Loading...
Item #04 Award of B15-06 Consumer Court Liftstation #62 Construction Projectt zk Ocoee florida AGENDA ITEM COVER SHEET Meeting Date: June 16, 2015 Item # Reviewed By Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B15 -06 Consumer Court Liftstation #62 Construction Pro Background Summary: Due to construction conflicts, the second phase of the State Road 50 Widening project requires the relocation of portions of the City's sanitary sewer collection system. The affected infrastructures are the gravity mains and manholes on the south side of the roadway west of Bluford Avenue, and the north side of the roadway from 3000 west of Maguire Road. Currently, both the north and south side gravity main systems of S.R. 50 convey the flow to the east, eventually combine, and finally convey the flow to lift station #7. The general conveyance is counter intuitive as the flow must overcome rising topography, and the collection system has historically been subject to operational issues. The widening project provides the City with the opportunity to address operational issues and increases system capacity by first allowing much of the flow to be redirected west, this reduces flows to the remaining system. At the terminus of the new system is the proposed Consumer Court lift station (behind Dunkin' Donuts). Initially, the station will pump into the remaining S.R. 50 gravity system; however, upon completion of the proposed downtown sewer /western transmission main system, it will be diverted accordingly. In conformance with the policies and procedures of the City of Ocoee (City) and Florida Statutes, bids were solicited from qualified contractors to perform the Consumer Court Liftstation #62 Construction Project (Project). All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department, as subsequently modified by the City of Ocoee. Bids include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: The construction of a 20 HP VFD 10' diameter liftstation including but not limited to control panel, valve vault with check and plug valves, concrete decking, retaining wall, railing, and earthwork; and two manholes (4' and 6' diameter) 24' of 12" and 49' of 15" diameter PVC, and 27' of 10" PVC Force Main. To expedite the project, the City shall procure specified pumps and electrical panel including meter boxes, disconnects, VFDs and RTU. The work also includes all restoration of roadway, pavement curbing, sidewalk and disturbed ground associated with the work. The bid was publicly advertised on May 10, 2015, and opened on June 4, 2015. A pre -bid conference was held on May 26, 2015. The City received five (5) bids for this project, ranging from $297,629.28 to $561,617.00. 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 Central Florida Environmental Corp. as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, P.E., Utilities Director. The table below is a listing of the bids received: Issue: Should the City Commission award the Consumer Court Liftstation #62 Construction Project to Central Florida Environmental Corp., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #1315-06 Consumer Court Liftstation #62 Construction Project to Central Florida Environmental Corp. in the amount of $297,629.28 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. Central FL Environmental Bid 4. Invitation to Bid #1315-06 5. Addendum #1 Financial Impact: The S.R. 50 Project (City Project No. 31701) has a current balance of $83,448.24 which takes into account the pre - purchase on the station pumps and control panel (approved by City Commission 5/19/2015). The estimated cost of the completed station, based on the awarding of the construction of the station to CFE is $355,000 which includes a 10% contingency, $10,000 for Duke Energy power service, $10,000 for wetlands permitting and mitigation, and $5,000 for construction administration; therefore, $271,551.76 will need utilized funds from the 408 Fund Balance until proceeds from a secured financing are received in late summer or fall 2015. Funds from the 408 fund will be unspent dollars from the completed Phyllis St. Water Main Project and the Maine Street Reclaimed Water Project. Type of Item: (please mark with an z') Public Hearing Ordinance First Reading Ordinance Second Reading 2 For Clerk's Dept Use: Consent Agenda Public Hearing Bidder Total Bid 1. Central Florida Environmental Corp. $297,629.28 2. Villages Construction Inc. $307,905.00 3. Danus Utilities Inc. $322,065.50 4. Prime Construction Group Inc. $324,755.00 5. L7 Construction Inc. $561,617.00 Issue: Should the City Commission award the Consumer Court Liftstation #62 Construction Project to Central Florida Environmental Corp., as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #1315-06 Consumer Court Liftstation #62 Construction Project to Central Florida Environmental Corp. in the amount of $297,629.28 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Bid Tabulation 2. Award Recommendation from Utilities Director 3. Central FL Environmental Bid 4. Invitation to Bid #1315-06 5. Addendum #1 Financial Impact: The S.R. 50 Project (City Project No. 31701) has a current balance of $83,448.24 which takes into account the pre - purchase on the station pumps and control panel (approved by City Commission 5/19/2015). The estimated cost of the completed station, based on the awarding of the construction of the station to CFE is $355,000 which includes a 10% contingency, $10,000 for Duke Energy power service, $10,000 for wetlands permitting and mitigation, and $5,000 for construction administration; therefore, $271,551.76 will need utilized funds from the 408 Fund Balance until proceeds from a secured financing are received in late summer or fall 2015. Funds from the 408 fund will be unspent dollars from the completed Phyllis St. Water Main Project and the Maine Street Reclaimed Water Project. Type of Item: (please mark with an z') Public Hearing Ordinance First Reading Ordinance Second Reading 2 For Clerk's Dept Use: Consent Agenda Public Hearing _ Resolution X Commission Approval Discussion & Direction Regular Agenda Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 3 Mayor S. Scott Vandergrift City Manager Robert Frank `` 'J ocoee florida MEMORANDUM TO: Joyce Tolbert, Purchasing Agent THROUGH: Charles K. Smith, P.E. Utilities Director FROM: Diana Turner Project Coordinator DATE: June 5, 2015 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: Central Florida Environmental Corporation Recommendation to Award the Consumer Court Lift Station #62 Construction Project The Utilities Department recommends awarding the Consumer Court Lift Station #62 Construction Project to the lowest responsive bidder, The Central Florida Environmental Corporation, in the amount of $297,629.28, based on the following discussion: On June 4, 2015, City Purchasing Department staff performed Bid Opening B15 -06 Consumer Court Lift Station #62 Construction Project. The three lowest bidders and their bid prices are listed below. 1. Central Florida Environmental Corporation 910 Belle Avenue, Suite 1040 Winter Springs, FL 32708 Bid Price: $297,629.28 2. Villages Construction Inc. 1410 Emerson Street Leesburg, FL 34748 Bid Price: $307,905.00 3. Danus Utilities Inc. 4133 Saddle Club Creek Drive New Smyrna Beach, FL 32168 Bid Price: $322,065.50 City of Ocoee Utilities Department • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407).905-3159 • Fax: (407) 877 -5899 • www.ocoee.org The City recently contracted with the Central Florida Environmental Corporation for the Western Force Main Project, and previously for the Water Main Extension Project on Phyllis Street. Both projects resulted in a positive outcome. The S.R. 50 Project (City Project No. 31701) has a current balance of $83,448.24 which takes into account the pre - purchase on the station pumps and control panel (approved by City Commission 5/19/2015). The estimated cost of the completed station, based on the awarding of the construction of the station to CFE is $355,000 which includes a 10% contingency, $10,000 for Duke Energy power service, $10,000 for wetlands permitting and mitigation, and $5,000 for construction administration; therefore, $271,551.76 will need utilized funds from the 408 Fund Balance until proceeds from a secured financing are received in late summer or fall 2015. Funds from the 408 fund will be unspent dollars from the completed Phyllis St. Water Main Project and the Maine Street Reclaimed Water Project. BID TABULATION 6/4/15 2:00 P.M. 815 -06 CONSUMER COURT LIFTSTATION #62 CONSTRUCTION PROJECT BID TAB Central Florida Environmental Co Danus Utilities Inc. L7 Construction Inc. Prime Construction Group Inc. Villages Construction Inc. Acknowledged Addendum #1 ✓ ✓ ✓ ✓ ✓ Bid Security Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond License Check Active Active Active Required Forms ✓ ✓ ✓ DESCRIPTION EST'D CITY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization/ Demobilization and General Requirements 1 $9,900.00 $9,900.00 $25,000.00 $25,000.00 $21,199.00 $21,199.00 $20,000.00 $20,000.00 $30,000.00 $30,000.00 Survey (Horizontal and Vertical Controls and As- builts) 1 $1,100.00 $1,100.00 $4,500.00 $4,500.00 $4,000.00 $4,000.00 $3,000.00 $3,000.00 $5,000.00 $5,000.00 Maintenance of Traffic 1 $550.00 $550.00 $2,900.00 $2,900.00 $6,000.00 $6,000.00 $2,000.00 $2,000.00 $1,000.00 $1,000.00 Clearing and Grubbing, Tree Removal, Earthwork, and Grading 1 $5,500.001 $5,500.00 $8,125.00 $8,125.00 $24,000.00 $24,000.00 $11,000.00 $11,000.00 $28,000.001 $28,000.00 Embankment (Clean Import Fill) 243 $45.50 $11,056.50 $24.00 $5,832.00 $68.00 $16,524.00 $13.00 $3,159.00 $25.00 $6,075.00 Unsuitable Material- Removal and Disposal 325 $27.76 $9,022.00 $29.00 $9,425.00 $20.00 $6,500.00 $10.00 $3,250.00 $20.00 $6,500.00 Roadway Pavement Removal, Including Saw Cutting 87 $31.91 $2,776.17 $40.00 $3,480.00 $15.00 $1,305.00. $44.00 $3,828.00 $10.00 $870.00 Roadway Pavement (Surface, Base, and Sub -base) 82 $55.00 $4,510.00 $35.00 $2,870.00 $52.00 $4,264.00 $120.00 $9,840.00 $70.00 $5,740.00 Concrete Demolition and Disposal, Including Saw Cutting 7.5 $370.121 $2,775.90 $175.00 $1,312.50 $340.00 $2,550.00 $500.00 $3,750.00 $100.00 $750.00 FDOT Type "F" Curb 68.0 $15.40 $1,047.20 $35.00 $2,380.00 $25.00 $1,700.00 $26.00 $1,768.00 $30.00 $2,040.00 Concrete Curb End Transition 1 $55.00 $55.00 $550.00 $550.00 $330.00 $330.00 $385.00 $385.00 $400.00 $400.00 18" Straight Curb 7 $38.50 $269.50 $100.00 $700.00 $25.00 $175.00 $65.00 $455.00 $40.00 $280.00 4" Thick Concrete Sidewalk 19 $27.50 $522.50 $150.00 $2,850.00 $100.00 $1,900.00 $55.00 $1,045.00 $70.00 $1,330.00 6" Thick Handicap Ramp 1 $385.00 $385.00 $1,200.00 $1,200.00 $400.00 $400.00 $900.00 $900.00 $1,500.00 $1,500.00 8" Thick Concrete Liftslation Approach 15 $93.50 $1,402.50 $179.00 $2,685.00 $100.00 $1,500.00 $160.00 $2,400.00 $100.00 $1,500.00 12" PVC Gravity Sewer Main 24 $412.24 $9,893.76 $99.00 $2,376.00 $230.00 $5,520.00 $160.00 $3,840.00 $140.00 $3,360.00 15" PVC Gravity Sewer Main 49 $417.21 $20,443.29 $125.00 $6,125.00 $150.00 $7,350.00 $160.00 $7,840.00 $150.00 $7,350.00 10" SDR 18 PVC Forcemain 27 $507.12 $13,692.24 $200.00 $5,400.00 $110.00 $2,970.00 $150.00 $4,050.00 $80.00 $2,160.00 10" 45 Fitting including Restraint 2 $1,174.53 $2,349.06 $1,100.00 $2,200.00 $840.00 $1,680.00 $1,000.00 $2,000.00 $400.00 $800.00 Temporary 12" PVC Gravity Main End Cap 1 $753.09 $753.09 $500.00 $500.00 $200.00 $200.00 $70.00 $70.00 $30.00 $30.00 Temporary 10" SDR 18 PVC Force Main End Cap 1 $1,015.61 $1,015.61 $500.00 $500.00 $500.00 $500.00 $200.00 $200.00 $100.00 $100.00 New 4" Diameter Manhole ( #1) 1 $9,983.22 $9,983.22 $10,350.00 $10,350.00 $20,000.00 $20,000.00 $8,200.00 $8,200.00 $8,000.00 $8,000.00 New 6" Diameter Receiving Manhole 1 $13,275.30 $13,275.30 $19,590.00 $19,590.00 $40,000.00 $40,000.00 $17,000.00 $17,000.00 $9000.00 $9000.00 Sanitary Sewer Liftstation 1 $154,778.69 $154,778.69 $175,240.00 $175,240.001 $300,000.00 $300,000.00 169.000.00 $169,000.00 $143,000.00 $143,000.00 Retaining Wall: <4.5' Depth (Top of Footer to Top of Wall) 12.5 $55.001 $687.50 $115.00 $1,437.50 $230.00 $2875.00 $200.00 $2,500.00 $375.001 $4,687.50 Retaining Wall: 4.5' to <5.5' Depth (Top of Footer to Top of Wall) 21.5 $60.50 $1,300.75 $135.00 $2,902.50 $230.00 $4,945.00 $220.00 $4,730.00 $425.00 $9,137.50 Retaining Wall: 5.5' to 6.5' Depth (Top of Footer to Top of Wall) 37 $66.00 $2,442.00 $155.00 $5,735.00 $230.001 $8,510.00 $240.00 $8,880.00 $500.00 $18,500.00 Turned -down Edge Concrete 7 $44.00 $286.00 $250.00 $1,625.00 $30.00 $195.00 $60.00 $390.00 $30.00 $195.00 Guard Rail Per FDOT Index No. 880 (Steel) 60 $63.80 $3,828.001 $70.00 $4,200.00 $110.00 $6,600.00 $90.001 $5,400.00 $50.00 $3,000.00 Solid Sodding (Bahia) 275 $3.741 $1,028.50 $10.00 $2,750.00 $7.00 $1,925.00 $5.00 $1,375.001 $4.001 $1,100.00 Dewatering 1 $11,000.00 $7,325.00 $7,325.00 $66,000.00 $66,000.00 $22,500.00 $22,500.00 $6,500.00 $6,500.00 TOTAL $322,065.50 $561,617.00 $324,755.00 $307,905.00 Bids are listed in alphabetical order. • License check, submitted forms 8 references verified only on lowest three firms. *Yellow Highlighted amounts are price discrepancies on bid form. SECTION 00300.0 MT0300 M SUBMITTED: 6/4/15 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID #B15-06 Consumer Court Liftstation #62 Construction Project NAME OF BIDDER: Central Florida Environmental Corp BUSINESS ADDRESS: 910 Belle Ave, Ste 1040 PHONE NO.: 407 - 834 -6115 CITY, STATE, ZIP: Winter Springs, Fl 32708 CONTRACTOR'S FEDERAL I.D. NUMBER 59- 3072378 CONTRACTOR'S FLORIDA LICENSE NO.: CGC055230 THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 Dated 5/29/15 No. Dated: No. Dated No. Dated: No. Dated No. Dated: Consumer Court Liftstation #62 Construction Project B15 -06 No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary. Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and. conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. Consumer Court Liftstation #62 Construction Project B15 -06 g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non - segregated Facilities (Section 00481) Consumer Court Liftstation 462 Construction Project B15 -06 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) Consumer Court Liftstation #62 Constniction Project B15 -06 Bid Form (Revised 05/29/15) Consumer Court Liftstation #62 Construction Project (Sheet 1 of 2) Item Unit Units Unit Price Total Price No. Item Description Total (� in Numbers) (in Numbers) 1 Mobilization/ Demobilization and General Requirements 1.0 Lump Sum (It "cr. " C€'cr'c 2 Survey (Horizontal and Vertical Controls & As- Builts) 1.0 Lump Sum ( i ( C-'c 3 Maintenance of Traffic 1.0 Lump Sum 4 Clearing and Grubbing, Tree Removal, Earthwork, and Grading 1.0 Lump Sum 5 Embankment (Clean Import Fill) 243.00 Cubic Yards 6 Unsuitable Material - Removal and Disposal 325.00 Cubic Yards 7 Roadway Pavement Removal, Including Saw Cutting Pavement 87.00 Square Yards 8 Roadway Pavement (Surface, Base, and Sub -base) 82.00 Square Yards c�c 4 c� tC'cvt- 9 Concrete Demolition and Disposal, Including Saw Cutting 7.5 Tons 10 FDOTType "F" Curb 68.00 Linear Feet t. 11 Concrete Curb End Transition 1 Each t 12 18" Straight Curb 7 Linear Feet 'ay '<t t� 13 4" Thick Concrete Sidewalk 19.00 Square Yards c � -)-<1 14 6" Thick Handicap Ramp 1 Each 'tj ,CC. S' 15 8" Thick Concrete Liftstation Approach 15.00 Square Yards C''3 <1 r 16 12" PVC Gravity Sewer Main 24.00 Linear Feet' 17 15" PVC Gravity Sewer Main 49.00 Linear Feet qc{ , 18 10" SDR 18 PVC Forcemain 27.00 Each E.i'. •:�y 19 10" 45° Fitting including Restraint 2 Each 20 Temporary 12" PVC Gravity Main End Cap 1 Each'). C 15.i `1 Continued next page Company Name �c';�T�,r�.'w1c;���a ����������YU,.,Pt, -� CC:xLa� By:i'���4'li t y Consumer Court Liftstation #62 Construction Project B15 -06 Bid Form (Revised 05/29/15) Consumer Court Liftstation #62 Construction Project (Sheet 2 of 2) Item No. Item Description Units Unit Unit Price Total Price Total (in Numbers) (in Numbers) 21 22 23 24 25 Temporary 10" SDR 18 PVC Force Main End Cap New 4' Diameter Manhole ( #1) New 6' Diameter Receiving Manhole Sanitary Sewer Liftstation Retaining Wall: <4.5' Depth (Top of Footer to Top of Wall) 1 1.0 1.0 1.0 12.50 Each Each Each Each Linear Feet (j $ 6 j i «eql 47 . of r 7 26 Retaining Wall: 4.5' to <5.5' Depth (Top of Footer to Top of Wall) 21.S Linear Feet 6c-• t;-C-) 27 28 29 30 31 Retaining Wall: 5.5' to 6.5' Depth (Top of Footer to Top of Wall) Turned -down Edge Concrete Guard Rail Per FDOT Index No. 880 (Steel) Solid Sodding (Bahia) Dewatering 37.00 6.50 60.00 275.0 1.0 Linear Feet6. Linear Feet Linear Feet Square Yards Lump Sum , . -7e- U - Bid Total: i �"� .7 .. ?k Company Name: �S't �r24'i l�t2t��� �'i'�vt�7�il��c , 4r t ��c By: C1 Consumer Court Liftstation 962 Construction Project B15 -06 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No. —'� / Florida License No.: (SEAL) (Partnership Name) (General er's Signature) (General Partner's Name Business -ad -dress: Phone No.: Florida License No.: Consumer Court Liftstation #62 Construction Project B15 -06 Strike out (X) non- applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION Central Florida Environmental Corp (Corporation Name) Florida (State of Incorporation) By David Stalowy (Name of person authorized to sign) President (Title) (Authorized Signature) (Corporate Seal) Attest (Secretary) Business address: 910 Belle Ave, Ste 1040 Winter Springs A 32708 Phone No.: 407 - 834 -6115 Corporation President: David Stalowy Florida License No.: CGCO55230 Consumer Court Liftstation #62 Construction Project B15 -06 Strike out (X) non- applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW/ THEIR SIGNATURES) If Bidder is: Em Business Address: (Address) (Name)' (Address) Phone No.: Florida License No.: (Each joint ven ,Wrer must sign. The manner of signing for each individual, partnership, and corporationAllat is a party to the joint venture should be in the manner indicated above.) Florida License No.: 13. List the following in connection with the Surety which is providing the Bid Bond: Consumer Court Liftstation #62 Construction Project B15 -06 Surety's Name: Endurance Reinsurance Corporation of America Surety's Address: 4 Manhattanville Rd, Purchase NY 105577 14. Name and address of Surety's resident agent for service of process in Florida: Nielson, Mosholder & Associates 4380 St John's Plcwy, Ste 110 Sanford, F132771 Consumer Court Liftstation #62 Construction Project B15-06 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Central Florida Environmental Corp a corporation under (Contractor's Corporate Name) the laws of the State of Florida , held on the 4th day of June , the following resolution w duly passed and adopted: "RESOLVED, that David Stalowy (signature of indiv dual) (typed name of individual) as President of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Consumer Court Liftstation #62 Construction Project between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 4th day of June , 2813'. aalS (CORPORATE SEAL) (Corporate Secretary) STATE OF CITY OF Florida 0 The foregoing instrument was acknowledged before me this 4th day of June 28x3' by David Stalowy (name of officer or agent, title of officer or agent), of Central Florida Environmental Corp (Maine of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. He /She is personally known to me or has produced identification (type of identification) as identification and did/did not take an oath. onff. tt�� l 6L-Jk i,�a c (Notary Public) 6°a'! °� CHRISTINA TABOR 145 � T. My Commission Expires: 417ns �r� MY COMMISSION #FF110291 *'!i'ePAZ' EXPIRES Aprh 7', 2oia END OF SECTION (407) 398 -0163 Florldallota 8ervlee.com Consumer Court Liftstation #62 Construction Project B15 -06 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his /her company and the Consumer Court Liftstation #62 Construction Project, DATE: 6/4/15 PROJECT IDENTIFICATION: City of Ocoee Consumer Court Liftstation #62 Construction Project NAME OF BIDDER: Central Florida Environmental Corp BUSINESS ADDRESS: 910 Belle Ave, Ste 1040 Winter Springs F132708 TELEPHONE NO.: 407 - 834 -6115 EMAIL stalzz@aol.com CONTRACTOR'S FLORIDA LICENSE NO. CGC055230 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 24 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? City of Groveland Green Valley WWTP and Eagle Ridge Reclaim Water Main - Installation of 25' duplex pump station reclaim puma station force main yard piping 8" & 12" reclaim main sodding and restoration Have you ever failed to complete work awarded to you? If so, where and why? No 4. Name three (3) municipalities for which you have performed similar work and contact person: City of Winter Park, Lena Petersen 407 - 599 -3225 Seminole County David McBroom I1407- 665 -2114 City of Groveland, Ricky Rodriguez 352- 429 -2877 Consumer Court Liftstation #62 Construction Project B15 -06 00301 -1 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? Yes 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: Yes Survey, Guardrail, Gravity sewer main 7. What equipment do you plan on using to complete the Work? Excavators, loadersmini excavators, skid steer S. State the true and exact, correct, and complete name under which you do business. Bidder is: Central Florida Environmental Corp Consumer Court Liftstation #62 Construction Project B15-06 00301 -2 SECTION 00301 -A SUBCONTRACTOR & SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No X (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. COMPANY NAME, CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS, PHONE NUMBER (TRADE) OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 SanPik Inc 910 Belle Ave, Ste 1020 Winter Springs F132708 Matthew Sands 407 - 450 -6969 2 Chinchor Electric PO Box 4311 Enterprise, F132725 Don Hasco 386 - 774 -1020 3 Plastic Composites Inc 1222 Camp Ave Mt Dora F132757 352- 383 -0194 4 EM Paving 1221 28th St Orlando, F132805 5 6 7 Pipe installation Electrical liner install Asphalt paving END OF SECTION 00301 -A -1 Consumer Court Liftstation #62 Constriction Project B15 -06 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) LF, S Quantity) Cost Cost Lay back side slopes/ A trench shield LF 73 LF $ 1.00 $ 73.00 B $ $ C $ $ D $ $ TOTAL S BIDDER: Centr 1 Florida Environmental Corp SIGNED: Zi� Z-� BY: David Stalowy (Print or type name) TITLE: president DATE: 6/4/15 THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION Consumer Court Liftstation #62 Construction Project B15 -06 00302 -1 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Consumer Court Liftstation #62 Constriction Project B15 -06 00303 -1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Central Florida Environmental Corp Signed: By: David Stalowy Print or Type Name) Title: President Date: 6/4/15 END OF SECTION Consumer Court Liftstation #62 Construction Project B15 -06 00303 -2 SECTION 00410 BID BOND Bidder shall provide the Cih� ivith a Bid Bond in the amount of five percent (5 %) of the contract bid. Central Florida KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Environmental Corporation as Principal, and Endurance Reinsurance Corporation of America as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ Five percent of proposed bid (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 4th day of June , 2015. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "Consumer Court Liftstation #62 Construction Project ". NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. Consumer Court Liftstation #62 Construction Project B15-06 11m, 1 This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereot). 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 t20 days from Bid Due Date without Surety's written consent. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 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 Consumer Court Liftstition #62 Construction Project B15-06 00410 -2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, complete this signature block. N/A (1) ( hndividual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) Consumer Court Liftstotion #62 Construction Project B15 -06 00410 -3 If Bidder is PARTNERSHIP, complete this signature block, N/A (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (SEAL) (General Partner's Name) (Business Address) (Tele lione No.) (Florida License No.) Consumer Court Lif'tstation #62 Construction Project B15-06 00410 -4 If Bidder is CORPORATION, complete this signature block. Central Florida Environmental Corp (Corporation Name) (Witness) Florida (2) (Witness) (State of Incorporation) By; David Stalowy (Name of Person Authorized to Sign - See Note 1) (SEAL) President (Title) (Authorized Signature) David Stlowy (Corporation President) 910 Belle Ave, Ste 1040 Winter Springs 32708 (Business Address) 407 -834 -6115 CGC055230 (Telephone No, (Florida License No. Consumer Court Liftstation #62 Constniction Project B15 -06 00410 -5 SURETY Endurance Reinsurance Corporation of America (Surety Business Name) Del aware_------ - ( ncipal Place of B iness) By: Surety gent's ig ure - See Note 2) Laura D. Mosholder (Surety Agent's Name) Attorney in Fact & Florida Resident Agent (Surety Agent's Title) Nielson, Mosholder & Associates (Business Name of Local Agent for Surety) 4380 St. Johns Parkway, Ste 110 Sanford, FL 32771 (Business Address) 407 -330 -3990 N/A elephone No.) (Bond No NOTES: Witness: (If agency is not a Corporation) (1)�1 (Witnes (Witness) Attest: (If Agency is a Corporation) see attached power of attorney (Corporate Secretary Signature) (Corporate Secretary Name) (Corporate Seal) (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. Consumer Court Lit'tstation #62 Construction Pruject B 15 -06 00410 -6 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida COUNTY OR CITY OF Seminole ) Before me, a Notary Public, personally came Laura D. Mosholder known to me, and Endurance Reinsurance known to be the Attorney -in -Fact of CorPe=at ion Q:iE AmE3�isa a Delaware Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Endurance Reinsurance Corporation of America were affixed by order and authority of said Company's Board of Directors, (Surety Company) Endurance Reinsurance and that the execution of the attached bond is the flee act and deed of Corporation of America (Surety Company) Given under my hand and seal this 4th day of June , 2013. Kelly Phelan(Notary Public) My Commission Expires March 2, 2018 END OF SECTION Consumer Court Liftstation #62 Construction Project B 15 -06 00410 -7 KELLY PHELAN NOTARY COMMISSION # FF97286 • PUBLIC EXPIRES March 2, 2018 STATE DF FLORIDA BONDED THROUGH RLI INSURANCE COMPANY 4th day of June , 2013. Kelly Phelan(Notary Public) My Commission Expires March 2, 2018 END OF SECTION Consumer Court Liftstation #62 Construction Project B 15 -06 00410 -7 ENDURANCE REINSURANCE CORPORATION OF AMERICA BIDR551500046 POWER OF ATTORNEY 2(pm all9rfen 6' these (Present, that ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware corporation (the "Corporation'), with offices at 4 Manhahanville Road, 3rd Floor, Purchase, NY 10577, Purchase, New York 10604, has made, constituted and appointed and by these presents, does make, constitute and appoint LAURA D. MOSHOLDER, EDWARD M. CLARK its true and lawful Attomey(s) -in -fact, at SANFORD in the State of FL and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or co- surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of SEVEN MILLION FIVE HUNDRED THOUSAND Dp((ars ($7,,50Q,000). Such bonds a ghifertakings t)dr`sa rip (poses, when duly executed by said attorneys) -in -fact, shall be binding upon the Corporation as fully and to the same extent as If signed by the PresideAl�ollhaCCfbQtppYlntlef� (pprporate seal attested by its Corporate Secretary. 'hl S. This appplrgM 1S made under ar dby authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 9th of January, 2014, a copywhicft appears below under the hewing entitled "Certificate ". ThisFgwer of Adorrley)sjsig'g�d and sealed bylacsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consggt on January 91-2 11 and said resolution has not since been revoked, amended or repealed: -7` e�j ta. RESOLVED, that m granlng powers of atlor4y_pursuant to cedaln resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014, the si$rlriture oJ� 0 directors andyof loars�riil the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile and any such power or janay�te jk a[ j he ling u ilacslmlle signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is allacti' , /.� z This Power Of 410filqy shad expire edd all authority hereunder shall terminate without notice at midnight (Standard Timer where said attorneys) -in -fact is authorized to act.) NOVEMBER 3, 2015' "'r' ' P IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this4th day of November, 2014 at Purchase, New York. (Corporate Seal) ENDURANCE REINSURANCE CORPORATION DOFF AMERICA ATTEST P� J `-' ct� By G/ MARIANNE L. WILBERT, SENIOR VICE PRESIDENT SHARON L. SIMS, SENIOR VICE PRESIDENT STATE OF NEW YORK ss: Purchase COUNTY OF WESTCHESTER On the 4th day p(Ncyembiir, 2014 before me personally came SHARON L. SIMS, SENIOR VICE PRESIDENTto me known, who being by me duly sworn, did depose and say that (s)he resides in SCOTCH PLAINS; NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described In and;whfch execu(idthef)above instrument that (s)he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed byordef of the Board of Directors of said Corporation, and that (s)he signed his (her) name thereto by like order. (Notarial Seal) Ante Licari Public - My Commission Expires 10/29/2015 CERTIFICATE STATEOFNEWYORK, ss:Purchase COUNTY OF. WESTCHESTER 1, CHRISTOPHER DONELAN `the PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware Corporation (the'Corporationl, herebycertity: I. That the original power of attorney of which the foregoing is a copy was duty executed on behalf of the Corporation and has not since been revoked amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified: 'RESOLVED, that each of the individuals named below Is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in surety or co-surely with others: CHRISTOPHER DONELAN, SHARON L SIMS, MARIANNE L. WILBERT Andbeitfufher At.,,,,,,, , RESOLVED, k' p'a'th ol,l�efnidilidp 1s,gamed above is authorized to appoint allomeyr in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations Nsurely a sur ty for a'or behalf of the Corporation." 3 The onde(srgned further cerhlleset the atgve resolutions are true and correct copies of the resolutions as so recorded and of the whole thereot IN ESS WHEREOF, I have hereunto setiny hand and affixed the corporate seal this day of tU 20 f J (Cor ate Seal) A v 7 CHRISTOPHER DONELAN, PRESIDENT ;`r ! � ;,.� My rsrmOxlnns are rod. SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF Florida COUNTY OF Seminole ) David Stalowy , being first duly swore deposes and says: He (it) is the president (Owner, Partner, Office, Representative or Agent) of Central Florida Environmental Corp , the Bidder that has submitted the attached Bid; He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. By: Title: President Consumer Court Liftstation #62 Construction Project B15 -06 00480 -1 Sworn and subscribed to before me this 4th day of June in the State of Florida , County of Seminole Notary Public My Commission Expires; 4/7/18 A' CHRISTINA TABOR MY COMMISSION #FF110291 a?o6ll`dt� EXPIRES April 7, 2018 A4i Afl4'p , lorldallotaryService.com END OF SECTION Consumer Court Liftstation #62 Construction Project B15 -06 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not pen-nit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drii -Adng fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date June 4 22015 David Stalowy By: President (Title) Official Address (including Zip Code): 910 Belle Ave, Ste 1040 Winter Springs, Fl 32708 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Consumer Court Liftstation #!62 Construction Project B15 -06 00481 -1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Ocoee, Florida by CFE Corp by David Stalowy, President (Print individual's Name & Title) whose business address is 910 Belle Ave, Ste 1040 Winter Springs, F132708 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Consumer Court Liftstation #62 Construction Project B15 -06 00482 -1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INF ATION CONTAINED IN THIS FORM. (Signature) Date: 6/4/15 Consumer Court Liftstation #62 Construction Project B15-06 00482 -2 Central Florida Environmental Corp Name of Bidder (Contractor) STATE OF Florida COUNTY OF Seminole PERSONALLY APPEARED BEFORE ME, the undersigned authority, David Stalowy who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this 4th day of Tune , 2015. :'e''"Y`... CHRISTINA TABOR MY COMMISSION #FF110291 Notary Public �X1► ' "!oFoP EXPIRES April 7, 2018 My Commission Expires: 4/7/18 (407) 0.0103 FlorldallolaryServlcexom END OF SECTION Consumer Court Liftstation #62 Construction Project B15-06 00482 -3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I X have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I X have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retaZs.hn certifications in my files. r.. Date June 4 —52015 By: (Signature of Authorized bfficial) Central Florida Environmental Corp (Name of Prospective Construction Contractor or Subcontractor) 910 Belle Ave, Ste 1040 Winter Springs, F132708 (Address of Prospective Construction Contractor or Subcontractor) 407 - 834 -6115 59- 3072378 (Telephone Number) (Employer Identification Number) END OF SECTION Consumer Court Liftstation #62 Construction Project B15 -06 00483 -1 Detail by FEI/EIN Number Detail by FEI /EIN Number Florida Profit Corporation CENTRAL FLORIDA ENVIRONMENTAL CORPORATION Filina Information Document Number S59402 FEI /EIN Number 593072378 Date Filed 06/10/1991 State FL Status ACTIVE Principal Address 910 BELLE AVE. SUITE #1040 WINTER SPRINGS, FL 32708 Changed: 01/25/2008 Mailing Address 910 BELLE AVE. SUITE #1040 WINTER SPRINGS, FL 32708 Changed: 01/25/2008 Reaistered Agent Name & Address STALOWY, DAVID E. 910 BELLE AVE. #1040 WINTER SPRINGS, FL 32708 Address Changed: 01/25/2008 Officer /Director Detail Name & Address Title PVT STALOWY, DAVID 910 BELLE AVE., STE. #1040 WINTER SPRINGS, FL 32708 Title S Page 1 of 2 http:// search. sunbiz.org/ Inquiry/ CorporationScarch /SearchResultDetail ?inqui... 6/4/2015 Detail by FEI/EIN Number STALOWY, DAVID 910 BELLE AVE., STE, #1040 WINTER SPRINGS, FL 32708 Annual Reports Report Year Filed Date 2013 04/19/2013 2014 02/10/2014 2015 01/10/2015 Document Images 01/10/2015 -- ANNUAL REPORT View image in PDF format 02/10/2014 --ANNUAL REPORT View image in PDF format 04/19/2013 --ANNUAL REPORT View image in PDF format 04/29/2012 --ANNUAL REPORT View image in PDF format 03/01/2011 --ANNUAL REPORT View image in PDF format 03/03/2010 -- ANNUAL REPORT View image in PDF format 02/16/2009 -- ANNUAL REPORT View image in PDF format 01/25/2008 -- ANNUAL REPORT View image in PDF format 02/09/2007 -- ANNUAL REPORT View image in PDF format 01/25/2006 -- ANNUAL REPORT View image in PDF format 02/07/2005 -- ANNUAL REPORT View image in PDF format 01/08/2004 -- ANNUAL REPORT View image in PDF format 01/06/2003 -- ANNUAL REPORT View image in PDF format 01/09/2002 -- ANNUAL REPORT View image in PDF format 01/1112001 -- ANNUAL REPORT View image in PDF format 01/20/2000 -- ANNUAL REPORT View image in PDF format 03/24/1999 --ANNUAL REPORT View image in PDF format 01/16/1998 -- ANNUAL REPORT View image in PDF format 02/21/1997 -- ANNUAL REPORT View image in PDF format 04/02/1996 --ANNUAL REPORT View image in PDF format 01/13/1995 -- ANNUAL REPORT View image in PDF format Copyright i7 and Privacy Policies State of rtment of State Page 2 of 2 http: / /search.sunbiz. org/ Inquiry/ CorporationSearch /SearchResultDetail ?inqui... 6/4/2015 Licensing Portal - License Search Page 1 of 2 3 :13:33 PM 61412015 Data Contained In Search Results Is Current As Of 06/04/2015 03:11 PM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business Is physically located. 1940 North Monroe Street Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.467,1395 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. https://www.myfloridalicense,com/wll 1. asp ?mode =2 &search= LicNbr& SID... 6/4/2015 License License Type Name Name Number/ Status /Expires Type Rank Certified CNTRL FLA CGCO55230 Current, Active General ENVIRONMENTAL DBA Cert 08/31/2016 Contractor CORP General License Location Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Main Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Mailing Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Certified STALOWY, DAVID CGCO55230 Current, Active General EUGENE primary Cert 08/31/2016 Contractor General License Location Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Main Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 Mailing Address *: 910 BELLE AVE. WINTER SPRINGS, FL 32708 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business Is physically located. 1940 North Monroe Street Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.467,1395 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. https://www.myfloridalicense,com/wll 1. asp ?mode =2 &search= LicNbr& SID... 6/4/2015 DBPR - STALOWY, DAVID EUGENE; Doing Business As: CNTRL FL... Page 1 of 2 3:13:41 PM 61412015 Licensee Details Licensee Information Name: STALOWY, DAVID EUGENE (Primary Name) CNTRL FLA ENVIRONMENTAL CORP (DBA Name) Main Address: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS Florida 32708 County: SEMINOLE License Mailing: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE Lice nseLocation: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Certified General Contractor Cert General CGC055230 Current,Active 03/20/1992 08/31/2016 Special Qualifications Qualification Effective Construction 02/20/2004 Business Alternate Names View Related License Information View License Complaint https:// www. myfloridalicense .com/LicenseDetail .asp ?SID= &id =4825B 1D30... 6/4/2015 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 reel 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 publlc records request for complaints listed I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search UI For more Information about CAM complaints, please visit the CAMS pane. 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 1940 Nardi Monroe Street Tallahassee K 32399 :: Email: Customer Contact Center :: Customer Contact Center: 350.407.1391. The State of Florida Is an AMEEO employer. Copyright 2007 -2010 State of Florida. Privacy Statplaptlt Under Florida law, email addresses are puhlic records. If you do not want your email address released In response to a publlc- recurds request, do not send electronic mall to IN5 entity. Instead, contact the office by phone, or by traditional mall. If you have any questions, please cenlact 050.407.1395. - Parsuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees Ilcensed under Chapter 455, F.S. mu m m st provide the Depart lent with an email address If they have one. The ealls provided may be used for official coin munication with the licensee. However enrall addresses are public record. It you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine If you are affected by this change. https:// www. myfloridalicense .com /viewcomplaint.asp ?SID= &Iicid= 738086 6/4/2015 DBPR - STALOWY, DAVID EUGENE; Doing Business As: CNTRL FL... Page 1 of 2 3:13:53 PM 61412015 Licensee Details Licensee Information Name: STALOWY, DAVID EUGENE (Primary Name) CNTRL FLA ENVIRONMENTAL CORP (DBA Name) Main Address: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS Florida 32708 County: SEMINOLE License Mailing: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE Licensel-ocation: 910 BELLE AVE. SUITE #1040 WINTER SPRINGS FL 32708 County: SEMINOLE License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Certified General Contractor Cert General CGCOSS230 Current,Active 03/20/1992 08/31/2016 Special Qualifications Qualification Effective Construction 02/20/2004 Business Alternate Names View Related License Information View License Complaint https:// www. myfloridalicense .com /LicenseDetail.asp ?SID= &id =4825B 1D30... 6/4/2015 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 I You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Ut For more Information about CAM complaints, please visit the CAMs pane, 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 1940 North Monroe Street Tallahassee R 32399 :; Email: Customer Contact Center :: Customer Contact Center: 350.487.139! The State of Florida is an AA /CEO einpluyer. Sgjly,fal,t 2007 -2010 St3t_o of Florlda. Prl—v Statement Under Florida faw, email addresses are public records. If you do not want your email address released In response to a publlc- recoms request, do not send electronic mall to this entity. instead, contact the office by phone or by traditional mail. If you have any rprestlons, please contact 850A87.1395. - PUrSUant to Section 455.275(1), Florlda Statutes, effective October 1, 2012, licensees licensed under C3lapler 455, F.S. must provide the Department with an emall address If they have une. The entails provided may Ue used for official communication with the licensee. However entail addresses are public re curd. It you do not svlsh to supply a personal address, please provide the Department with an email address which can be made available to the public Please see our Chapter 455 page to ch:termine If you an, aHerted by this change, https:// www. myfloridalicense .com /viewcomplaint.asp ?SID= &Iicid= 738086 6/4/2015 CFE Central Florida Environmental Corp 910 Belle Ave, Ste 1040 Winter Springs Fl 32708 �i" 1 �f 1 �1 y11 ��i" SECTION 00020 INVITATION TO BID #B15 -06 Consumer Court Liftstation 962 Construction Project OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department/Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on Thursday, June 4, 2015. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be constructed in accordance with the drawings and specifications prepared by City of Ocoee Utilities Department, as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: • The construction of a 10' diameter, 20 HP VFD lift station. The project shall include and is not limited to: • The installation of the associated control panel, valve vault with check and plug valves, concrete decking, retaining wall, railing and earthwork. • Two manholes, one shall be 4' in diameter and one shall be 6' in diameter. • The installation of 24' of a 12" diameter PVC pipe; installation of 49' of a 15' diameter PVC pipe; and installation of 27' of a 10' diameter PVC Force Main. This project also includes all restoration of the roadway, pavement curbing, sidewalk, and any and all work associated with the disruption of the ground. To expedite the project, the City shall procure specified pumps, electrical panel — including meter boxes, disconnects, VFDs and RTU. All work is to be conducted in accordance with the specifications within the Bidding Documents. 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 /323 /Purchasing. Consumer Court Liftstation #62 Construction Project B15 -06 00020 -1 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; Fees may apply for non - members. Membership with Onvia/DemandStar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre -bid Conference: A non - mandatory pre -bid conference is scheduled for 10:00 A.M. May 26, 2015 (Tuesday) in the City Commissions Chamber, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. BI5 -06 for the Consumer Court Lift Station #62 Construction Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section Consumer Court Liftstation #62 Construction Project B15-06 00020 -2 287.017 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.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA May 10, 2015 END OF SECTION Consumer Court Liftstation #62 Construction Project B15 -06 00020 -3 Mayor S. Scott Vandergrift City Manager Robert Frank May 29, 2015 OcoeP florida 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 -06 CONSUMER COURT LIFT STATION #62 CONSTRUCTION PROJECT This addendum shall modify and become a part of the original bid documents for the Consumer Court Lift Station 462 Construction Project. This addendum consists of twenty -seven (27) pages, including revised specification sections and plan set, geotechnical report, and revised bid form. Bidders shall acknowledge receipt of Addendum No. 1 (ONE) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. * *Important Note: REVISED BID FORM ATTACHED ** Revised Bid Form Bidders must use the attached revised Bid Form; your bid will be disqualified for failure to use the revised Bid Form. The Bid Form has been revised to correct Bid Item No. 29: Guard Rails per FDOT Index No. 880 (steel). Specification (Project Manual) Changes: 1. Remove and Replace Sheet 03020 -9 of Section 03020 Specific Description of Method of Payment to address change in Item 29. Attachments: 1. Geotechnical Report, Lift Station #62 as referenced in the Project Manual is attached and shall be a part of the Contract Documents. Plan Changes: 1. Replace previously issued plan sheet SQI of 21 revising call out for Item 29 Guard Rails per FDOT Index No. 880 (Steel). 2. Replace previously issued plan sheet N1 of 21 to correct note Part3 Structure A. Note revision calls for a new station. 3. Replace previously issued plan sheet G 1 of 21 to address corrected sheet name "Geometry Sheet" and to locate the Duke Energy Power Transformer. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org Answers to questions received and /or amendments to the bid documents are as follows: Q1. Will Raven 405 be allowed as an equal on this project to the Green Monster? Al. Yes, Raven 405 is acceptable. No other equal coating application was submitted before the deadline, thus no other equal shall be approved. Q2. Plan sheet SQ1 item 29 refers to Guard Rails per FDOT Index No 870 (Steel). In looking up the FDOT Index 870 is aluminum and 880 is steel. A2. Item #29 has been updated to reflect FDOT Index 880. Also note Sheet SQ1 of 21 and applicable sheets in the project manual including the Bid Form have been revised and included. Q3. Spec Article 30.13 Telemetry Systems refers to Hyper Server Module from Data Flow Systems, however Plan sheet SD6 refers to Sci Text RTU. Please confirm which is required. A3. The RTU shall be a SciText RTU and is included within the pre - purchased control panel. Q4. Plan Sheet N1, Part 3 — Structure, A refers to the rehab of existing station #10. Please confirm this is a complete new station. A4. The project is to construct a new lift station. Plan sheet N 1 of 21 has been revised and attached. Q5. Plan Sheet N1, Part 3 — Structure, F refers to receiving manhole and wet well to be continuously lined with Green Monster Liner. Being these will be new structures is an HDPE liner acceptable? A5. No. Q6. Plans indicate the installation to be mounted on 3" GRC conduits with 3" Top Caps. Can the installation be mounted on 4 x 4 x 10' concrete posts using 3/8" Stainless wedge anchors to support the stainless steel strut? Please advise. A6. No. Q7. The Project Manual for Lift Station # 62, we noticed it asks on page 44 question 1, "How many years has your organization been in business as a General Contractor ? ". Our question is will you be accepting bids from Underground Utilities Contractors? AT Yes, bids from state underground utilities contractors shall be acceptable. Awarding of the project will be contingent on contractor demonstrating sufficient experience in similar project to the scope of station 62. Clarifications from Engineer: 1. All City permit Fees associated directly with the project shall be paid for by the Utilities Department. 2. The station as proposed does not include perimeter fencing. 3. Copper ground rods to be 5/8" in diameter and grounding conductor is not required to be tinned. 4. Site lighting is not included within this project. acolbe, C Purchasing Agent attachments: Revised Bid Form Revised Specification Sections & Plan Set Geotechnical Report cc: Charles K. Smith, Utilities Engineer