Loading...
Item #06 Award of B15-04 Effluent Transfer Pumps #2 & #3I q Wk4 t Y %/� 000(>-e Florida AGENDA ITEM COVER SHEET Meeting Date: April 7, 2015 Item # Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 15 City Manager: Subject: Award of B15 -04 Effluent Transfer Pumps #2 and #3 ReplacemenifProject Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to perform the Effluent Transfer Pumps #2 and #3 Replacement Project (Project). The City of Ocoee's wastewater treatment plant utilizes four reclaimed water transfer pumps to transfer treated wastewater effluent from the wastewater treatment process to ground storage tanks for storage and distribution as irrigation to the public. Effluent Transfer pumps #2 and #3 are the original transfer pumps installed with the WWTP Phase 2 Upgrades and have reached their useful efficient lifespan. Bids 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: Provide and install two new fully functioning complete short set vertical turbine pumps, motor and column assemblies as described in bid documents. The project includes the disconnection of power and the removal of one existing short set vertical turbine pump and the removal of two 10" check valves, two 12X10 reducers and two 12" flexible couplers. It includes the installation two new 10" check valves, two new 12X10 reducers and two new 12" flexible couplers on the discharge of the pumps and connecting to existing reclaimed water pipes. Additionally, the project includes the fabrication /modification of two concrete bases to match existing adjacent reclaimed transfer pumps. The bid was publicly advertised on March 1, 2015, and opened on March 17, 2015. A pre -bid conference /site visit was held on March 10, 2015. The City received seven (7) bids for this project, ranging from $65,327.00 to $95,500.00. The bids are available in the Finance Department for review. The Utilities and Finance Departments reviewed the bids and all were considered responsive. Staff recommends awarding the bid to L7 Construction Inc. as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, P.E., Utilities Director. L7 Construction is currently performing the Lift Station #10 Replacement project for the City. The table below is a listing of the bids received: Bidder Total Bid 1. L7 Construction Inc. $65,327.00 2. SGS Contracting Services Inc. $66,016.00 3. Osprey Constructors LLC $81,700.00 4. TLC Diversified Inc. $89,889.00 5. Layne Christensen Company $90,214.00 6. A.C. Schultes of Florida Inc. $90,900.00 7. Garrey Companies Inc. $95,500.00 Issue: Should the City Commission award the Effluent Transfer Pumps #2 and #3 Project to L7 Construction Inc., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #13 15 -04 Effluent Transfer Pumps #2 and #3 Project to L7 Construction Inc. in the amount of $65,327.00 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. L7 Construction Bid 4. Invitation to Bid #1315 -04 5. Addendum #1 6. Addendum #2 Financial Impact: $55,000 was budgeted in the 2014 -2015 Wastewater Treatment Plant R &R fund to perform this work. There are sufficient funds available in the Wastewater Treatment Plant R &R budget to cover the remaining $10,327. Type of Item: (please mark with an 'Y) Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 BID TABULATION FOR: BID #B15 - EFFLU REPLACEMENT PR JEC7 and #3 03117115 2:00 P•M• Bids are listed In alphabetical or ono .... •License check, submitted forms &references verified on Y Mayor Commissioners S. Scott Vandergrift John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Rusty Johnson, District 3 14 4f Robert Frank Joel F. Keller, District 4 oCoe( florida MEMORANDUM TO: Joyce Tolbert, Purchasing Agent Charles Smith Utilities Director Thru. FROM: Thomas King, Utilities Facilities Manager DATE: March 20, 2015 RE: L7 Construction Recommendation to Award Reclaimed Transfer Pump Replacement Project Utilities is recommending the awarding of Reclaimed Transfer Pump Replacement Project to L7 Construction in the amount of $65,327.00 based on the following discussion: On March 17, 2015 City Purchasing Department staff performed Bid Opening B15 -04 Effluent Transfer Pumps #2 and #3 Replacement Project. The three lowest bidders and their bid prices are listed below. 1. L7 Construction 4380 St. Johns Parkway, Suite 140 Sanford FL 32771 Bid Price: $65,327.00 2. SGS Contracting Services, Inc. 14207 NW SIR 45 High Springs, FL 32643 Bid Price: $66,016.00 3. Osprey Constructors, LLC 414 SW 140'" Terrace Ste. 200 Newberry, FL 32669 Bid Price: $81,700.00 L7 Construction, who is currently performing the Lift Station # 10 replacement project, is the lowest bidder with a cost of $65,327.00. They have provided five recent local municipal job references of similar work that Utilities staff contacted and verified acceptable performance. $55,000.00 was budgeted in the 2014 -2015 Wastewater Treatment Plant R &R fund to perform this work. While the lowest bid is $10,327.00 over the budgeted amount, there are sufficient funds available in the Wastewater Treatment Plant R &R budget to cover the short fall. City of Ocoee • 150 North Lakeshore Drive - Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3167 • www.ocoee.org v O ACT , 15 D 'V # pL pLIE5, pU � VOL z TVLO s�E4 OCZ� OO'LI s A nts t OT F+ E� T A LS, p0 opars 2A g,1D P' FL Rep�a�menc pco)e6c 2'� EXHIBIT C KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, L7 Construction, Inc. _, as Principal, and FCCI Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of (5 percent of the Contract Bid) $ ra • r � (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 17th day of March , 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 pant hereof to enter into a contract in writing, for the B15 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT (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 B15-04 Effluent Transfer Pumps 42 & #3 Replacement Project 28 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 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. B 15 -04 Effluent Transfer Pumps #2 & 93 Replacement Project 29 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Indivi 's Signature) (Wits s (2) (Individual's Signature) doing business as (Witness) (SEAL) (Bus' ss Address) (Telephone No. ) (Florida License No. B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 30 If Bidder is PARTNERSHIP, complete this signature block. (Pa -ship Name) (Witn (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (B . ess Address) (Tele hone No.) (Florida License No.) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 31 If Bidder is CO11PORATION, complete this signature block. U Construction, Inc. (Corporation Name) (Witness 1 G Florida O i t ._ ( (State of Incorporation) ?j (Witness) By: V R.�ty Ll--f -it- -- (Name of Person Authorized to Sign - See Note 1) (SEAL) itle) l �Alff A (Authorized S nature) Brett Lefever (Corporation President) 4380 St. Johns Parkway Sanford, FL 32771 (Business Address) (321) 972 -9325 C 6C-1 6 1.16 56 (Telephone No.) (Florida License No.) 1315 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 32 SURETY : (If agency is not a Corporation) FCCI Insurance Compan (Surety Business Name) I (1) 6300 University Parkway Saraso FL 34240 -8424 (Princi l Place of Busine s- By: urety g it's Signature - See Note 2) Jennifer L. McCarta (Surety Agent's Name) Attorney in Fact & Florida Lice Resident Agent (Surety Agent's Title) Guignard Company (Business Name of Local Agent for Surety) 1904 Boothe Circle Longwood, FL 32750 (Business Address) (4070 834 -0022 (Telephone No. 031715 Ocoee (Bond No. Neal M. Ungar, Corporate Secretary (Corporate Secretary Name) (Corporate Seal) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice - president. (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. (6) Bid security is required only when the Bidder has less than three years of corporate existence. (Witness) Attest: (If Agency is a Corporation) (Corporate Secre •y Signature) B15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 33 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Longwood ) Before me, a Notary Public, personally came Jennifer L. McCarta known to me, and known to be the Attorney -in -Fact of FCCI Insurance Compann�L , a Florida Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said FCCI Insurance Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of FCCI Insurance Com pany (Surety Company) Given under my hand and seal this 17th 2o, :�*Explras otary Public State of Florida pril L Lively y Commission EE 866388 02/17/2017 V. My Commission Expires 2/17/17 END OF SECTION B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project day of March , 2015. 10-018798 IN,�URANCE FCC IGROUP More than , a policy. A promise. GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the Jaws of the State of Florida (the "Corporation") does make, constitute and appoint: Bryce R Guignard; Jack W Guignard; Margie L Morris April L Lively; Jennifer L McCarta; Allyson L Foss Each, its true and lawful Attorney - -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority, shall exceed the sum of (not to exceed $5,000,000): This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which It is attached. In witness whereof, the FCCI Insurance Company has caused these presen (s to be signed by its duly authorized Se t officers and its corporate Seal to be hereunto affixed, this 22 day of ember 2011 Attest: Crai hn n, President Z Thom oval Esq., SVP, Ge l ounsel, qr4bo SEAL. FCCI 'rnsur6hce Company Gov s mpnt Affairs and Corporate Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN My commission expires: 9/25/2016 Notary PuWc, State Fiora MY Cw"• E)*" Sept 25, 2016 No. EE 21M2 Notary Public State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq,, who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN M Notary PW*, State d RoMa y commission expires: 9/25/2016 MY COMM EVk*s Sept 25, 2016 No. EE 213092 Notary Public CERTIFICATE 1, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 201 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this day of March 2015 Thom - Koval, Esq. SVP�Gec_Qral Counsel, Go*ptnent Affairs and Corporate Secretary 14ONA-3692•NA-04, 1/14 Do cuCara t:045 6 ccn s baickg 3 c i! 0;, 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL LD. 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 & 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. t: J► IuL >C /.'!'JL�L'7�i1I]�L��3i>� ! _� . - 1 (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). B 15 -04 Effluent Transfer Pumps #2 & #3 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: 616 -4 -7' . W If- -- MV 1 - iU.0 10 8&Z Z9 1°t-ruri �wnd °f-._4 ®n!► - N d (Attach additional sheets if necessary) 23. S>[JP/1[ MMY 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. to (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. 7. Dated 3 P No. Dated F i B 15- 04'Effluent Transfer Pumps #2 & #3 Project 20 REFERENCES: 1. City of Cocoa - Completed May 2013 $610,000 Ben Hayner - bhayner @cocoafl.org 321- 433 -8725 CDM - Michael Scullion 407 - 660 -2552 2. City of Ocala - Completed April 2014 $775,000 Ed Earnest - eearnest@ocalafl.org 352 -351 -6688 3. City of Port Orange - Completed Jan 2014 $725,000 Kenny Ho - kho @port- orange.org 386- 506 -5754 4. Brevard County - Completed Feb 2015 $913,000 Craig Helpling - craig.helpling(@brevar 321 -633 -2089 5, The Villages - Completed Aug 2014 $53,700 Trey Arnett - tarnett @arnettenvironmental.com 352- 753 -4747 MATERIAL SUPPLIERS: 1. Hudson Pump -Robert Maxwell 863 -559 -3421 rmaxwell @tencarva.com 2. McDade Waterworks - Wesley Bunn 863- 740 -1144 SUBCONTRACTORS: 1. NONE EXHIBIT E BID MB15 -04 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 I - in �kffHORIZED SIGNATUI E manual) NAME /TITLE (PLEASE PRINT) 2,2.6 4Pw � L AdAti& aO STREET ADDRESS j t E tl l q City STATE ZIP 211 - °) q TELEPHONE (INCLUDE AREA CODE) 7,3z - 1 9t FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: FEDERAL ID # A r 62.1o4(, I Individual Corporation Partnership Other (Spec Sworn to and subscribed before me this 1 df day of ' k- - ,206. Personally Known t/ or Produced Identification Notary Public - State of floyiUo (Type of Identification) pp 11 County of �.,t1n I I'10 �natme N t ary Public IENEE DENNETT ARY-PI9W RIDA X *d, t��u��� a 1618F misslo I blic �• BONDED THRU 1-8WNOTARYt B 15 -04 Effluent Transfer Pumps #2 & 93 Replacement Project 37 DBPR - LEFEVER, BRETT MICHAEL; Doing Business As: L7 CONST... Page 1 of 2 5:07 :02 PM 311912015 Licensee Details Licensee Information Name: Main Address: County: License Mailing: License Location: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: LEFEVER, BRETT MICHAEL (Primary Name) L7 CONSTRUCTION INC (DBA Name) 2295 SPRINGS LANDING BLVD LONGWOOD Florida 32779 -3723 SEMINOLE Certified General Contractor Cert General CGC1514056 Current,Active 08/10/2007 08/31/2016 Special Qualifications Qualification Effective Construction 08/10/2007 Business View Related License Information View License Complaint 1940 North Monroe Street, Tallahassee FL 32399 :: Ernail: Customer Contact Center :: Customer Contact Center: 850,487.1395 The State of Florida is an AA /EEO employer. Copyright 2007 -2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public - records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the https:// www. myfloridalicense .com/LicenseDetail. asp? SID= &id= 9CDB8AE... 3/19/2015 Licensing Portal - View Public Complaints Page 1 of 1 Complaint Details Below is a listing of public complaints regarding the person or entity selected. This may not reflect all public complaints filed with the D against Community Association Managers (CAMS) are available to the public, regardless of whether any appear below, and may be regl The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an Individual or entity or to make a public records request for complaints listed You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ul For more Information about CAM complaints, please visit the CAMS page Name: The Status and Discipline Description below is only the status of a complaint. To see the status of this license select the "Back" button Number Class Incident Status Disposition Disposition Discir Date Date Date 1 9 40 North Monroe Street Tallahassee Fl 31399 :: Email: Customer Contact Center :: Customer Contact Center: 550.407.139! The State of Florida Is an AA/EEO employer. copyright 2007 -2810 State of Florida P IV Sta lg ment tinder Florida law, email addresses are puhllc records. If you do not want your enall address released In response tu a public - records request, do not send electronic mall to this entity. Instead, contact the office by phone or by traditional mall. if you have any questions, please contact 850.487.1395. - Pursuant to Section 455.275(1), Florida Statutes, effective Ottober 1, 2012, licensees licensed antler Chapter 455, F.S. must provide the Department with an email address If they have vile. The ernalls provided may be used for official communication with the licensee. However email addresses are µsUlir. record, if you do not wish to supply a personal address, please pmvlde- the Department with an ensali address which Can be made available to the public. Please see our Chanter 455 page to determine If you aro affected by this change. https:// www. myfloridalicense .com /viewcomplaint .asp ?SID= &Iicid= 3556076 3/19/2015 Detail by FEI/EIN Number Page 1 of 2 Detail by FEUEIN Number Florida Profit Corporation L7 CONSTRUCTION, INC. Filing Information Document Number P07000059933 FEI /EIN Number 260210469 Date Filed 05/18/2007 Effective Date 05/18/2007 State FL Status ACTIVE Principal Address 2295 SPRINGS LANDING BLVD. LONGWOOD, FL 32779 Mailing Address 2295 SPRINGS LANDING BLVD. LONGWOOD, FL 32779 Registered Agent Name & Address LEFEVER, BRETT M 2295 SPRINGS LANDING BLVD, LONGWOOD, FL 32779 Officer /Director Detail Name & Address Title P LEFEVER, BRETT M 2295 SPRINGS LANDING BLVD. LONGWOOD, FL 32779 Title SEC LEFEVER, TRACI R 2295 SPRINGS LANDING BLVD. LONGWOOD, FL 32779 Annual Reports http: / /search.sunbiz. org/ Inquiry / Col porationSearch /SearchResultDetail ?inq... 3/19/2015 Detail by FEI/EIN Number Report Year Filed Date 2013 06/11/2013 2014 01/24/2014 2015 02/05/2015 Document Images 02/05/2015 --ANNUAL REPORT View image in PDF format 01/24/2014 --ANNUAL REPORT View image in PDF format 06/11/2013 --ANNUAL REPORT View image in PDF format 02/16/2012 --ANNUAL REPORT View image in PDF format 03/04/2011 -- ANNUAL REPORT View image in PDF format 02/19/2010 --ANNUAL REPORT View image in PDF format 03/25/2009 --ANNUAL REPORT View image in PDF format 03/07/2008 --ANNUAL REPORT View image in PDF format 05/18/2007 -- Domestic Profit View image in PDF format Page 2 of 2 C_opyri C' and Privacy Policies State of Florida, Department of State http://search.sunbiz. org/ Inquiry/ CoiporationSearch /SearchResultDetail ?inq... 3/19/2015 Maw S. Scott Vandergrift City Manager Robert Frank Ik4 0 C 0 (? (? florida CITY OF OCOEE Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 INVITATION TO BID #1315 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org BID DOCUMENTS Section Page 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 of Litigation*, p. 20 Acknowledgement ofAddenda *, p.20 SCOPE OF WORK, BID FORM, ATTACHMENTS Section Page Exhibit A — Scope of Work 26 Exhibit B — Bid Form * 27 Exhibit C — Bid Bond Form * 28 -34 Exhibit D — Payment Application Form 35 -36 Exhibit E — Company Information /Signature Sheet* 37 Exhibit F— Proposed Contract for Construction 38 -44 Exhibit G— Attachments (posted as separate file on Demand Star) 45 *Submit document with Bid End Table of Contents B 15 -04 Effluent Transfer Pumps #2 & #3 Project 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #B15 -04 Effluent Transfer Pumps #2 & #3 Replacement 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 March 17, 2015. 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 and Site Visit will be held on March 10, 2015, at 9:00 a.m., local time, at the Wastewater Treatment Plant, 1800 A. D. Mims Road, Ocoee, FL 34761. 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.org 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, March 1, 2015. B 15 -04 Effluent Transfer Pumps #2 & #3 Project 3 CITY OF OCOEE INVITATION TO BID #1315 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT INTENT: Sealed bids for Bid #13 15 -04 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" or "Respondent ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement 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 writing 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 itolbertri , and must be received not later than 2:00 P.M. on March 12, 2015. 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 March 17, 2015. 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 -04 Effluent Transfer Pumps #2 & #3 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 and Site Visit will be held on March 10, 2015 at 9:00 a.m. (local time) at the Ocoee Wastewater Treatment Plant, 1800 A.D. Mims Road, Ocoee, FL 34761. 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 B 15 -04 Effluent Transfer Pumps #2 & #3 Project 5 other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. H. 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 opening. A request for withdrawal or a modification of a bid may B 15 -04 Effluent Transfer Pumps #2 & #3 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.) B15 -04 Effluent Transfer Pumps #2 & #3 Project 7 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. 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 -04 Effluent Transfer Pumps #2 & #3 Project 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. 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. 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 -04 Effluent Transfer Pumps #2 & 43 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. B 15 -04 Effluent Transfer Pumps #2 & #3 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. 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 B 15 -04 Effluent Transfer Pumps #2 & 43 Project 11 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 an Exhibit. Construction time will be Seventy (70) days from the Notice to Proceed for substantial completion and Ninety (90) 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 B 15 -04 Effluent Transfer Pumps #2 & #3 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 -04 Effluent Transfer Pumps #2 & #3 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.) B 15 -04 Effluent Transfer Pumps #2 & #3 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(l 1), 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. B 15 -04 Effluent Transfer Pumps #2 & #3 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. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. 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 -04 Effluent Transfer Pumps #2 & 43 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 groiect 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. B15 -04 Effluent Transfer Pumps 92 & #3 Project 17 ACOR CERTIFIC OF LIABILITY INSURANCE „ Op ID i SATE MEaDNY'M 11/04 AtTFe flF INFORYATTON elslsiM AFFORDMIG COVE NAIC e se1 Mm1A v)Naa Ma4q • aASaar w tractar's Nana sas �YERAaea rME 0=02 THE r'OUCRS amMA+TCt IeTSD WVE SSe+ueu®to ONOneHT Y�irin To WWMWCHH IM cursrc WAY IN M&M OR ANY WHWiWP@ al CDIlorrtON or A COrtrNrL W MUCea a a&N!CT M �u na r61ae. e1QA.0 AND CONOMMS as SUCH AOONFWiS IlIllTi aiOMM NMR swrKAM BY PAIDGAd. I.sSTs a 1TM roLcy NUMBER EACI OCCU AP= $1,000 000 a6alNAL UOMLM WAeasaES s 10, 0 oL j AHD) s 5,, 000 CLAWS WDE ZQ a=* ■ENSOIUL a AOV" .1,000,0 } aBeNAI AmMeo;«. •2,000,000 s .,wa $2,000,000 ce t A6fMFOATE I Wf A"'L" IM ►OLCY z La 51-000,000 � Ia. na"a'LSNTy X ANY AUTO I TO ALL CWWM AUS j i owo.� ' SCW{OUIW AUTO x HMO myna j c a ` X MOMOWMWAVTOa DAMAM c� a AUIOOIKY- PAAC WT OAIUOE IUeIArY SA AOC AN S ANY AUTO I j AOW0.T" AOO y EACH OCCUWaEMCE 11,000,001 ADDKyITE $2,000, 001 i x IX I O=A ❑CLASS MADE j S i A s eoNNENS oorsNSATON ANO El r/AaH ACCRSWH AMY AA[N'Itla'TDWNUITrIM�U� i LL. OImWNE-we oAAWCaWIAlsr.ee' � i suilders Risk Any 1 Loo 100,000 p ,IE►11pN The insurance evidenced by this certificate shall nose the certificate holders as an additional insured on the general Liabilitr a Vabr Liability. Workers, Compensation, &Vloyarol shall contain a waiver of subrogation in favor of the certificate holder. The certificate holder is added as a [mod fro ad far HIL '' r4sk CERTIFY.AlE iWIDlR SHGLLD LA OCOSt01 e,olas,VWYOFTTrAeoVeaoeNRro AalcTm ee CANCWLLLW SNOWm Trs nlwlATror. OATS TMe1/oR THE cans*SSS`e"SL&M"VdH To IUL 1G pAYSTaNTTeH MOTCS TO TM CerrocAys HHOLM NAM SD To TiR WT. No AALUR To W so GULL city of Ocoee WrOSe No QKAAT MOR LVAM" OF ANY Nee UPON TM"SkAWL m AGSM on 150 N. Lakeshore Drive awAt� Ocoee n 24161 -22SO alrNOfNfATM SA-A^ p� t B15 -04 Effluent Transfer Pumps #2 & #3 Project 1 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 & 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. (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). B 15 -04 Effluent Transfer Pumps #2 & #3 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 -04 Effluent Transfer Pumps #2 & #3 Project 20 EXHIBIT A CITY OF OCOEE BID #B15 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT SPECIFICATIONS /SCOPE OF WORK VERTICAL TURBINE RECLAIMED WATER TRANSFER PUMPS Part 1 - GENERAL Attendance of the Pre -Bid Meeting is highly recommended. Field verification of pump base and wet well dimensions and all existing and proposed pump dimensions, pipe, column, fitting and appurtenances lengths and diameters should be performed by prospective bidders before Bid Package submittal. 1.01 — Description A. This specification consists of providing and installing two new fully functioning complete short set vertical turbine pumps, motor and column assemblies as described in the specification bellow. Additionally, It includes the disconnection of power and the removal of one existing short set vertical turbine pump and the removal of two 10" check valves, two 12X10 reducers and two 12" flexible couplers. It includes the installation two new 10" check valves, two new 12X10 reducers and two new 12" flexible couplers on the discharge of the pumps and connecting to existing reclaimed water pipes. Additionally the project includes the fabrication /modification of two concrete bases to match existing adjacent reclaimed transfer pumps. 1.02 - Quality Assurance A. Pumps shall be in accordance with applicable Hydraulic Institute Standards. B. Motors shall be in accordance with NEMA Standards. 1.03 — Submittals by Contractor A. Submit dimensional drawing s flexible couplers for approval Show linings and coatings. of all equipment including check valves, and including weights and materials of construction. B 15 -04 Effluent Transfer Pumps #2 & #3 Project 21 B. Submit expected bowl performance curves for approval on which the specified operating points are shown. Include pump head, efficiency, brake horsepower and NPSH required at full speed. Include all pump losses in this data. Show the impeller diameter and pump sphere size capability. C. Submit motor data for approval including manufacturer, model or type, and dimensional drawing. Show horsepower, service factor, full load speed, frame size, weight, winding insulation class and treatment, rated ambient temperature, voltage, phase, frequency, full load current and locked rotor current. Also show the guaranteed efficiency and power factor at full, 3 /, and Y2 loads. D. Submit drawing and description of fabrication /modification of the two concrete bases to match existing adjacent reclaimed transfer pumps. Part 2 - PRODUCTS 2.01 — General A. The pumps and motors shall be rated for continuous duty and shall be capable of pumping the specified flow range without cavitation or excess vibration. The pumps shall not infringe upon the motor service factor at any point on the full speed curve. B. Stainless steel nameplates with the name of the manufacturer, the rated capacity, head, speed, serial number, model number and all other pertinent data shall be attached to each pump. C. Stainless steel nameplates with the name of the manufacturer, serial number, model number, horsepower, speed, voltage, amperes, and all other pertinent data shall be attached to each motor. D. To insure uniformity with existing vertical turbine reclaimed pumps and eliminate inconsistency in repair parts inventory, the pumping equipment shall be a model VIT -CATM size 12FDHO 1 Stage vertical turbine pump as manufactured by Goulds Water Technology. No equal shall be accepted. E. Proposed new pumps shall match the City of Ocoee's wastewater treatment plant's existing two Goulds reclaimed water transfer pumps exactly. Field verification of existing pumps and proposed specified pumps is highly recommended before bidding. F. The Pump Data information bellow shows the minimum pump requirements that are acceptable. B 15 -04 Effluent Transfer Pumps #2 & #3 Project 22 2.02 - Pump Materials Part: Material: Designation: Discharge Head cast iron A48 Class 40 Motor Coupling 416SS Seal John Crane Mech seal Soleplate steel Column Pipe steel A53 Gr. B Bowl cast iron A48 Class 30 Impeller 316SS 316SS Suction Bell cast iron A48 Class 30 Collets 316SS A276 Type 316 Wetted Hardware 316SS A276 Type 316 Head Shaft 416SS Pump Shaft 416SS Bowl Shaft 416SS Stuff Box Bearing bronze Alloy 932 Lineshaft Bearing rubber C425 -65 Bearing Spider bronze Alloy 838 Bowl Bearing bronze Alloy 932 Lineshaft Coupling 416SS A276 Type 316 2.03 — Additional pump information Operating Conditions Service Location Temp / sg Fluid type Specified flow Total dynamic head Pumping level Performance At 1770 RPM Bowl efficiency Run out capacity Power NPSH required Design thrust Shut off head Materials and Dimensions Bowl Reuse Pumps Outdoors (70 deg F) SP.GR 1.00 Reuse Water (Open Lineshaft) 1757.00 USGPM 49.4 ft 9 f 80.10CaD-design,81.00 Best Effncy 2300.00 USGPM 27.30 @ design, 27.60 NOL (Hp) 21.10 ft @ design 725.00 @ design (lb) 63.70 ft Cast Iron CL30 B15 -04 Effluent Transfer Pumps #2 & #3 Project 23 Suction bell Impeller Impeller diameter Bowl shaft Suction bearing Bowl bearings Column Column shaft diameter Lineshaft bearings Lineshaft coupling Discharge head Discharge flange TPL Sump /Pit Depth Driver Type Manufacturer Rating Efficiency Level Enclosure Phase / Frequency / Volts Speed Cast Iron CL30 316SS 8.2500 inch 416SS, 1.9375 inch diam. Bronze C90300 "G" Modified Bronze C90300 "G" Modified Carbon Steel,10" [254mm] 13.96 ft, Threaded 416SS, 1.1875 (in) diam. Rubber EPDM 416SS Cast Iron CL30 10 (in), 125# 0.000 ft 17.300 ft STD US Motors 30 Hp PREM TEFC 3 / 60 Hz / 230/460 1800 RPM Other Tnemec 141; 16 mils; Bowl Assembly - OD Column Assembly - STD Head Assembly - OD 2.04 - Pump Construction (in) diam., A. Bowl Assembly: The pump bowls shall be close - grained cast iron, free from blow holes, sand holes, and all other faults, and be accurately machined and fitted. Bowl bolting shall be 316 stainless steel. Water passages shall be lined to reduce friction losses. The impellers shall be 316SS. The impellers shall be dynamically balanced and certificates of balance shall be furnished. Impellers shall be securely fastened to the pump shaft by stainless steel collets. The pump shaft shall be fully machined. It shall be supported by zincless bronze bearings above and below each impeller. B. Column Assembly: The line shafts shall be 416 stainless steel and shall be turned, ground, and polished precision shafting. The butting faces shall be machined square to the axis of the shaft with a maximum permissible axial B 15 -04 Effluent Transfer Pumps #2 & #3 Project 24 misalignment of the thread axis with the shaft axis of 0.002" in 6 ". Maximum runout in 10' shall not exceed .005 ". The line shaft couplings shall be manufactured of type 416 stainless steel. The line shaft bearings shall be 70 minimum shore hardness neoprene, snap -in type, internally spiral grooved to flush out sand and other abrasives, and mounted in bearing retainers. Column pipe shall be threaded. Column pipe shall have a minimum diameter of 10 ". C. Discharge Head: The discharge head shall be cast iron with 125 lb. flat face flanges. The discharge flange shall be 12 ". 2.05 — Motors A. The motors shall be vertical hollow shaft, WP1, premium efficiency, 460 volt, 50 deg. C ambient, with non - reverse ratchet, space heaters. The motors shall be manufactured by Siemens, GE or Emerson. No alternates will be accepted. The motor shall be sized so that the service factor is not infringed upon throughout the full speed performance curve of the pumps. All motors shall be dynamically balanced and balance certificates shall be furnished. 75 hp and smaller motors shall have a short commercial test and 100 hp and larger motors shall have a complete initial test. Test data and certificates shall be furnished. 2.06 - Factory Tests A. Each pumping unit bowl assembly, with a calibrated factory test motor, shall be given a non - witnessed single speed factory performance test to provide assurance that the unit meets the specifications. Tests shall be performed in accordance with Hydraulic Institute Standards. 2.07 - Factory Painting A. The bowl exterior and the column and discharge head interior and exterior shall be blasted and coated with an NSF approved epoxy paint to 16 mils DFT. 2.08 Check Valves A. Check Valves shall be 10" W &L C.V. w /Flange Kits epoxy Coated w/ SS Bolts. Check valves shall be rated for reclaimed water. Clow or approved equal. 2.09 Flexible Couplers A. Flexible coupler laying length shall be sized as to allow installation of pump and appurtenances. Flexible Couplers Expansion joints shall be a rubber B15 -04 Effluent Transfer Pumps #2 & #3 Project 25 spool type of a single, open wide arch design. Joint construction shall consist of an elastomer tube and cover, reinforced with a suitable woven fabric and steel rings support. Tube and cover elastomers shall be selected to accommodate the process and environment conditions. Joints shall be designed to meet the design pressures and temperature for the system. Expansion joints ends shall be flanges drilled to 150# class standards, and be full rubber faced and integral to the body. Split flange backing rings of galvanized carbon steel shall be provided. Expansion joints shall be capable of accommodating piping system and equipment movements and vibration as needed. Control units with tie rods of stainless steel shall be included to prevent overextension of the expansion joints from pressure thrust loads. The number and size of the control rods shall be sufficient for the maximum system test pressure. Expansion joints shall be Flexicraft Industries, Ultraspool Single Expansion Joint 12" diameter or approved equal. 2.10 Spool Pieces A. If necessary - Spool pieces shall be ductile iron pipe with mortar lining and flanged ends. Spool pieces shall be fabricated as to accommodate the space between the flexible coupler and the check valve at the discharge of the pump. Part 3 - EXECUTION 3.01 — Installation A. Motors - The Contractor shall check all motors for correct clearances and alignment, and for correct lubrication in accordance with the manufacturer's instructions. The Contractor shall check the direction of rotation of all motors and reverse if necessary. B. Pumps - After the pumps have been installed by the contractor, field tests shall be conducted on each unit in the presence of the Ocoee Utilities Facilities Manager to confirm mechanical soundness of the installation. The Contractor shall supply all electric power, water, labor, equipment and incidentals required to complete this test. 3.02 — Operation and Maintenance Manuals A. Four copies of Operation and Maintenance Manuals shall be furnished prior to start-up. These manuals shall be indexed and shall include all of the approved and corrected submittal data, installation, operation and maintenance requirements and factory test data on all equipment furnished by the pump supplier. END OF SECTION B15 -04 Effluent Transfer Pumps #2 & #3 Project 26 N F U ti ° a a F z w w a a as °� � O � A wa�a a W w F F z w a w w w 0 A A z �A �w aF �w �a F� WU a as wF �z w pro w� �a o� N w p., � w az a� � F � F �w A� aw zW �w A � A �O a A O F Z H W A v A C� L C� 0 A w A A w W d z F� z a as A a a W x a A W a F z �7 w z w U a 0 F d U F z 0 U W w EXHIBIT C BID BOND 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 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT (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 B15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 28 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. B15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 29 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 si ned by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No. ) (Florida License No.) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 30 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) (Telephone No. ) (Florida License No.) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 31 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) (2) (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 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 32 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 N o.) (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 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 33 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 Given under my hand and seal this day of M (Notary Public) My Commission Expires END OF SECTION (Surety Company) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 34 EXHIBIT D APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: City Project Nos.: For Period Ending Project Name: B15 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT Construction Start Date: End Date: Construction Days — Total: Elapsed: Remaining: Date Approved by City 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) $ 11. 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 I I 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) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 35 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) LIN (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: an al Representative's Authorized Signature Owner's Authorized Signature Title Date: Date: B15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 36 EXHIBIT E BID #B15 -04 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 AUTHORIZED SIGNATURE (manual) NAME /TITLE (PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL ID # TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of 20 Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 37 EXHIBIT F 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 hereinafter called Contractor. Owner, and 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 -04 OCOEE EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT Scope of Work This specification consists of providing and installing two new fully functioning complete short set vertical turbine pumps, motor and column assemblies as described in the bid documents. Additionally, It includes the disconnection of power and the removal of one existing short set vertical turbine pump and the removal of two 10" check valves, two 12X10 reducers and two 12" flexible couplers. It includes the installation two new 10" check valves, two new 12X10 reducers and two new 12" flexible couplers on the discharge of the pumps and connecting to existing reclaimed water pipes. Additionally the project includes the fabrication /modification of two concrete bases to match existing adjacent reclaimed transfer pumps. 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. B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 38 ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete within Seventy (70) 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 Ninety (90) 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 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 ($250.00) for each day that expires beyond the date specified in paragraph 3.3 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. (Remainder of page left blank intentionally). B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 39 ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, ($ ) , 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. 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. B 15 -04 Effluent Transfer Pumps 42 & #3 Replacement Project 40 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: 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. B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 41 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. 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 F) 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Certificates of Insurance. 8.4 Notice of Award and Notice to Proceed. 8.5 Bid Documents bearing the general title "City of Ocoee, Florida, Bid #B15 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT," dated March 1, 2015. 8.6 Exhibit G, Drawings, bearing the following general title: Attachment #1 Reclaimed Transfer Wet Well Top View M -1 Attachment #2 Reclaimed Transfer Wet Well Side View M -2 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. B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 42 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 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, Signature Page Follows.) B15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 43 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: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: APPROVED: BY: BY: Beth Eikenberry, City Clerk (SEAL) S. Scott Vandergrift, Mayor FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA APPROVED AS TO FORM AND LEGALITY this _ day of , 2015 SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney APPROVED BY CITY OF OCOEE COMMISSION AT A MEETING HELD on . 2015 under Agenda Item No. END OF SECTION B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 44 EXHIBIT G ATTACHMENT COVER SHEET Attachment #1 Reclaimed Transfer Wet Well Top View Ml Attachment #2 Reclaimed Transfer Wet Well Side View M2 (Posted as separate file on Demand Star) B 15 -04 Effluent Transfer Pumps #2 & #3 Replacement Project 45 Mayor S. Scott Vandergrift City Manager Robert Frank March 6, 2015 0 kk" I \ %/� 0caeP fIorlda Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B15 -04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT This addendum shall modify and become a pail of the original bid documents for Effluent Transfer Pumps #2 and #3 Replacement 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 for Substantial Completion and final completion be extended? A 1. Substantial completion has been changed to 120 calendar days and Final Completion has been changed to 140 calendar days. (Reference Section 12, and the Proposed Contract Article 3). Q2. In describing the Driver on page 24 a TEFC Enclosure is called out but then in 2.05 A on page 25 a WP1 enclosure is specified, please clarify. A2. A TEFC enclosure should be used. Q3. Is the owner providing the transfer pumps? The budget seems low. A3. No. The estimated budget amount is $55,000.00. Q4. There is no electrical information within the plans or specifications. Is the owner planning to provide the electrical disconnect and hook ups of new pumps and motors? A4. The specifications call for the disconnection of the existing pump. The City will provide the electrical reconnection of the pump motors and flow switches. Q5. There are no coating specifications. Is coating the pipe or anything part of this contract? If so can we please have the items identified and the specification requirements.? A5. The specifications section 2.07 Factory Painting address this issue. Q6. The only new items besides the pump and motor would be Flex Couplings, DI Reducers and Check Valves? A6. Any and all items necessary to provide two new fully functioning complete short set vertical turbine pumps, motors, column assemblies and concrete bases to snatch existing. All items shall be new and not previously used materials or equipment. Q7. We would reuse the existing 1" ARV Assembly and Pipe Support? AT Yes. Q8. We can take both pumps out of service at the same time? A8. Yes. Q9. No electrical controls or instruments required? A9. No electrical controls or instrumentation. QI O. Bacteriological Testing not required? A10. No Bacteriological Testing. Je ol ert, CPPB Purchasing Agent cc: Charles Smith, P.E., Utilities Director Tom King, Utilities Facilities Manager Addendum #1- B1S -04 Effluent Transfer Pumps #2 & #3 Replacement Project Page 2 Maw S. Scott Vandergrift City Manager Robert Frank March 12, 2015 r'd 4 k4 Z/� OCOPe florlda Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B15-04 EFFLUENT TRANSFER PUMPS #2 & #3 REPLACEMENT PROJECT This addendum shall modify and become a part of the original bid documents for Effluent Transfer Pumps #2 and #3 Replacement Project. This addendum consists of one (1) page Bidders shall acknowledge receipt of Addendum No. Two (2) 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: Change pump impeller construction materials requirement from stainless steel to bronze. 2. The new motors will be TEFC. John Crane mechanical seals shall be used on the new pumps. 4. All pump head, motor, appurtenances and piping above the concrete pump bases shall have standard factory coatings. The City will paint all new equipment above the concrete pump base after completion of the project. . 7 C-� oyce Tolbert, CPPB Purchasing Agent cc: Charles Smith, P.E., Utilities Director Tom King, Utilities Facilities Manager