Loading...
Item #11 Award of Bid #B14-02-R Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (Rebid)14qk5 4.�f 000(? Florida AGENDA ITEM COVER SHEET Meeting Date: January 6, 2015 Item # 1i Reviewed By: Contact Name: Joyce Tolbert Department Director: W Contact Number: 1516 City Manager: Subject: Award of B14 -02 -R Lift Station #10 Rehabilitation; and Lift Statiorf#9 Removal Project (Rebid) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct the Lift Station 410 Rehabilitation; and Lift Station #9 Removal (Project). All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work, which is generally described as the following: The work consists of the decommissioning of lift station #9 (conversion of station to an inline manhole), and the rehabilitation of station 410. In addition, the work will include the replacement of 1,000 feet of gravity mains due to failures and grade changes in the mains. This project was originally bid on February 11, 2014, and rejected by the City Commission on May 6, 2014 with the intent to revise the bidding documents and re -bid the project. Staff recommended the rejection of the bids due to the need to add the emergency repair of a gravity main and centralized "Alarm Monitoring Control Center" to the project. Due to the critical nature of this infrastructure and the need to be resolved the by rehab - replacement project, Staff is recommending moving forward with this project. Mr. Smith's recommendation discusses in more detail the project and the need for urgent repairs. The bid was publicly advertised on August 31, 2014, and opened on September 30, 2014. A pre -bid conference was held on September 17, 2014. There was only one (1) bid received, from L7 Construction, Inc. for $725,879.80 (adjusted due to mathematical error in the bid form). The bid is available in the Finance Department for review. The Utilities and Finance Departments reviewed the bid and Staff is recommending the award of the bid to L7 Construction, Inc., as a responsive and responsible bidder, per the attached recommendation from Charles K. Smith, P.E., Utilities Director. Issue: Should the City Commission award the Re -bid of Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project to L7 Construction, Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #B 14 -02 -R Lift Station # 10 Rehabilitation and Lift Station #9 Removal Project (Re -Bid) to L7 Construction, Inc., in the amount of $725,879.80, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that project funding be supplemented with $400,000.00 from Wastewater Repair & Replacement (407 - 535 -00- 6302), and that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation & Project Summary from Utilities Director including Exhibit A, B & C and BID #14 -02 -R: Liftstation #10 Rehabilitation; and Liftstation #9 Removal Bid Comparisons 3. L7 Construction, Inc. Bid 4. Invitation to Bid #1314 -05 5. Addendum 41 Financial Impact: The project will be funded by using the originally budgeted $358,527.15 (Fund 408) and supplemented with $400,000.00 (Fund 407) from Wastewater Repair & Replacement (407 - 535 -00- 6302), which includes $32,647.35 for contingency and construction administration expenses (material testing). Type of Item: (please mark with an x') Public Hearing For Cleric's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) N/A N/A N/A 2 Mayor S. Scott Vandergrift City Manager Robert Frank TO: Honorable Mayor and City Commission THRU: Robert Frank City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: November 4, 2014 OCOPE' florida MEMORANDUM Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: Recommendation for Award of B14 -02 -R Liftstation #10 Rehabilitation; and Liftstation #9 Removal Project Based on the review of the bid documents and bid tabulation, contractors' license qualifications and references, and the critically needs to be resolved by the project the Utilities Department recommends the awarding of the Liftstation #10 Rehabilitation; and Liftstation #9 Removal Project to L7 Construction, Inc. in the amount of $725,879.80. BACKGROUND: Liftstation #10 was originally built to support the industrial /commercial area of Enterprise St., Capital Court, Roper Parkway and Story Road. The station was originally constructed in the early to mid 1970s at 345 Enterprise St. which included two incoming vitrified clay (VC) pipes, 15" and 18" (see attached Exhibit A). In the 1990s the original station was replace by a new station 35' north of the existing station. Some of the pump's piping and controls were removed from the old station and the wet well was changed over to a junction (manhole) box. The area served by the station increased due to the Florida Auto Action (1994), the property which is current Public Work's campus (date unknown) and industrial development adjacent to east Enterprise St (date unknown). The east end of Enterprise development sewer was connected to liftstation #10 by utilizing a gravity system that discharged into a small liftstation ( #9) that pumped flows west 400' to station #10 by way of a 4" forcemain(refer to Exhibit A). The original station #9 was a manhole with two small grinder pumps that was converted to its' current configuration with the redevelopment of 321 Enterprise St (Dustin & Roberts) in 2007. City of Ocoee Utilities - 1800 A.D. Mims Road - Ocoee, Florida 34761 Phone: (407) 905 -3159 - Fax: (407) 877 -5899 - www.ocoee.org CURRENT STATUS OF INFRUSTRUCTURE (CRITICAL NEEDS): The infrastructure associated with liftstation #10, including its connection pipes are in poor condition. Additionally, liftstation #9 is unable to handle current flows and its' incoming pipe is clogged needing emergency repair. The list of critical needs for liftstations are as follows: Lift Station #10: 1. Liftstation #10 is located in the rear northwest corner of 345 Enterprise. Access by City forces is subject to property owner's operations. Afterhours access must be made through properties secured fencing and can be hindered by owner equipment placement. The project will provide an alternative access utilizing the City's Public Works compound. 2. The mechanical systems in the station are in poor condition needing rehabilitation. The project will make new the mechanical system. 3. Station #10's 18" VC pipe has three known locations of structural instability leading to the infiltration of sand and debris into pipe. This material causes the station to fail and requires increased attention to assure continuousness operation. Both incoming pipes to the station will be replaced with PVC and the existing clay pipes will be abandon. 4. The station is not equipped with emergency by -pass connectivity. Project will included a new bypass connection making "off- line" repairs possible. 5. The station's current emergency notification technology is no longer available and /or supported. The station will befitted with an emergency notification system capable of communicating with the department's SCADA center and have the ability to be remotely operated. 6. The station existing pumps need replacement due to damage cause by line infiltration and insufficient capacity to meet hydraulic parameters for the proposed "Downtown — Western Transmission Project ". Pump replacement shall meet future system compatibility while efficiently satisfying current low demands. 7. The station's wet well internal wall's seal coat is showing signs of a need to be rehabilitation. Rehab will extend life of station. 8. The junction box's (receiving manhole) mechanical appurtenance were not removed when the original equipment was converted to a receiving manhole. Additionally the structure's lid is not attached and in poor condition. The dislodged lid enables intrusion of water and debris into the box. Also, the internal wall coating has failed leading to degradation. Rehab will extend life of station. Lift Station #9: a. October 2012 liftstation #9's incoming flow significantly increased from an average daily flow of 2,700 gallons per day (gpd) to 22,500 gpd. The increased flow was beyond the newer station's operating parameters requiring excessive pump run times. Both the original pumps (HOMA) failed by early 2013 and were replaced with more durable pumps (Liberties). By summer 2013 the second set of pumps were replaced with larger and more robust pumps ( Flygt). The larger Flygt pumps cause an increased and unacceptable cycling. The typical life expectancy for each of the pumps is 12 years with the Flygt pumps showing early signs of excessive ware. The replacement of the station with gravity lines will resolve capacity and mechanical issues. b. Lift Station #9 receives wastewater flows from the east end of Enterprise St. and Maguire Rd. The collected flows are conveyed to the station by a gravity 8" VC pipe (see Exhibit B). Due to an illicit discharge into the 8" pipe, the west 280' of the west 300' (nearest to the station) became obstructed with a paraffin (wax) totally inhibiting upstream flow to station #9. The impounded flows must be pumped out by city staff on a daily basis. Notification of need for the emergency repair was provide to City Commission at the March 4, 2014 meeting. The repair requires the relocation of the pipe and will lead to resumption of wastewater conveyance upon completion. PROJECT DESCRIPTION: The project consist of the in -place rehabilitation of lift station #10, its' valve vault and receiving structure; and the decommissioning of lift station #9 by the conversion of the small station to a junction manhole. In addition to the liftstation work and ancillary to the project will be five (5) new 4' diameter manholes and the modification of three (3) existing manholes and gravity mains (15" PVC - 389.5', 8" PVC - 630.3' and 6" PVC -10'), and the in -place demo of 3 existing manholes and associated piping (see Exhibit B). The station rehabilitation will include new electrical controls /panel which shall include an Automatic Alarm Control capability. Also part of the project will be the installation and setup of an Alarm Monitoring Control Center at the Ocoee Wastewater Plant that will facilitate monitoring and control of this and other similarly equipped liftstations. Work shall also include all restoration of roadway, pavement curbing, sidewalk and disturbed ground associated with the work PROJECT EXPENSES CONSIDERATIONS: Work on liftstation #10 was first included in Utilities Department's Capital Plan in fiscal year 2008 -2009, which called for the replacement of both pumps. In Fiscal Year 2010/2011 a reassessment of the station resulted in a more extensive rehabilitation of the station and its' receiving manhole (F.Y. 2016 - $190,000). In the summer 2013 the project scope was increased and construction was expedited to Fiscal Year 2013/2014 and the budget was increased by $250,000.00. January 2014 the project was bid with the City receiving interest from three companies as follows: Southern Road & Bridge, LLC. $519,884.89 L7 Construction, Inc. $591,526.90 TLC Diversified, Inc. $712,535.00 The lowest bidder's similar experience was insufficient for a staff recommendation. Also, during the bid review the obstruction of the gravity main to liftstation #9 was discovered. Initially the emergency repair was to replace the existing main in its' current location but due to conflicts with other utilities' infrastructure installed above the damaged main, the main repair called for the main to be moved similar to the new mains in the project. Thus project was re- designed and bid solicited a second time. The Project was rebid September 2014 with only one bid received from L7 Construction, Inc. in the amount of $725,879.80. This amount included $72,484.11 for the emergency work and $33,000 for Alarm Monitoring Control Center not included in the original bid. The comparative differences in bids by L7, original vs rebid, increased by $29,846.32 and is summarized in the attached BID #1314 -02r: Liftstation #10 Rehabilitation; and Liftstation #9 Removal. The Liftstation #10 Rehabilitation; and Liftstation #9 Removal Project was original funded in Fiscal Year 2013/2014 in the amount of $350,000.00 from 401 - 535 -10 -6302 and increase by $22,000 to cover the cost of the Alarm Monitoring Control Center. To complete the project there is $358,527.15 available project funding which will need to be supplemented by $400,000.00 from 407 - 535 -00 -6302 (Wastewater Repair & Replacement Reserves) which would include $32,647.35 for contingency and construction administration expenses. REFERENCE CHECK: Utilities staff contacted the three (3) references provided in the Bid Form by L7 Construction. Both the City of Clermont Florida and Sanford, Florida provided very high references noting that all work was performed at the highest level without delay or excessive change orders. Work consisted of Master Lift Station replacement, manhole replacement, pumps, motors, check valves and piping, force main and gravity main replacement. Additionally, technical pump around bypass pumping was provided for both projects. The third reference, City of Ocala, did not return staffs calls. BID #B14 -02 -R: Liftstation #10 Rehabilitation; and Liftstation #9 Removal Bid Comparisons Original Bid vs Rebid Review & Emergency Repair Work Breakout Ordinal Bid Re-Bid Re Bitl Ori anal Re Bid DESCRIPTION Southern Road & Britl a LLC TLC Diversified, Inc. L7 Construction Inc. L7 Construction, Inc. Emer enc Re air Item EST'D QTY. EST'D QTY. UNIT PRICE I TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE % or UNITS TOTAL PRICE 1 Mobilization& General Conditions 1.0 1.0 $8,190.00 $8,190.00 $71000.00 $71000.00 $29000.00 $29000.00 $35000.00 $35,000.00 9.9857% $3,494.9 2 Survey (Horizontal and Vertical Controls & As Built) 1.0 1.0 $4,410.00 $4,410.00 $4 $4 $2 $2,999.0 $4 $4,000.00 909857% $399.4 3 Maintenance of Traffic 1.0 1.0 $3780.00 $3.780.00 $1,500.00 $1,500.00 $22000.00 $22000.00 $28000.00 $28,000.00 9.9857% $2795.9 Clearing and Grubbing, Tree Removal, Earth Work to 4 Reestablish Existing Ditch 1 $4,000.00 $4,000.00 5 Clean Fill 2000 $62.00 $12400.00 6 -- Roadway Pavement Removal and Replace Pavement 1036.3 1555.6 $78.90 $81,764.07 $70.00 $72 541.00 $45.00 $46.633.50 548.00 $74 668.80 425.6 $20,426.8 'Structural Asphaltic Concrete Leveli Course 5.2 $375.58 $1,953.02 $130.00 $676.00 $130.00 $676.00 Remove and Replace FOOT Type "F" Curb and Drop 7 Curb 5207 . 776.0 $23.61 $12293.73 $25.00 $13,017.50 $20.00 $10,414.00 $21.00 $16296.00 274.0 $5,754.0 Remove and Replace FOOT Type Valley Curb 6 20.0 20,5 $71.61 $1,432.20 $50.00 $1,000.00 $30.00 $600.00 $34.00 $697.00 Remove and Replace Straight Curb 9 30.3 6.0 $49.97 $1,514.09 $40.00 $1212.00 $22.00 $666.60 $25.00 $150.00 12.0 $300. Im Construct Straight Curb 78.3 $21.17 $1,657.61 $20.00 $1,566.00 $13.00 $1,017.90 Remove and Replace 4" Thick Concrete Sidewalk 10 24.5 1 404 $65.27 $1,599.12 $85.00 $2.082.50 $84,00 $2 5154.00 53.75 i.E0 Saw Cut, Demolish and Remove Concrete Ramp 11 27 5256.00 $7 065.60 12 Portland Concrete Pavement 14.8 513 556 BO Construct 4' Thick Concrete Sidewalk ._�.,,,,_ 75.4 . .. $501 3 $3,779.80 $45.00 $3393.00 $50.00 $3770.00 Abandon In -place 4" or Less Diameter Forcemain 13 Including Grouting of Main. 482.0 397.0 $5.30 $2,554.60 $5.00 $2,410.00 $3.00 $1446.00 56.00 S2, 382.00 Abandon and Remove 6" PVC Forcemain 44.0 $55.98 $2,463.12 $117.00 $5,148.00 $31.00 $1.364.00 14 Abandon in place 8" Gravity Main including Grouting 277.0 Abandon In -place W'Gravity MairaasluAin9 G- Nng-of $10.00 $2,770. 276.0 $2 Maii and Protect/Maintain Adjacent 6" Sanitary Force 15 Main 278.0 299.5 $21.88 $6,082.64 $18.00 $5,004.00 $11.00 $3,058.00 $21.00 $6,289.50 Abandon In -place 18" Gravity Main Including Grouting of 16 Main 365.0 335.5 $18.39 $6712.35 $18.00 $6,570.00 $13.00 $4745.00 $14.00 $4697.00 Removal of Existing 18" Gravity Main Between 17 Structures #24 and x-147 48.3 48.5 $57.52 $2 77822 $90400 $4 347.00 $438600 $21,155.40 $214.00 $10.379.001 Install S' Sanitary Sewer Service Lateral Including Tie-in 18 to Existing Lateral and Cleanout at Property Line. 1.0 3.0 $3,704.83 $3,704483 $2,400.00 $2,400.00 $5,800.00 $5,800.00 $5,600.00 $16,800.00 1.0 $5,600.0 6" PVC Gravity Sewer Main (Single Service Between 19 Structures x-#9 and x-F8 70.0 70.0 $190.09 $1 $450.00 $4 500.00 $590.00 $5,900.00 $525400 $5,250.00 20 8" PVC Gravity Sewer Main 9.3 630.3 $242.98 $2,259.71 $490.00 $4.557.DD $580.00 $5,394.00 $70.00 $44.121.00 288.0 $20.160w0CJ 1Y' PVC Gravity Sewer Main 391.8 $32.10 $12.576.78 $100.00 $39.180.0 $100.00 $39180.00 _- 16' PVC Gravity Sewer Main 117.1 2.89. 5 $76.23 $8,926.53 $120.00 $14,052.00 $185.00 $21,663.50 5103.00 540.118F,0 2" P.E. Service Forcemain 366.0 $11.70 $4,282.20 $17.00 $6222.00 $9.00 $3294.00 Connect 2' P.E. Service Forcemain to Existing 3!/," Forcemain 1.0 $1,035.41 $1,035.41 $500.00 $500.00 $1,000.00 $1,000.00 New 6' Diameter Receiving Manhole(Str -M1) 1.0 $16266.54 $16266.54 $29000.00 $29000.00 $31000.00 $31000.00 New 4' Diameter Receiving Manhole (SV -r2, Str -#3, St, 22 1#5 &Str -#76) 4.0 4.0 $7,759.95 $31,039.801 $7 $28400.00 $7,100.00 $28400.00 $7,700.00 $30800.00 1.0 $7700. New 4' Diameter Doghouse Manhole (Str#4) (Doghouse 23 Optional) 1.0 $15400.00 $15,400.00 24 Modify Existing Manhole(Str -x#17) 1.0 1.0 $2,367.62 $2,367.62 $5100.00 $5,100.00 $1400.170 $1400.00 $3,700.00 $3,7D0.00 25 Modify Existing Manhole(Str -x-#8) 1.0 1.0 $3,914.19 $3,914.19 $5600.00 $5,600.00 $2,000.00 $2,000.00 $4,800.00 $4,800.00 0.3 $1,200. BID #B14 -02 -R: Liftstation #10 Rehabilitation: and Liftstation #9 Removal Bid Comparisons Modify Existing Fiberglass Uftstation (Str -x-#9) 1,0 1.0 $5,367.29 $5,367.29 $9,500.00 $9,500.00 $600.00 $600.00 $1 400.00 $1,400.00 1.0 $1 27 Modify Existing Manhole (Str #10) 1.0 $5,100.00 $5,100.00 28 Demolish and Remove Existing Manhole (Str -x- 11611) 1'o 2.0 $1,642.10 $1 $6400.00 $6400.00 $5000.00 $5,000.00 $1 $3,600.00 29a Abandon In -place Existing Manhole (Str- x#1012) 1.0 2.0 $2,493.62 $2,493.62 $5300.00 $5,300.00 $1,200.00 $1,200.00 $750.00 $1,500.00 291, Abandon In -place Existing Manhole (Str-x #* 113) 1,0 1.0 $2,367.62 $2,367.62 $5,300.0 $5,300.0 $1 $1,200.00 $750.00 $750.00 Abandon In -place Junction Box {old 111tstation} (Str -xw #12 ) 1.0 $821.05 $821.05 $5700.00 $5700.00 $2.2D0.00I $2200.00 Abandon and Reprove Existing Valve Vault (Str - x41 13) 1.0 $1,642.10 $1,642.10 $6,800.00 $6,800.00 $1,300.00 $1,300.00 Abandon and Remove Existing Liftstation (Str -x #14) 1 $4,103.19 $4,103.191 $9.200.00 $5,200.00 $2,400.00 $2 New Liftstation 1.0 $235231.37 $235231.37 $289,000.00 $289000.00 $247,000.00 $247000.00 3p Rehab Existing Junction Box (Str -x #1) 10 $36.000.00 $36,000.00 31 Rehab. Existing Valve Box 1,0 $25 $25 000.00 32 Rehab Existing Lift Station 1.0 $180000.00 $180,000.00 33 1" RE Water Service from main to Station 1,0 $6,724.00 $6,724.00 6' High Chain Link Fencing Including Terminal Post 126.0 440 $27.01 $3,403.26 $32.00 $4,032.00 $22.00 $2 536.00 51.584.00 Relocate Existing Fence Terminal Post and Re- connect Existing Fence 1.0 $3,640.52 $3,640.52 $200.00 $200.00 $1 400.00 $1,400.00 14' Slide Gate 2,0 $1,789.20 $3578.40 $2,300.00 $4600.00 $1600.00 $3200.00 26' Slide Gate 1.o $2,471.25 $2,471.25 $1800.00 $1800.00 $2000.00 $2000.00 Solid Sodding 405.0 $3.78 $1,530.90 $5.00 $2,025.00 $4.00 $1620.00 Solid Sodding (Bahia) 95500 $5.00 $4,775.00 48.6 $242.8 36 Solid Sodding (St Augustine) 2720 $9.00 $2448.00 2718 $250.0 37 Seed and Mulch so.o $10.00 $900.00 38 By -Pass Pumping 10 1,0 $20,353.14 $20353.14 $27,000.00 $27,000.00 $23000.00 $23000.00 $36000.00 $36000.00 39 1 AIarn Monitoring Control Center 1 $33 000.00 $33,000.00 TOTAL $519884.89 $712,535.00 $591,526.90 $725,879.80 $72,484.11 Item part of Drginal Bid not include in Rebid Item Plot include in Original Bid added to Rebid. Pro Minus Emergency Repair and added Alarm monitorinq Control center $620,396.69 LTs Original Bid $591,526.90 LTs Change from Original to Rebid $2886879 Public Works Grounds -- N . {unction Box Original Station Lift Station #10 w s MI�I I MIT 18" VCP---- I i 15„ 'Y.Cp I Lift Station #9 Failed Pipe Location Typical 345 I 18" VCP Forcernam From Station #9 going to Station #10 11 i a V MH �Forcemain From Manhole (MII) Station #10 Access to Station CITY OF OCOEE ENTERPRISE STREET Exhibit UTILITIES DEPARTMENT y Existing Wastewater System q �(1111u� �,nr El��� A DATE: 10/2014 SCALE: V =100 Layout N t' b W E 317 O Lift Station #9 s 345 MH .Manhole (MH) :11 H Area of Failed Gravity Main 320 I CITY OF OCOEE EAST ENTERPRISE STREET Exhibit F UTILITIES DEPARTMENT Gravity Sewer Main Ill B ,� ,. �llmn��- ���nrt01l1}� DATE: 10/2014 SCALE: N. T. S. Layout Public Works Grounds Access to Station N Junction Boy ,o Station #1 Rehabed Lif #10 Rehabed �, O S i I i 15" PVC Sewer Main I I 345 I Forcemain From MH Manhole (MH) Station #10 �MH A" PVC Sewer Main 15" PVC Sewer Main 15" PVC Sewer Main g„ PVC C Sewer Main MII MIS MH I CITY OF OCOEE ENTERPRISE STREET Exhibit UTILITIES DEPARTMENT Rehabed Wastewater System C Eery „',r „n DATE: 10/2014 SCALE: 1” =100 Layout BID TABULATION 9/30/14 2:00 P.M. BID #B1402 -R LIFT STATION #10 REHABILITATION LIFT STATION #9 REMOVAL BID TAB L7 Construction, Inc. Acknowledged Addendum #1 yes Bid Security Bid Bond License Check active Required Forms yes DESCRIPTION EST'D CITY. UNIT PRICE TOTAL PRICE Mobilization/Demobilization & General Conditions 1.0 $35,000.00 $35,000.00 Survey (Horizontal and Vertical Controls & As- Built) 1.0 $4,000.00 $4,000.00 Maintenance of Traffic 1.0 $28,000.00 $28,000.00 Clearing & Grubbing, Tree Removal, Earthwork to Reestablishing East Drainage Ditch 1.0 $4,000.00 $4,000.00 Clean Fill 200.0 $62.001 $12,400.00 Roadway Pavement Removal and Replacement 1555.6 $48.00 $74,668.80 Remove and Replace FDOT Type "F" Curb and Drop Curb 776.0 $21.00 $16,296.00 Remove and Replace FDOT Type Valley Curb (Index 300) 20.5 $34.00 $697.00 Remove and Replace Straight Curb 6.0 $25.00 $150.00 Remove and Replace 4" Thick Concrete Pavement (Sidewalk and Driveways) 24.4 $154.00 $3,757.60 Saw Cut, Demolish and Remove Concrete Ramp 27.6 $256.00 $7,065.60 Portland Concrete Pavement @ Varies Depths (Concrete Ramp and Station Slab) including structural steel and curing. 14.8 $916.00 $13,556.80 Abandon in Place 4" or Less Diameter Forcemain Including Grouting of Main 397.0 $6.00 $2,382.00 Abandon in Place 8" Diameter Gravity Main Including Grouting of Main 277.0 $10.00 $2,770.00 Abandon and Remove 15" Gravity Main and Protect /Maintain Adjacent 6" Sanitary Sewer Forcemain 299.5 $21.00 $6,289.50 Abandon in Place 18" Gravity Main Including Grouting of Main 335.5 $14.00 $4,697.00 Removal of Existing 18" Gravity Main (Between Structures #4 and x-#7) 48.5 $214.00 $10,379.00 Install 6" Sanitary Sewer Service Lateral Including Tie -In to Existing Lateral and Cleanout at Property Line. 3.0 $5,600.00 $16,800.00 6" PVC Gravity Sewer Main (Single Service Between Structures x-19 and x48 ) 10.0 $525.00 $5,250.00 8" PVC Gravity Sewer Main 630.3 $70.00 $44,121.00 15" PVC Gravity Sewer Main 389.5 $103.00 $40,118.50 New 4' Diameter Manhole (Str -#2, Str -#3, Str-#5 & Str - #6) 4.0 $7,700.00 $30,800.00 New 4' Diameter Manhole(Str- #4) (Doghouse Optional) 1.0 $15,400.00 $15,400.00 Modify Existing Manhole (Str -x-#7) 1.0 $3,700.00 $3,700.00 Modify Existing Manhole (Str -x-#8) 1.0 $4,800.00 $4,800.00 Modify Existing Fiberglass Lift Station (Str -x-#9) 1.0 $1,400.00 $1,400.00 Modify Existing Manhole (Str- x - #10) 1.0 $5,100.00 $5,100.00 Demolish and Remove Existing Manhole (Str- x-#11) 2 $1,800.00 $3,600.00 Abandon, In -Place Existing Manhole (Str -x-#12 & Str- x-#13) 3.0 $750.00 $2,250.00 Rehabilitate Existing Junction Box (Old Lift Station) Including Replacement of Top- Ring /Cover (Str -x-#1) 1.0 $36,000.001 $36,000.00 Rehabilitate Existing Valve 1.0 $25,000.00 $25,000.00 Rehabilitate Existing Liftstation 1.0 $180,000.00 $180,000.00 1" P.E. Water Service From Main to Station 1.0 $6,724.00 $6,724.00 6' High Chain Link Fencing Including Terminal Post 44.0 $36.00 $1,584.00 Solid Sodding (Bahia) 955.0 $5.00 $4,775.00 Solid Sodding (St. Augustine) 272.0 $9.00 $2,448.00 Seeding and Mulch 90.0 $10.00 $900.00 By -Pass Pumping 1.0 $36,000.00 $36,000.00 Alarm Monitor Control Center (AMMC) 1.0 $33,000.00 $33,000.00 TOTAL $725,879.80 Bids are listed in alphabetical order. Highlighted amounts are price discrepancies on bid form. Only one respondent Lift Station #10 Rehabilitation; and Litt Station #9 Removal Project (RE -BID) B14 -02 -R SECTION 00300.0 BID FORM SUBMITTED: 9 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID #B 14 -02 -R Lift Station 410 Rehabilitation; and Lift Station #9 Removal (RE-BID) NAME OF BIDDER:_ L. ! BUSINESS ADDRESS: _ ) q 5 L01dl 0 PHONE NO.: _ 1 ` `( l) IS IS - CITY, STATE, ZIP: LO n� od_ CONTRACTOR'S FEDERAL I.D. NUMBER CONTRACfOR'S FLORIDA LICENSE NO.: (I y (. 15 1 0 I Contract Total Bid Amount: � 725 SSD. =' Any discrepancies in the Contract Total Bid Amount as indicate on this sheet, bid tab summary or as itemized in the bid schedule shall be resolved based on bid tabulation (after any numerical calculation correction, if needed, to the bid tabulation.) THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Lift Station #10 Rehabilitation; and Lift Station #9 Removal ]'reject (RE -BID) B 14 -02 -R 00300 -1 Lift Station # 10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. Dated Z5 r 4 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00300 -2 Lift Station #10 Rehabilitation; and Lift Station 99 Removal Project (RE -BID) B 14 -02 -R determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). Litt Station # 10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R 00300 -3 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAI, BASE BID to perform all the Work, as required by the Drawings and Specifications. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non-segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) Lift Station #10 Rehabilitation, and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00300 -4 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R I Bid Form I Lift Station #10 Rehabilitation; and Lift Station #9 Removal (Sheet 1 of 3) Item No. 1 z 3 4 5 6 7 8 9 10 11 12 13 Item Description Mobilization /Demobilization & General Conditions Survey (Horizontal and Vertical Controls & As- Built) Maintenance of Traffic Clearing & Grubbing, Tree Removal, Earthwork to Re- Establishing East Drainage Ditch Clean Fill Roadway Pavement Removal and Replacement Remove and Replace FDOTType "F" Curb and Drop Curb Remove a nd Replace FDOT Type Valley Curb (Index 300) Remove an R Straight Curb Remove and Replace 4" Thick Concrete Pavement (Sidewalk and Driveways) Saw Cut, D and Rem Concrete Ramp Portland Concrete Pavement @ Varies Depths (Concrete Ramp and Station Slab) including structural steel and curing. Abandon in Place 4" or Less Diameter Forcemain Including Groutine of Main Unit Total Units 1.0 1 Lump Sum 1.0 Lump Sum 1.0 Lump Sum 1.0 Lump Sum 200.0 Cubic Yards 1,555.6 Square Yards 776.0 Linear Feet 20.5 Linear Feet 6.0 Linear F eet 24.4 Square Yards 27.6 Tons 14.8 Cubic Yards 397.0 1 Linear Feet Company Name: �.� S Ay Z Y) C,. By KU Unit Price (in Numbers) 35, 000 .4, 000 28, 600 4, l0 2 48 21 34- 25 (5+ 2 5Ca 0 r c:(�er1 Lift Station #I0 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00300 -5 Tota I Price (in Numbers) .O 35, 000.�- A d• 4,_ 000 . 28, oCO. � 4, 000 . = )2_ .4 40 , `—=— (,'1 - 7- 50. °' eo 00 !- Continwed next aakze Lift Station #I0 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00300 -5 Lift Station #10 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R Bid Form Lift Station #10 Rehabilitation; and Lift Station #9 Removal (Sheet 2 of 3) Item Unit Unit Price Total Price No. Item Description Units I Total (in Numbers) (in Numbers) 14 Abandon in Place 8" Diameter Gravity Main Including Grouting of Main 277.0 Linear Feet b 2�7 7o 15 Abandon and Remove 15 "Gravity Main and Protect /Maintain ao Adjacent 6" Sanitary Sewer Forcemain 299 5 - Linear F L , �� Z10 -- 16 Abandon in Place 18" Gravity Main Including Grouting of Main 335.5 Linear Feet 1+ JI -4 ( 17 Removal of Existing 18 Gravity Main (Between Structures #4 and x - #7} 48 -5 Linear Feet I 2-1 (Qt 371 �- 18 Install 6" Sanitary Sewer Service Lateral Including Tie -In to Existing Lateral 3 Each ', GpC� co )�� 800 ---- and Cleanout at Property Line. 19 6" PVC Gravity Sewer Main (Single Service Between Structures 10.0 Linear Feet 6 25 ,} eo �5 2-50- -�- x - #9 and x - #8) ,p 20 8" PVC Gravi Sewer Main ty 630.3 Linear Feet 7d ` --- A 44) 21 15" PVC Gravity Sewer Main 389.5 Linear Feet J b A 40, (f a) , o 22 New 4' Diameter Manhole (Str - #2, Str - #3, Str - #5 & Str - #6) 4.0 Each � 7 ; 3p X00 23 New 4' Diameter Manhole(Str -44) (Doghouse Optional) 1.0 Each 5 60 15, 44o 24 Modify Existing Manhole (Str -x - #7) 1.0 Lump Sum 25 Modify Existing Manhole (Str -x - #8) 1.0 Lump Sum 4 e6o 4,060 26 Modify Existing Fiberglass Lift Station (Str -x - #9) 1.0 Lump Sum ContkKied next page Company Name: L Co tr)S U c-h Q � � N C B Q p.. - 1 — P re e 7/1 L Lift Station #10 abilitation; and v L I Lift Station #9 Removal roject (RE -BID) B 14 -02 -R 00300 -6 Lift Station #10 Rehabilitation; and Lift Station 99 Removal Project (RE -BID) B 14 -02 -R Bid Form Lift Station #10 Rehabilitation; and Lift Station #9 Removal (Sheet 3 of 3) Item Item Description Unit Units Unit Price Total Price No. Total (in Numbers) (in Numbers) 27 Modify Existing Manhole (Str- x - #10) 1.0 Lump Sum 28 Demolish and Remove Existing Manhole (Str- x-#11) 2.0 Lump Sum ( 3 C �- 29 Abandon, In -Place Existing Manhole (Str -x-#12 & Str- x - #13) 3.0 Each 7.50 2- °. 30 Rehabilitate Existing Junction Box f01d Lift Station} Including Replacement of Top- Ring /Cover (Str -x - #1) Lump Sum 9j �� b , J pob 31 Rehabilitate Existing Valve 1.0 Lump Sum ,25� UOb 2-5, pap, 32 Rehabilitate Existing Liftstation 1.0 Lump Sum J 8 (�� 060 33 1" P.E. Water Service From Main to Station 1.0 Lump Sum 34 6' High Chain Link Fencing Including Terminal Post 44.0 Linear Feet 3(a 1� �8`f, 35 Solid Sodding (Bahia) 955 Square Yard 4 7� ?� 36 Solid Sodding (St. Augustine) 272 1 Square Yard 2 4 �S ,° 0 37 Seeding and Mulch 90.0 Square Yard D 900. Qa 38 Bypass Pumping 1.0 I Lump Sum j ( p ppp 3 w 600 39 Alarm Monitor Control Center (AMMC) 1.0 Lump Sum :33 DoU 33 0500 . a' Contract Total Bid Amount: $ Company Name: L Loy) SyoC.bon L AI c.. By: CAJ �resi ��n Lift Station #10 Rehabilitation_ and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00300 -7 Lift Station 410 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose an alternate manufacturer /supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and /or material items by the circled manufacturer /supplier. If the Bidder fails to indicate which listed manufacturer /supplier he intends to use if an alternate is rejected, he must use the manufacturer /supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must use the first manufacturer /supplier circled (unless an alternate is approved). 11, SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -B[D) B14 -02 -R 00300 -8 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R Kidding, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and /or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City' s needs. SCHEDULE OF BASE BID MAN JFACTURERS /SUPPLIERS Specification Section and Equipment Item Manufacturer /Supplier 15050 — Process & Utility Piping, Fittings, Valves, and Accessories Fittings A. Union B. U.S. Pipe C. Nappco D. American E. Tyler F. _Trinity Valley C� Sigma 11. F,BAA 1. Smith -Blair HDPE Pipe A. Ple �se n Lift Station #10 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00300 -9 Lift Station #t0 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R Valves (Plug and Check) A. M &H /Clow B. Mueller (Check Valve only) C. Pratt D. Milliken . Dezurt c PVC Pipe A. CertainTeed B. Can -Tex C. North Star D. J -M E. Capeo F. H& W Industries Valve Boxes A. Tyler Valve Pads Sigma Valve Markers Wagco Service Connections Mueller Meter Valves/ Corporation Valves A. Mueller Polyethylene Pipe EndoCore Trace Wire A. Kris -Tec Litt Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00300 -10 Lift Station #10 Rehabilitation; and Lift Station 99 Removal Project (RE -BID) Bt4 -02 -R SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Item or Spec Manufacturer /Supplier (Indicate Whether Material Section (List One Only) Lump Sum or Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R 00300 -11 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Pa Xartner's e) (Generanature) (G eneral Partner's Name) Business address: Phone No.: Florida License No.: Lift Station #10 Rehabilitation; and Lift Station 49 Removal Project (RB -BID) B 14 -02 -R 00300 -12 Lift Station #10 Rehabilitation; and Lift Station 89 Removal Project (RE -BID) B 14 -02 -R Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW "THEIR SIGNATURES) If Bidder is: A CORPORATION L� CO (Corporation Name) �-- � o c 1 cACk (State of Incorporation) B Srk.- V' LZF -P (Name of person authorized to sign) cs , t (j,Q►�1 (Ti le) (Authorized Sig ature) (Corporate Sea]) pp Attest T -u� 1�. i.e.�J et— Zo_e (Secretary) Business address: Z 2q s 5�'r1+n� s Lo�v�cliv�o �,ivd ovl wood Phone No.: Corporation President: Le. t\fCy Florida License No.: Lc, C.l 5 ! q o S(a Lift Station 010 Rehabilitation; and Lill Station #9 Removal Project (RE -BID) B 14 -02 -R 00300 -13 Lifl Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R Strike out (X) non- applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The mariner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Lift Station #10 Rehabilitation; and Lift Station 99 Removal Project (RE -BID) B 14 -02 -R 00300 -14 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -131D) B 14 -02 -R 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: FCC—T, 1Y1 ) CQ_ Surety's Address: UA\J us � � Sara -�0krA, , PL. Ll 2 f� 14. Name and address of Surety's resident agent for service of process in Florida: L0 12i t >J 00 �l L Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00300 -15 Lift Station #10 Rehabilitation; and Lin Station 49 Removal Project (RE -BID) B 14 -02 -R CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of 0 co yk�A( o GV l oy) , I /\l C.. a corporation under (Contractor's Corporate Name) the laws of the State of Flofta , , held on the day of OC bbV , 200f the following resolution was duly passed a d adopted: 2013 "RESOLVED, that _ �69, y kp- (signature of indivi ual) (typed name of individual) as _ �� V.)C,LRY) h of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Liftstation #10 Rehabilitation; and Liftstation #9 Removal (RR -BID) between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 2 9 Ttf day of .SEf 20J ! 4 (CORPORATE SEAL) �. (Corporate Secretary) STATE OF (= L-8 P Lln A CITY OF l_ © N L-_.UJ D ©_ The fore omg instrument was acknowledged before me this Z9 day of -2913- by 01_t_r� LXTE1) (name of officer or agent, title of officer or agent), of t-- 9 C-o 1-3 T -k C o .-i (name of corporation acknowledging), a FLo Oak (state or place of incorporation) corporation, on behalf of the corporation. He /She is personally known to me or has produced identification IF L L _ (type of identification) as identification and did /did not take an oath. dl1UNTRWILLO otary Publ II Notary Public, State of Fkft My Commission Expires: Ut 4 6 ©f 1 COmmleelanM FF 131839 My comm. som June 10, 2018 END OF SECTION Lin Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) n14 -02 -R 00300 -16 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his /her company and the Lift Station 910 Rehabilitation, and Lift Station fig Removal. (RE -BID) DATE: PROJECT IDENTIFICATION: City of Ocoee Lift Station #10 Rehabilitation; and Lift Station 49 Removal (RE -BID) NAME OF BIDDER: r)'* U C b Oyl , T ,N C BUSINESS ADDRESS: TELEPHONE NO.: 3 2l — 4 �2 - y3) 5 EMAIL b� (!R\tMe L7c;0y) ,�,tV V JS' (_-om CONTRACTOR'S FLORIDA LICENSF, NO. L 6(.1 S I y OS O The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 6 uU-k-f 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? Lihci� dtye nonfi �uyu Wo 4 340 000 u _ w r �.. a► „ -I . r T b. p urvip s f dts 2 ra_ vi o n t6- isfi+�ct ate vn WJIf. Ctssoc M.0 i. te�tvrcL huh 4 3. Have you ever failed to complete work awarded to you? If so, where and why? 0 4. Name three (3) municipalities for which you have performed similar work and contact person: C,i1 y d - San Fo - ti�avel flu r x{01 (a 8 - 5101 COM o f 6 c a1g - Ec1 Eck Y nta t 3 s l 3 5 - U (o l f+1A df - Fr erlr{u 35�L-7 ,3�b Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00301 -1 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? S -C, � a� a aVV� l SU f � n�I i t� . i L. S, Ota,ri Errf 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: V . . 7. What equipment do you lan on using to complete the Work? SX CG m n Z �ty y s V1 L(C Y ion iS C e4 U �A"VI f' 8. State the true and exact, correct, and complete name under which you do business. Bidder is: L, I (O ns M Uc: h o v) , l v� c Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R 00301 -2 SECTION 00301 -A SUBCONTRACTOR & SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No /! (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. COMPANY NAME, CONTACT WORK'I'O BE PERFORMED ESTIMATED ADDRESS, PHONE NU MBER (TRADE) OR COMMODITY DOLLAR TO BE SU PPLIED AMOUNT 1 .SE-I~ A - rrAe- -D Ec EZ R. ic.A L kE>14L Lift Station# 10 and Lift Station #9 Removal Project B14-02 00301 -A -1 13, 000 W ET WbIA_ Z(p� OUb P AVIP G 4 QIPP— AL,01S, tTfi,� 30 660 u A 5 -f coo �� A 12, 9 00 END OF SECTION kE>14L Lift Station# 10 and Lift Station #9 Removal Project B14-02 00301 -A -1 CITY OF OCOEE LIFT ST #10 REHAB & LIFT ST #9 REMOVAL SUBCONTRACTOR LISTING 1. A Electric Company EC #0001410 1189 Anderson St. Deltona, FL 32725 Richard Friedrich 386- 341 -1692 2. Green Monster LLC AC# 6283608 10315 Technology Terr Lakewood Ranch, FL 34211 Ryan Schwake 941- 320 -3136 3. Superior Roadway Services 345 Enterprise St. Ocoee, FL 34761 407 - 654 -6405 SUPPLIER LISTING 1. McDade Waterworks PO Box 16039 Tampa, FL 33687 -6039 Wesley Bunn 813 -740 -1144 2. Flygt /Xylem 2152 Sprint Blvd Apopka, FL 32703 Scott Rachal 407 - 880 -2900 3. Old Castle Precast 2140 Pondella Rd. Cape Coral, FL 33909 Greg Perkins 239 -462 -3741 Electrical Wet well Liner Paving Pipe, Valves, Fittings, Acc Sub Pumps, acc, & Panel Precast Concrete SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure ( Description) Measure LF, SY Unit (Quantity) Unit Cost Extended Cost l $ 1 B $ $ C $ $ D $ $ TOTAL $ BIDDER: L (�Jy� C 0y) (, SIGNED: BY: _ Q� �'�- Le, r (Print or type name) TITLE: Pc _S . Id 2 V1 I DATE: a 1 7-+ J THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00302 -1 SEC'T'ION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS; Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287,037). In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or polo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Lift Station #10 Rehabilitation; and Lift Station X19 Removal Project (RE -BID) B 14 -02 -R 00303 -1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Inc. Signed: (Print or Type Name) y� Title: f I&w Date: 1 2 - , + 1 1 + END OF SF_,CTION Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00303 -2 Lill Station #10 Rehabilitation; and Lilt Station 0 Removal Project (RE -BID) B 14 -02 -R SECTION 00410 BID .BOND Bidder shall provide the City with a Bid Bond in the amount of five percent (S %) of the contract bid. KNOW ALL MF,N BY THESE PRESENTS, that we, the undersigned, L7 Construction, Inc. __, as Principal, and FCCI Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ 3 600, __U 19-71V �Lvt:J AM) (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 30th day of September , 20 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "Liftstation 410 Rehabilitation Liftstation 49 Removal Project' NOW THEREFORE Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's lees, incurred by Owner that are proximately caused by such default, In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. Lift Station 910 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) 00410 - B 14 -02 -R Lift Station #10 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B14 -02 -R 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00410 -2 Lift Station #l0 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B ] 4 -02 -R Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect, 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All si natures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Indivi 's Signature) (Wi s (2) (Individual's Signature) doing business as (Witness) (SEAL) (Busi s Address) ,,Telephone No. Florida License No.) Lift Station # 10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) 1314-02-R 00410 -3 Lift Station #10 Rehabilitation; and Litt Station #9 Removal Project (RE -BID) B 14 -02 -R If Bidder is PAR'T'NERSHIP, complete this signature block. (1) (Pa shipNatne) (Witn (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Bu ' ess Address) (Telephone No. Florida License No. Lift Station 910 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00410 -4 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R If Bidder is CORPORATION, complete this signature block. L7 Construction, Inc. (l) (Witness) (Corporation Name) Florida (2) (State of Incorporation) (Witness) By: U� (Name of Person Authorized to Sign - See Note 1) (SEAL) (Title) (Authorized Pigna Lire) (Corporation Pr ident) 4380 St. Johns Parkway Sanford, FL 32771 (Business Address) (321) 972 -9325 0, 6& 15 I A6 40 (Telephone No. ) (Florida License No.) Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00410 -5 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) 1114-02-1Z SURETY (If agency is not a Corporation) FCCI Insurance Compan (Surety Business Name) 6300 University Parkway Sarasota, FL 34240 (Princ' dal Place f Bu ' ) B ( rety A e is Signature - ee Note 2) Jennifer L. McCarta (Surety Agent's Name) Attorney in Fact & Florida Licensed Resident Agent (Surety Agent's Title) Guignard Company (Business Name of Local Agent for Surety) 1904 Boothe Circle Longwood, FL 32750 (Business Address) 407) 834 -0022 (Telephone No. 093014 Ocoee (Bond No.) (Witness) Attest: (If Agency is a Corporation) 9'c��nt• __ (Corporate Secret Signature) Neal M. Ungar, Corporate Secretary (Corporate Secretary Name) (Corporate Seal) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00410 -6 Lift Station 410 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B14 -02 -R ATTORNEY -IN -FACT AFFIDAVIT S'L'ATE OR COMMONWEALTH OF Florida COUNTY OR CITY OF Longwood _ ) Before me, a Notary Public, personally came Jennifer L. McCarty known to me, and known to be the Attorney -in -Fact of FCCI Insurance Company a Florida Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said FCCI Insurance Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of FCCI Insurance Com pany (Surety Company) Given under my hand and seal this 30th - day of September , 20M 14 4'. ALLYSON FOSS s MY COMMISSION #FF080119 EXPIRES February 9, 2018 (407) 598 -015 fioridallotaryServlce.com Allyson Foss (Notary Public} My Commission Expires 02/09/18 END OF SECTION Lilt Station #10 Rehabilitation; and Lift Station 119 Removal Project (RE -BID) B 14 -02 -R 00410 -7 10- 018751 FCC-U1 tR U��. More than a policy. A promise. GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation ") does make, constitute and appoint: Bryce R'Guignard; Jock W Guignard Margie L Morris; April L Lively; Jennifer L McCarta; Allyson L Foss Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed =;under thl&authority shall exceed the sum of (not to exceed $5;000,000), ? This Rower of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors, That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and, the seal of the Corporation may be, affixed by facsimile, and any.,such facsimile,_ signatures or facsirr'Ile seal shall be binding upgn tF1e Corporation when so affixed and in the future with regard to any `bond,- undertaking orcontract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate ;Seal to be hereunto affixed, this 22N , day of Sep tember 2011 .- Attest`. Crai hn n, President : FCCI nsur ce.Company SEAL Thom rment al Es q., SVP Ge unsel 9 I -. „", , ; , Gov ffairs a nd Corporate Secretary = >�tn ?: FCG'I Ins Urance Company " State of Florida County of Sarasota " 'Before; me -this day personally appeared Craig Johnson, who is pefsonally known to me and -who executed the h foregoing document for the purposes 'expressed therein. ARLENE CUEMAN �My commission expires: 9125/2016 NdwyPLbq,StaieofBvids My Comm FNO* Sept 25, 2016 _ No. EE 213002 Notary Pubtic State of Florida County, of Sarasota Bofore me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes 9 9 p ,poses ex ressed therein. ARLENE CUEMAN My corrimission explres: 9/2512016 �YsuteolFrada i MY CarNn. 25.2016 �� 213os2 Notary Public CERTIFICATE SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF N A ) COUNTY OF SkW l" 0 � Z. F XO- 1.P f , being first duly swore deposes and says; 1. He (it) is the Pf kL l kv (Owner, Partner, Office, Representative or Agent) of - 1 LonS I t`( c,h - byi, i n . the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. B - ✓ Title: Pf Q.S 1 a64 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00480- ?`9 f Sworn and subscribed to before me this day of ]>W , fi3 in the State of _ �o'nCV , County of _-t M kyl t Uc Notary Public My Commission Expires: END OF SECTION �r JUL19TRWILLO ,? Notary Public, State 01 F1oridA 1 MY Commission# FF 131638 comet. expires June i0, 2018 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 t S.C. 1 01. Date S 6Pum ui - 24 , 20_1 By: k'� Lat yt tZ (Title) Official Address (including Zip Code): ZZgS SP Lo,VIdknq &Vc� Lo>� u�oo d 1 F 32 q MTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Lift Station #10 Rehabilitation; and Lin Station 49 Removal Project (RE -BID) B 14 -02 -R 00481 -1 SECTION 00482 (Page I of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Ocoee, Florida by 07 CMi UGrt4 P-eTr L tt& -jF_2 — Pat6IAI~�T (Print individual's Name & Title) y whose business address is �Z�S 3?6 ^e� V1dl!.c15 �1 UcI 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00482 -1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT `hHIS FORM 1S VALID T14ROUGII 30 + _ I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLI ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATI N CON 'AINED IN THIS FORM. (Signature) Date: 1 2-4 Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00482 -2 L� (,o�nS hry r✓t��� i Yl c,. Name of Bidder (Contractor) STATE OF �0 ) C� COUNTY OF S Izvy)'t n oc PERSONALLY APPEARED BEFORE ME, the undersigned authority, Lt� who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this — L--� — day of `� t_� , 20J Notary Public -- My Commission x ires. END OF SECTION LiII Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00482 -3 JULIE TRUJILLO Notary Public, State of Florida Commission# FF 131639 MY comm. expires June 10, 2018 LiII Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) B 14 -02 -R 00482 -3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (I) I V _ have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have partic gated in a previous contract or subcontract subject to the Equal Opportunity Clause, I _ have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. 1 agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certif ations ' my files. Date �EPt 2�" , 20 (Signature of Authori ed Official) Ll LOYI U (A� n l Mc. (Name of Prospective Construction Contractor or Subcontractor) (Address of Prospective Construction Contractor or Subcontractor) (Telephone Number) (Employer Identification Number) END OF SECTION Lift Station #10 Rehabilitation; and Lift Station #9 Removal Project (RE -BID) Bi4 -02 -R 00483 -1 SECTION 00020 INVITATION TO BID #B14 -02 -R Lift Station # 10 Rehabilitation; and Lift Station # 9 Removal (RE -BID) OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department /Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on Tuesday, September 30, 2014. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. _Description of Work All work for the project shall be constructed in accordance with the drawings and specifications prepared by City of Ocoee Utilities Department, as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: • The in -place rehabilitation of the existing lift station #10, its valve vault and receiving structure; and the decommissioning of lift station #9 by the conversation of the small station to a junction manhole. In addition to the liftstation work and ancillary to the project will be 5 new 4' diameter manholes and the modification of 3 existing manholes and gravity mains (15" PVC - 389.5', 8" PVC - 630.3' and 6" PVC -10'), and the in -place demo of 3 existing manholes and associated piping. Also the work includes all restoration of roadway, pavement curbing, sidewalk and disturbed ground associated with the work. All work is to be conducted in accordance with the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demand Star by accessing the City's website at: w orb , / D CJ)art men ts /I`in "rnce Puich Partial sets of the documents required for submitting a bid will not be issued. By using Onvia /Demand Star, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/DemandStar is not required to submit a bid. Lift Station #10 Rehabilitation: and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00020 -1 Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre -bid Conference: A pre -bid conference is scheduled for 10:00 A.M. September 17, 2014 (Wednesday) in the City Commissions Chamber, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B14 -02 for the Lift Station #10 Rehabilitation ; and Lift Station 49 Removal" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] Lift Station 910 Rehabilitation; and Lift Station 99 Removal Project (RE -BID) B 14 -02 -R 00020 -2 The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA END OF SECTION Lift Station #10 Rehabilitation; and Lift Station 49 Removal Project (RE -BID) B 14 -02 -R 00020 -3 Mayor S. Scott Vandergrift City Manager Robert Frank September 25, 2014 I ka � Y 0% Ocoee fIorlda Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B14.02 -R LIFT STATION #10 REHABILITATION: AND LIFT STATION #9 REMOVAL PROJECT This addendum shall modify and become a part of the original bid documents for the Lift Station 410 Relocation and Replacement: and Lift Station 49 Removal Project. This addendum consists of five 5 pages, including replacement Plan Sheet P4 and Station Detail Sheet. Bidders shall acknowledge receipt of Addendum No. 1 (ONE) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Plan Changes: 1. Replace Plan Sheet 1 Comment: P4 is attached. 2. Replace Station Detail Sheet SD5 Sheet SD5 is attached. Specification Changes: Adds 6" quick connect to and 6" shut -off valve to plans. Plan Sheet Comment: Removes tower and antenna from plans. Station Detail 1. 6" Quick Connection and in -line shut off valve shall be included with the work for Item 32 Rehabilitate Existing Liftstation. Attachments- No additional attachments than address elsewhere in Addendum ill. Answers to questions received and /or amendments to the bid documents are as follows: Ql. What is the Engineer' Estimate. A 1. The Engineer's Opinion of Probable Cost is $461,220.00 Q2. Plan sheet SD5 on the "Lift Station General Configuration" plan says "Electrical light pole and antenna. Exact location shown on specific lift station site plan." There is not a specific lift station site plan on the revised drawings. The old bid drawings for January on plan sheet P5 was the specific plan sheet. Please provide the specific lift station site plan. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 - fax: (407) 905 -3194 • www.ococe.org A2. There is not an Electrical Light Pole and Antenna. Note on sheet SD5 has been removed. Q3. The plans do not show the location of the power company transformer that will be used for new lift station #10. Please provide that location the old bid drawings from January had a plan sheet SD7 that showed a "Lightpole & SCADA Antenna Details ". That plan sheet is not included in the new bid drawings. Is a light pole and antenna required? Please advise. A3. See answer 42 above. Q4. Specification page 03020 -8 number 26 says, "Contractor shall coordinate with City staff, the staff removal of all existing mechanical and electrical equipment with the existing lift station." Please confirm the City staff will be doing all the electrical demo at the existing lift station. A4. The City will remove all existing mechanical and electrical equipment that City determines to be salvageable for City use in both stations. Remaining mechanical and electrical equipment after City's salvage efforts shall become the property of the contactor and disposed of meeting all regulatory requirements. Q5. Please confirm which quantities take precedence as there are a few minor differences between the bid form 00300 and plan sheet SQ1. A5. The bid form shall take precedence for awarding the bid. Payment and final qualities shall be based on measured field qualities. Q6. Drawing SD5 calls out a receiving manhole within 25' of quick disconnect, please confirm there is no new receiving manhole. Or is structure #1 considered the receiving Manhole? A6. Sheet SD5 Structure 41 when rehabbed shall be the receiving manhole, also note the added quick connect on the included and revised Station Detail Sheet SD5. Q7. Does structure #1 require the Green Monster Liner System? AT Structure #1 (Str -x - #1) shall be lined with Green Monster Liner or approved equal. Q8. Please confirm the following shown on plan sheets SD2 & SD3 are existing and not by the contractor as shown. DA, DC, DD, DE, DM, DN, DO, & DP A8. The existing concrete structure will be rehabilitated in place, thus all dimensional call out in plans for new structure are not applicable. 09 Sheet SD3 shows dimension DO as 4' diameter for the existing wet well. Is this correct? A9. See answer to question #8. 010. Sheet SD2 shows a double hatch on the wet well, the existing hatch is a single door to be reused. Has the pump supplier (Flygt/Xylem) confirmed the two new pumps will fit in the existing hatch? A10. No. Litl Station #10 Rehabilitation; and Lift Station #9 Removal Prgiect (RE -BID) 1314-02-R Q11. Structure #4, the doghouse manhole is shown to be installed directly next to an existing power pole (within 5'). Has the power company been contacted about moving this pole? Is the location of the manhole adjustable? A11. No, Contractor will be responsible to protect or shore the pole. Q12. Please provide flow rates to determine bypass pumping requirements while Lift station #9 is being worked on. Al 2. Flow rate to the station #9 is minimal due to the failed gravity main to be replace east of station #9, Q13. Please provide flow rates to determine bypass pumping requirements while Lift station #10 is being worked on. A13. The station receives 131,490 ADF per day. Pump shall be able to hand an hourly peaking factor of 4.0. Q14. Are the quiet sound attenuated pumps required for bypassing and dewatering? Al 4. The area is industrial, so attenuated pumps designed for use in residential area shall not be required, but reason shall be used in employing pumps. Q15. Is the street allowed to be closed completely at any time or do we have to maintain at least one lane of traffic at all times? A15. The street may be closed, but access to businesses must be maintained. Clarifications from Engineer: 1. No questions can be answered at time of the site visit. All questions must be submitted by email to Joyce Tolbert. Li QL.-z; Wanda Horton, CGFO Finance Director Attachments: Plan Sheet P4 Station Detail Sheet SD5 cc: Charles K. Smith, Utilities Engineer Lift Station #10 Rehabilitation; and Lift. Station #9 Removal Project (RE -BID) B 14 -02 -R H ne A3 (This Sheet y � t Remove and Replace Concrete oavemer.L as f y Install 299.2' of 15" PVC gravity main (struca.re to structural @ 0.5000 %. I Pavement Match Line A4 (This Sheet) 'I r Install 299. of 16' PVC gravty .•�` 2' main (structure to structure) La` �I , i I i I Construct Pavemert I I � 1 I I r I -- 1 'n—" 6' quick rnnneq and in6ne shutctf 6' hall valve. i 111 �.I ' ;� �I I,raG 2992' of 15' PVC gravity main (s enure m s r cure) Match Line A3 (This Sheet) Remove and Replace Concrete avement. CITY OF OCOEE UTILITIES DEPARTMENT 180D A. D. Mims Rd, Ocoee, Fl. 34761 (407) 905 -3155 I i - — +r,t-- Existing Liftstation 010 and ` o appurtenances shall be I rehabilitated Y _till 1 Jh1 1 I % %' � Rehab Sir -z�t1. See I , deal sheet GI}1 i1' Match Line A4 (This Sneetl 6" Quick Connect and Ball Valve \,TUTy EASE?IENT DR PROPERTY LINE I VALVE VAULT I � f ROW 5' (MINj I 4' DD1 VENT WITH VENT WITH 2' SQ. SLAB ELECTRICAL PANEL SHALL BE LOCATE WITH SINGLE - -- CONITNUCUS ELECTRICAL LEADS FROM PUMPS. I Uu11S OF 6" CONCRETE ^B l� I M 'CIAUN 1 OUTSIDE ALL ST RUCTURE 1 I' P,E WATER SERVICE 10' VIN t IW'LL'DING APZ BACKFLCW DEVICE CDN RETE POLE MDUNTID LCCWtEL FACET. — Cl- — PUEUC RECEIVIN WNHOLE (REWIRED) NO GREATER THAN 25' FROM CLICK CC NNE-T AND PVC UNED I NCLUDE USE FOUNOR` 230 RING WITH AB /N COVER I GROUND TEST ENCLOSURE BROOKS PRODUCT 10' 1 17' PULL BOX OR EQUAL WITH 'GROUND TEST WELL' LABELED ONE TY -ICAL PER STATION LID BOND #4 CU TO ACCESS COVER i VALVE VAULT AND FRAME NO 2/0 AWG TINNED COPPER \� -- -- V G — CABLE HOLDER 2. DEPICTIONS PROVIDED IS GENERIC AND SHALL BE COJNTERPOISE (TYP) ADJUSTED BASED ON EQUIPMENT LOCATON ANC SITE CONCITICNS, OR AS DIRECTED BY CITY. f 3. IF ENCLO SURE FENCING LS INCLUDED THE TO FENCE A 5 MINIMUM OF TWO LOCATIONS. j 4. FENC "NG CONTINLOUSY GROUNDED TOGETHER BY }" I� '�f I TO FENCE (TYP) BROOKS PRODUCT 10' 1 17' PULL BOX OR EQUAL WITH 'GROUND TEST WELL' LABELED LID \' OROUNCWG NOTES: VALVE VAULT 1. GROUNDING DETAILS REPRESENTATION NO 2/0 AWG TINNED COPPER OF OTHER IMPROVEMENTS IS FOR DEPICTION ONLY. GROUNDING CONDUCTOR TO 2. DEPICTIONS PROVIDED IS GENERIC AND SHALL BE COJNTERPOISE (TYP) ADJUSTED BASED ON EQUIPMENT LOCATON ANC SITE CONCITICNS, OR AS DIRECTED BY CITY. f 3. IF ENCLO SURE FENCING LS INCLUDED THE TO FENCE A 5 MINIMUM OF TWO LOCATIONS. j 4. FENC "NG CONTINLOUSY GROUNDED TOGETHER BY }" THICK MULTI - STRAND TINNED COPPER BRAID WIRE WITH � j y� MECHANICAL CLAMP FENCE TERMINAL POST SHALL BE CONNECTED TO GROUNDING PER:MEi ER COUNTERPOISE BY NO. 2/C COPPER GROUNDING CONDUCTOR. l BOND #4 CU TO G PROVIDE EXOTHERMIC WELD UNLESS NOTED. I ACCESS COVER 5. HATCHES /DOORS: ON COVERS WITH MULTIPLE DOORS. L AND FRAME PROVIDE BRAID FROM =RAME TO DOOR ON EACH DOOR. COUNTERPOISE 2/0 7 INSTALL GROUND WERE SO THAT T WILL NOT CROSS CJPP�R CLEAR OPENING OR PREVENT OR iMPFDE NORMAL METHOD OF REMOVING FLOATS OR PUMPS. B. GROUND WIRE FOR HATCH TO PENETRATE WETrVELL ABOVE HIGH WATFR LINES BY CORING J THROLGH SIDE WALL. EPDXY FILL CORE HOLE- ?'MP STATQ\4 SRCUNDINS DETAI' S Nis II r2 /C COPPER 4 ,0 _ L'F- STATION GENERAL CONFIGURATION UNSECURED 1 1. THIS DETAIL 'S FOR GENERA- LIF7STATION �^ SITE CONFIGURATION AND REQL'IREMEN TS. CONTRACTOR SHALL RE R TO THIS DETAIL AND SPEC FIC UFTSTATION SITE PLAN FOR CONSTR'JCTON. 2. RECEIVING MANHO'I_E SHALL BE NO GREATER THAN 25' FORM QUICK CONNECT, SHALL BE S' IN DIAMETER, SHALL BE SPRAYED LINED, LOCATE DU OF ROADWAY AND USE U.S. FOUNDRY 230 RING AND 'A5/M) DOUBLE LID COVER. 3, SLOPE FINISHED GRACES AWAY FROM BOTH N SCALE PROJECT: n/a �j, CITY OF OCOEE � „ I DA-E. ���` UTILITIES DEPARTMENT SHEE r , = 1800 A. D. -Mims Rd. Ocoee, FI. 34761 August 2014 nph l l fljlll816 / ll`il'I (4D7)9053153 TRANSITION TO EXISTING GRADE BROOKS PRODUCT 10' 1 17' PULL BOX OR EQUAL WITH 'GROUND TEST WELL' LABELED LID \' —MECHANICAL CONNECTION GROUNDING ROD J NO 2/0 AWG TINNED COPPER GROUNDING CONDUCTOR TO COJNTERPOISE (TYP) PUMP STATION GROUNDING C TAILS Al Electrical Pole and Antena Removed Liftst ion #1 Rehabilitation; and L S D 5 iftstati n #9 Removal Liftstation Details o 22 ! CRAKES It, SMITH, P,£. LID. NOS 1-1