.,,,,......4.-Ke..a.fo:.ski . 1 . f :.. ' '-.14t.,--,..'.....--,,,,....i-r,....,--,.,,,,--4,-. Flows Curve for DV-150 .._ ititif j'. i'..kilekOt;OctintggY.41",.,..7,1,9'T;,"..1, 7,,..v.4,-..--.;---.,--, Flows Indicated Are At 10'Suction Lift In Clean Water ' ' 'oeffidii:5';'----7.-;.!,:::,,,'-ske,a6T-4;AW,... ,.-, 4 -• capacity..1- ' .i .,x----.i.-- -:-. '.,- --- -'''.-4-•-j- f..f -tk&-342,--4-.4.1,-.:V.-:. ' •.-TtemittleaniAtiereottietaitvpi5r1154i-m-g-2. --,::::,,,.: -..-,, ifictiV&PA/. : : - •-....r1Weepp. ": ...e,:Am.. ..... ,0,1ff,::.4t.„,: :' 1-:;7"2--ekq,-4. W..00:7 -7.,/.:ei'Virl 712.-1,21:j -"e i,....::f.,:t, .„„..ataii,‘1,...-.. _:,...._, ,... her lit engines .-- ,,.—- 165-rr l 515 022 r f1\ i_!?•,`,7--:Z-4,j6".'!' ::-"C ,rn'..44,:r,,,-:flr.ier.,',',f . .OPtiOlikat40444/1#1:'-'";;'":":V"::: :: ? " :tAlkiiig.% "7- :;'R,i,".2.:: sas-in-reammi sr-mo MATERIAL SPECIFICATIOI . '-' , --:',';•••i':"§.'i,'-''ir-. ;.-j-1.41'.:;'!"---,:?!.:,-j-''...`..:::::-..;..k;,,,,,-.:',.0....;i:,,;"..4.'e.r../.. .,;....M14},,p-',',-A.T,:'.,,t.t,-Pii.1..: 4 "*"4 IF illitAilIPI L.id I I h i 1,kj I k 7-,:rr---.„0.....tilima -,,, - ,,,, b.,..,.iori ,.; t0t),,,.i„..,,„ ,...,1,414.0,,,,,, _;,,,,,-440,..,,41,-,.. ..R.,,,,,---,. .., and ‘„ ai&-.,, te.k .4.. ... 7,..,,i. 20-60 ... alle/Willkiir # ....,, .....,- r, ,,,-, k:„...,,--, ,rt,,,-,-.,-„,,,.,...:,..„..itt,i,-,,x,;.,,,,,,-;„, tkiiitit64411 4a-t:t4110eStfi'" "' '''- Sk.41.4104, 111,110r iiiiiiritOtiAtIfiffitgaitr:$010-:i: ',.,.;:.,,,;1,41L:,944.iz-,:,-,,A,,-,ik,-.,,,---.••,:::. • .01- , ,.., ,4:14t soh ., ,;',VtA;141.11;:i*Pril,'T.t .4... --4:-''mechanical seal, - , : a a aa.a,say,,P 6.0 4 kt,',...i.,.4..,..Z.. 5n 165...15 The .4 - .. rr,-•-C ' Tegkfi;.'..t..6;f:E*65:24,,Vfl;r:1:t4-* ..,-,-,:,..:, C , .- .4.-,a,r144. .mr1:.1..f,.vit..Tor.,-.1 ,,,,...7,1:- .•6 4 .-. -:•.- nYitilli-1,.p•.,..i:-.,...........,,...„..f.,, • 4' ;.;4.!...lxwi...** ,4t*.--s ...,,,,,,...,y, .1 .t. .4 .4 24. ,34 .1. ''' . '-.::'§ -'''e:tdilltgaiaafgW:'''';'(‘A "trg'44:4100: 7.47Li:.r:Il.',-Z,;^;:l• I I Len" 331 DISC IL ,, 11. $ , ,',:=- `7,':,..-7'-',.<',t-',':'-•-•--:''.:,-, 1,7-7-:''',4,"t!,-,---7:2:"A". %‘K„:..T,t,.;:-, ...1".:: -:-4.!4,1:4,---,7,,-1-T, .-. ,..... ,.., ,.,-., ,. ..„,,,, ,....,....",,t7m,41,,..s.:,.,.. -77.1., Flows given in American Gallons Per Minute ' -- - ' - -=---- ---.: ' ', : :510M'SX-k-4PIKS?:':.;...‘.ri,-,J - -- -'- -- 1,?-±-1,';', . :- : .-_,.,,f,-":-..:-."-':''.,;i:' L''i----r. , :..:?", ,73,1CLA;?: AAVO-IFti)r,,,M41?'.67 -- *CD4MCU is an alloy highly resistant to - -_---- --,- -.,,....-.:. .,',..-.--,::::,.,,,-vir.-----,--,-z.-.;'....41;',-37,,,-:,--v-4.--y,1-..-.-!-:.---,.,r-2_ . : :''. .. ----",:-r----:''zfi.'i::'i•'-•'r.E-Pili'.-•i7-V:iL:;'f,.;.•IZ;:',:fO4,:'5,,L..g.;::::'i;lt:Jitgli,iA-.t:R'i7t--i-.-L'Yt:', corrosion and abrasion _ -i'4- ' ' PRIME.- '';',":ir.''';.'.1,r.. , --,:7,:;','?:-.., POWER . -. ---- -.- --- r -------------fit,,,te,v....4,4 . ic,. . .L...-,,,, ,,.,,----,...,,,, ,,,,,,...4.,. w.ww,pm....,, ,mg,w._.„...„,...o.t„,, ....,,,,,,.,, ..,,, .,... . Fuel consumption: 3.3 GPH @ 2,200 RPM . ,.......--.,:.,rv..)11( ,„';,.'-',:f1.-, ior-lx,-..0,--- f PPP-D/150-250-01/00 - (800) 6 - -., ---,k -4-,,'A k -''t --'4--- ''4,- 7. 16:,...., - -. 7,77.._,..i? ' ' '- ' '' ' '-:47:',f'''':-',-4'!":,:ik--.‘ti."-::-.--,==:-.--.----7-::!:(;.-.,-,=.--.0.:-..„,.---•.J.4-,i;:f.P,g-,4,-A.,A,47,-.4,7 -fr-, " - ;,-.,r:' ----_•'".';'''-''----'`-:---'-;,---!i--",-;:-.7'i,----:'±':',1r.,.'iz.2..i,:i.,•;,-,:;!:-,,,-.r.,(--.4,..i71-,1r,f. r pcscRpTiopiREVI 11 iF `. SUCTION = 6" - 150L8. FLANGE REVsioN5 DATE APPROVED C DISCHARGE = 6" 150LB. FLANGE . SHIPPING WEIGHT - 3400LBS. (EMPTY FUEL TANK WEIGHT) FUEL TANK CAPACITY = 120 GALLONS 135.25" • r311 / 0 FPI\ - �' n = dam I �.. . /_ itoi c ua r ,ir _� E. 1 I� L. p im l � it.f I �1 ill P��- ��. � � (�7 Com) Ff 0 [�- it `► I— 1 •_:::!!!11 /11 0 83.25° 1' SUCTION ` _ I0 I a;��"111111..uuNlli!I! D n (e)-, CENTERLINE �!`+ �_— '3®liII b1!II!119 !li (! M _ 1 �g DISCHARGE �� 151 1' '� 2 ra Id�� . CENTERLINE /��®� . i o rams ;1 " r 40.25. o o /• ar • 1- - 31.75" I �® m0O� Ii--.12.00"4.i--.12.00"4.-17.50"--d 19.00" ) H , 1 , . 1 .._ , ___ ; , • I-----33.00" 1 --25.25"--I 19.00"— -{ 0 66.00" 1 I.L END VIEW SIDE VIEW ip 1 „ 1 1207P v' (r) 10 78 180 2C 0 3 --I rn O - * 71,5– 165 2200RPM 30% 40% o CD 65- 150 \ \ \ 50% 3 n 60% D 58.5- 135-2000RPM 570 = 00 Vii-o N `Sp \ NS o m — . N hp N h� \6� h� • r� 52– 120 \ \c'o N •- \ ho s�65/ B \ 1800RPM N `� \ \ \ 60% 3 x CS 45,5 105 �_�� _� Cl) 2 J Millisai._ = 39"- 90 J 1600RPM t 3 32.5– 75 1500RPM =:� - 1400RPM 50% v '-- �_ z r- 26 60 ��'— �_ iiim 40% 'T' V 1200RPM 19.5– 45 --.� A rev n �� 30% 3Fo 30% 40% 5�% 1 m 13 – 30 61% irp, ` r-- -• 111P � IWillibt‘7M1111* ' - m • 65% 60% < o 6,5 15 50% i O I O 40°, - iluir.-- . W N,P,S,H.R_ 30% ( 3 0 0 – 0 � 73 -. D. m -o o• r P Ef I I I I I I f I I 1 ( ) f � S T US 100 350 600 850 1100 1350 1600 1850 2100 2350 2600 0 D I GPM --i co DISCHARGE N lit MO li. A DIVISION OF: WESTERN OILFIELDS SUPPLY COMPANY P.O. BOX 2248 3404 STATE ROAD BAKERSFIELD, CA 93303 Phone: (661) 399 9058 P U 74 PS. Fax: (661) 399 3374 POWER PRIME PUMP PARTIAL END USER LIST Agrium Mines-Ontario City of Kerwin—California Agri-Supply-California City of Lancaster—California Akzo Nobel-IL3liforr City of Las Vegas-Nevada Alaske Interstate-Alaska City of Manteca—California Amalgamated Sugar—Idaho City of Monroe—North Carolina Asarco—Arizona City of Monroeville-Alabama Atlas Dewatering—Ontario City of Nampa—Idaho ARB Corp.—California City of North Las Vegas-Nevada Associated Pump Systems—Louisiana City of Quincy-California Baker Tanks-Illinois City of Reedley—California BFI-California City of Salem—Oregon Birch Equipment—Washington City of San Antonio-TOMS Bolthouse Farms—California City of Scottsdale-Arizona Brucker Farms—California City of Santa Rosa—California Bureau of Indian Affairs—Arizona City of Simi Valley-California Canandaigua Winery-California City of Snyderville—Utah Cemex—Arizona City of Surprise-Arizona Chemline-California City of Tempe-Arizona Chevron USA—Louisiana City of Ventura—California City of Alachua-Florida City of West Palm Beach-Florida City of Albany-Oregon City of Williams—California City of Bakersfield-California City of Woodburn-Oregon ? City of Boise-Idaho Clark County-Nevada City of Ceres—California Clean Harbors—New Jersey City of Chowchilla, California Como Fire District-Colorado City of Clearlake-Texas Contra Costa County—California City of Concord—North Carolina Conveyor Mfg. &Supply—West Virginia City of Corvalis—Oregon Coronet Foods—California City of Daytona Beach Shores-Florida Delaware County Sanitation-Pennsylvania City of Delano—California Del Webb Corp. —California City of Dinuba-California Denver Metro WWRD-Colorado City of Edensburg-Pennsylvania Diamond Construction-Nevada City of Eugene-Oregon Driver Pipeline—Texas City of Florence—Oregon Eagle Sewer District—Idaho City of Glendale—Arizona Eagle River Mining—Utah City of Granite City-Illinois East Lake Development-California City of Hanford-California Ellis K Phelps-Florida City of Heald8burg—California Emory&Sons—Oregon City of Hollister-California Entech Corp—New Jersey City of Hot Springs—Arkansas Envirocare—Utah City of Kannapolis—North Carolina Falconbridge Mining-Ontario Fields Excavating-Ohio Phelps Dodge Morenci Mining—Arizona Flotronix—Pennsylvania Phelps Dodge Tyrone Mining—New Mexico Formosan Farms—California Pima County Sanitation Dist.—Arizona GPM Corp-Minnesota Placer Dome North America-Ontario Gallo Wines—California Portsmouth Naval Shipyard—New Hampshire Georgetown County—North Carolina Pratt&Whitney-Florida Gloucester County—New Jersey Pumping Services—New Jersey Glynn County-Georgia Rain for Rent—Arizona, California, Colorado, Grand Lake Fire Dept. -Colorado Florida, Idaho, Illinois, Granite Construction—Arizona Louisiana,Michigan, Green Mountain Falls-Colorado Massachusetts, Minnesota, Groveland Com. Services Dist. -Illinois Mississippi,Missouri,New Havana Water-Colorado Jersey,New York, North Hinson Pump Rentals—North Carolina Carolina, Oregon,Texas, Utah, Infratech—New Jersey Virginia, Wyoming J. H. Wright-Alabama R. E. Monk Construction—Arizona JKJ Farms—California R. E. Monk Construction-Colorado KRC Aggregate-California Rocky Mountain Consultants-Colorado Kern County Parks&Rec. —California S&H Dairy-California Kiewitt Constructors—Arizona Sacramento County-California Kititas County—Washington St. Johns County-Florida Klassen Tractor—California Salt Lake Sanitary District-Utah- Knochel Brothers—Arizona San Joaquin Flood Control District—California LaFonda Ranch—Texas San Carlos Apache Indian Tribe—Arizona Linder Rentals—Florida Santa Rosa Ranches—California Los Alamos National Labs—New Mexico Solutia—California Los Angeles DWP-California Southern California Edison-California Lowell Mining—Illinois Southwest Forest Products—Arizona Maricopa Feedyard-Arizona State of Utah-Utah Maryland Environmental Svc. -Maryland Stocker Resources-California Mayes Landing—New Jersey Sunbelt Pump&Power—Alabama,Florida, Mead WestVaco-Texas Georgia,Illinois,Maryland, New Jersey,North Metro Wastewater-Colorado Carolina, South Carolina, Virginia, Washington Mid=Al@rl@d limp—Kansas T&P Farms-Arizona Monterrey County Public Works—California Tenoca—North Carolina Monticito Sanitation-California Titus Global-Texas Mountainside Coal-Kentucky Tosco Refining-California Moving Water Industries—Florida Town of Beach Mountain—North Carolina Nevada Co-Gen—Nevada Town of Bradford West Gwillimbury-Ontario North American Energy—Texas Town of Gilbert—Arizona NuTemp Longville-Louisiana Town of Laguna Madre—Texas Oakland County—Michigan Town of Lake Lure—North Carolina Ocean Spray—New Jersey Trevillcos—Mexico Ojai Sanitary District-California Tysr-Chyang—Peoples Republic of China Onyx Industrial Services-Texas United Rentals—California, Colorado, Orange County Sanitation Dist. —California Minnissota Pabco-Nevada U. S. Borax—California PA Dept. of transportation-Pennsylvania Universal Land—Washington Parkersburg Utility Board—West Virginia University of lllinois—Illinois Pebble Beach Golf Resort—California VA Dept. of Game&Inland Fisheries-Virginia Valley Air—West Virginia Ventura Sanitation District—California Village of Hoffman Estates-Illinois Virginia Power—Virginia Water Management-California Western Dredge—Utah Western Dairy—California Westin Summit—Colorado Weyerhauser—Washington Yancy Brothers Caterpillar—Georgia Yuma County Water District-Arizona , POWER PRIME PUMPS END USER CONTACT LIST Hinson Pump Rentals Atlas Dewatering 4715 Nations Crossing Road 111 Ortona Ct. Charlotte,NC 28217 Concord, Ontario L4K 3M3 Will Hinson Canada (704)522-7867 Patrick Maher (905)669-6825 Delaware County J. H.Wright& Associates Solid Waste Authority P. O. Box 1085 583 Longview Rd. Daphne,AL 36526 Boyertown,PA 19512 Mark Wright John Baron (251)621-1491 (610)367-2373 United Rentals Sunbelt Rentals 6400 Washington 314 W. Landstreet Rd. Denver,CO 80229-7011 Orlando,FL 32824 Keith Rhodes Mark Forsyth (303) 522-1333 (408) 816-8188 4 u1®in mi!& Western Oilfields Supply Company � 3404 State Road a 111 111 Post Office Box 2248 Bakersfield, California 93303 Phone: (661) 399-9058 PUMPS Fax: (661) 399-3374 Warranty The Power PrimeTM Product supplied by Western Oilfields Supply Company (herein called "the Company") is warranted to be free of defects in material and workmanship under normal use and for the following time periods,when operated and maintained in accordance with our written instructions. Pumps: One(1)year or 3,000 hours of use from date of delivery. Mechanical Seals: Three (3) months or 1,500 hours of use. The Company's obligation under this warranty is limited to replacing or repairing at the designated distributor or the Company's facility any part or parts returned to it with transportation charges prepaid. Defective parts must be returned to the Company for evaluation prior to any determination of any warranty claim. All parts ordered under warranty must be accompanied by a written purchase order. The Company reserves the right to reject the cost of labor used to replace parts. This warranty will not apply to: 0 Any part which has been subject to misuse, negligence, accidental damage, improper or inadequate maintenance, or improper application. 0 Repairs rendered necessary or arising from the use of other than genuine Power PrimeTM Pump parts. 0 Normal maintenance items. 0 Deterioration of any item due to normal use, normal wear and exposure unless due to a defect in material or workmanship. 0 Any work or adjustment performed by persons other than authorized Power PrimeTM Pump dealers or damage resulting therefrom. Where permitted the liability of Power PrimeTM Pumps shall be limited at its option to the repair or the replacement of defective parts. In particular any liability for loss of time to the user while the pump or any equipment is out of commission, or for any labor charges or other expenses or for any loss of profit or consequential damage, loss or expense is expressly excluded. This warranty is given to the End User of the equipment on behalf of the Company and is not assignable. It may, however, be transferred on resale if the Company shall so agree in writing on the End User's application to this effect. The Company makes no warranty in respect of engines, components, accessories or equipment not manufactured by it though they may have been supplied with the Power PrimeTM Product or as equipment of which the Power PrimeTM Product forms part. A non-Power PrimeTM Product manufacturer may separately warrant such components, accessories and equipment. Customer is entitled only to such benefits as the respective non-Power PrimeTM manufacturer may give under its respective warranty. REV.5 970705P(JAN 01) F Elliiiii::00 MANUFACTURER'S REPRESENTATIVE Q WATER AND WASTE WATER TREATMENT EQUIPMENT (LLii K. PPPPPP • COMPANY Credit Information Sheet Trade References: Flygt Corporation Envirotech Pump Systems • 90 Horizon Drive 440 West 800 South Suwanee, GA 30174 Salt Lake City, UT 84101-0209 770 932-4320 801 359-8731 770 932-4321 (FAX) 801 530-7533 (FAX) Hughes Supply Company Universal Enclosure Systems P 0 Box 2273 900 S Cedar Ridge Rd Orlando, FL 32802 Duncanville, TX 75138-2208 407 841-4710 972 298-0531 407 849-1281 (FAX) 972 298-0614 (FAX) Bank Reference: SouthTrust Bank P.O. Box 2166 Orlando, FL 32802 407 246-6000 Federal ID #: 59-0843474 Corporation: Established 1958 Sales Tax (Resale) Exemption #: 58-20-020319-58 Contact Person: Gary Bussart, Treasurer Bill To: Ship To: Ellis K. Phelps & Company Same as Bill To; unless 2152 Sprint Blvd otherwise noted. Apopka, FL 32703 407 880-2900 407 880-2962 (FAX) Also Doing Business as: SAS, QCI, and Quality Controls 2152 SPRINT BLVD • APOPKA. FLORIDA 32703 • 407-880-2900 • FAX 407-880-2962 APOPKAO FT . MYERS Q WEST PALM BEACH 0 SAVANNAH 02/24/2004 13:31 FAX 407 894 2845 HUGH COTTON INS. INC. ,_____�.. [ j 002 ACORD CERTIFICATE OF LIABILITY INSURANCE EL1,CSR IP IS-1 DATE(MM/DIWYYY)02/24/04 'RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ugh Cott xi Insurance, Inc. HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.0. Box 1701 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Drlando FL 32802 Phone: 40"-898-1776 Fax:407-894-5278 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: FCCI Mutual Insurance Co. INSURER B: Ellis K. Phelps & Co. INSURER C: kr. Gary Bussart 2152 Sprint Blvd. INSURER D: Apopka FL 32703INSURER E: COVERAGES THE POLICIES DF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIRE'RENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGI IREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INbR AM)L POLICY EFFECTIVE POLICY EXPIRATION' LIMITS LTR INSRE TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDIYY) DATE(MM/DD/YY) EACH OCCURRENCE S OEN ERAL LIABILRY UAhMbt 1 U HtN I tU COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurence) S —1 CLAIMS MADE OCCUR MED EXP(Any one person) S —y PERSONAL&ADV INJURY S GENERAL AGGREGATE S GENT.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY ,PEC LOC AU fOMOBILE LIABILITY COMBINED SINGLE LIMIT s (Ea accident) ANY AUTO ., ALL OWNED AUTOS BODILY INJURY S (Per person) SCHEDULED AUTOS HIRED AUTOS BODILY INJURY S _ (Per accident) NON-OWNED AUTOS PROPERTY DAMAGE S —_ (Per accident) AUTO ONLY-EA ACCIDENT S GARAGE LIABILITY OTHER THAN EA ACC S ANY AUTO AUTO ONLY: AGG S E(CESS/UMBRELLA LIABILITY EACH OCCURRENCE S + _J OCCUR CLAIMS MADE AGGREGATE S $ DEDUCTIBLE S I S RETENTION S WC SIATU ' lJtH- WORKIIRS COMPENSATION AND X TORY LIMITS 1 _ ER A EMPLOYERS LIABILITY 001-WC04A-27185 01/01/04 01/01/05 E1.EACH ACCIDENT S 500,000 ANY PI tOPREETOR/PARXECUTIVE E.L DISEASE-EA EMPLOYEES 500,000 OFFICI N/MEMBER EXCLUDED? If yes,'lescrlbe under E.L DISEASE-POLICY LIMIT S 500,000 SPECL TL PROVISIONS below OTHEI t DESCRIPTIC'N OF OPERATIONS I LOCATIONS/VEHICLES/OCCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Ten dE-.ys notice of cancellation is applicable for non payment of premium. .Re: Bid # B04-03 CERTIFI'ATE HOLDER CANCELLATION cI,jyoco SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOI, DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS YIRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO.S.0 SHALL City of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 150 N. Lakeshore Drive REPRESENTATIVES. Ocoee FL 34761-2258 AUTHORIZED REPRES ACORD 25(2001/08) 1 ORD CORPORATION 198 =rom:Priscilla Berry At:J Rolf Davis Ins. FaxID:J Rolfe Davis Ins To:Raylene Date:224/04 02:44 PM Page.2 of 2 ACORD, CERTIFICATE OF LIABILITY INSURANCE OP ID P DATE(MM/DDNYYY) PRODUCER ELLIPHE 02/24/04 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION J Rolfe Davis Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 95255 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Maitland FL 32794-5255 Phone: 407-691-9600 INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER A. Zurich-American Ins. Co. INSURER B: Ellis K. Phelps, Inc. , INSURER C 2152 Sprint Blvd. Apopka FL 32703 INSURER D• COVERAGES INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD' POLICY EFFECTIVE POLICY EXPIRATION LTR INSR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE A X COMMERCIAL GENERAL LIABILITY CP02780005 $ 1000000 UREMI ( KEN IEU 10 01/03 10/01/04 PREMISES(Eaoccurence) $ 100000 CLAIMS MADE I X OCCUR MED EXP(Any one person) 85000 PERSONAL&ADV INJURY $ 1000000 GENERAL AGGREGATE $2000000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO- PRODUCTS-COMP/OP AGG $2000000 JECT LOC Emp Ben. 1000000 _ AUTOMOBILE LIABILITY A X I ANY AUTO CP02780005 COMBINED SINGLE LIMIT $1000000 10/01/03 10/01/04 (Ea accident) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON-OWNED AUTOS BODILY INJURY $ (Per accident) PROPERTY dent) MAGE $ ( DA GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $5000000 A X OCCUR CLAIMS MADE UMB930679700 10/01/03 10/01/04 AGGREGATE $5000000 $ DEDUCTIBLE $ ' X RETENTION $0 $ WORKERS COMPENSATION AND ORY LI I S U I H- EMPLOYERS'LIABILITY TORY LMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED'? If yes,describe under E L DISEASE-EA EMPLOYEE $ SPECIAL PROVISIONS below ------ E.L DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Liability is limited to loss or damage arising out of negligent acts of the insured. *Except as required by Florida Statute. RE: Bid #B04-03 CERTIFICATE HOLDER CANCELLATION CITYOCO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 150 W. Lakeshore Dr, REPRESENTATIVES. Ocoee FL 34761-2258 AUTHO EP SENTATIVE ACORD 25(2001/08) C'� ©ACORD CORPORATION 1988 • ELLIS K. PHELPS & COMPANY DRUG-FREE WORKPLACE POLICY LSUMMARY1 In a commitment to safeguard the health of our employees and to provide a safe working environment for everyone, we have established a Drug-free Workplace Policy for our Company. This policy is implemented pursuant to the Drug-free workplace program requirements under F.S. ' 440.102 and the proposed rules of the Department of Labor and Employment Security, Division of Workers' Compensation. The essential parts of this policy are: 1. The Company prohibits the illegal use, possession, sale, manufacture, or distribution, of drugs, alcohol, or other controlled substances on its property. It is also against Company policy to report to work or to work under the influence of drugs or alcohol. 2. Drug Testing of Applicants: a. All applicants considered final candidates for a position will be tested for the presence of drugs as part of the application process. b. Applicants will be asked to sign the Consent To Pre-employment form. If an applicant refuses, he or she will not be considered for employment and the employment application process will be terminated. c. If an applicant's test is confirmed positive, the applicant will not be considered for employment at that time and will be informed that he or she has failed to meet employment standards. 3. Testing of Employees: a. Reasonable-Suspicion Testing: Employees will be tested when there is a reasonable suspicion that an employee is using or has used drugs. b. Routine Fitness-for-Duty Testing: Employees will be drug tested if the test is conducted as part of a routinely scheduled employee fitness-for-duty medical examination. c. Follow-up Testing: All employees who have been determined to have used drugs or alcohol and are permitted by the Company to return to work will be subject to unannounced follow-up drug tests. Page 1 - 6/7/93 s d. Additional Testing: Additional testing may also be conducted as required by applicable state or federal laws, rules, or regulations or as deemed necessary by the Company. 4. Alcohol and Drug Use Prohibitions: a. The use, sale, purchase, possession, distribution, or dispensing of drugs or alcohol on duty or on Company property is cause for immediate discharge. b. It is against Company policy to report to work or work under the influence of alcohol or drugs. Employees who violate this policy are subject to discipline up to and including discharge. In the case of a first-time violation of the Company's policy, including a positive drug or alcohol test result (without evidence of use, sale, possession, distribution, dispensation, or purchase of drugs or alcohol on Company property or while on duty), the employee will be subject to discipline up to and including discharge. c. For the purpose of this policy an individual is presumed to be under the influence of alcohol or drugs if an alcohol or drug test is positive. d. The Company may suspend employees without pay under this policy pending the results of a drug test or investigation. 5. All information, interviews, reports, statement memoranda and drug test results, written or otherwise, received by the Company as part of this drug testing program are confidential communications. Unless authorized by state laws, rules or regulations, the Company will not release such information without a written consent form signed voluntarily by the person tested. 6. A Drug Use Information form which is a confidential report which must be filled out by job applicants and employees both before and after being drug tested. This form permits individuals to list all prescription and non-prescription drugs they are currently using or have used in the last month, as well as any other information they consider relevant to the test. 7. Prior to testing, the Job Applicant and Employee will be given a list of the most common medications by brand name or common name and chemical name which may alter or affect a drug test. 8. Any applicant who refuses to submit to the pre-employment drug test will be ineligible for hire. 9. Any employee who refuses to submit to a drug test may be terminated from employment or otherwise disciplined by the employer. An injured employee who refuses to submit to a drug test, or has a positive confirmation test, in addition to the above, forfeits his eligibility 2 • for all workers'compensation medical and indemnity benefits. 10. A list of names, addresses, and telephone numbers of employee assistance programs and local alcohol and drug rehabilitation programs available to employees will be provided upon request. 11. A job applicant or employee who receives a positive confirmed drug test result may contest or explain the result to the employer within 5 days after written notification of the , positive test result. If a job applicant's or an employee's explanation or challenge is unsatisfactory to the employer, the person may contest the test results. 12. A job applicant or employee has the responsibility of notifying the drug testing laboratory • of any administrative or civil action brought pursuant to Chapter 440, Florida Statutes. The lab will maintain the sample until the case or administrative appeal is settled. 13. The following is a list of drugs (described by brand name, common name and/or chemical name) for which the employer may test: Alcohol (booze, drink) Amphetamines (Binhetamine, Desoxyn, Dexedrine) Cannabinoids (marijuana, hashish, hash, hash oil, pot, joint, roach, spleaf, grass, weed, reefer) Cocaine(coke, blow, nose candy, snow, flake, crack) Phencyclidine(PCP, angel dust, hog) Methaqualone Opiates(opium, dover's powder, paregoric, parepectolin) Barbiturates (Phenobarbital, Tuinal, Amytal) Benzodiazophines (Ativan, Azene, Clonopin, Dalmane, Diazepam, Halcion, Librium, Proxipam, Restoril, Serax, Tranxene, 1 Valium, Vertron, Xanax) Methadone(Dolophine, Methadose) Proproxphene (Darvocet, Darvon N, Dolene) 14. Job applicants and employees have the right to consult the testing laboratory for technical information regarding prescription and non-prescription medications. 15. The contents of these drug and'alcohol guidelines are presented as statements of the Company's current policy and may be changed and updated by the Company. These guidelines are not intended to create a contract between the Company and any employee. Nothing in these guidelines binds the Company to specific or definite period of employment or to any specific policies, procedures, actions, rules, or terms and conditions of employment. 16. Employees, as a condition of employment, are required to abide by these guidelines. 3 • BID BOND The American Institute of Architects, AIA Document No. A3 10 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we ELLIS K.PHELPS &COMPANY as Principal hereinafter called the Principal, and WESTERN SURETY COMPANY as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF OCOEE as Obligee, hereinafter called the Obligee, in the sum ofFIVE PERCENT OF THE BID AMOUNT Dollars ($ -5% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID #B04-03,6-INCH AUTO-PRIME TRASH PUMP NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2ND day of MARCH 2004 ELLIS K.PHELPS &COMPANY Principal (Seal) Witness By: Name/Title J A," SURETY COMPANY Surety (Seal) Witnes B kir / • I S F R.BREEN Attorney-in-Fact 1 i ORSC 21328(5/97) Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint James H Breen,Benjamin Craig Sibley,Barbara Vaccaro,Individually of Maitland,FL,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bands,undertakings and other obligatory inF'--:^lents of p;miler nature—1^Unlimited Amounts—for any end all surh"bonds r^.d any and all consents required by the State Department of Transportation of the State of Florioa,incident to the release of rete.;;..d percentages and/or estimates on engineering and/or construction contracts. and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Executive Vice President and its corporate seal to be hereto affixed on this 5th day of October,2001. • WESTERN SURETY COMPANY e,ptPCl;9j:e tel4 4'10 :'4\`SEAV%P� °r'rM Stephen T.Pate,Executive Vice President State of South Dakota ss County of Minnehaha On this 5th day of October,2001,before me personally came Stephen T.Pate,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Executive Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission:xpires • J.MOHR October 22,2005 NOTARY PUBLICDAKOTA Mis SOUTH Expires My Commission Ezpir10-22-2005 • J.Mohr,Notary Public CERTIFICATE I,L Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation p nted on the reverse hereo still in force. In testimony),vhereof ave hereunto subscribed my name and affixed the seal of the said corporation this /�day of , ZOd . Er}c WESTERN SURETY COMPANY 4.41)(70." L Nelson,Assistant Secretary Form F4280-04.01 I d w • Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary,Treasurer, or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. e Centet of Good L. Mayor �� Commissioners S. Scott Vandergrift x „ m.•.,;illi.,..•.a: . Danny Howell, District 1 upteittScott Anderson, District 2 Acting City Manager `=x;; ` k. . EB-' Rusty Johnson,District3V.Eugene Williford ` �' - 4= Nancy J. Parker, District 4 TRANSMITTAL LETTER DATE: June 7, 2004 TO: David Evans Pecht-Evans Engineering, Inc. 501 East Jackson Street—Suite 202 Orlando, Florida 32801 Phone: 407 872-1515 FAX: 407 246-0963 PROJECT: ForestBrooke Subdivision, Phase 3 Landscape Plans The landscaping plans for FORSTBROOKE SUBDIVISION, PHASE 3 are date stamped received by the City of Ocoee on May 26, 2004 and stamped approved for permitting on June 4, 2004. Please attach this set of landscaping plans to the original and approved plan set. NOTE TO DEVELOPER: One set of approved plans must be located on the lob site at all times during development. If you have any questions, please call me at 407 905-3100, extension 9/1021. Sincerely, (a-cei' /67-)(:(/6cfr-, '1 Carolyn S. Alexander lyDevelopment Review Coordinator Community Development Department \tn! Attachment: 5 set of landscaping plans DISTRIBUTION Russ Wagner,Community Development Director(Transmittal only) Jeanne Washington,Administrative Assistant II, Engineering Department -3 plan sets(1 -File/2-Inspectors) Sherry Seaver, Permit and Inspections Coordinator, Building Department -2 plan sets(1-File/1 -Inspector) Planning Division—1 plan set 0 . City Clerk's office—1 plan set ._,„ Jim Phelps, Building and Zoning Official (Transmittal only) Project File H:\DRC\DRC 2004\DRC04111.doc City of Ocoee • 150 N Lakeshore Drive• Ocoee, Florida 34761 phone: (407)905-3100 •fax: (407)656-8504 •www.ci.ocoee.fl.us