Loading...
Item #12 Award of Bid #B15-01 Forest Oaks Water Treatment Plant (WTP) & South WTP Ground Storage Tanks Rehabilitation Projectt I Ocoee Florida AGENDA ITEM COVER SHEET Meeting Date: January 6, 2015 Item # _� C Reviewed By: Contact Name: Joyce Tolbert Department Director. Contact Number: 1516 City Manager: Subject: Award of B15 -01 Forest Oaks Water Treatment Plant (WTP) &_Soffth WTP Ground Storage Tanks Rehabilitation Proiect Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to perform the Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project (Project). All work for the project shall be constructed in accordance with the Inspection Report recommendations and specifications prepared by City of Ocoee Utilities Department. Bids shall be deemed to include all items necessary for the rehabilitation and repair including all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the following: The work consists of rehabilitation of 4 concrete ground storage tanks at the City's two water treatment plants. This work involves draining, cleaning, repair of spalling, cracking and damaged concrete, exposed and deteriorating structural steel, removal of portions of interior piping, re- applying interior coatings and corroded hardware and refilling and disinfecting of the tanks. The bid was publicly advertised on September 21, 2014, and opened on October 21, 2014. A pre -bid conference /site visit was held on October 2, 2014. The City received 4 bids for this project. The low bidder is Atlas Steel Coatings, Incorporated located in Brooksville Florida. Atlas Steel Coatings, Incorporated could not provide viable references related to concrete tank repair or similar work experiences relating to this project, thus staff recommends Atlas Steel Coatings bid be deemed non - responsible and their bid not be accepted. The second lowest bidder is Precon Corporation located in Newberry, Florida. Their bid price is $186,863.00. All Precon Incorporated references provided positive responses to inquiry for similar work as described in the bid. Additionally, Precon Incorporated is one of the largest and most experienced contractors of pre- stressed wire wound concrete storage tanks in Florida. The table below is a listing of the remaining three bidders: Bidder Total Bid 1. Precon Cor oration $186,863.00 2. Cr Engineering &Construction $272,261.05 3. Utility Service Co., Inc. $318,900.00 The Utilities, Engineering, and Finance Departments reviewed all bids and staff is recommending the awarding of the bid to Precon Incorporated as the most responsive and responsible bidder, per the attached recommendation from Charles K. Smith, P.E., Utilities Director. Issue: Should the City Commission award the Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project to Precon Corporation, as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #B 15 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project to Precon Corporation in the amount of $186,863.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. Precon Corporation Bid 4. Invitation to Bid #13 15 -01 5. Addendum #1 Financial Impact: The financial resource for this project included $50,700 from Fiscal Year 13/14 and $157,900.00 from Fiscal Year 14/15 approved budgets for a total project amount of $208,600.00. Based on the contract award amount of $186,863.00, $21,737.00 would be unspent. Type of Item: (please mark with an 'V) Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution X Commission Approval Regular Agenda 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. N/A Reviewed by A ) N/A N/A 2 Mayor S. Scott Vandergrift Ci= tManager Robert Frank TO: THRU: FROM: DATE: A4 Honorable Mayor and City Commission Robert Frank City Manager florlda MEMORANDUM Thomas King Utilities Facility Manager January 2, 2014 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 Charles K. Smith, P.E. Utilities Director Recommendation to award Bid #B15 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project to Precon Corporation The Utilities Department is recommending the awarding of the Bid #B15 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project to Precon Corporation in the amount of $186,863.00. The awarding is supported by the following discussion: BACKGROUND: The pre- stressed wire wound concrete ground storage tanks (GSR) at the drinking water treatment plants are used to store potable water during low water demand periods and make available large quantities of stored water during high demand periods. Due to the corrosive conditions the tanks are subjected to, periodic inspection and subsequent maintenance and repairs are required on the tanks. Additionally, Florida Department of Environmental Protection requires the integrity and functionality of the tanks be inspected on a five year cycle. CURRENT STATUS OF INFRUSTRUCTURE: Inspections of these tanks were performed by Crom Corporation, builder of the City's 4 water treatment plant GSR's and Utility staff in 2011. The inspection revealed in all 4 tanks areas exhibiting spalling, cracking and damaged concrete, exposed and deteriorating structural steel, deteriorating interior coatings and corroded hardware. PROJECT IMPLEMENTATION: The original plan for the tank rehabs was to spread work over two fiscal years with the worst tank repaired in Fiscal Year 13/14 and the remaining three tanks in Fiscal Year 14/15. But based on economy of scale the rehabilitation was combined into a single project. The combined City of Ocoee Utilities • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905 -3159 • Fax: (407) 877 -5899 • www.ocoee.org funding for the tanks rehab is of $208,200.00. Work should begin within sixty (60) days of award and work completed by late spring 2015. PROJECT EXPENSES: Funds in the amount of $208,400.00 were budgeted in to perform these repairs. The City formally bid this work out and received 4 bidders for the project. The following is a list of the bidders and their prices from lowest to highest: 1. Atlas Steel Coatings, Incorporated $139,750.00 2. Precon Corporation $186,863.00 3. Crom Engineering & Construction Services $272,261.05 4. Utilities Service Co, Incorporated $318,900.00 Staff investigation of the lowest bidder's references, Atlas Steel Coatings, revealed the company had no experience in repair or rehabilitation of concrete pre- stressed wire wound tanks. This was confirmed verbally by Louis Alfieri, president of Atlas Steel Coatings, where he indicated that they have never performed any repairs or coatings on concrete tanks. Based on Atlas Steel experience, staff is recommending Atlas Steel's Coating Bid not be accepted. After contacting the references of the second lowest bidder, Precon Corporation has been determined to be responsive. They have performed numerous projects of similar experience. They constructed the 750,000 gallon concrete ground storage tank at the City's Maguire Road Reclaimed Water Booster Station in 2012. Additionally, Precon has a Florida Contractors License. Below is a list of Precon's references, work performed and responses received: 1. Spring Lake Improvement District Florida a. Concrete tank interior sandblast and paint, exterior leak repairs, exterior paint accessory installation, cleaning. All work performed satisfactorily. Project was done in a timely manner. Contractor went out of his way to accommodate the City's extra requests. 2. City of Lynn Haven Florida a. Concrete spalling repairs, exterior cleaning and repainting of 1 MG GSR Repairs performed professionally, tanks were cleaned prepped and painted professionally without incident. 3. Tampa Bay Water Florida a. Work on 5 tanks total, cleaning, concrete spalling repairs, re- coating, appurtenance modifications Extremely satisfied with Precon. Very responsive. Repair of concrete, cracking, rehabilitation work. Has current blanket maintenance contract with them for GSR work. 4. City of Panama City Florida a. Work on 2 tanks, cleaning and recoating. Left messages, did not hear back from this reference. 5. City of Boca Raton Florida a. Rehabilitation of 5 Concrete GSR's, leak repair, concrete repair, accessories and appurtenance installations, cleaning and disinfection. Excellent repair work, all tanks removed and put back on line without incident. Very responsive. On budget and on time. BID TABULATION 10/21/14 2:00 P.M. BID #B1501 GROUND STORAGE TANKS REHABILITATION PROJECT BID TAB Atlas Steel Coatings, Inc. Crom Engineerng & Construction Services Precon Corporation Utility Services Co., Inc. Acknowledged Addendum #1 yes yes yes yes Bid Security Bid Bond Bid Bond Bid Bond Bid Bond Company References/Experience with similar work related to this project non - responsible v v v Required Forms v v v v DESCRIPTION LUMP CITY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE F.O. WATER PLANT GROUND STORAGE TANK #1 Exterior Tank Dome 1.0 $3,500:00 $3 $5,201.96 $5,201.96 $6,750.00 $6,750.00 $25,000.00 $25,000.00 Interior Tank Dome 1.0 $16,000.00 $16,800 -:00 $27,174.99 $27,174.99 $11,970.00 $11,970.00 $3,500.00 $3,500.00 Interior Tank Wall 1.0 $7,000 -00 $7,000 -:00 $6,152.38 $6,152.38 $7,850.00 $7,850.00 $18,900.00 $18,900.00 Aerator 1.0 $5 $5 $6,107.96 $6,107.96 $3,250.00 $3,250.00 $5,000.00 $5,000.00 Liquid Level Indicator 1.0 $4 $1 $1,108.72 $1,108.72 $1,650.00 $1,650.00 $1,500.00 $1,500.00 Tank Manhole 1.0 $3 $3,809.00 $1,640.00 $1,640.00 $2,737.00 $2,737.00 $1,000.00 $1,000.00 Tank Piping 1.0 $3 $3,600.00 $3,655.00 $3,655.00 $3,330.00 $3,330.00 $3,500.00 $3,500.00 Total $38,000,00 $51 041.01 $37,537.00 $58,400.00 F.O. WATER PLANT GROUND STORAGE TANK #2 Interior Dome and Wall Coating (upper 3' wall only) 1.0 $17.000.0 $17.006=00 $34,978.99 $34,978.99 $23,080.00 $23,080.00 $27,000.00 $27,000.00 Interior DIP and CIP Piping Coating 1.0 $1,60000 $1 $3,655.00 $3,655.00 $3,450.00 $3,450.00 $5,000.00 $5,000.00 Water Level Indicator 1.0 $1 $4 $879.19 $879.19 $1,650.00 $1,850.00 $1,500.00 $1,500.00 Flume Piping Wall Anchor Supports and Hardware 1.0 $600.00 $500.09 $0.00 $0.00 $0.00 $0.00 $1,000.00 $1,000.00 Exterior Tank Paint 1.0 $6 $6- ; 000.00 $22,325.74 $22,325.74 $12,727.00 $12,727.00 $40,500.00 $40,500.00 Hatch and Manway/Manhole 1.0 $1 $1,000.0 $763.89 $763.89 $2,850.00 $2,850.00 $1,000.00 $1,000.00 Aerators 1.0 $5,000:00 $5 $4,629.74 $4,829.74 $3,250.00 $3,250.00 $7,500.00 $7,500.00 Lightning Protection 1.0 $4 $4,000.80 $2,107.47 $2,107.47 $1,045.00 $1,045.00 $1,000.00 $1,000.00 Total $33 $69,340.02 $48 $84,500.00 SOUTH WATER PLANT GROUND STORAGE TANK #1 Interior Dome and Wall Coating (upper 3' wall only) 1.0 $17,000.00 $47 $34,462.93 $34,462.93 $23,670.00 $23,670.00 $26,000.00 $28,000.00 Interior DIP and CIP Piping Coating 1.0 $1 $4 -00 $3,655.00 $3,655.00 $3,450.00 $3,450.00 $5,000.00 $5,000.00 Water Level Indicator 1.0 $4,80000 $9 $834.60 $834.60 $1,650.00 $1,650.00 $1,500.00 $1,500.00 Flume Piping Wall Anchor Supports and Hardware 1.0 $500 -:00 $50080 $0.00 $0.00 $870.00 $870.00 $1,000.00 $1,000.00 Exterior Tank Paint 1.0 $6,000.80 $6 $10,948.00 $10,948.00 $12,900.00 $12,900.00 $40,500.00 $40,500.00 Hatch and Manway/Manhole 1.0 $1 $4 $756.681 $756.68 $2,850.00 $2,850.00 $1,000.00 $1,000.00 Aerators 1.0 $5,00000 $6,00000 $3,444.581 $3,444.58 $3,250.00 $3,250.00 $5,000.00 $5,000.00 Lightning Protection 1.0 $1 $1600.0 $2,000.581 $2,000.58 $1,045.00 $1,045.00 $1,000.00 $1,000.00 Modification of influent piping and fiberglass flume removal 1.0 $4,376.00 $1376.00 $19,637.641 $19,637.64 $1,387.00 $1,387.00 $5,000.00 $5,000.00 Total $34 ; 375,00 $75,740.01 $51,072.00 $88,000.00 SOUTH WATER PLANT GROUND STORAGE TANK #2 Interior Dome and Wall Coating (upper 3' wall only) 1.0 $17 $17600 -:00 $36,139.90 $36,139.90 $23,670.00 $23,670.00 $28,000.00 $28,000.00 Interior DIP and CIP Piping Coating 1.0 $1- ,500 -:09 $1,600 -:00 $3,655.00 $3,655.00 $3,450.00 $3,450.00 $5,000.00 $5,000.00 Water Level Indicator 1.0 $1- ,000.9 $4 $832.47 $832.47 $1,650.00 $1,650.00 $1,500.00 $1,500.00 Flume Piping Wall Anchor Supports and Hardware 1.0 $60080 $60000 $0.00 $0.00 $0.00 $0.00 $1,000.00 $1,000.00 Exterior Tank Paint 1.0 $6 $6000.00 $10,948.00 $10,948.00 $12,900.00 $12,900.00 $40,500.00 $40,500.00 Hatch and Manway/Manhole 1.0 $460000 $1- ; 000.00 $756.33 $756.33 $2,850.00 $2,850.00 $1,000.00 $1,000.00 Aerators 1.0 $6,80000 $6.000 -:09 $3,510.82 $3,510.821 $3.250.001 $3,250.00 $5,000.00 $5,000.00 Lightning Protection 1.0 $4 $4 $1,995.47 $1,995.47 $1,045.00 $1,045.00 $1,000.001 $1,000.00 Modification of influent piping and fiberglass flume removal 1.0 $1 $4,37500 $18,302.02 $18,302.02 $1,387.00 $1,387.00 $5,000.00 $5,000.00 Total $34375.00 $76,140.01 $50,202.00 $88,000.00 TOTAL ALL CST REHABILITATION PROJECT COSTS 1 P-1-76-1 $272,261.05 $186,663.00 $318,900.00 Bids are listed in alphabetical order. Highlighted amounts are price discrepancies on bid form. EXHIBIT B BID FORM (Page 1 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT FOREST OAKS WATER PLANT GROUND STORAGE TANK 41 (Attachment #1 - City of Ocoee, Florida 400,000 Gallon GST Ocoee, FL) M. 4(l) Exterior Tank Dome I (p 4(2) Interior Tank Dome 1 00 4 (3) Interior Tank Wall 1 cep 0. 4 (4) Aerator 1 ,5 °O 4 (5 ) Liquid Level Indicator 1 SQ 00 4 (6) Tank Manhole 1 00 4 (7) Tank Piping I - 3 , 34 . °v Sub - Total= $3 6 Units: LS = Lump Sum NAME OF BIDDER Precon Corporation B15 -01 Ground Storage Tanks Rehabilitation Project 23 EXHIBIT B BID FORM (Page 2 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT Units: LS = Lump Sum NAME OF BIDDER Precon Cor oration B 15 -01 Ground Storage Tanks Rehabilitation Project 24 FOREST OAKS WATER PLANT GROUND STORAGE TANK #2 (Attachment #2 - Forest Oaks Water Treatment Facility Tank 92) EXHIBIT B BID FORM (Page 3 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT SOUTH WATER PLANT GROUND STORAGE TANK #1 (Attachment #3 - South Water Treatment Facility Tank 41) Units: LS = Lump Sum NAME OF BIDDER Precon Corporation B 15 -01 Ground Storage Tanks Rehabilitation Project 25 EXHIBIT B BID FORM (Page 4 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT SOUTH WATER PLANT GROUND STORAGE TANK #2 (Attac hment #4 - South Water Treatment Facility Tank #2) 3.1 Interior Dome and Wall Coating (upper 3' wall only)1 3.2 Interior DIP and CIP Piping Coating 1 3 4 SQ. CV 3.3 Water Level Indicator 1 3.4 Flume Piping Wall Anchor Supports and Hardware 1 3.5 Exterior Tank Paint l U 3.6 & 3.7 Hatch and Manway/Manhole 1 Z 00 3.8 Aerators l Z.5 .00 3.9 Lightning Protection 1 j Additional Work Modification of influent piping and fiberglass flume removal 1 307 00 Sub - Total = $ 5Z on GYM TOTAL BID = $ 03 .00 Units: LS =Lump Sum NAME OF BIDDER Precon Corporation BID PREPARED BY (PRINT) Adrian Moore SIGNA' FL CONTRACTOR LICENSE # CG C002671 B15 -01 Ground Storage Tanks Rehabilitation Project 26 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: NONE (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor / tcmporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully - equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21 . LIST OF EQUIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. SEE ATTACHED LIST (Attach additional sheets if necessary) 22. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past five years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). SEE ATTACHED LIST B15 -01 Ground Storage Tanks Rehabilitation Project 19 Do you have any similar work in progress at this time? Yes X No Length of time in business 31 years Bank or other financial references: Merchants & Southern Bank Mike Williams - Branch Manager (352) 264 -7275 (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. NONE (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. 1 Dated 10/9/14 No. Dated No. Dated B 15 -01 Ground Storage Tanks Rehabilitation Project 20 EXHIBIT C BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Precon Corporation _ . as Principal, and Great American Insurance Company es 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) $ 133-71 °O ONE Nuti►otrF,Q [VirN�'ry- lt�cz' �ur.�� SC ��-t Nr�w��ftED tVIIL , d° 1�0�1 (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 21 st day of October , 20 4. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a oert Bid, attached hereto and hereby made a part hereof to enter into it contract in writing, for the B I MI 1 Fons4 O WT�dt SouthW,�P a ou_ ns d Storass Tattles Rehabilitation (Project). NOW THEREFORE 1. Bidder and Surety, Jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, Incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. 'Mis 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 B 15 -Ot around Storage Tanks Rehabilitation Project 27 3.2 All bids are rejected by Owner, or 3.3 Owner flails 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. 3. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to In writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only In a court of competent Jurisdiction located in the state in which the project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mall, 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 fiom this Bond shall be deemed to be included herein as If set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue In ft ill 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. B 15-01 around Storage Tanks Rehabilitation Project 28 out must have their names printed or type below their signature. If Bidd is SOLE PROPRIET complete this si ature block. (1) (In ' uai's Signature) (Witness (2) (Individual's Signature) (Witness) doing business as (SEAL) (Bo" Address) L�etephona Florlda Lice nse No. B15 -41 Ground Storage Tanks Rehabilitation Project 29 If Bidder is PARTNERSHIP, complete this sl ature block. {1) (Part hip Name) (Witn (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (B ' ess Address) _ el hono No. (Florida License No. B 15 -01 Ground Storage Tanks Rehabilitation Project 30 If Bidder is CORPORATION complete this signature block. Precon Corporation (1) (Witness) (Corporation Name) Florida (2) (Witness) (State of Incorporation) B Richard G. Mo ore (Name of Person Authorized to Sign - See Note 1) (SEAL) President (Title) (Authorized Signature) Richard G. Moore (Corporation President) 115 SW 140th Terrace, Newberry, FL 32669 (Business Address) 352 - 332 -1200 CG C002671 (T elephone No. Florida License No. BIS -41 Ground Storage Tanks Rehabilitation Project 31 SURETY agency Is not a Great American Insurance Company (Surety Business Name) 301 E. Fourth Street, Cincinnati, OH 45202 (Principal Place of Business) By: d (Surety Agent's Sig re - See Note 2) Patricia L. Siaug (Surety Agent's Name) Attorney -in -Fact & FL Licensed Resident Agen (Surety Agent's Title) Florida Surety Bonds, Inc. (Business Name of Local Agent for Surety) (1) ( Witness) (2) (Witness) Attest: Agency is a o ration) (Corporate Secretary Signature) Susan L. Reich (Corporate Secretary Name) (Corporate Seal) 620 N. Wymore Rd., Ste. 200, Maitland, FL 327 (Business Address) 407 - 786 -7770 NIA M NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing Individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ", (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence, B 15 -01 Ground Storage Tanks Rehabilitation Project 32 GREAT AMERICAN INSURANCE COMPANY(g) Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513 - 369 -5000 • FAX 513 - 723 -2740 The number of persons authorized by this power of attorney is not more than NINE No.O 20377 POWER OFATTORNEY KNOW ALL HIEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JEFFREY W. REICH TERESA L. DURHAM GLORIA A. RICI IARDS ALL SUSAN L. REICH LESLIE M. DONAHUE $75,000,000 KIM E. NIV CHERYL FOLEY ALL OF PATRICIA L. SLAUGHTER DON BRAMLAGE MAITI AND, FLORIDA This Power ofAttorney revokes all previous powers issued on behalf of the altomey(s) -in -fact named above. IN WITNESS WHEREOF lie GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seat hereunto affixed this 16TH day of APRIL 1 2013 Attest GREAT AMERICAN INSURANCE COMPANY u. Asysiaw Seemiary Dlvlsinnnl Srnlor Yce P resr A e ni STATE OF OHIO, COUNTY OF HAMILTON - ss: oAViD G KITCHEN (an -37r -2405) On this 16TH day of APRIL 2013 , before me personally appeared DAVID C. KITCHM, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American insurance Company, the Company described in and which executed (he above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Pce Presidents and Divlsonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, fron; tittle to time, to appoint one or more Attorneys -in -Fact to esecule on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any tine. RESOLVED FURTHER: That the Company seal and the signature of airy of the aforesaid officers and aro Secretary or Assistant Secrelm of the Compaiq mcty be affixed by facsimile to any power of allorney or certificate of either given for the execution of airy bond, undertaking, contract ofsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seat of the Company, to be valid and binding tepon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this of �w s; a A.rsAJmu Secretary S1029AG (4/11) KAREN L, STATE O OHIO NOTARY PUBLIC STATE f OHIO •�O; MY COMMI8810N 6PIRES 02 -20-16 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Pce Presidents and Divlsonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, fron; tittle to time, to appoint one or more Attorneys -in -Fact to esecule on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any tine. RESOLVED FURTHER: That the Company seal and the signature of airy of the aforesaid officers and aro Secretary or Assistant Secrelm of the Compaiq mcty be affixed by facsimile to any power of allorney or certificate of either given for the execution of airy bond, undertaking, contract ofsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seat of the Company, to be valid and binding tepon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power ofAttomey and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this of �w s; a A.rsAJmu Secretary S1029AG (4/11) EXHIBIT G WD #B15 -01 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. _Precon Corporation COMPANY NAME 4�5:7- /� AUTHORIZED SIGNATU {manua Adrian Moore Special Project Manager NAME/TITLE (PLEASE PRINT) 115 SW 140th Terrace STREET ADDRESS Newberry FL 32669 City STATE ZIP FEDERALID# 59- 2045133 352- 332 -1200 TELEPHONE (INCLUDE AREA CODE) 352- 332 -1199 FAX (INCLUDE AREA CODE) amoor0precontanks.com E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual X Corporation Partnership __ .Other (Specify) Sworn to and subscribed before me this day of Octo ber 20 14 Personally Known ✓ or Produced Identification (Type of Identification) Notary Public - State of Fl-orida County of Alachua , rAlj.�ffi Signature .. - TLRRI L. MATCHETT -nc MY COMMISS[ON 4 EE 055551 '• a EXPIRES: February 3, 2015 S ded Thru Not Public Undemnleis Printed, ty erlue Commissioned name of Notary Public B15 -01 Ground Storage Tanks Rehabilitation Project 40 SCHEDULED EQUIPMENT DESCRIPTION YEAR SCHWING BTA75ORD15 1993 SCHWING BTA75ORD15 1993 SCHWING WP75015X 1996 SCHWING WP75015X 1998 SCHWING WP75015X 1998 SCHWING WP75015X 1999 SCHWING WP75015X 2003 SCHWING WP75015X 2003 SCHWING WP75015X 2006 SCHWING WP75018 2007 SCHWING WP500 1999 SCHWING SP75015 2013 SCHWING SP75015 2013 PRESTRESS MACHINE 1990 PRESTRESS MACHINE 1983 PRESTRESS MACHINE 1985 KUBOTA GENERATOR 2005 KUBOTA GENERATOR 2005 KUBOTA GENERATOR 2005 AIR COMPRESSOR I/R 600 1994 AIR COMPRESSOR I/R 600 1994 AIR COMPRESSOR I/R 600 1994 AIR COMPRESSOR I/R 525 1995 AIR COMPRESSOR I/R 600 1997 AIR COMPRESSOR I/R 600 2000 AIR COMPRESSOR I/R 600 2001 AIR COMPRESSOR I/R 600 2004 AIR COMPRESSOR I/R 600 2005 AIR COMPRESSOR I/R 600 2006 AIR COMPRESSOR I/R 600 2007 AIR COMPRESSOR I/R 600 2013 AIR COMPRESSOR I/R 600 2013 AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR 1/11185 2000 AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR I/R 185 2001 AIR COMPRESSOR I/R 185 2001 AIR COMPRESSOR I/R 185 2000 Precon Corporation AIR COMPRESSOR I/R 185 2000 AIR COMPRESSOR I/R 185 2006 AIR COMPRESSOR I/R 185 2007 BACKHOE FORD 555D 1993 BACKHOE FORD 555E 4WD 1999 BACKHOE FORD 555E 1999 BACKHOE FORD 555E 1999 BACKHOE JD310E 4WD 1998 BACKHOE JD310E 4WD 1998 BACK H0EJD310SG 2005 BACKHOE JD310E 4WD 1998 BACKHOE JD31OG 4WD 2004 BACKHOE JD31OG 4WD 2006 BACKHOE JD31OG 4WD 2006 BACKHOE JD310J 4WD 2010 BACKHOE JD310J 4WD 2010 LOG SKIDDER JD -5408 1976 LOG SKIDDER JD -648D 1997 LOG SKIDDER JD -64OG 1996 LOG SKIDDER JD -648G 1991 FORKLIFT CASE 586E 1998 FORKLIFT CASE 585 1988 POST TENSION JACK VELZY JLG 60H BOOMLIFT 1996 JLG SCISSORLIFT RT40 1999 LULL 1044C -S4 2003 GENIE TZ34/20 LIFT 2005 LT -12D LIGHT TOWER 2006 LT -12D LIGHT TOWER 2006 LT -12D LIGHT TOWER 2006 TRECONJ pRECON CORPORATION Prestressed Concrete Tanks Spring Lake Improvement District (FL) Clay Shrum (863) 443 -1715 2. City of Lynn Haven (FL) Greg Kidwell (850) 265 -0087 3. Tampa Bay Water Rick Menzies (813) 929 -2181 4. City of Panama City Beach (FL) Al Shortt (850) 233 -5100 x 2404 5. City of Boca Raton (FL) Ken Goatley (561) 998 -7395 List of References for Repair Work Rehabilitation of existing tank; • Interior sandblast and paint • Exterior leak repairs • Exterior paint • Accessory installation • Cleaning Exterior Repainting of 1 MG Tank Work on 3 — 7.5 MG Tanks and 2 — 5 MG Tanks • Exterior pressure washing and recoating • Exterior crack and spall repairs • Accessory modifications Exterior Repainting of 2MG & 5MG Tanks Rehabilitation of five existing tanks • Leak repairs • Accessory installations • Interior and exterior repairs • Tank cleanings • Disinfections 115 S.W. 140th Terrace Newberry, Florida 32669 (352) 332 -1200 Fax 332 -1199 May 2014 August 2010 June 2014 — August 2014 March 2011 January 2012 - Present PRECON PRECON CORPORATION Prestressed Concrete Tanks 115 S.W. 140th Ten Newberry, Florida 32669 (352) 332 -1200 Fax 332 -1199 Listing of Corporate Ownership • Richard G Moore — President— 100% ownership 115 SW 140 Terrace Newberry, FL 32669 (352) 332 -1200 Ma vor S. Scott Vandergrift R o b Manner Robert 1 i anh I k w fIorida Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 0 GROUND STORAGE TANKS REHABILITATION PROJECT City ofOcoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 - fax: (407) 905 -3194• www.ocoee.org TABLE OF CONTENTS BID #B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT BID DOCUMENTS Section Pal4e Legal Advertisement 3 Invitation to Bid 4-7 General Terms & Conditions 8-20 List of Subcontractors *, P. 19 Equipment Listing *, p. 19 References /Experience *, p. 19 Summary ofLitigation *, p. 20 Acknowledgement ofAddenda *, p.20 SCOPE OF WORK, BID FORM, ATTACHMENTS Section Pa e Exhibit A — Scope of Work 21.22 Exhibit B — Bid Form* 23 -26 Exhibit C — Bid Bond Form * 27 -33 Exhibit D — Performance Bond Form 34 -35 Exhibit E — Payment Bond Form 36 -37 Exhibit F — Payment Application Form 38 -39 Exhibit G — Company Information /Signature Sheet * 40 Exhibit H — Proposed Contract for Construction 41 -47 Exhibit I — Attachments 48 *Submit doclllnent with Bid End Table of Contents B15 -01 Ground Storage Tanks Rehabilitation Project 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid 41315 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department /Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on October 21, 2014. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. A Non - Mandatory Pre -Bid Conference will be held on October 2, 2014, at 10:00 a.m., local time, at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. A Site Visit will follow the non - mandatory pre -bid conference. Attendance at the pre -bid conference and site visit is highly encouraged. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demandstar by accessing the City's website at http : / /www.ocoee.or <_, under Finance Department /Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia /Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia /Demandstar is not required to submit a bid; fees may apply for non - members. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, September 21, 2014. B15 -01 Ground Storage Tanks Rehabilitation Project 3 CITY OF OCOEE INVITATION TO BID #1315 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT INTENT: Sealed bids for Bid #B 15 -01 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the B15-01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writin to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407)905 -3194, or email preferred 'tolbert�aci.ocoee.11.us , and must be received not later than 2:00 P.M. on October 14, 2014. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department /Purchasing. Bidders should not contact other City staff, City Commission, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on October 21, 2014. Bids received by the Finance Department after the time and date specified will not be considered and will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e -mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee, Finance Department /Purchasing Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 B15 -01 Ground Storage Tanks Rehabilitation Project 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitutes public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References /Experience; b) List of Subcontractors /Temporary Worker Agencies; c) Equipment Listing; d) Summary of Litigation; e) Addenda Acknowledgement; f) Bid Security; g) Bid Form; h) Company Information /Signature Sheet; and i) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. F. PRE -BID CONFERENCE: A non - mandatory pre -bid conference will be held on October 2, 2014 at 10:00 a.m. (local time) at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. A Site Visit will follow the non- mandatory pre -bid conference. Attendance at the pre - bid conference and site visit is highly encouraged. All bidders will be held liable for contents as presented at the pre -bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. G. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any B15 -01 Ground Storage Tanks Rehabilitation Project 5 other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. Fl. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Failing to use a revised Bid Form, if any, provided as part of an addendum; e) Failing to provide the required Bid Security; f) Failing to provide evidence of the bidding firm having been in business for a minimum of five (5) years at the time of bidding, and /or failing to provide evidence of a minimum of ten (10) installations of similar size; g) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or h) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and /or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid openinL. A request for withdrawal or a modification of a bid may B15 -01 Ground Storage Tanks Rehabilitation Project 6 be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities, or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) 1315 -01 Ground Storage Tanks Rehabilitation Project 7 GENERAL TERMS & CONDITIONS: BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note that Cashier's /Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS: (Required if Project is over $200,000.00.) a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified B15 -01 Ground Storage Tanks Rehabilitation Project 8 documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and /or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and /or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Form attached. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Form. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, B 15 -01 Ground Storage Tanks Rehabilitation Project 9 between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of any bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. In submitting a bid, the Bidder represents: a) The article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices that have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under any contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at the destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. B15 -01 Ground Storage Tanks Rehabilitation Project 10 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Warranty offered d) Required experience with similar work e) Successful reference check f) Approved subcontractor 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature /brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. whichever is earlier. e) The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If B15 -01 Ground Storage Tanks Rehabilitation Project Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten percent (10 %) retainage until the job is fifty percent (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five percent (5 %). All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made not later than the twenty -fifth (25") business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All applications for payment must be submitted using the form provided by the City of Ocoee and will require the notarized signature of the Contractor. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City; the proposed contract is attached as Exhibit H. Construction time will be Sixty (60) days from the Notice to Proceed for substantial completion and Eighty (80) days from the Notice to Proceed for final completion. b) The City may, in its sole discretion, award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards B15 -01 Ground Storage Tanks Rehabilitation Project 12 Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the mandates of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, as described in CFR Part 1926, and CFR 1910, General Industry Standards, which are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. C) Assure that a certified first aid person is designated, that telephone numbers of physicians, hospital, and ambulance services are posted (copy to Human Resources Director, City of Ocoee), and that a first aid kit is available on the job site at all times. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g. hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring, and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder- actuated stud guns or low velocity and /or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building and for all external power outlets. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Depot, LLC, d.b.a. Waste Works. B15 -01 Ground Storage Tanks Rehabilitation Project 13 14. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) B15 -01 Ground Storage Tanks Rehabilitation Project 14 The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid to the City of Ocoee are guaranteeing that they have read the previous statement and, by signing the bid documents, are qualified to submit a bid under Section 287.133(2)(a), Florida Statutes. 18. PERMITS /LICENSES/FEES: a) Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any required City of Ocoee permits. B15 -01 Ground Storage Tanks Rehabilitation Project 15 b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. The minimal fee of $5.00 for registration cannot be waived by the City. L c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,0001$500,000 1$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Contractor's Public Liability and Property Damage Insurance The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability ■ $1,000,000 Combined single limit per occurrence (each person, each accident) ■ All covered automobile will be covered via symbol 1 B 15 -01 Ground Storage Tanks Rehabilitation Project 16 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY ■ Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability Automobile Liability and Worker's Compensation Insurance The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance n/a for this project. 5) Contractual Liability If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE City SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this Droiect 8) Certificates of Insurance Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. B 15 -01 Ground Storage Tanks Rehabilitation Project 17 [ — AaQ,60 - CERTIFICATE OF LIABILITY INSURANCE o z p ID FXA 3-1 d —14,,Nwow-Y) 11104104 fapouceR THIS CERTIFICATE IS tSSUEDAS A MATTER OF INFORMATION LT. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I 'qE�ERAL LIABILITY EACH OCCURRENCE s 1,000,000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND GR CUIw MADE [X7� occUN s5,000 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,_ 04SURERS AFFORDING COVERAGE I NAJC 0 I GEN I AGCAEGArE L-f APK*S r s2,00 POLICY X l Zu F- LOG ccMOMEo 3.cLE L IT X -yWIu 1,000,000 ALL 0WhEOAUTOS Coatractor's Name AUTOS Add ress I NSLNEER C - GARME COV THE POUCKS OF INSURANCE LISTED IIELOWNAW BEEN 155UM TO TI ASUREDNAh(ED ABOVE FOR � Iui FTMEPMCyPEMOO NQTHSfDWG &W REOU��-, ANY CONTRACT on OTHER DoCU.Et�WM' RESPECT TO WHICH THISCERTWiGAtk MAY BE ISSUED OR -PEATAIN, THE NiSUAANCCMFOIBDED BY THE POLICIES OEIICRNNEDHMNIS SLeIeCT TO ALL THE TERMS. sm , Pot CrE3 AGGREGATE LIMITS 34 !N MAY NAVE BEEN REDUCED by PILO CLAMS - , Y , . , . LT. pn 7Z ------ I 'qE�ERAL LIABILITY EACH OCCURRENCE s 1,000,000 X CUIw MADE [X7� occUN s5,000 ' PEasoNALaAw INr RV s1, 00 0, 000 I GE.6-1 A1GFkE-IE s 2, 000, (ioo I GEN I AGCAEGArE L-f APK*S r s2,00 POLICY X l Zu F- LOG ccMOMEo 3.cLE L IT X -yWIu 1,000,000 ALL 0WhEOAUTOS AUTOS X NON NECAU70$ - GARME --VTO o�E TI-N ALTO AGO 3 I �EAC� C�OCDRnNCE S1 000 ,000 X x occuA I CLAIMS MADE AGG. SATE b 2 0 0 0 , RETEN'TIO. 3 -III- COAKNSATIOM AND It, ENr,oyx"' L"84-TE, "c'ACr-Mt- .141 - s500, 00 0 -1 -1-1- 011C11MIENSIR L�L 7 E,L DISEASE - EA EMPLOYEES 500, 0 0 0 S PE C -. 1.01ASpNS pelaw Et DsEls PO"L-' 7 500,000 'Builders Risk Any 1 Loc 100,000 Any I Occ 1,000,000 DIESCANITION Of OPERA IONS I LOCATgxS I VE.CLES I UCLUSOM ADOED BY ENDOASLIONT I SPECIAL PROWWONS The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability & Umbrella Liability. Worker*- Compensation, Smplcyers' Liability & General Liability shall contain & Waiver of Subrogation in favor Of the certificate holder. The certificate holder is added as a rrffad irf;X10d frr EkjLJCL� Ri_*, CERTIFICATE HOLDER CANCELLATION 000RSOl DATE TNEREOf, THE 431:1NO INSURER WILL ENDEAVOR TO MVL 10 "13 WRITTEN NOME TO THE CFRTlFN Q MOLDER NMI21) 70 THE Lf". OUT rI LURE TO DO 30 3NAL City of Ocoee 150N. Lak:ahor Drive WPOSE NO OSUGATYON QR LD,#kTEY Of ANY KWO UPON TMA INSURIP, TITS AGENTS DR Oco FL 3 761-1258 _e2PIIIESf.TATN*& ACORD 25 (2001106I t o L &- 0 ACORD CORPORATION 1951 B -01 Ground Storage Tanks Rehabilitation Project 18 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and /or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON /PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully - equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Bidder shall provide a detailed list of all equipment being used by the Bidder on City property. Please list year, make & ►nodel of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES /EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past five years. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e -mail address). B15 -01 Ground Storage Tanks Rehabilitation Project 19 Do you have any similar work in progress at this time? Yes No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated B15 -01 Ground Storage Tanks Rehabilitation Project 20 I0. *,10W.-I CITY OF OCOEE BID #1315 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT SCOPE OF WORK Tank rehabilitation work shall be performed at the following locations on a total of four (4) ground storage tanks (GST): • Two (2) potable water GST located at Forest Oaks Water Treatment Plant, 8590 Hackney Prairie Rd. Ocoee, FL 34761 • Two (2) potable water CST's located at the South Water Treatment Plant, 581 Maguire Rd. Ocoee, FL 34761 Attachment #1 -4 provide information specific to each of the tanks included in this project. Please see these attachments for tank description and condition including the recommendations for repairs. All four tanks are currently in use. Only one (1) GST can be taken off line at a time for rehabilitation. The remaining three tanks must be kept in continuous operation. Exterior tank work such as pressure washing and surficial repairs may be performed on all tanks simultaneously as long as water treatment plant operation and potable water quality is not affected and shall be approved by the Utilities Facility Manager prior to commencement of work. Only City of Ocoee utilities staff shall operate isolation valves associated with the GSR's. All draining of tanks, filling of tanks and bacteriological sampling will be performed by Utilities staff. Contractor will be responsible for disinfection of each tank prior to Ocoee staff sampling. All 4 CST's interiors and exteriors walls, domes, piping, aerators (interior and exterior), associated appurtenances and hardware shall be pressure washed with a minimum of 3500 psi by the Contractor prior to commencing work on any tank. Any damage to the GST's aeration area or vent screens during the course of tank rehabilitation shall be the Contractors responsibility to repair /replace to the City's satisfaction. Contractor shall refer to Section 4.0 Conclusions and Recommendations of Attachment #1 and Section 3.0 Tank Maintenance Recommendations of Attachment 2 -4 for work to be performed. The recommended work described in Attachment #14 shall conform to the specifications described in the Conclusions and Recommendations and Tank Maintenance Recommendations portion of the Attachments unless specifically noted below: 1. All exposed tank exterior steel shall be repaired by removing deteriorated concrete, removing any concrete around /behind and exposing any corroded steel or mesh and cleaning concrete off corroded steel until a minimum of 4 inches of clean steel and concrete is exposed. Once B15 -01 Ground Storage Tanks Rehabilitation Project 21 exposed, apply a polymer modified cementitious surface repair material in conjunction with a bonding epoxy. All exposed interior dome steel shall be repaired by removing deteriorated concrete, removing any concrete around /behind and exposing any corroded steel or mesh and cleaning concrete off corroded steel to a minimum of 0.25 inch. Once exposed, apply a polymer modified cementitious surface repair material in conjunction with a bonding epoxy to insure adequate coverage over all steel is maintained. After the affected areas have been patched, the underside of the dome should be coated with a protective epoxy coating suitable for use in potable water tanks such as Tnemec Series N 140 or equal. 3. The majority of the epoxy coating on all four tanks interior dome is delaminating and needs to be removed and replaced. Removal of the existing coating should be performed by sandblasting. Delamination of the first three feet of epoxy coating on the tank walls have been identified also. This coating will also be removed were needed and recoated. Epoxy suitable for use in potable water tanks such as Tnemec Series N 140 or equal shall be used for this purpose. 4. The floors of the aerators shall be sandblasted and the use of a NSF approved polyamidoamine epoxy shall be applied to seal /repair any leaks or disbonding. 5. All interior tank piping shall be sandblasted to SSPC -SPI O /NACE 2 near white blast and then coated with a epoxy coating suitable for use in potable water tanks such as Tnemec Series N140 or equal. 6. The Contractor is responsible for all labor and materials necessary for disinfection of each tank to AWWA standards for potable water tanks. The contractor shall use the most appropriate method of disinfecting each tank which will generate the least amount of excess water to be drained from the tank. City of Ocoee staff will be responsible for taking bacteriological samples after tank is disinfected prior to placing each tank back on line. ADDITIONAL WORK NOT LISTED IN THE ATTACHMENTS South Plant GSR Pipe Modifications: The Contractor will modify the influent pipes within the South Water Plant Tanks 41 and #2. These modifications will consist of removing/cutting the top portion of the influent pipe at elevation 149'. The portion of the pipe above elevation 149' that protrudes into the aeration area of the tank shall be removed and discarded. Elevation of the pipes new opening shall be within 2" of each tank's influent pipe and verified. Sandblasting and coating of these pipes shall be performed after these modifications. During the course of these modifications all additional materials and labor necessary to support the aerator structures shall be provided by the contractor as needed. 2. South Plant GSR Pipe Modifications: All vertical and horizontal fiberglass down comer piping shall be removed from inside the tanks. Contractor shall place these materials on site in a location provided by City of Ocoee. During the course of the GST's rehabilitation, any damage to the GST's surrounding site by the Contractor whether it be piping, valve boxes, concrete structures, sod, etc... shall be the responsibility of the Contractor to repair to the City's satisfaction. END OF SECTION B 15 -01 Ground Storage Tanks Rehabilitation Project 22 EXHIBIT B BID FORM (Page 1 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT FOREST OAKS WATER PLANT GROUND STORAGE TANK #1 (Attachment 41 - City of Ocoee, Florida 400,000 Gallon GST Ocoee, FL) SECTION 4.0 ITEM DESCRIPTION LUMP SUM QTY TOTAL $ AMOUNT 4(l) Exterior Tank Dome 1 4(2) Interior Tank Dome 1 4 (3) Interior Tank Wall 1 4 (4) Aerator 1 4 (5) Liquid Level Indicator 1 4 (6) Tank Manhole I 4 (7) Tank Piping 1 Sub - Total= S Units: LS = Lump Sum NAME OF BIDDER B15 -01 Ground Storage Tanks Rehabilitation Project 23 EXHIBIT B BID FORM (Page 2 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT FOREST OAKS WATER PLANT GROUND STORAGE TANK #2 (Attachment 92 - Forest Oaks Water Treatment Facility Tank #2) SECTION 3.0 ITEM DESCRIPTION LUMP SUM QTY TOTAL AMOUNT 3.1 Interior Dome and Wall Coating (upper 3' wall only) 1 3.2 Interior DIP and CIP Piping Coating 1 3.3 Water Level Indicator 1 3.4 Flume Piping Wall Anchor Supports and Hardware I 3.5 Exterior Tank Paint 1 3.6 & 3.7 Hatch and Manway /Manhole 1 3.8 Aerators 1 3.9 Lightning Protection 1 Sub - Total= S Units: LS = Lump Sum NAME OF BIDDER B15 -01 Ground Storage Tanks Rehabilitation Project 24 EXHIBIT B BID FORM (Page 3 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT SOUTH WATER PLANT GROUND STORAGE TANK #1 (Attachment 43 - South Water Treatment Facility Tank 41) SECTION 3.0 ITEM DESCRIPTION LUMP SUM QTY TOTAL AMOUNT 3.1 Interior Dome and Wall Coating (upper 3' wall only) 1 3.2 Interior DIP and CIP Piping Coating 1 3.3 Water Level Indicator 1 3.4 Flume Piping Wall Anchor Supports and Hardware 1 3.5 Exterior Tank Paint l 3.6 & 3.7 Hatch and Manway /Manhole 1 3.8 Aerators 1 3.9 Lightning Protection 1 Additional work Modification of influent piping and fiberglass flume removal I Sub - Total= S Units: LS = Lump Sum NAME OF BIDDER B15 -01 Ground Storage Tanks Rehabilitation Project 25 EXHIBIT B BID FORM (Page 4 of 4) B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT SOUTH WATER PLANT GROUND STORAGE TANK #2 (Attachment #4 - South Water Treatment Facility Tank 42) SECTION 3.0 ITEM DESCRIPTION LUMP SUM QTY TOTAL AMOUNT 3.1 Interior Dome and Wall Coating (upper 3' wall only) 1 3.2 Interior DIP and CIP Piping Coating 1 3.3 Water Level Indicator 1 3.4 Flume Piping Wall Anchor Supports and Hardware 1 3.5 Exterior Tank Paint 1 3.6 & 3.7 Hatch and Manway /Manhole 1 3.8 Aerators 1 3.9 Lightning Protection 1 Additional work Modification of influent piping and fiberglass flume removal 1 Sub - Total= $ TOTAL BID = $ Units: LS = Lump Sum NAME OF BIDDER BID PREPARED BY (PRINT) SIGNATURE FL CONTRACTOR LICENSE # B15-01 Ground Storage Tanks Rehabilitation Project 26 EXHIBIT C C I C I 1 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of (5 percent of the Contract Bid) $ (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B15 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation (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 fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or B 15 -01 Ground Storage Tanks Rehabilitation Project 27 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. 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. B15 -01 Ground Storage Tanks Rehabilitation Project 28 BIDDER: Strike out (X) non- applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) doing business as (Witness) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B15 -01 Ground Storage Tanks Rehabilitation Project 29 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) ( (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) (Telephone No.) (Florida License No.) B15 -01 Ground Storage Tanks Rehabilitation Project 30 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) ( (State of Incorporation) By: (Witness) (SEAL) (Name of Person Authorized to Sign - See Note 1) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) B15 -01 Ground Storage Tanks Rehabilitation Project 31 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (Principal Place of Business) By: (Surety Agent's Signature - See Note 2) (Surety Agent's Name) (Surety Agent's Title) (Business Name of Local Agent for Surety) (Business Address) (Telephone No.) (Bond No.) (Witness) (2) (Witness) Attest: (If Agency is a Corporation) (Corporate Secretary Signature) (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. (6) Bid security is required only when the Bidder has less than three years of corporate existence. B15 -01 Ground Storage Tanks Rehabilitation Project 32 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF COUNTY OR CITY OF Before me, a Notary Public, personally came known to be the Attorney -in -Fact of Corporation, which (Surety Company) known to me, and a (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Directors, were affixed by order and authority of said Company's Board of (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of .20 (Notary Public) My Commission Expires END OF SECTION B15 -01 Ground Storage Tanks Rehabilitation Project 33 EXHIBIT D PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by City of Ocoee Utilities Department, dated July, 2014; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (1) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B15 -01 Ground Storage Tanks Rehabilitation Project 34 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal (SEAL) (Official Title) Surety (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B15 -01 Ground Storage Tanks Rehabilitation Project 35 EXHIBIT E Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal "), as Principal, and a corporation organized and existing under the laws of the State of hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20 to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B15 -01 Ground Storage Tanks Rehabilitation Project 36 (Principal) II (Name & Title) (Signature) Witness or Secretary's Attestation (Surety) (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney (Seal) Seal) END OF SECTION B15 -01 Ground Storage Tanks Rehabilitation Project 37 EXHIBIT F APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: B15 -01 Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Construction Start Date: End Date: Construction Days — Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from "Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ H. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Order No. Date Approved by City Date Accepted by Contractor Total Change in Contract Price Total (Write in Line 2, above) B15 -01 Ground Storage Tanks Rehabilitation Project 38 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated .20 (Contractor) AN (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 13 is recommended by City's Resident Project Representative and authorized by the Owner: By: Date: Representative's Authorized Signature By: Date: Owner's Authorized Signature Title B15-01 Ground Storage Tanks Rehabilitation Project 39 EXHIBIT G BID #1315 -01 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL ID # Individual Corporation Sworn to and subscribed before me this Personally Known Produced Identification (Type of Identification) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Partnership Other (Specify day of 20 Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B15 -01 Ground Storage Tanks Rehabilitation Project 40 or EXHIBIT H PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter any contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE B15 -01 FOREST OAKS WTP & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by the City of Ocoee; however, the Utilities Director (Engineer) or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete within Sixty (60) calendar days. Substantially Complete shall be defined as all necessary work to restore acceptable operation of the sand filter. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within Eighty (80) calendar days. All time periods begin from the effective date of the Notice to Proceed. 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar -day period provided the work is considered to be Substantially B15 -01 Ground Storage Tanks Rehabilitation Project 41 Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31 st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.3 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, ($ ) , which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. B15 -01 Ground Storage Tanks Rehabilitation Project 42 ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment. Applications for payment will be processed by Engineer. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty -fifth (25`") business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values and in the case of Unit Price, work based on the number of units completed and included in Contractor's qualifications submittals. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold. 5.1.2 Progress payments shall be equal to ninety percent (90 %) of the value of work completed, and ninety percent (90 %) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50 %) complete, the retainage may not exceed five percent (5 %) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2 %) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due shall bear interest at the rate of 6% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: B15 -01 Ground Storage Tanks Rehabilitation Project 43 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) . 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect costs, progress, performance or furnishing of the work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50 %) of the Contract Price with his own forces. (Remainder of page left blank intentionally). B15 -01 Ground Storage Tanks Rehabilitation Project 44 ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement (Exhibit IT). 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Performance Bond, Payment Bond and Certificates of Insurance. 8.4 Notice of Award and Notice to Proceed. 8.5 Bid Documents bearing the general title "City of Ocoee, Florida, Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project." dated September, 2014. 8.6 Exhibit I, Drawings, bearing the following general title: Attachment #1 City of Ocoee, Florida 400,000 Gallon GST (FOWTP Tank 41) Attachment 42 Forest Oaks Water Treatment Facility Tank #2 Attachment #3 South Water Treatment Facility Tank #1 Attachment #4 South Water Treatment Facility Tank #2 M -5 1992 Asbuilt South Water Treatment Plant GST M -6 1996 Asbuilt South Water Treatment Plant GST 8.7 Addenda numbers , inclusive. 8.8 Contractor's Bid. 8.9 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. ARTICLE 9. MISCELLANEOUS 9.1 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment B15 -01 Ground Storage Tanks Rehabilitation Project 45 will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.3 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.4 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contractor and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 9.5 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Remainder of Page Left Blank Intentionally.) B15 -01 Ground Storage Tanks Rehabilitation Project 46 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: BY: Beth Eikenberry, City Clerk (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this day of SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney NAME: TITLE: APPROVED: BY: S. Scott Vandergrift, Mayor APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD on , under Agenda Item END OF SECTION B15 -01 Ground Storage Tanks Rehabilitation Project 47 EXHIBIT I ATTACHMENT COVER SHEET Attachment #1 City of Ocoee, Florida 400,000 Gallon GST (FOWTP Tank #1) Attachment #2 Forest Oaks Water Treatment Facility Tank #2 Attachment #3 South Water Treatment Facility Tank #1 Attachment #4 South Water Treatment Facility Tank 42 M -5 1992 Asbuilt South Water Treatment Plant GST M -6 1996 Asbuilt South Water Treatment Plant GST B15 -01 Ground Storage Tanks Rehabilitation Project 48 N C ❑ R P R A T E G STRUCTURAL EVALUATION City of Ocoee, Florida 400,000 Gallon GST Ocoee, FL CECS Jab No. 2011 -5 -072 August 17, 2011 E Crom Engineering 9 Construction Services, Inc. Jeff D. Malpass, P.E. President Paul A. Talbert, El Project Manager CR❑m ENGINEERING FY CONSTRUCTION SERVICES, INC. 6801 Archer Road + Gainesville, FL 32603 +352 - 548 -334'9 • Fax: 352 - 545 -3449 TANK STRUCTURAL EVALUATION 1.0 Executive Summary Crom Engineering and Construction Services, Inc. (CECS) conducted a series of visual surveys, with no invasive procedures employed, of a 400,000 gallon prestressed concrete reservoir in Ocoee, FL on August 17, 2011. The tank was inspected in accordance with AWWA D110 and ACI 350 to evaluate the present condition of the structure. The goal of the inspection was to review the structural integrity of the dome and to determine what measures, if any, are necessary to bring the tank up to present codes and standards so that the longest useful life of the tank can be realized. Paul Talbert, El, CECS Project Manager, performed the inspection and prepared this report under the review of Jeff D. Malpass, P.E. 2.0 Scope of Work The purpose of the inspection is to investigate the structural integrity of the dome at Forest Oaks WTP. The investigation included a visual survey of the exterior and interior of the structure with no destructive measures employed to further investigate locations of cracking and hollows. The tank dome was physically examined for any visible problems such as cracks, spalling and accessory damage. Any location that was questionable was looked at closer to determine the extent of the problem. 3.0 Tank History and Description The tank being inspected is a prestressed composite tank that was originally built by The Crom Corporation in 1984. The tank has an inside diameter of 60' -0" and a side wall depth of 18' -11 ". The tank was built for the City of Ocoee as part of a project designed by Kuhrt B. Associates, Inc of Orlando, Florida in conformance with the report from ACI 344 on The Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures and generally accepted design practices for wire -wound prestressed concrete tanks during this time period. The tank has a 4" thick highly reinforced concrete floor. Floor steel consists of one orthogonal mat of #4 rebar spaced at 8" in both directions. The tank floor is joined to the tank wall by a monolithic joint. The tank has a composite wall constructed of shotcrete encasing a 26 gauge steel shell diaphragm continuous for the full height. The vertical seams between the sheets of the diaphragm are sealed watertight with epoxy. The wall is circumferentially prestressed by wrapping with pre- tensioned high tensile steel wire permanently bonded to the tank wall to contain the internal hydraulic load of the tank contents and provide residual compression in the wall after allowing for wall deformation and stress loss in the wire. Conventional mild steel reinforcement is also present in the wall due to vertical bending moments induced by the prestressing and by seasonal temperature differential between the inside and the outside of the wall. Circumferential mild steel reinforcement to control shrinkage cracking during construction is present in the wall as well. There is a 1" thick minimum shotcrete covercoat over the final layer of prestressed wire to protect the wire from corrosion. There is also a 1" thick covercoat on the inside of the diaphragm. The core wall is 3'/2" thick at the base of the wall and maintains its thickness of 3'/2" at the top. One layer of prestressed wires at the bottom of the tank and the 1" thick minimum covercoat provide an overall thickness of approximately 4 3 /4" from the bottom of the wall to the top. The tank is covered with a 3" thick concrete domed roof containing mild temperature reinforcement and 4x4 W4.0 x W4.0 welded wire mesh. There are three pipe penetrations through the floor of the tank as follows: • 16" DIP Influent • 16" DIP Effluent • 8" DIP Drain Tank accessories include a 3500gpm aerator; one 25" modified fiberglass offset vent; one hatch opening in the dome near the edge with a hinged fiberglass cover; one cast steel framed manhole opening with aluminum alloy cover; a aluminum hatch handrail; one exterior aluminum ladder with safety climbing device; four emergency overflows; and one liquid level indicator. Inspection History The tank was inspected by CECS previously in 2006. According to the picture file that was attached in the original inspection report, several of the same issues that were noted on the dome still exist. Many of the cracks, spalls and dark staining are still present. 4.0 Conclusion and Recommendations Based on the inspection, there are no apparent reasons for concern of the structural integrity of the tank. By reviewing the previous inspection picture file from 2006, we can clearly see the same cracking on the exterior dome. Since that time, no major changes have occurred. However, in order for the tank to be in compliance with Florida Administrative Code Chapter 62- 555.350, the recommended repairs or modifications need to be addressed. 2 (1) Exterior Tank Dome: Approximately 270LF of cracking was observed on the exterior dome (Figures 5 & 6). The majority of these cracks were superficial shrinkage cracks that can be sealed with a good coat of paint. Remaining cracks appear to be larger based on sediment that has washed into the crack and is now allowing biogrowth such as lichen to form within the void. There were no signs of continuation through the dome noted on the interior surfaces. CECS recommends pressure washing the dome and sealing the cracks with a stripe coat of primer followed by two top coats of a waterborne acrylate. A spall approximately 24in (Figure 7), was noted at the base of an aerator support pole. According to the operators, the spall was most likely due to lightning and correlates to a large spall on the interior surface of the dome (Figures 10, 11, 12). Exposed reinforcing was noted and is in need of being repaired. The spall was compared with the photos from the previous inspection. No major changes have occurred. CECS recommends repairing these areas by removing all loose deteriorated concrete, chipping completely behind and exposing any corroded steel mesh, chasing the corroded mesh until 4" minimum of clean steel is exposed, cleaning the corrosion from the exposed steel and concrete surface, and applying a polymer modified cementitious surface repair material in conjunction with a bonding epoxy. (2) Interior Tank Dome: Exposed, corroded reinforcing steel was noted in numerous locations on the interior dome (Figures 10, 11, 12, 13, 14 & 15). Some of the locations corresponded to minor cracking on the interior dome surface. CECS recommends repairing this area by removing all loose deteriorated concrete, cleaning any corroded steel mesh, squaring off and chipping back the concrete to provide a minimum depth of '/4" and patching with a polymer modified cementitious surface repair material in conjunction with a bonding epoxy to ensure that adequate coverage over the reinforcing steel is maintained. After the areas have been patched, the underside of the dome should be coated with a protective epoxy coating suitable for use inside potable water tanks such as Tnemec Series N140 or equal. Hard water staining was evident on a large portion of the interior dome surface (Figures 10, 11, 16 & 17). Additionally, small spots of corrosion from the steel reinforcement bolsters were noted. This corrosion does not involve any of the structural elements of the tank dome. Delaminated coating was also noted at the top of the tank wall (Figure 18). In order to keep the underside of the dome in good condition CECS recommends sandblasting and coating the underside of the dome and 3 feet down the interior wall and baffle wall and applying a protective epoxy coating such as Tnemec Series N140 or equal. 3 (3) Interior Tank Wall: According to the operators, the tank liquid level fluctuates between 3' below the dome to around 10' above the floor (Figures 11, 16, 17 & 18). As long as the wall is wetted once a day, deterioration due to hydrogen sulfide attack does not have time to occur. CECS recommends coating the top 5' of the interior wall. However, per the operator's request, the top 12 feet of the wall may be coated with a protective epoxy coating suitable for use inside potable water tanks such as Tnemec Series N140 or equal. (4) Aerator: The aerator curb which was originally glassed to the dome is now delaminating and allowing water to travel under the flashing (Figure 8). CECS recommends reattaching the curb to the dome again to prevent leakage from the aerator to stain the dome. Significant hard water staining was noted on the trays, floor and piping for the aerator (Figure 8 & 9). The staining is migrating into the tank through the downcomers, down the interior dome surface, down the wall and onto the floor. CECS recommends that the aerator be pressure washed to remove the majority of the staining and that the aerator be maintained to lessen the appearance of hard water staining. CECS also recommends that the floor on the aerator be sandblasted and coated with an NSF approved polyamidoamine epoxy. (5) Liquid Level Indicator: The float and target cable for the indicator was broken (Figure 3). CECS recommends replacing the cable with new nylon- coated stainless steel cables to monitor the liquid level within the tank. (6) Tank Manhole: Minor pitting has occurred on the inside face of the manhole cover (Figure 4). CECS recommends preparing and recoating the manhole frame and cover with a two part protective epoxy coating suitable for use in potable water tanks such as AquataPoxy A -6 or equal. Replacing the aluminum alloy cover with a stainless steel cover for a more permanent remedy is also an option if desired. (7) Tank Piping: The interior tank piping is corroded (Figure 20). In order to avoid further corrosion and section loss of the pipe, CECS recommends sandblasting the pipes in accordance with SSPC- SP10 /NACE 2 near -white blast and coating the pipes with a protective epoxy coating suitable for use in potable water tanks such as Tnemec Series N140 or equal. Since CECS' inspection was a visual survey of the structure without any invasive or destructive procedures or tests, CECS cannot offer an opinion on the condition or performance of the covered or hidden elements of the structure not visible from the surface. E The preceding report is submitted for your review and discussion. We would be pleased to discuss the results with you. If you have any questions or concerns, please do not hesitate to contact us. Respectfully submitted, Crom Engineering and Construction Services, Inc. d� 11)' P �, Jeff D. Malpass, P.E. President Paul A. Talbert, El Project Manager at Forest Oaks WTP. Figure 1: 400,000 gallon GST inspected on August 17, 2011 Figure 2: The tank was built by The Crom Corporation in 1984. Figure 3: The liquid level indicator target cable is broken. Figure 4: The aluminum alloy cover is pitted and needs to be replaced. Figure 5: 270LF of minor cracking was noted on the dome. Sediment Figure 6: Another example of the minor cracking on the dome. buildup makes the crack look wider than it actually is. repaired. The operators claimed the spall is due to lightning. Figure 7: A spall under the fiberglass aerator support pole needs to be Figure 8: The fiberglass aerator curb is detaching from the dome. numerous locations. Figure 9: The downcomers were in good condition. Figure 10: Hard water staining is traveling through the downcomers onto the interior dome surfaces. Exposed, corroded reinforcing was noted in the interior dome surface. Figure 11: A spall is visible on the interior dome. Staining is traveling down Figure 12: The spall has exposed reinforcing. is visible in numerous locations. the interior dome. Figure 13: The steel mesh for temperature and shrinkage cracking control Figure 14: There are several examples of cracking in the coating system on Figure 16: Water, passing through the downcomer is staining the interior dome surface and traveling onto the walls. Figure 15: Minor cracking is visible in numerous locations. Figure 17: Another example of water traveling down the interior dome and onto the walls. Figure 18: The coating is delaminating from the interior walls. Figure 19: A floor crack with staining was not actively leaking. Figure 20: The interior piping is corroded. fIorida Ground Storage Reservoir (GSR) 5 year Structural and Coatings Inspection Report November 9, 2011 (Revised March 26, 2014) Forest Oaks Water Treatment Facility Tank #2 (West Tank) Year Built 1996 0.64 MG Utilities Department 1800 A.D. Mims Rd. Ocoee, Florida 34761 TABLE OF CONTENTS 1.0 PURPOSE 1.1 General Tank Information ..................................... ..............................4 2.0 TANK INSPECTION 2.1 Floor .............................................................. ............................... 2.2 Peripheral Walls ................................................ ............................... 5 2.3 Baffle Wall ...................................................................... ..............................5 2.4 Dome .............................................................. ..............................5 INTERIOR COATINGS 2.5 Floor ........................................................... ............................... 2.6 Peripheral Walls .............................................. ............................... 2.7 Piping .......................................................... ............................... 2.8 Baffle Wall ................................................... ............................... 2.9 Dome ........................................................... ..............................6 INTERIOR HARDWARE 2.10 Water Level Indicator ...................................... ............................... 2.11 Ladder .................................................................................. ..............................6 2.12 Flume Piping ................................................ ............................... 2.13 Floor Piping Penetrations ...................................... ............................... 2.14 Wall Piping Penetrations ................................... ..............................7 EXTERIOR STRUCTURAL 2.15 Floor .......................................................... ............................... 2.16 Peripheral Wall s ............................................ ............................... 2.17 Dome .......................................................... ..............................7 EXTERIOR COATING 2.18 Peripheral Walls ............................................. ............................... 2.19 Dome ........................................................... ..............................8 EXTERIOR HARDWARE 2.20 Water Level Indicator ...................................... ............................... 2.21 Ladder ......................................................... ............................... 2.22 Guard Rail ........................................................................... ..............................8 2.23 Hatch ......................................................... ............................... 2.24 Wall Piping Penetrations ................................... ..............................8 2.25 Ventilators ................................................... ............................... 2.26 Concrete Overflow Ports .................................... ..............................8 2.27 Manway/ Manhole ........................................... ............................... 9 2.28 Aerators ...................................................... ............................... 2.29 Lightning Protection ........................................ ..............................9 3.0 TANK MAINTENANCE RECOMMENDATIONS 3.1 Interior Dome Coating ....................................... ..............................9 3.2 Interior DIP and CIP Piping Coating ..................... ............................... 3.3 Water Level Indicator ........................................ ..............................9 -2- 3.4 Flume Piping Wall Anchor Supports and Hardware ..... ..............................9 3.5 Exlerior Tank Paint ............................................. ..............................9 3.6 Hatch ............................................................. ............................... 10 3.7 Manway / Manhole .............................................. .............................10 3.8 Aerators ........................................................ ............................... 10 3.9 Lightning Protection ........................................... .............................10 4.0 CERTIFICATION 4.1 Signature and Sea] .............................................. .............................10 5.0 PICTURES Tank and Appurtenances Pictures .................................... ..............................1 l -3- 1.0 PURPOSE The following report is provided in response to the Florida Department of Environmental Protection's rule 62- 555.350(2) FAC requiring engineering inspections relating to the structural and coating integrity of drinking water treatment plant ground storage tanks. In preparation of the tank inspection, a " low water usage" period was determined as the most suitable time to take the tank off line. During this period the City of Ocoee drained and ventilated the ground storage tank. Access was gained through the tank top hatch and manway on the side of the tank. Inspections were performed as outlined in the following report. Once the inspection was complete, the tank was thoroughly cleaned of all accumulation and debris with fire hoses at 60 psi water pressure. A 12% Sodium- hypochlorite (bleach) solution was sprayed on all interior surfaces and added to the tank for disinfection purposes. The tank was then backfilled and let stand 24 hours. 'Tank was then drained and refilled with treated water and bacteriological samples were taken. Once clearances of bacteriological samples were received, the tank was returned to service and FDEP notified of the work performed to the tank. Subsequent annual inspections found no additional issues associated with the tanks structural integrity or coatings. 1.1 GENERAL TANK INFORMATION Date of Inspection: 11/9/11 'yank Inspector: 'Thomas King The following GSR inspections were performed by Thomas King, Utilities Facilities Manager - City of Ocoee Utilities. His findings were reviewed by Charles K. Smith, P.E. in the preparation of this report. The AWWA D110 -04 technical document standard was used to evaluate the integrity and soundness of the tank. The inspection reports and maintenance recommendations are provided as a result of these inspections. Tank Identifier: South Water Treatment Facility Tank 92 (West Tank) Tank Classification: AWWA D110 -04 —Wire and Strand Wound, Circular, Pre- Note: More specific information on the tank's history and construction can be found in the tank Record Drawings (on file) and the 2006 "Tank Inspection Report as prepared by CECS Incorporated (on file). 2.0 TANK INSPECTION (INTERIOR) 2.1 Floor Floor was cleaned with fire hose with 60 psi water prior to inspection. "Sound tested" floor with hammer in numerous locations. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: -4- Stressed Concrete Water Tanks Year Built: 1996 Size (gallons): 640,000 Inside Diameter: 71 Tank Side Wall: 22 Tank Engineer: Professional Engineering Consultants, Incorporated Tank Builder: The Crom Corporation Note: More specific information on the tank's history and construction can be found in the tank Record Drawings (on file) and the 2006 "Tank Inspection Report as prepared by CECS Incorporated (on file). 2.0 TANK INSPECTION (INTERIOR) 2.1 Floor Floor was cleaned with fire hose with 60 psi water prior to inspection. "Sound tested" floor with hammer in numerous locations. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: -4- I . - Pharr shows rro signs Of settlCment 2. Floors show no sign of cracks or shrinkage 3. No degradation of cementous material 4. No signs of separation between walls and floor 5. No spalling apparent 6. No signs of structural steel or rust bleed through 7. Minor iron, sulfide and manganese staining on floor 8. Floors appears to be in good shape 2.2 Peripheral Walls Walls were cleaned with tire hose at 60 psi water prior to inspection. Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or "disbonding" from the core wall. All other areas appear to be solid with no soft /detcriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. Minor superficial longitudinal cracks (see photos) 3. Slight cffloresencing in areas of superficial cover coat shrinkage cracks (See photos) 4. Normal surficial granular, powdery mortar degradation below level of applied coating 5. No signs of separation between walls and dome 6. Pipe penetrations are sound with no leakage apparent 7. No spalling apparent 8. No signs of structural steel or rust bleed through 9. Minor iron, sulfide and manganese staining on walls (see photos) 10. Walls appear to be in good shape 2.3 Baffle Wall Wall was cleaned with fire hose at 60 psi water prior to inspection. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: 1. No signs of settlement 2. Normal effloresencing of bare block and mortar (See photos) 3. Normal surficial granular, powdery mortar depositions due to age 4. No spalling apparent 5. Minor iron, sulfide and manganese staining on wall (see photos) 6. Wall appears to be in good shape 2.4 Dome Dome was cleaned with fire hose at 60 psi water prior to inspection. All areas appear to be solid with no significant moisture penetration past the coating into the concrete. The following observations were made: 1. Localized rust bleed through from welded wire mesh (wwm) isolated to small 1" to 4" distributed areas throughout the interior surface of the dome (see photos) 2. Some separation of coating with concrete dome 3. All pipe penetrations and down comer openings are sound with no degradation 4. All cabling and electrical conduit penetrations are sound and seal tight 5. No spalling apparent 6. Dome appears to be in good shape INTERIOR COATINGS 2.5 Floor No coatings are applied to the tank floor 2.6 Peripheral Walls The upper portions of the walls are coated down the wall to approximately 2 feet. Walls bellow 2 ft from the top are uncoated. The following observations were made: 1. Wall coatings are in good condition and do not appear to be separating from the wall. 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 3. Minor iron, sulfide and manganese staining on wall (see photos) 2.7 Piping 1. All steel influent, effluent and drain piping shows signs of coating pitting and breakdown with areas of tubercles. 2.8 Baffle Wall No coatings are applied to the baffle wall 2.9 Dome I . Numerous spots of localized rust bleed through from welded wire mesh (wwm) isolated to small F to 4" distributed areas throughout the interior surface of the dome (see photos) 2. Minor iron, sulfide and manganese staining on wall (see photos) 3. Some small areas of separation of epoxy coating from the interior mortar surface of the dome INTERIOR HARI)WARE 2.10 Water Level Indicator 1. Water level indicator float and gauge in good condition 2. Cable and hardware needs to be replaced due to corrosion 3. Gauge was repaired to working order during inspection 2.11 Ladder 1. Each rung of the ladder appears to be in good condition and secure to the ladder frame 2. Hardware fasteners are anchored soundly to the tank wall and floor 3. hardware fasteners appear to be in good condition with little surficial oxidation visible - 6 - 2.12 Flume Piping 1. - Fiberglass fhime appears to be in good shape 2. Flume hardware appears to be in good shape 2.13 Floor Piping Penetrations 1. 24" effluent line floor penetration is sound 2. 20" influent line floor penetration is sound 3. 6" floor drain appears to be sound 2.14 Wall Piping Penetrations 1. ''here are two pipes penetrating the tank walls each 2" diameter 2. Interior wall penetrations of these pipes is sound 3. These pipes are not being used i EXTERIOR STRUCTURAL 2.15 Floor 1. Floor Footer /Wall Footer shows no signs of settlement 2. No signs of water ponding or leakage around base of tank 2.16 Peripheral Walls Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or "disbonding" from the core wall. The three large hollows that were identified in the 2006 inspection by CECS still need to be repaired. All areas appear to be solid with no soft/deteriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. No signs of leakage 3. Minor superficial longitudinal cover coat shrinkage cracks on tank exterior surface 4. No signs of separation between walls and dome 5. Pipe penetrations are sound with no leakage apparent 6. No spilling apparent 7. No signs of structural steel or rust bleed through 8. Walls appear to be in good shape 2.17 Dome Sound tested dome exterior with a hammer for signs of deterioration. All areas appear to be solid with no soft /deteriorous areas. The following observations were made: 1. All pipe penetrations and down comer openings are sound with no degradation 2. All cabling and electrical conduit penetrations are sound and seal tight 3. No spalling apparent 4. Dome appears to be in good shape EXTERIOR COATING -7- 2.18 Peripheral Walls 1. Paint is in fair condition with onset of moderate chalking 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 2.19 Dome 1. Paint on dome appears to be in fair condition with onset of moderate chalking 2. No signs of structural steel or rust bleed through apparent on the surface of the coating EXTERIOR HARDWARE 2.20 Water Level Indicator 1. Fiberglass portion of the water level indicator is in good condition 4. Cable and hardware needs to be replaced due to corrosion 2.21 Ladder 1. Each rung of the ladder appears to be in good condition and secure to the ladder frame 2. IIardware fasteners are anchored soundly to the tank wall 2.22 Guard Railing 1. The guard rails and their associated hardware appear to be soundly anchored into the dome and in fair condition 2.23 Hatch 1. Hatch as a unit is in good condition 2. Hatch seal needs to be replaced 2.24 Wall Piping Penetrations 1. There are two pipes penetrating the tank walls each 2" diameter 2. Exterior wall penetrations of these pipes are sound with no leakage apparent 3. These two pipes are not being used 2.25 Ventilators 1. The two 25" fiberglass ventilators are in good shape 2. Ventilator screens should be replaced 2.26 Concrete Overflow Ports 1. There are 4 emergency overflow ports on opposing sides of the tank. 2. Overflow port screens should be replaced 2.27 ManwaylManhole 1. There is one cast aluminum cover and ss bolts 2. Aluminum cover need to be sandblasted and recoated with an appropriate finish --a- 2.28 Aerators 1. Aeration trays have - been rc moved except - the bottom layer 2. Fiberglass roof and structure in good condition 3. Screens need to be replaced 4. Down comers are in good condition 5. Drain line is in good condition 2.29 Lightning Protection 1. Several lightning rods need re- affixing 2. Several grounding cables need re- affixing 3. Cable connections need re- torqueing 3.0 TANK MAINTENANCE RECOMMENDATIONS This inspection did not reveal any problems that would cause immediate concern for structural integrity. The following recommendations are provided to prevent further deterioration and aid in rehabilitation and future budgeting needs. 3.1 Interior Dome and Wall Coating The interior dome coating has several areas where the wwrn or steel chairs are rusting though the coating. In preparation of repair, the tank should be taken off line and allowed to dehumidify for several days while continuous forced are ventilation is applied to the interior. Any loose coating and mortar in areas indicating steel rust bleed through should be removed along with any other coatings separating from the dome by sandblasting. The concrete should be removed several inches back from any effected steel by chipping. Sandblasted all exposed steel to near white. These concrete areas should then be repaired with approved dry -pack cement -sand mortar, epoxy grout or the most appropriate method of repair. Once all repairs to the dome have been made, the remaining dome and upper 6 feet of the peripheral walls should be lightly sandblasted to lightly roughen the surface in preparation of approved epoxy coating application. 3.2 Interior DIP and CIP Piping Coating All steel interior piping indicates areas of coating fai lure with dispersed tubercles. These pipes should be sandblasted and recoated with an approved epoxy coating. 3.3 Water Level Indicator Water level indicator cabling and float hardware need to be replaced with a high grade stainless steel. 3.4 Flume Piping Wall Anchor Supports and Hardware Flume hardware is in good condition. 3.5 Exterior Tank Paint The three large hollows should be repaired by epoxy injection method as recommended by CECS in 2006. The exterior of the tank should be pressure washed and a high quality siloconized latex caulk scaler applied to all cracks. Once the caulk has dried, two coats of a high quality permeable elastomeric latex paint should be applied to the exterior walls and dome. -9- 3.6 H atrit The gasket between the hatch cover and hatch frame should be replaced. j 3.7 Manway /Manhole The manway should be sandblasted and re- coated with a appropriate coating. 3.8 Aerators The floor of the aerators needs to be lightly sandblasted and a generous coat of an appropriate coating applied encompassing the down comer holes and all horizontal surfaces up to and overlapping the first 6" of the fiberglass aerator walls. The screens should be replaced on aerators, ventilation domes and overflow ports. (All screens were replaced in 2012) 3.9 Lightning Protection Lightning rods and grounding cables have become detached in several places and need to be re- affixed to the tank and aerators. Cable connections need to be re- torqued to insure continuity to ground. 4.0 CERTIFICATION Signature and Seal Reviewed nd a app' , Charles K. smith. P.E. City of Ococe Utilities Director, FL P.E. License No. 039632 1800 A.D. Mims Road Ocoee, FL 34761 Phone 407 904 3100 ext. 4000 -10- 5.0 PICTURES Tank and Appurtenances Pictures - L_ - I '. i fIorida Ground Storage Reservoir (GSR) 5 year Structural and Coatings Inspection Report July 26, 2011 (Revised March 26, 2014) South Water Treatment Facility Tank #1 (East Tank) Year Built 1991 0.67 MG Utilities Department 1800 A.D. Mims Road Ocoee, FL 34761 1ALLL` OF CON TL' N TS .. 1.0 PURPOSE 1.1 General Tank Information ...................................... ..............................4 2.0 TANK INSPECTION 2.1 Floor ............................................................... ..............................5 2.2 Peripheral Walls ................................................. ..............................5 2.3 Baffle Wall ....................................................................... ..............................5 2.4 Dome .............................................................. ..............................6 INTERIOR COATINGS 2.5 Floor ............................................................ ..............................6 2.6 Peripheral Walls ................................................ ..............................6 2.7 Piping ............................................................ ..............................6 2.8 Baffle Wall ..................................................... ..............................6 2.9 Dome .......................................................... ..............................6 INTERIOR HARDWARE 2.10 Water Level Indicator ....................................... ..............................6 2.11 Ladder ...................................................................................... ..............................6 2.12 Flume Piping ................................................... ..............................7 2.13 Floor Piping Penetrations .......................................... ..............................7 2.14 Wall Piping Penetrations ..................................... ..............................7 EXTERIOR STRUCTURAL 2.15 Floor ............................................................ ..............................7 2.16 Peripheral Walls .............................................. ..............................7 2.17 Dome ........................................................... ..............................7 EXTERIOR COATING 2.18 Peripheral Walls .............................................. ..............................8 2 .19 Dome ........................................................... ..............................8 EXTERIOR HARDWARE 2.20 Water Level Indicator ....................................... ..............................8 2.21 Ladder .......................................................... ..............................8 2.22 Guard Rail .............................................................................. ..............................8 2.23 Hatch ........................................................... ..............................8 2.24 Wall Piping Penetrations .................................... ..............................8 2.25 Ventilators ..................................................... ..............................8 2.26 Concrete Overflow Ports ..................................... ..............................9 2.27 Manway/ Manhole ............................................ ..............................9 2.28 Aerators ........................................................ ..............................9 2.29 Lightning Protection ........................................ ..............................9 3.0 TANK MAINTENANCE RECOMMENDATIONS 3.1 Interior Dome Coating ....................................... ..............................9 -,2- 4.0 5.0 3.2 Interior DIP and CIP Piping Coating ...................... ..............................9 3.3 Water Level ....................................... ............................... 9 3.4 Flume Piping Wall Anchor Supports and Hardware .... .............................10 3.5 Exterior Tank Paint ............................................. .............................10 3.6 11atch ............................................................... .............................10 3.7 Manwayl Manhole ............................................. .............................10 3.8 Aerators ......................................................... .............................10 3.9 Lightning Protection .......................................... .............................10 CERTIFICATION Signature and Seal .............................................. .............................10 PICTURES Tank and Appurtenances Pictures .................................... .............................11 -I - 1.0 PLTt"St The following report is provided in response to the Florida Department of Environmental Protection's rule 62- 555.350(2) FAC requiring engineering inspections relating to the structural and coating integrity of drinking water treatment plant ground storage tanks. In preparation of the tank inspection, a " low water usage" period was determined as the most suitable time to take the tank off line. During this period the City of Ocoee drained and ventilated the ground storage tank. Access was gained through the tank top hatch and manway on the side of the tank. Inspections were performed as outlined in the following report. Once the inspection was complete, the tank was thoroughly cleaned of all accumulation and debris with fire hoses at 60 psi water pressure. A 12% Sodium -hypo chlorite (bleach) solution was sprayed on all interior surfaces and added to the tank for disinfection purposes. The tank was then backfilled and let stand 24 hours. Tank was then drained and refilled with treated water and bacteriological samples were taken. Once clearances of bacteriological samples were received, the tank was returned to service and FDEP notified of the work performed to the tank. Subsequent annual inspections found no additional issues associated with the tanks structural integrity or coatings. 1.1 GENERAL TANK INFORMATION Date of Inspection: 7/26/11 Tank Inspector: Thomas King The following GSR inspections were performed by Thomas King, Utilities Facilities Manager - City of Ocoee Utilities. IIis findings were reviewed by Charles K. Smith, P.E. in the preparation of this report. The AWWA D110 -04 technical document standard was used to evaluate the integrity and soundness of the tank. The inspection reports and maintenance recommendations are provided as a result of these inspections. Tank Identifier: South Water Treatment Facility Tank #I (East Tank) Tank Classification: AWWA D110 -04 — Wire and Strand Wound, Circular, Pre - Stressed Concrete Water Tanks Year Built: 1991 Size (gallons): 670,000 Inside Diameter: 72'0 Tank Side Wall: 22'0 Tank Engineer: Professional Engineering Consultants, Incorporated Tank Builder: The Crom Corporation Note: More specific information on the tank's history and construction can be found in the tank Record Drawings (on file) and the 2006 Tank Inspection Report as prepared by CECS Incorporated (on file). -4- 2.0 TANK INSPECTION (INTERIOR) 2.1 Floor Floor was cleaned with fire hose with 60 psi water prior to inspection. "Sound tested" floor with hammer in numerous locations. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: 1. Floor shows no signs of settlement 2. Floors show no sign of cracks or shrinkage 3. No degradation of cementous material 4. No signs of separation between walls and floor 5. No spalling apparent 6. No signs of structural steel or rust bleed through 7. Minor iron, sulfide and manganese staining on floor 8. Floors appears to be in good shape 2.2 Peripheral Walls Walls were cleaned with fire hose at 60 psi water prior to inspection. Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or "disbonding" from the core wall. All areas appear to be solid with no soft /deteriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. Minor superficial longitudinal cracks (see photos) 3. Surfrcial cracks around circumference of tank where dome meets walls 4. Slight efflorescing in areas of superficial cover coat shrinkage cracks (See photos) 5. Normal surlicial granular, powdery mortar degradation below level of applied coating 6. No signs of separation between walls and dome 7. Pipe penetrations are sound with no leakage apparent 8. No spalling apparent 9. No signs of structural steel or rust bleed through 10. Minor iron, sulfide and manganese staining on walls (see photos) 11. Walls appear to be in good shape 2.3 Baffle Wall Wall was cleaned with fire hose at 60 psi water prior to inspection. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: 1. No signs of settlement 2. Normal efflorescing of bare block and mortar (See photos) 3. Normal surlicial granular, powdery mortar depositions due to age 4. No spalling apparent 5. Minor iron, sulfide and manganese staining on wall (see photos) 6. Wall appears to be in good shape - 5 - 2. 4 Dome Dome was cleaned with fire hose at 60 psi water prior to inspection. Ali areas appear to ire solid with no significant moisture penetration past the coating into the concrete. The following observations were made: 1. Localized rust bleed through from welded wire mesh (wwm) isolated to small 1" to 4" distributed areas throughout the interior surface of the dome (see photos) 2. Some minor separation of coating with concrete dome 3. All pipe penetrations and down comer openings are sound with no degradation 4. All cabling and electrical conduit penetrations are sound and seal tight 5. No spalling apparent 6. Dome appears to be in good shape 3.0 INTERIOR COATINGS 2.5 Floor No coatings are applied to the tank floor 2.6 Peripheral Walls The upper portions of the walls are coated down the wall to approximately 2 feet. Walls bellow 2 ft from the top are uncoated. The following observations were made: 1. Wall coatings are in good condition and do not appear to be separating from the wall. 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 3. Minor iron, sulfide and manganese staining on wall (see photos) 2.7 Piping 1. All steel influent, effluent and drain piping shows signs of coating pitting with areas of tubercles. 2.8 Baffle Wall No coatings are applied to the baffle wall 2.9 Dome 1. Numerous spots of localized rust bleed through from welded wire mesh (wwm) isolated to small 1" to 4" distributed areas throughout the interior surface of the dome (see photos) INTERIOR HARDWARE 2.10 Water Level Indicator 1. Water level indicator float and gauge in good condition 2. Cable and hardware needs to be replaced due to corrosion 3. Gauge was temporarily repaired to working order during inspection 2.11 Ladder 1. Each rung of the ladder appears to be in good condition and secure to the ladder frame -6- 2. Hardware fasteners are anchored soundly to the tank wall and floor 3. 1ardware fasteners appear to be in good condition with l surfrcial oxidation visible 2.12 Flume Piping 1. Fiberglass flume appears to be in good shape 2. The "expansion head" style hardware that fastens the flume piping to the baffle wall has pulled free from attachment to the baffle wall in several locations (see photos) 3. Down comer piping assembly is being supported vertically by two anchor bolts approximately 8 feet from the dome and strapping at the base of the flume (see photos) 2.13 Floor Piping Penetrations 1. 20" effluent line floor penetration is sound 2. 16" influent line floor penetration is sound 3. 6" floor drain appears to be sound 2.14 Wall Piping Penetrations 1. There are two pipes penetrating the tank walls each 2" diameter 2. interior wall penetrations of these pipes is sound 3. These pipes are not being used EXTERIOR STRUCTURAL 2.15 Floor 1. Floor Footer /Wall Footer shows no signs of settlement 2. No signs of water ponding or leakage around base of tank 2.16 Peripheral Walls Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or " disbonding" from the core wall. All areas appear to be solid with no soft /deteriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. No signs of leakage 3. Extremely minor superficial longitudinal cover coat shrinkage cracks on tank exterior surface 4. No signs of separation between walls and dome 5. Pipe penetrations are sound with no leakage apparent 6. No spalling apparent 7. No signs of structural steel or rust bleed through 8. Walls appear to be in good shape 2.17 Done Sound tested dome exterior with a hammer for signs of deterioration. All areas appear to be solid with no soft /deteriorous areas. The following observations were made: -7- I . All pipe penetrations and down corner openings are sound with no degradation 2. Minor surficial shrinkage cracks on tank exterior surface 3. All cabling and electrical conduit penetrations are sound and seal tight 4. No spalling apparent 5. Dome appears to be in good shape EXTERIOR COATING i 2.18 Peripheral Walls 1. Paint is in fair condition with onset ofmoderate chalking 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 3. Tank appears to have been painted since last inspection. 4. This paint is blistering in places i 2.19 Dome 1. Paint on dome appears to be in fair condition with onset of very moderate chalking 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 3. Paint is blistering in places EXTERIOR HARDWARE 2.20 Water Level Indicator 1. Fiberglass portion of the water level indicator is in good condition 4. Cable and hardware needs to be replaced due to corrosion and wear 2.21 Ladder 1. Fach rung of the ladder appears to be in good condition and secure to the ladder frame 2. Ilardware fasteners are anchored soundly to the tank wall 2.22 Guard Railing 1. The guard rails and their associated hardware appear to be soundly anchored into the dome and in good condition 2.23 Hatch 1. Hatch as a unit is in good condition 2. hatch seal needs to be replaced 2.24 Wall Piping Penetrations 1. There are two pipes penetrating the tank walls each 2" diameter 2. Exterior wall penetrations of these pipes are sound with no leakage apparent 3. These two pipes are not being used 2.25 Ventilators 1. The two 25" fiberglass ventilators are in good shape 2. Ventilator screens are in good shape ! 2.2-G -Conerete Ports 1. There are 4 emergency overflow ports on opposing sides of the tank. 2. Overflow port screens are in good shape 2.27 Manway /Manhole 1. There is one cast steel manhole with aluminum cover and ss bolts 2. Manhole opening is 15 "x27" 3. Manhole is in good condition 4. Manhole needs to be properly coated to prevent deterioration 2.28 Aerators 1. Aeration trays have been removed except the bottom layer 2. Fiberglass roof and structure in good condition 3. Screens are in fair condition 4. Down comers are in good condition 5. Drain line is in good condition 2.29 Lightning Protection 1. Several lightning rods need re- affixing 2. Several grounding cables need re- affixing 3. Cable connections need re- torqueing 3.0 TANK MAINTENANCE RECOMMENDATIONS This inspection did not reveal any problems that would cause immediate concern for structural integrity. The following recommendations are provided to facilitate repairs and assist budgeting future maintenance funds. 3.1 Interior Dome and Wall Coating The interior dome coating has several areas where the wwm or steel chairs are rusting though the coating. In preparation of repair, the tank should be taken off line and allowed to dehumidify for several days while continuous forced are ventilation is applied to the interior. Any loose coating and mortar in areas indicating steel rust bleed through should be removed along with any other coatings separating from the dome by sandblasting. The concrete should be removed several inches back from any effected steel by chipping. Sandblasted all exposed steel to near white. These concrete areas should then be repaired with approved dry -pack cement -sand mortar, epoxy grout or the most appropriate method of repair. Once all repairs to the dome have been made, the remaining dome and upper 6 feet of the peripheral walls should be lightly sandblasted to lightly roughen the surface in preparation of approved epoxy coating application. 3.2 Interior DIP and CIP Piping Coating All steel interior piping indicates areas of coating failure with dispersed tubercles. These pipes should be sandblasted and recoated with an approved epoxy coating. 3.3 Water Level Indicator Water level indicator cabling and float hardware need to be replaced with a high grade stainless steel. -9- 3.4 Mme Wall Anchor Supports -,md -rdwwm The "expansion head" style hardware that fastens the flume piping to the baffle wall has pulled away from attachment to the baffle wall in several locations. New high grade stainless steel expansion head wall anchors should be used to re- attach the flume piping brackets back to the baffle wall. 3.5 Exterior Tank Paint The exterior dome and sides of the tank should be pressure washed and a high quality siloeonized latex caulk sealer applied to all cracks. Once the caulk has dried, two coats of a high quality permeable elastomeric latex paint should be applied to the exterior walls and dome. 3.6 Hatch The gasket between the hatch cover and hatch frame should be replaced. 3.7 Manway /Manhole The cast steel manway should be sandblasted and re- coated with a approve epoxy coating. 3.8 Aerators The interior and exterior of the aerators need to be pressure washed to remove dirt and staining. At the exterior base of the aerators, where the sides meet the top of the tank, should be thoroughly caulked with a high grade latex caulk. The floor of the aerators needs to be lightly sandblasted and a generous coat of approve epoxy coating applied encompassing the down comer holes and all horizontal surfaces up to and overlapping the first 6" of the fiberglass aerator walls. (All screens were replaced in 2012) 3.9 Lightning Protection Lightning rods and grounding cables have become detached in several places and need to be re- affixed to the tank and aerators. Cable connections need to be re- torqued to insure continuity to ground. 4.0.1 CERTIFICATION Signature and Seal Reviewc*fi and appVsved, e Charles k. S`nnith, P.E. City of Ocoee Utilities Director, FL P.f;. License No. 039632 1800 A.D. Mnis Road Ocoee, 1, L 34761 Phone 407 904 3100 ext. 4000 m -10- 9.0 PICTURES I t ` r . Tank and Appurtenances Pictures x ,6t V ii I ��; w.„.a��. — 12 — .w Ground Storage Reservoir (GSR) 5 year Structural and Coatings Inspection Report August 3, 2011 (Revised March 26, 2014) South Water Treatment Facility Tank #2 (West Tank) Year Built 1996 0.67 MG Utilities Department 1.800 A.D. Mims Rd. Ocoee, Florida 34761 TABLE. OF CONTEN'T'S 1.0 PURPOSE 1.1 General Tank Information ....................................... ..............................5 2.0 TANK INSPECTION (INTERIOR) 2.1 Floor ............................................................... ............................... 5 2.2 Peripheral Walls ................................................. ..............................5 2.3 Baffle Wall ...................................................................... ..............................5 2.4 Dome .............................................................. ..............................6 INTERIOR COATINGS 2.5 Floor ........................................................... ............................... 6 2.6 Peripheral Walls ............................................. ............................... 6 2.7 Piping ............................................................ ............................... 6 2.8 Baffle Wall .................................................... ..............................6 2.9 Doine .......................................................... ..............................6 INTERIOR HARDWARE. 2.10 Water Level Indicator ...................................... ............................... 7 2.11 I . addel• .................................................................................. ............................... 7 2.12 Flume Piping ................................................ ............................... 7 2.13 Floor Piping Penctrations ........................................ ..............................7 2.14 Wall Piping Penetrations ................................... ..............................7 EXTERIOR STRUCTURAL 2.15 Floor ........................................................... ..............................7 2.16 Peripheral Walls ............................................. ..............................7 2.17 Dome ......................................................... ..............................8 EXTERIOR COATING 2.18 Peripheral Walls ............................................. ..............................8 2.19 Dome ..........................................:............... ..............................8 EXTERIOR HARDWARE 2.20 Water Level Indicator ...................................... ..............................8 2.21 Ladder ......................................................... ..............................8 2.22 Guard Rai 1 ............................................................................ ..............................8 2.23 1latch .......................................................... ..............................8 2.24 Wall Piping Penetrations ................................... ..............................9 2.25 Ventilators .................................................... ..............................9 2.26 Concrete Overflow Ports .................................... ..............................9 2.27 Manway/ Manhole ............................................ ..............................9 2.28 Aerators ....................................................... ..............................9 2.29 Lightning Protection ........................................ ..............................9 3.0 TANK MAINTENANCE RECOMMENDATIONS 3.1 Interior Dome Coating ....................................... ..............................9 3.2 Interior DIP and CIP Piping Coating ...................... .............................10 _21_ 3.3 Water Level Indicator ........................................ .............................10 i 3.4- Fkime Piping Wall Anchor Supports and Hardware......... ...... W .................. 3.5 Exterior Tank Paint ............................................ .............................10 3.6 Hatch .............................................................. .............................10 3.7 Manway / Manhole ............................................ .............................10 3.8 Aerators ......................................................... .............................10 3.9 Lightning Protection ......................................... .............................10 4.0 CERTIFICATION Signatureand Sea] ............................................ .............................10 5.0 PICTURES Tank and Appurtenances Pictures ......................... .............................11 -3- LW I" LJRPOSE The following report is provided in response to the Florida Department of Environmental Protection's rule 62- 555.350(2) FAC requiring engineering inspections relating to the structural and coating integrity of drinking water treatment plant ground storage tanks. In preparation of the tank inspection, a " low water usage" period was determined as the most suitable time to take the tank off line. During this period the City of Ocoee drained and ventilated the ground storage tank. Access was gained through the tank top hatch and manway on the side of the tank. Inspections were performed as outlined in the following report. Once the inspection was complete, the tank was thoroughly cleaned of all accumulation and debris with fire hoses at 60 psi water pressure. A 12% Sodium- hypochlorite (bleach) solution was sprayed on all interior surfaces and added to the tank for disinfection purposes. The tank was then backfilled and let stand 24 hours. Tank was then drained and refilled with treated water and bacteriological samples were taken. Once clearances of bacteriological samples were received, the tank was returned to service and FDEP notified of the work performed to the tank. Subsequent annual inspections found no additional issues associated with the tanks structural integrity or coatings. 1.1 GENERAL TANK INFORMATION Date of Inspection: 8/3/11 Tank Inspector: Thomas King The following GSR inspections were performed by Thomas King, Utilities Facilities Manager - City of Ocoee Utilities. His findings were reviewed by Charles K. Smith, P.E. in the preparation of this report. The AWWA D110 -04 technical document standard was used to evaluate the integrity and soundness of the tank. The inspection reports and maintenance recommendations are provided as a result of these inspections. Tank Identifier: South Water Treatment Facility Tank 42 (West Tank) Tank Classification: AWWA D110 -04 —Wire and Strand Wound, Circular, Pre - Stressed Note: More specific information on the tank's history and construction can be found in the tannic Record Drawings (on file) and the 2006 Tank Inspection Report as prepared by CECS Incorporated (on file). !ice Concrete Water "Tanks Year Built: 1996 Size (gallons): 670,000 Inside Diameter: 72'0 Tank Side Wall: 22'0 Tank Engineer: Professional Engineering Consultants, Incorporated Tank Builder: The Crom Corporation Note: More specific information on the tank's history and construction can be found in the tannic Record Drawings (on file) and the 2006 Tank Inspection Report as prepared by CECS Incorporated (on file). !ice 2.0 TANK INSPECTION (INTERIOR) 2.1 Floor Floor was cleaned with fire hose with 60 psi water prior to inspection. "Sound tested" floor with hammer in numerous locations. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: 1. Floor shows no signs of settlement 2. Floors show no sign of cracks or shrinkage 3. No degradation of cementous material 4. No signs of separation between walls and floor 5. No spalling apparent 6. No signs of structurall steel or rust bleed through 7. Minor iron, sulfide and manganese staining on floor 8. Floors appears to be in good shape 2.2 Peripheral Walls Walls were cleaned with fire hose at 60 psi water prior to inspection. Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or " disbonding" from the core wall. All areas appear to be solid with no soft /deteriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. Minor superficial longitudinal cracks (see photos) 3. Slight efflorescing in areas of superficial cover coat shrinkage cracks (See photos) 4. Normal surficial granular, powdery mortar degradation below level of applied coating 5. Surficial cracks around circumference of wall at dome 6. Pipe penetrations are sound with no leakage apparent 7. No spalling apparent 8. No signs of structural steel or rust bleed through 9. Minor iron, sulfide and manganese staining on walls (see photos) 10. Walls appear to be in good shape 2.3 Baffle Wall Wall was cleaned with fire hose at 60 psi water prior to inspection. All areas appear to be solid with no soft or deteriorous areas apparent. The following observations were made: 1. No signs of settlement 2. Normal effloresencing of bare block and mortar (See photos) 3. Normal surficial granular, powdery rnortar depositions due to age 4. No spalling apparent 5. Minor iron, sulfide and manganese staining on wall (see photos) 6. Wall appears to be in good shape -5- 2.4 Dome Dome was elcaned with - fire horse at 60 psi water prier to inspectiorn. All areas appear lo- be solid with no significant moisture penetration past the coating into the concrete. The following observations were made: 1. Localized rust bleed through from welded wire mesh (wwm) isolated to small 1" to 4" distributed areas throughout the interior surface of the dome (see photos) 2. Some separation of coating with concrete dome 3. All pipe penetrations and down comer openings are sound with no degradation 4. All cabling and electrical conduit penetrations are sound and seal tight 5. No spalling apparent 6. Dome appears to be in good shape INTERIOR COATINGS 2.5 Floor No coatings are applied to the tank floor 2.6 Peripheral Walls The upper portions of the walls are coated down the wall to approximately 2 feet. Walls bellow 2 ft from the top are uncoated. 1. Wall coatings are in fair condition and do not appear to be separating from the wall. 2. No signs of structural steel or rust bleed through apparent on the surface of the coating 3. Minor superficial longitudinal cracks (see photos) 4. Slight efflorescing in areas of superficial cover coat shrinkage cracks (See photos) 5. Minor iron, sulfide and manganese staining on wall (see photos) 2.7 Piping 1. All steel influent, effluent and drain piping shows signs of coating pitting and breakdown with areas of tubercles 2.8 Baffle Wall No coatings are applied to the baffle wall 2.9 Dome 1. Numerous spots of localized rust bleed through from welded wire mesh (wwm) isolated to small 1" to 4" distributed areas throughout the interior surface of the dome (see photos) 2. Minor iron, sulfide and manganese staining on wall (see photos) 3. Some small areas of separation of epoxy coating from the interior mortar surface of the dome -6- INTERIOR HARDWARE 2.10 Water Level Indicator 1. Water level indicator float and gauge in good condition 2. Cable and hardware needs to be replaced due to corrosion and wear 2.11 Ladder 1. Each rung of the ladder appears to be in good condition and secure to the ladder frame 2. Hardware fasteners are anchored soundly to the tank wall and floor 3. Hardware fasteners appear to be in good condition with little surlicial oxidation visible 2.12 Flume Piping 1. Fiberglass flume appears to be in good shape 2. Flume anchoring hardware and fasteners appears to be in good shape 2.13 Floor Piping Penetrations 1. 20" effluent line floor penetration is sound 2. 20" influent line floor penetration is sound 3. 6" floor drain appears to be sound 2.14 Wall Piping Penetrations 1. There are two pipes penetrating the tank walls each 2" diameter 2. Interior wall penetrations of these pipes is sound 3. "These pipes are not being used EXTERIOR STRUCTURAL 2.15 Floor 1. Floor Footer /Wall Footer shows no signs of settlement 2. No signs of water ponding or leakage around base of tank 2.16 Peripheral Walls Sound tested wall's shotcrete cover coat with hammer in numerous locations for signs of deterioration and evidence of separation or "disbonding" from the core wall. The two small hollows between shotcrete coatings that were identified in the 2006 inspection by CECS did not appear to have worsened and the caulking repairs remain intact. All areas appear to be solid with no soft /deteriorous areas or disbonding apparent. The following observations were made: 1. No signs of settlement 2. No signs of leakage 3. Minor superficial longitudinal cover coat shrinkage cracks on tank exterior surface 4. No signs of separation between walls and dome 5. Pipe penetrations are sound with no leakage apparent 6. No spading apparent -7- i 7. No signs of structural steel or rust bleed through 8. WaH-s appear to be in gored.. shape 2.17 Dome i Sound tested dome exterior with a hammer for signs of deterioration. All areas appear to be solid with no soft/deteriorous areas. 1. All pipe penetrations and down coiner openings are sound with no degradation 2. All cabling and electrical conduit penetrations are sound and seal tight 3. No spalling apparent 4. Dome appears to be in good shape EXTERIOR COATING 2.18 Peripheral Walls 1. Paint is in fair condition with onset of moderate chalking i 2. No signs of structural steel or rust bleed through apparent on the surface of the j coating 3. Areas of paint blistering 4. Tank appears to have been painted since last inspection 2.19 Dome 1. Paint on dome appears to be in fair condition with onset of very moderate chalking 2. Some areas of paint blistering 3. No signs of structural steel or rust bleed through apparent on the surface of the coating EXTERIOR HARDWARE 2.20 Water Level Indicator 1. Water level indicator is in good condition 3. Cable and hardware needs to be replaced due to corrosion and wear 2.21 Ladder 1. Each rung of the ladder appears to be in good condition and secure to the ladder frame 2. Hardware fasteners are anchored soundly to the tank wall 2.22 Guard Railing 1. The guard rails and their associated hardware appear to be soundly anchored into the dome and in good condition 2.23 Hatch 1. Hatch as a unit is in good condition 2. Hatch seal needs to be replaced i -8- i 2.24 Wall Piping Penetrations 1-. There are hvo -pipes penetrating the tank walls eae h 2" diameter 2. Exterior wall penetrations of these pipes are sound with no leakage apparent 3. These two pipes are not being used 2.25 Ventilators The two 25" fiberglass ventilators are in good shape Ventilator screens are in good shape 2.26 Concrete Overflow Ports 1. There are 4 emergency overflow ports on opposing sides of the tank. 2. Overflow port screens are in good shape 2.27 Manway/Manhole 1. There is one cast steel manhole with aluminum cover and ss bolts 2. Manhole is in good condition 3. Aluminum cover should be painted with an appropriate coating. 2.28 Aerators 1. Aeration trays have been removed except the bottom layer 2. Fiberglass roof and structure in good condition 3. Screens are in fair condition 4. Down corners are in good condition 5. Drain line is in good condition 2.29 Lightning Protection 1. Several lightning rods need re- affixing 2. Several grounding cables need re- affixing 3. Cable connections need re- torqueing. 3.0 TANK MAINTENANCE RECOMMENDATIONS This inspection did not reveal my problems that would cause immediate concern for structural integrity. The following recommendations are provided to prevent further deterioration and aid in rehabilitation and future budgeting needs 3.1 Interior Dome and Wall Coating The interior dome coating has several areas where the wwm or steel chairs are rusting though the coating. In preparation of repair, the tank should be taken off line and allowed to dehumidify for several days while continuous forced are ventilation is applied to the interior. Any loose coating and mortar in areas indicating steel rust bleed through should be removed along with any other coatings separating from the dome by sandblasting. The concrete should be removed several inches back from any effected steel by chipping. Sandblasted all exposed steel to near white. These concrete areas should then be repaired with approved dry -pack cement -sand mortar, epoxy grout or the most appropriate method of repair. Once all repairs to the dome have been made, the remaining dome and upper 6 feet of the peripheral walls should be lightly sandblasted to lightly roughen the surface in preparation of approved epoxy coating application. -9- 12 interim- D44' inid CHI Piping -C a ing All steel interior piping indicates areas of coating failure with dispersed tubercles. "These pipes should be sandblasted and recoated with an approved epoxy coating. 3.3 Water Level Indicator Water level indicator cabling and float hardware need to be replaced with a high grade stainless steel. 3.4 Flume .Piping Wall Anchor Supports and Hardware Flume and hardware are in good shape and should not need any repairs. 3.5 Exterior Tanlc Paint The exterior of the tank should be pressure washed and a high quality siloconized latex caulk sealer applied to all cracks. Once the caulk has dried, two coats of a high quality permeable elastomeric latex paint should be applied to the exterior walls and dome. 3.6 Hatch The gasket between the hatch cover and hatch frame should be replaced. 3.7 Manway /Manhole The cast steel manway should be sandblasted and re- coated with a approve epoxy coating. 3.8 Aerators The floor of the aerators needs to be lightly sandblasted and a generous coat of approve epoxy coating applied encompassing the down comer holes and all horizontal surfaces up to and overlapping the first 6" of the fiberglass aerator walls. (All screens were replaced in 2012). 3.9 Lightning Protection Lightning rods and grounding cables have become detached in several places and need to be re- affixed to the tank and aerators. Cable connections need to be re- torqued to insure continuity to ground. 4.0 CERTIFICATION Signature and Seal evi�v� and approval; I LI Charles K. Smith, P.1✓. City of Ocoee Utilities Director, Fl, P.E. License No. 039632 1800 A.D. Minis Road Ocoee, FL 34761 Phone 407 904 3100 ext. 4000 9"1 5.0 PICTURES Tank and Appurtenances Pictures -12- zo" TNlK L �� ° cDME �EEE„ENT �+ J L — ROBE CURB —e Q � F AL t M i � F DMPNe Aviv IVCr.i 6 , C . . R v R � I ' �Q.vr ePUn TANK o s EEP ILL I.IB -!, •ERS.0 v Y SUMO v0 (,At OR iN„ S 11-ID !NE BOVE FLCOR e ✓� '.I Iro Y . / RRM DOMEe �yzs'xzasa - Firv_ C U P SEE OR CESS MA 4 N DOM_ (:YP.) C _- i RAiL 1 2 5 O R fH 1,U..ER OrJG. EvGASEIAENT TJ IF ED' MIL A RAL DWGS u SLEEVE k S ` _A FOR 2' NAT L _ R P E s-c 6 6" T DRAIN WITH - SUMP 6 ' s, ­I .ms V �� DETAIL D �l' ,/ z , t zD NcoNCd s, 9eL . 9.6 e I- �10 { _. \ EN F _ALE. _id _C' !a 5 .., ,,, ., DO - —� - E s <E IT o 1 li — 3nD� c.PM I� 0 III E .R °R 16 TANK INFLUENT TO AERATOR 'r` ueALi 0. LET s's - II ..F. sr CS1 C,._ F Rn a PB .. N ,AND rAL f 11 DETAIL , 1 �� l l II ,s. �— c0 -rE �, E �._ _ PAD _ Q R / u _L OL BY 1 a A.s T K NEB. all I l� c ADCIS D ..n .._Ni CJRB 1� 'l TI EL �� 297/ LF.,c1 X," EL 12 _ 5 L AR , q)T C , r. EL ".2 -0 ERC oaa PLAN SGLE ,/s = ' -� GEE 'RA pWGS 20" TANK EFFLUENT ALII� HANDRAIL 2D :B BE AER ES FBE 1.G. DETAIL_ _D 3 RECORD DRAWING DETAIL_ _ -G F<IJk SCRE E^ RE B E TIA SL C _Eh 0 C_ S-R Q SCnI E. }A9 I,D_ .`Ri PO - / 1 P A_ R Re ten B MFR O ORA _.vE L 0'JG ' E cr �2 S .. P 25 VS Gc fS. I B N _ i' - iLA ATI OR E 8 \ -- c "1 FO LO<AT Ov t c > MFR i - IF _ L- - 7 Q r 'AN',ikE R�DR E' E1IC1 21C FBFRCtAGS MINJM R DO CO ER (ADDER BY 5 T" c O - 0 .:TON _IF T AN MFk. -� v ANK MFR / L /W L EFVE T R ANG-OFF 1 3AL ? .E j / UP 0 5 ED TD _ R I //� s Gft DE 4ri< Rn tE ' L 0 CRE'E PIPE SJPPOfti jtj / � FN. RDOR EL 129.00 _ _ _ _ _ i ST GRADE �B+ NUFACTJRE yK MA'S EL APPRC %. _L. 12115 r N . - _ _ _ ao,EXI�_ A 24 ' RCP= / 1 FILED x /FCOi ti's E TYPE 51 STONE L °PNG 3ELD' - - s D_, 0L NUrs, AASrvE3S 7" P.V.C. DRAIN LINE � NE E SE 1 S TD ` S SH BE 316 STAINLESS R OF SECTION ELEVATION S ECT I ON DETAIL IF CA.LE /eS -C 5 P M _ �� t ., BI JA s- c E ED DRA - - "� f1 8�lONAL �f Nfi b SULTANTS, INC. CITY OF OC_FE h4 5 nP- rvNT .q. cq.s,ANCnoN oc ,s� uIAES xxo rENF o.TT N Ar ,ss, R <oRO AurNG e^ePr ° " °rer` ao -- SOUTH WATER PLANT GROUND STORAGE TANK �� M - — LAN, SECTIONS AND D PETAIL S M - 5 z(W11 (l` gyp- ', iaN v.NE e 4 LEVEL S- '_ NE E FLDC SEE Ex?EFD� A uooEa . aeE'EVaor+ �,+EL_ PLAN c.=r B I G l SEE " P�A� J'n L °CPTON; ��i�WJnma - `JN^ -- - - - - - - - - - _ N DDE � A kM rA �,k _ - rAOE ' All a v s L G 6 M1 0 t LL C 9 5 B. I C E —L D 5 E J. L � a` °` SECTION - ELEVATION AIE '/9" _ -1 2 E.OVE AE�'IA TI'S ON Ex k' -IRED TO __AVE SINGLE AEF>TOR o p o By �n A. PEC PROFESSIONAL ENGINEERING CONSULTANTS, IN F g _' SECTION A RECORD DRAWING 20 TANK INFLUENT TO AERATOR ` DETAIL � ° °`T RE X IT _ KAL,. aie _ o nn -5 RC CORD DRAv✓ /h/G c 1Y OF OcCEE F_CRI7A w. rw cas.xuc. : FOREST OAKS AND SOUTH SOUTH W.T.P. G.S.T.' °^� E. - -- WATER TREATMENT PLANT —PLAN, SECTIONS M — WELL PUMPS AND AND DETAIL QYQ e GROUND -- STORAGE TANKS M ayor S. Scott Vandergrift City Manager Robert Frank October 9, 2014 I qk� \ 0 �, �/ Ocoee florlda Commissioner John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Feller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #1315 -01 FOREST OAKS WTI' & SOUTH WTP GROUND STORAGE TANKS REHABILITATION PROJECT This addendum shall modify and become a part of the original bid documents for the Forest Oaks WTP & South WTP Ground Storage Tanks Rehabilitation Project. This addendum consists of two (2) pages Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided on page 20 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are as follows Q1. Can the time requirement of 60 days for Substantial Completion and 80 days for final completion be extended? Al. Substantial completion has been changed to 90 calendar days and Final Completion changed to 100 calendar days. (Reference Article 3 pg. 41 Contract Time) Q2. Is there an experience requirement to be able to bid this project? A2. Experience requirements appear on page b H (f) & page 19 ( 422) with additional clarification detailed below: A. The tank repair contractor shall specialize in the design and construction of wire -wound circular prestressed composite steel- concrete tanks. The tank construction company shall have at least five (5) years experience in this area and shall have performed no less than ten (10) projects of similar size and scope. B. The tank repair contractor shalt utilize when necessary a full -time Professional Engineer registered in the State of Florida having no less than five (5) years experience in the design and field construction of circular prestressed composite tanks. Any costs and fees associated with the utilization of this Engineer shall be the sole responsibility of the tank repair contractor. Q3. Is there a form to submit to get an equal product approved? A3. There are no forms to submit to get "equal" products approved because the City will not accept an "equal product" on this project. Q4. Can the time frame be extended to 30 days per tank? A4. Please see answer to Question 41. Q5. Do you have an Engineer's Estimate for the above referenced bid? A5, The Engineer's estimated amount for this project is $208,600. Q6. Is a Florida contractor's license required for this project? A6. The Contactor must currently hold a license, both state and City, as needed to perform the work as specified in the scope of service. Q7. Are all tanks to be painted, both interior and exterior? Blasting required? Is containment required? Is lead present in existing paint? Are there repairs? A7. The Bid documents, Scope of Work (pages 21 -22), along with its attached reports explain in depth the requirements for this project. Please consult the bid document and its attachments including all addendums. If after reviewing the Bid documents you are still unclear, please feel free to contact the City with your questions. Wanda Horton, CGFO Finance Director cc: Charles Smith, RE, [Utilities Director Toni King, Utilities Nacitities Manager Addendum #1 -131501 FOWTP & SOUTH WTP Ground Storage 'Tanks Rehabilitation Page 2