Loading...
2170 PBA 19/20-58 PreCast Concrete Bldgs Leesburg Concrete Co.CITY OF SXKFO FINANCE DEPARTMENT PURCHASING DEPARTMENTr TRANSMITTAL MEMORANDUMxpF To: City Clerk/Mayor RE: PBA 19/20-58 Pre -Cast Concrete Buildings — Leesburg Concrete Co. The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: Li.*.o(y>,y 6oja.64Jz.i je v - From SharePoint_Finance_Purchasing_Porms - 2018.doc 1/31/2020 Date Leesburg Concrete Company, Incorporated Piggyback Contract (PBA 19/20-58) (Pre -Cast Concrete Buildings) The City of Sanford ("City") enters this "Piggyback" Contract with Leesburg Concrete Company, Incorporated, a Florida corporation w (hereinafter referred to as the "Vendor"), whose address is 1335 Thomas Avenue, Leesburg, Florida 32748, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the government of Lake County, Florida, said contract being identified as implementing Invitation To Bid Number "ITB 16-0214" or "Contract Number16-0214 ", as may have been amended, in order for the Vendor to provide an array of pre -cast buildings and related goods and services to the City as the City may deem desirable (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. All pricing shall be F.O.B., City Hall, City of Sanford with most favored nation pricing as set forth in the original government contract. 1 (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is: Ms. Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 E-mail address: Marisol.Ordonez@Sanfordfl.gov (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between 1W the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the goods and services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (1). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN a@SANFORDFL.GOV. 3 (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. F (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this 23'day of January, 2020. Attest: (' * #a"t 4 M � 0 K thie M ning Sales Admin Attest: 011 44ci� L'-tl t � M, (i i P 1')n'� Traci Houchin, City Clerk, CMC, FCRM Approved as to form and legal efficiency. ��J v Will' m L. Colbert City rn f C-- /�/ , 6-)� r 1k, ft 5 Leesburg Concrete Company, Incorporated, a Florida corporation. n` T omas Vice President � Date: % U? .'C Wj City Of Sanford By: Jeff TrTIM" t, Ma Date: LAKE COUNTY ! R I f MODIFICATION OF CONTRACT 1. Modification No.: 3 2. Contract No.: 16-0214 Effective Date: August 8, 2019 Effective Date: August 8, 2016 3. Contracting Officer: Ralph E. Tipton 5. Contractor Name and Address: Telephone Number: 352) 343-9489 Leesburg Concrete Company, Inc. 1335 Thomas Avenue 4. Issued By: Procurement Services Leesburg, Florida 34748 Lake County Administration Building Attn: Kirk Rouse 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 6. SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten (10) days after receipt. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Contract modification to extend contract for one (1) year expiring on August 7, 2020. 8. Contractor's Signature REQUIRED ''' 9. Lake County, Florida .l y Name: _ i, -K %� ash Senior Contracting Officer Title: J / Date: Date 10. Distribution: Original — Bid/Contract File Copies - Contractor Contracting Officer FIS['AL,�-,ADIIINIS'I'RA"I'1VI StiRVICFS DISISK.N(')I'i'IZo CURD\di?N'I S[:RVICIis P_0. RON 7SOO •_31 i W MAINS]'_ FAVAR['S. F1. 32773 • P352,34i.+)N 19 • F 33-;2.343,9473 8,i(Ird # Onsn11 • n-r� �r.G•�keruluu� 1._mn� I I%101111'I %I)IIIVAN St-iN U I' IMN -:a "'I \01 it 8MIPIN If1111 lW10NI IOSII III AK! NI tohI i 11 r:n re!_' Di 't ritt i M,t, ht 1 Or qt i,15 3 CITY OF Nws RM WR FLORIDA Item No. CITY COMMISSION MEMORANDUM 19-251 NOVEMBER 18, 2019 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Tom George, Deputy City Manager Robert Beall, Parks and Grounds Manager Owen Christopher Smith, Project 7in SUBMITTED BY: Norton N. Bonaparte Jr., City Ma SUBJECT: Approve Budget Amendment 2826 and Piggy -Back Contracts with the City of Deltlar Office building from Creative Modular Buildings, Inc.g Concrete for a Modular Restroom Building for the Mayfai STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval of Resolution No. 2826 amending the budget in the amount of $150,000 and award a continuing construction piggy -back contract to Creative Modular Buildings, Inc. and Leesburg Concrete. The remaining funds will fund additional costs such as hook-ups etc. is requested. F'ISCALISTAFFING STATEMENT: This resolution and piggy -back contracts will be established at $150,000. The current contract award of $53,706.40 (Creative Modular Buildings, Inc.) and $59,227 (Leesburg Concrete) will be funded from general fiord reserves. The value of the City self -performed work and other fees is estimated at $37,066.60. BACKGROUND: This budget amendment is the result of the City pursuing the readiness and completion of the new Mayfair Club House and replacing one golf course restroom at Mayfair Golf Course. The modular building will be purchased and installed to provide a temporary club house and public course restroom as the City begins to demolish the existing club house and restroom to keep the golf course operational to the public. The City is also purchasing a prefab architecturally pleasing single -stall restroom on -course to replace a severely deteriorated restroom which is beyond repair. The piggy -back contractors, Creative Modular Buildings, Inc., and Leesburg Concrete are leaders in the field of modular prefab buildings and will provide the necessary construction services to complete the set-up and delivery of these buildings which are high-quality and durable and should complete the set-up and delivery of these buildings which are high-quality and durable and should last for many years of constant use. LEGAL. REVIEW: The City Attorney has prepared the proposed resolution and the piggyback contracts. RECOMMENDATION: Staff recommends that the City Commission approve Resolution No. 2826, to amend the City budget and establish a project budget in an amount of $150,000; award a piggy -back contract in an amount not to exceed $53,706.40 to Creative Modular Buildings, Inc., and a piggy -back contract in an amount not to exceed $59,227 to Leesburg Concrete for the construction, setup and delivery of a modular office building and a prefab restroom respectively. SUGGESTED MOTION: "I move to approve Resolution No. 2826, establishing a project budget of $150,000 and award a piggy -back contract to Creative Modular Buildings, Inc., in the amount of $53,706.40 and a piggy- back contract in the amount of $59,227 to Leesburg Concrete." Attachments: (1). Budget amendment Resolution No. 2826. (2). Piggyback contracts. (3). Modular Office Building Information (4). Prefab Restroom Information Resolution No. 2826 A Resolution of the City of Sanford, Florida, amending the City's annual operating budget for the fiscal year beginning October 1, 2019 and ending September 30, 2020; providing for powers of the City Manager and general implementing administrative actions; providing for a savings provision; providing for conflicts; providing for severability and providing for an effective date. Whereas, the Commission of the City of Sanford, Florida has adopted an annual operating budget for the fiscal year beginning October 1, 2019 and terminating on September 30, 2020 specifying certain projected revenues and expenditures for the operations of Sanford municipal government; and Whereas, the City's budget presumes that each department generally will, to the best of their ability, maintain its expenditures within its allocated budgeted level and exercise prudence in expending funds during the course of the City's fiscal year; and Whereas, from time -to -time circumstances and events may require that the original City budget may need revision; and Whereas, the City Commission, in its judgment and discretion, has the authority to adjust the budget to more closely coincide with actual and expected events. Now, therefore, be it adopted and resolved by the City Commission of the City of Sanford, Florida as follows: Section 1. Adoption of Budget Amendment. The annual operating budget of the City of Sanford for the fiscal year beginning October 1, 2019 and terminating on September 30, 2020 is hereby revised and amended by Attachment "A". The Attachment is hereby incorporated into this Resolution as if fully set forth herein verbatim. Except as amended herein, the annual operating budget for the City of Sanford for fiscal year beginning October 1, 2019 and terminating on September 30, 2020 shall remain in full force and effect. The attachment reflects contingencies relative to the potential donation of funds relative to the project relating to the multi-purpose fields located at the Mellonville Community Center. This Resolution is intended to grant the City Manager with the broadest authority to utilize the funds dedicated to that project in order to implement the project in the most seamless and effective manner. Section 2. Implementing administrative actions. In addition to the foregoing powers granted herein, the City Manager, or designee, is hereby authorized and directed to implement the provisions of this Resolution by means of such administrative actions as may be deemed necessary and appropriate. Section 3. Savings. The prior actions of the City of Sanford relating to the adoption of the City budget and related activities are hereby ratified and affirmed. Section 4. Conflicts. All resolutions or parts of resolutions in conflict with this Resolution are hereby repealed. Section 5. Severability. If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair the validity, force or effect of any other section, sentence, phrase, 2113a e word, or portion of this Resolution not otherwise determined to be invalid, unlawful, or unconstitutional. Attest: Section 6. Effective Date. This Resolution shall become effective immediately upon enactment. Passed and adopted this 18th day of November, 2019. City Commission of the City of Sanford a n & &�i Om0 I Fe -w Traci Houchin, City Clerk, CMC, FCRM.F � Triplett, M � For use and reliance of the Sanford 0 City Commission only. 11�q 110 Approved as to form and legality. , Z5 ���' Al g71 William L. Colbert, City Attorney Fiscal Year 2020 Department: Public Works CHANGES IN REVENUES ATTACHMENT A REQUEST FOR BUDGET AMENDMENT Division: Administration 11/1812019 TOTAL CHANGES IN REVENUES $ 300,000 CHANGES IN EXPENDITURES EXPENDITURE ACCOUNT NUMBER Current Current Amount of Remaining Fund Dpt[Div Activity Obj Ele Project # Expenditure Account Title Budget Balance Change Bal. - 455 5502 575 63 00 Imp. Other then -Bldgs $ 150,000 150,000 001 7979 581 91 79 Transfer to Mayfair $ 60,700 150,000 210,700 TOTAL CHANGES IN EXPENDITURES $ 300,000 REASON FOR AMENDMENT: DIRECTOR APPROVAL: FINANCE APPROVAL: CITY MANAGER APPROVAL: CITY COMMISSION AGENDA C Entry Date: Mayfair Golf Course Modular Buildings FOR FINANCE USE Batch Number: 11/5/2019 DATE: o I ld tc? DATE: DATE: Document #: Exhibit "A" [Attach original government contract] LAKE COUNTY F L 0 R I D A INVITATION TO BID (ITB) PROVIDE AND INSTALL PRE -CAST CONCRETE RESTROOMS AND OTHER BUIL DING ITB Number: 16-0214 Contracting Officer: -B.-Sch-w.'artzman Bid Due Date: —April 13, 2016 Pre -Bid Conf. Date: See, Section 1.4 Bid Due Time: 3:00 PM ITB Issue Date- March 17, 2016 SLCTfON 1: Special Ternis, and Conditions 2 SECTION 2: Statement of Work SECTION 3: General Terms an(l Conditions 16 SECTION, 4: Pt'icitig�Ceilifications/SigiiaLtlreS 20 SECTION 5: Attachments 24 At the date and time specified above, all bids that have been received in a timely manner will be opened, recorded, and accepted for consideration. The names of the bidders submitting bids will be read aloud and recorded. The bids wilt be available for inspection during normal business hours in the Office of Procurement Services within ten (10) working days after the official bid due date. When counter -signed by an authorized County representative, this docurnent and any specifically identified attachments may form the contract document binding the parties to all performance specified herein. Vendors shall complete and return the entirety of this IM Document, and attach all other information requested in this MB docimient (See Provision 1.13). Failure to sign the bid response, or to submit the hid response by the specified time and date, may be cause for rejection of the hid. NO�RX, SPONSEREPLY If any vendor does not want to respond to this solicitation at this time, or, would like to be removed frorn Lake County's Vendor List, please mark the appropriate space, complete name below and return this page only. ❑ Not interested at this time-, keep our firm on Lake County's Vendors List for future solicitations for this product / service El please: remove ou r firm from Lake County's Vendor's List for this prod net / service. VE NDOWMENTIFICATION Company Name: Leesburg Concrete Company, Incorporated 11juneNuinber: (352) 787-4177 E-mail Address: krouse@leesburgconcrete,.com Contact Person- — Kirk Rouse SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 Section 1.1: Purpose The purpose of this solicitation is to establish a term and supply contract for the purchase and installation of pre -cast concrete restrooms and other similar structures at County Parks and similar locations on an "as -ordered" basis in conjunction with the County's needs. Section 1.2: Designated Procurement Representative Questions concerning any portion of this solicitation shall be directed in writing [fax and e-mail accepted] to the below named individual who shall be the official point of contact for this solicitation. To ensure reply, questions should be submitted no later than five (5) working days before the bid due date. B. Schwartzman, Procurement Services Manager Lake County BCC Procurement Services office 315 W. Main Street, Room 416 PO Box 7800 Tavares, FL 32778-7800 Phone :352.343.9424 Fax: 352.343.9473 E-mail: bschwartzman@lakecountyfl.gov No answers given in response to questions submitted shall be binding upon this solicitation unless released in writing as an addendum to the solicitation by the Lake County Procurement Services office. Section 1.3: Method of Award - To a Single Vendor in the Aggregate Award of this contract will be made to the responsive, responsible vendor which submits an offer on all items listed in the solicitation that represents the lowest price when all items are added in the aggregate. If a vendor fails to submit an offer on all base pricing items, its overall offer will be rejected. The County will award the total contract to a single vendor. Section 1.4: Pre -Bid Conference and Site Visit (Mandatory) A mandatory pre-bid conference and site visit to two park locations where the contract work has already been completed, will be held on March 29, 2016. Prospective bidders are to meet at 9:30 AM in the main parking lot at Lake Idamere Park located at 12335 CR 448, Tavares, FL. After review of the installation at that park, and the terms, conditions, and specifications included in the solicitation; all prospective bidders will then travel to Astatula Boat Ramp located at 12703 Florida Ave, Astatula to review the installation at that site. Attendance at both locations is a mandatory requirement as these two installations reflect the full range of services that may be required at the locations stated in this solicitation. Vendors are requested to bring this solicitation document to the conference, as additional copies will not be available. 2 SECTION I — SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 Section 1.8: Insurance Each vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the following requirements: [This does not mean that the vendor must have the coverage prior to submittal, but, that the coverage must be in effect prior to a purchase order or contract being executed by the County.] An original certificate of insurance, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall be furnished by the vendor to the Contracting Officer within five (5) working days of such request and must be received and accepted by the County prior to contract execution and/or before any work begins. The vendor shall provide and maintain at all times during the term of any contract, without cost or expense to the County, policies of insurance, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the County, insuring the vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and/or obligations of the vendor under the terms and provisions of the contract. The vendor is responsible for timely provision of certificate(s) of insurance to the County at the certificate holder address evidencing conformance with the contract requirements at all times throughout the term of the contract. Such policies of insurance, and confirming certificates of insurance, shall insure the vendor is in accordance with the following minimum limits: General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate $1,000,000/2,000,000 Products -Completed Operations $2,000,000 Personal & Adv. Injury $1,000,000 Fire Damage $50,000 Medical Expense $5,000 Contractual Liability Included Automobile liability insurance, including owned, non -owned, and hired autos with the following minimum limits and coverage: Combined Single Limit $1,000,000 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and/or any other applicable law requiring workers' compensation (Federal, maritime, etc). If not required by law to maintain workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured; he or she will not hold the County responsible for any payment or compensation. Employers Liability insurance with the following minimum limits and coverage: B SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 deductible or self-insured retention shall be the sole responsibility of the vendor and/or sub contractor providing such insurance. - - - Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in tei nination of the contract for default. Neither approval by the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcontractor(s) of full responsibility for liability, damages, and accidents as set forth herein. Section 1.9: Bonding Requirements Not applicable to this solicitation Section 1.10: Completion of Work From Date Of Purchase Order The vendor shall state in its offer the number of calendar days from the date of the purchase order in which it will guarantee to complete the work for each individual installation effort. Time for completion may be considered a factor in determining the successful vendor if so stipulated in Section 1.3 entitled "Method of Award". The completion date for each individual installation shall not exceed sixty (60) calendar days after date of notice -to -proceed. All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the vendor(s), except in such cases where the completion date will be delayed due to acts of God, shrikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the County. Should the vendor(s) to whom the contract(s) is awarded fail to complete the work within the number of days stated in its offer, or the "not -to -exceed" timeframe cited above, it is hereby agreed and understood that the County reserves the authority to cancel the contract with the vendor and to secure the services of another vendor to complete the work. If the County exercises this authority, the County shall be responsible for reimbursing the vendor for work which was completed and found acceptable to the County in accordance with the contract specifications. The County may, at its option, demand payment from the vendor, through an invoice or credit memo, for any additional costs over and beyond the original contract price which were incurred by the County as a result of having to secure the services of another vendor. If the incumbent vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. Section 1.11: Acceptance of Goods or Services The product(s) delivered as a result of an award from this solicitation shall remain the property of the vendor, and services rendered under the contract will not be deemed complete, until a physical inspection and actual usage of the product(s) and/or service(s) is (are) accepted by the County and shall be in compliance with the terns herein, fully in accord with the specifications 6 SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 B. Correcting Defects Covered Under Warranty The vendor shall be responsible for promptly correcting any deficiency, at no cost to the County, within five (5) calendar days after the County notifies the vendor of such deficiency in writing. If the vendor fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor may be debarred as a County vendor, and/or become subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the vendor fails to satisfy the warranty within the period specified in the notice, the County may (a) place the vendor in default of its contract, and/or (b) procure the products or services from another source and charge the incumbent vendor for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. Section 1.12.1: Materials Shall be New and Warranted Against Defects The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the vendor are found to be defective or do not conform to specifications: (1) the materials may be returned to the vendor at the vendor's expense and the contract cancelled or (2) the County may require the vendor to replace the materials at the vendor's expense. Section 1.13: Delivery and Completion of Solicitation Response 1.13.1 Delivery of Solicitation Response Unless a package is delivered by the vendor in person, all incoming mail from the U.S. Postal Service and any package delivered by a third party delivery organization (FedEx, UPS, DHL, private courier, etc.) will be opened for security and contamination inspection by the Lake County Clerk of the Circuit Court Mail Receiving Center in an off-site secure controlled facility prior to delivery to any Lake County Government facility, which includes the Lake County Procurement Services office. To be considered for award, a bid or proposal must be received and accepted in the Procurement Services office prior to the date and time established within the solicitation. A response will not be considered for award if received in the Procurement Services office after the official due date and time regardless of when or how it was received by the Lake County Clerk of Court Mail Receiving Center. Allow sufficient time for transportation and inspection. Each package shall be clearly marked with the applicable solicitation number, title, and company name. Ensure that your bid or proposal is securely sealed in an opaque envelope/package to provide confidentiality of the bid or proposal prior to the due date stated in the solicitation. If you plan on submitting your bid or proposal IN PERSON, please bring it to: LAKE COUNTY PROCUREMENT SERVICES SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 Specific Completion Directions: D Pricing shall be completed as directed within Section 4. Vendor shall submit the entire bid document (ITB) with entries completed as noted in this section and descriptive literature attached in the cited number of copies. r Initial and date in BLUE INK the appropriate space(s) for each addendum for this I"IB. v Insert any prompt payment discount that you will offer. All payment will be made in accordance with Florida Prompt Payment Act. Complete all certifications included within Section 4 of the solicitation. v Complete the reference information sheets (include at least three references) contained within the solicitation. Complete the vendor information, and sign the bid (IN BLUE INK), in the spaces provided in Section 4 of the solicitation. If insurance is required, submit either a certificate of insurance, or evidence of insurability, that is in compliance with the stated insurance requirements. Provide descriptive literature relating to any proposed alternate product clearly showing and describing the specific alternate product offerings for each item or group of items listed in Section 4 of this Invitation to Bid. Please ensure the descriptive information is sufficiently detailed to enable evaluation of product by the County. Section 1.14 Accident Prevention and Barricades Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform to all relevant OSHA, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. Section ..].5: Additional Facilities Maybe. Added Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that County facilities beyond those listed in the initial solicitation may be added to this contract at the option of the County. When required by the pricing structure of the contract, vendor(s) under this contract shall be invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work will be awarded and added to this contract by formal modification. The County may obtain price quotes for the additional facilities from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the County's discretion. Section 1.16: Background Checks Background checks for vendor personnel will be required for any installation to be completed at any location adjacent to a school property. Work at any such location shall not commence until the background check process has been completed with satisfactory results. Costs for 10 SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 business of providing or distributing the goods and/or performing the services as described in the solicitation, and who can produce evidence of a consistent satisfactory record of performance. Vendors must demonstrate that they have sufficient financial support and organization to ensure that they can satisfactorily execute the contract if awarded under the terms and conditions herein stated. In the event that the vendor intends to sub -contract any part of its work to another vendor, or will obtain the goods specifically offered under this contract from another source of supply; the vendor may be required to verify the competency of its subcontractor or supplier. The County reserves the right, before awarding the contract, to require a vendor to submit such evidence of its qualifications and the qualifications of its subcontractor as it may deem necessary. The County may consider any evidence available to it of the financial, technical and other qualifications and abilities of any vendor responding hereunder, including past performance with the County, in determining vendor responsibility for the purposes of selecting a vendor for contract award. Section 1.22: Compliance with Federal Standards All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Section 1.23: Conflicts Between the Drawings and Specifications In the event of any conflict between the drawings and specifications contained within this contract, the following guidance shall govern: A. Addenda shall supersede all other Contract Documents to the extent specified with the Addenda. Subsequent addenda shall supersede prior addenda only to the extent specified. B. Drawing(s) and specifications are intended to agree and be mutually complete. Any item not contained within the drawing(s), but contained in the specifications, or vice -versa, shall be provided and/or executed as shown in either the drawing(s) or specifications at no extra cost to the County. Should anything not included in either the drawing(s) and the specifications be necessary for the proper construction and/or operation of the work herein specified, or should . any error or disagreement between the specifications and drawing(s) exist or appear to exist, the vendor shall not derive unjust benefit thereby, or use such disagreement counter to the best interests of the County. If the discrepancy is noted before initial submission of offers, or before contract award, the vendor shall immediately advise the designated procurement agent of the perceived discrepancy. If the discrepancy is noted after award, the vendor shall immediately advise the cognizant user department project manager, and await that individual's resultant direction, before proceeding with the work in question. Section 1.24: "Equal" Product Can be Considered If a product or service requested by this ITB has been identified in the specifications by a brand name, and has not been notated as a "No Substitute" item, such identification is intended to be descriptive and not restrictive, and is to indicate the quality and characteristics of product or 12 SECTION 1— SPECIAL TERMS AND CONDITIONS RFP Number: 16-0209 Section 1.27: Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest shall be protected against damage or interrupted services at all times by the vendor during the term of this contract; and the vendor shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the vendor's operation on the property. In the event the vendor fails to comply with these requirements, the County reserves the right to secure the required services and charge the costs of such services back to the vendor. Section 1.28: Risk of Loss The vendor assumes the risk of loss of damage to the County's property during possession of such property by the vendor, and until delivery to, and acceptance of, that property to the County. The vendor shall immediately repair, replace or make good on the loss or damage without cost to the County, whether the loss or damage results from acts or omissions (negligent or not) of the vendor or a third party. The vendor shall indemnify and hold the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of this contract. The vendor shall pay all claims and losses of any nature whatsoever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. Section 1.29: Special Notice to Vendors Regarding Federal and/or State Requirements Upon award of a contract resulting from this solicitation, the vendor shall utilize the U.S. Department of Homeland Security's E -Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of: 1) All persons employed by the vendor during the term of the contract to perform employment duties within Lake County; and 2) All persons, including subcontractors, assigned by the vendor to perform work pursuant to the contract. 14 SECTION 3 - GENERAL TERMS AND CONDITIONS 3.1 DEHNITIONS Addenda: A written change to a solicitation. Bid: Shall refer to any offer(s) submitted in response to this ITB. Bidder: Refers to any entity that submitted a bid under an ITB. Contract: The agreement to perform the services set forth in this solicitation. The contract will be comprised of the solicitation document signed by both parties with any addenda and other attachments specifically incorporated. Contractor: The vendor to which award has been made. County: Shall refer to Lake County, Florida. Invitation to Bid (ITB): Shall mean this solicitation document, including any and all addenda. An ITB contains well-defined terms, conditions, and specifications, and is awarded to the lowest priced responsive and responsible bidder. Modification: A written change to a contract. Responsible: Refers to a bidder that has the capacity and capability to perform time work required under an Invitation to Bid, and is otherwise eligible for award. Responsive: Refers to a bidder that has taken no exception or deviation from the terms, conditions, and specifications in an r tB. Solicitation: The written document requesting either bids or proposals from the marketplace. Vendor: A general reference to any entity responding to this solicitation or perforating under any resulting contract. The County has established that the words "shall", "must", or "will" are equivalent within this ITB and indicate a mandatory requirement which shall not be waived by the County. 3.2 INSTRUCTIONS TO BIDDERS A. Bidder Qualification It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the solicitation are encouraged to submit bids. To be recommended for award the County requires that vendors provide evidence of compliance with the requirements below upon request: I. Disclosure of Employment 2. Disclosure of Ownership 3. Drug -Free Workplace 4. W-9 and 8109 Forms — The vendor must furnish these forms upon request as required by the Internal Revenue Service. 5. Social Security Number—The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.F..I.N.) 6. Americans with Disabilities Act (A.D.A.) 7. Conflict of Interest 8. Debarment Disclosure Affidavit 9. Nondiscrimination 10. Family Leave 11 Antitrust Laws — By acceptance of any contract, the vendor agrees to comply with all applicable antitrust laws. B. Public Entity Crimes Pursuant to Section 287.133(2)(a) of the Florida Statutes, 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 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 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 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. C. Request for Additional Information Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the procurement representative identified in the solicitation no later than five (5) working days prior to the bid due date. Such inquiries shall contain the requester's name, address, and telephone number. The Procurement Services Office 10 ITB Number: 16-0214 may issue an addendum in response to any inquiry received, prior to bid opening, which changes, adds to, or clarifies the terms, provisions, or requirements of the solicitation. The bidder should not rely on any statement or explanation whether written or verbal, other than those made in this solicitation document or in any addenda issued. Where there appears to be a conflict between this solicitation and any addenda, the last addendum issued shall prevail. It is the bidder's responsibility to ensure receipt and to acknowledge all addenda and any accompanying documentation. Failure to acknowledge each addendum may prevent the bid from being considered for award D. Contents of Solicitation and Bidders' Responsibilities It is the responsibility of the bidder to become thoroughly familiar with the requirements, terms, and conditions of this solicitation. Stated unawareness of contractual terms and conditions will not be accepted as a basis for varying the requirements of the County or the amount to be paid to the vendor. E. Restricted Discussions From the date of issuance of this solicitation until final County action, vendors should not discuss the solicitation with any employee, agent, or any other representative of the County except as authorized by the designated procurement representative. The only communications that shall be considered pertinent to this solicitation are written documents from the vendor addressed to the designated procurement representative and relevant documents promulgated by the designated procurement representative. F. Change to, Withdrawal of, or Mistake in, Bid Chanees to Bid - Prior to bid opening, a bidder may change its bid by submitting a new bid with notice on the firm's letterhead, signed by an authorized agent, stating that time new submittal replaces the original submittal. The new submittal shall contain all information as required for submitting the original bid. Withdrawal of Bid - A bid may be withdrawn, either physically or by written notice, at any time prior to the bid due date. If withdrawn by written notice, that notice must be addressed to, and received by, the designated procurement representative prior to the bid due date and time. A bid may also be withdrawn after expiration of the specified bid acceptance period, and prior to award, by submitting a letter to the designated procurement representative. The withdrawal letter must be on company letterhead and signed by an authorized agent of the bidder. Mistake in Bid - Any allegation of mistake in Bid shall be treated on a case-by-case basis. It is to be assumed that any alteration in bid price after receipt of bids will be exceptional in nature, and will be allowed only when substantiated by current legal precedence. G. Conflicts within the Solicitation Where there appears to be a conflict between contractual terms and conditions, the technical specifications, time pricing section, or any addendum issued, the order of precedence shall be: last addendum issued, the pricing section, the technical specifications, the special, and then general conditions. It is incumbent upon the vendor to identify such conflicts prior to the bid response date. H. Prompt Payment Terms It is the policy of the County that payment for all purchases by County agencies shalt be made in a timely manner and that interest payments will be made on late payments in accordance with Part VII, Chapter 218, Florida Statutes, known as the Florida Prompt Payment Act. The bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining die lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the signature page of the solicitation. 3.3 PREPARATION OF BIDS A. The Pricing Section of this solicitation defines the goods or services to be purchased, and must be completed and submitted with the bid. Use of any other form or alteration of the form may result in the rejection of the bid. B. The bid submitted must be legible, and completed using typewriter, computer or ink. Any entry change must be crossed out and initialed in ink. Failure to comply with these requirements may cause the bid to be rejected. SECTION 3 - GENERAL TERMS AND CONDITIONS County and the vendor(s). Exercise of the above options requires the prior approval of the Director of Procurement Services. 3.15 WARRANTY All warranties express and implied, shall be made available to the County for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the vendor against factory defects and workmanship. At no expense to the County, the vendor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty period. The special conditions of the solicitation may supersede the manufacturer's standard warranty. 3.16 ESTIMATED QUANTITIES Estimated quantities or dollars are for bidder's guidance only. No guarantee is expressed or implied as to quantities or dollar value that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this solicitation. The County may use estimated quantities in the award evaluation process. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other entities that may utilize this contract. In no event shall the County be liable for payments in excess of the amount due for quantities of goods or services actually ordered. 3.17 NON -EXCLUSIVITY It is the intent of the County to enter into an agreement that will satisfy its needs as described within this solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of the work and services herein described in the manner deemed to represent its best interests. In no case will the County be liable for billings in excess of the quantity of goods or services actually provided under this contract. 3.18 CONTINUATION OF WORK Any work that commences prior to, and will extend, beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the vendor, continue until completion without change to the then current prices, term and conditions. 3.19 LAWS, RULES, REGULATIONS AND LICENSES The vendor shall comply with all federal, state, and local laws and regulations applicable to provision of the goods and/or services specified in this solicitation. During the term of the contract the vendor assures that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the vendor does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discrimination in any form or manner against the end/or employees or applicants for employment. The vendor understands that any contract is conditioned upon the veracity of this statement. 3.20 SUBCONTRACTING Unless otherwise stipulated herein, the vendor shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the contract for default. 3.21 ASSIGNMENT The vendor shall not assign or transfer any contract resulting from this solicitation, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. This provision specifically includes any acquisition or hostile takeover of the awarded vendor. Failure to comply in this regards may result in termination of the contract for default. 3.22 RESPONSIBILITY AS EMPLOYER The employees) of the vendor shall be considered at all times its employee(s), and not an employec(s) or agent(s) of the County, The contractor shall provide employce(s) capable of performing the work as required. The County may require the contractor to remove any employee it deems unacceptable. All employees of the contractor may be required to wear appropriate identification. 3.23 INDEMNIFICATION To the extent permitted by law, the vendor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, 18 ITB Number: 16-0214 including attorney's fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the vendor or its employees, agents, servants, partners, principals or subcontractors. The vendor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The vendor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the vendor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 3.24 MODIFICATION OF CONTRACT Any contract resulting from this solicitation may be modified by mutual consent of duly authorized parties, in writing through the issuance of a modification to the contract and/or purchase order as appropriate. This presumes the modification itself is in compliance with all applicable County procedures. 3.25 TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract upon thirty (30) days written notice. Upon receipt of such notice, the vendor shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the vendor prior to notice of termination. The County shall be the sole judge of "reasonable costs." 3.26 'TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING When funds are not appropriated or otherwise made available to support continuation of performance in a current or subsequent Fiscal year, the contract shall be cancelled and the vendor shall be reimbursed for the reasonable value of any non-recurring costs incurred amortized in the price of the supplies or services/tasks delivered under the contract. 3.27 TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or effect other appropriate remedy in the event the vendor fails to perform in accordance with the terms and conditions stated herein. The County further reserves the right to suspend or debar the vendor in accordance with the County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be borne by the vendor. 3.28 FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to meet its contractual obligations through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminale or cancel any other contracts with such individual, corporation or entity with such vendor held responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 3.29 RIGHT TO AUDIT The County reserves the right to require the vendor to submit to an audit by any auditor of the County's choosing. The Contractor shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The vendor shall retain all records pertaining to this Agreement and upon request make them available to the County for a minimum of three (3) years, or as required by Florida law, whichever is longer, following expiration of the Agreement. The vendor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. Additionally, CONTRACTOR agrees to include the requirements of this provision in all contracts with subcontractors and material SECTION 4 — PRIUNG/CE WfIFICATIONSISIGNATURES ITB Number 16-0214 ITB TITLE: PROVIDE AND INSTALL PRE -CAST CONCRETE R-ESTROOMS NOTES: • When purchasing on a direct basis, Lake County is exempt from all taxes (Federal, State, Local), A Tax Exemption Certificate will be furnished upon request for such purchases. However, the vendor will be responsible for payinent of taxes, on all materials purchased by the vendor for incorporation into the project (see provision 3.8 for further detail). • The vendor shall not alter or emend any of the information (including, but not limited to stated units of measure, item description, or quantity) stated in the Pricing SeCdUn. If atry quantities are stated in the pricing section as being "estimated" quantities, vendors are advised to review the "Estimated Quantities" clause contained in Section 3 of this solicitation. • Any bid containing a modil; ing or "escalator" clause not specificatly allowed for under the solicitation will not be considered, • All pricing shall lie 17013 Destination unless otherwise specilied in this solicitation document. • All pricing submitted shall remain valid for a 90 day period. 13vsigiiingaiidsubmitting aiv-spoiiseto this solicitation, the vendor has specifically agreed to this condition. • Vendors are advised to visit our website at http:!!-,YkA-,Nv.lakeeount-vil.gov and register as a potmitial vendor. Vendors that have registered on-line receive an c-inail notice when the County issues a solicitation matching the commodity codes selected by a vendor. ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: Coniplete PIul I or Part If., whichever applies, The bidder must list below the dates orismie fior each addendum received in connection with this 11'13: Addendum �91, Dated: March 29, 2016 Addendum 12, Dated: April 5, 2016 Addendum 43, Dated: Addendum 114, Dated-, El No Addendum was received in connection with this 113. * Revised price to accompany letter 05/19/16 PRICING SECTION Specification Section 2: Provide and Install Precast Concrete Buildings Item I. 10'x 12'x 9'h storage building Item 2: 30' x 8' x S'h dugout 20 Total $ 39,984. Total S4,4475 - - - ------ SECTION 4 — PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 16-0214 Stainless steel urinal Acorn. Engineering # 1709HEU $ 1,502. 7. Stainless steel pit toilet Acorn Engineering #2131 $ 2,094. 8. Kohler K4991 -ET -0 Bardon china urinal $ 350. 9. Koala Kare Baby Changing St model # KKP-KB200-00 $ 324. 10. Electrical Package to include: $ 1,900. - 100 Amp panel with GE 12 circuit - 24 space 100 Amp Main Breaker Load Center - Interior lights (3 each) - Portfolio 26.5 inch white fluorescent with light diffusing shield. - Exterior — (2) - Utilitech Pro 180 2 -head motion activate flood light. - GFCI outlet (1 ea) Price for each additional interior light: $ 220• Price for each additional GFCI outlet: $ 156. 11. SA 12" Centrifugal fiberglass exhaust fan, assume electric is provided in building. $ 282• 12. 4" deep concrete sidewalk with Fibelmesh priced per sgft: $ 6• 13. 6" deep concrete sidewalk with Fibermesh priced per sgft: $ 7• 14. 200 Ton Crane Upcharge, 50' reach, per installation effort: $ 3,125. Vendor's Florida License Type and Number: State of Florida -Mfg License 8760009503 Building Contractor, Shawn B. Thomas, Leesburg Concrete Company, Inc. CBC1254153 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements (as an entity) to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the contract. • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contract(s) and/or other transactions required by award of this solicitation. Certification Regarding Acceptance of County Electronic Payable Process Vendor will accept payment through the County's VISA- based electronic payment system: XX Yes ❑ No Purchasing Agreements with Other Government Agencies This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions, for the same price, to 22 ADDENDUM 1, ITB 16-0214, REPLACEMENT PAGE 23 Provide and Install Pre -cast Concrete Restrooms and Other Buildings other governmental agencies inn the State of Florida? Each governmental agency desiring to accept to utilize this contract shall be responsible for its own pur-chases and shall be liable only. for materials or services ordered and received by it, )( Yes ❑ No (Cheek one) Certification Regarding Felony Conviction Has any officer, director, or an executive performing equivalent duties, of ttnc biddhng entity been convicted of a felony during the past ten (10) years? ❑ Yes IN No (Check one) Conflict of Interest Disclosure Certification Except as listed below, no employee, officer, or agent of the firm has any conflicts of iriteresl, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, fuur, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fi•aud. N/A Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County. The following information is needed to support application of the Code: 1. Primary business location of the responding vendor (city/state): Leesburg, Florida 2. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: X Yes No If "yes" is checked, provide supporting detail: Leesburg Concrete operates thier ofFe and manufacturing facility in Leesburg FL. Our company employs 35 - 50 employees depending upon production demand. In addition we work with other local businesses for materials and service as much as possible. DUNS Number (Insert if this action involves a fcdernl funded project): 06-197-8292 General, Vencioi Info matron and Proposalrgriature Firm Name: Leesburg Concrete Company Incorporated Street Address: 1335 Thomas Ave. Leesburg FL 34748 Mailing Address (if different): Telephone No.: (352) 787-4177 FaxNo.: (352) 787-7935 E-mail: krouse@leesburgconcrete.c . FEIN No. 59 - 2344269 Prompt Payment Tenns: 2 % 10 days, net 30 Signature: Date: 4/11/2016 Print Name: KirldandJ. Rouse Title: _V, P. By signature below, the County confirms awardto the above -identified vendorunderthe above identified solicitation. A separate purchase order will be generated by the County to support the contract. Vendor- awarded as: ❑ Sole vendor ❑ Multiple Award vendor (unit price basisd) ❑ Multiple Award vendor (spot bid) ❑ Primary vendor for items: ❑ Secondary vendor for items: ❑ Other status: Signature of authorized County official: Date: Printed came: Title: _ Purchase Order Number assigned to this contract for billing purposes: M SECTION 5 — ATTACHMENTS ITB Number: I6-0214 ATTACHMENT ONE: WORK REFERENCES FORM Agency Lake County, Florida - Parks and Trails Address 315 W. Main St. City,State,ZIP Tavares, FL 32778 Contact Person Bobby Bonilla Telephone (352) 516-4386 Date(s) of Service 2014-2016 Type of Service Precast concrete restrooms - wet & dry, manufacture & install Comments: Worked together as part of purchase and installation of precast buildings Agency Volusia County Schools / Facilities Services Address 3750 Olson Dr City,State,ZIP Daytona Beach, FL 32124 Contact Person Ron Young Telephone (386) 847-2098 Date(s) of Service 2015-2016 Typeof Service Preacast concrete restroom and dugouts - manufacture & install Comments: Precast building purchasor Agency H.L. Pruitt Corp Address 501 Wade St. City,State,ZIP Winter Springs, FL 32708 Contact Person Tom Sims Telephone (407) 259-7412 Dates) of Service May 2015 Y Type of Service Precast building - manufactured and installed at Herlong Airpoprt Comments: Project Manager 25 Table of Contents Drawings and Specifications for Restrooms and other Pre -cast Buildings Lake County, Florida Section 1. Finish Options Section 2. Precast Concrete Buildings Specifications for the Precast Concrete Building Drawing 1: 10'x 12'x 8'h storage building layout and elevation Drawing 2: 30'x 8'x 8'h dugout layout and elevation Drawing 3: 31'x 8'x 8'h dugout with storage layout and elevation Section 3. Precast Concrete Dry Vault Restrooms Specifications for the Precast Concrete Dry Vault Restroom Drawing 4: Blue Ridge Single Dry Vault Restroom Drawing 5: Sierra Outback Double Dry Vault Restroom Section 4. Precast Concrete Plumbed Restrooms Specifications for the Precast Concrete Plumbed Restroom Drawing 6: Logan Single Plumbed Restroom Drawing 7: Carson Double Plumbed Restroom Drawing 8: Sierra Outback Double Plumbed Restroom Drawing 9: Northlake Triple Plumbed Restroom Drawing 10: The Volusia 6 stall Plumbed Restroom Drawing 11: 20'x 24'x 8'h Concession with Four Stall Restroom Drawing 12: 24'x 30'x 8'h Concession with Eight Stall Restroom Section 5. Site Assembled Precast Panelized Building Specifications for the Site Assembled Precast Panelized Building Drawing 13: 20'x 24'p.43 Drawing 14: 20'x 30'p.44 Precast Concrete Buildings Specifications for the Precast Concrete Building Drawing 1: 10'x 12'x 8'h storage building layout and elevation Drawing 2: 30'x 8' x 8'h dugout layout and elevation Drawing 3: 31'x 8'x 8'h dugout with storage layout and elevation and have a looped post tension cable. Floor will have a 1/2" recessed keyway around the perimeter to accept the walls so as to form a physical water barrier. 1.04 SUBMITTALS A. Drawings and calculations sealed by a professional engineer, licensed to practice in the state where the project is located, shall be submitted for approval. B. Manufacturer to provide cut sheets on all attached fixtures. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Steel -reinforced, 5000 PSI minimum 28 -day compressive strength. B. Reinforcing Steel: ASTM A615, grade 60 unless otherwise specified. C. Post -tensioning Strand: Roof and floor shall be post -tensioned with a 41K polystrand CP50, .50", 270 KSI, 7 -wire strand post tension cable, enclosed within a greased plastic sheath (ASTM A416). D. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX 1A elastic sealant or equal. Exterior caulk joint to be 3/8" x 3/8" square so that sides of joint are parallel for correct caulk adhesion. E. Vents: Two screened aluminum vents to be cast in rear wall. Vents shall be SUNVENT 8"x16"with bug screen, or equal F. Panel'Connections: All panel connections shall be welded together utilizing imbedded weld plates with Nelson anchors. Assembly shall be welded by a certified welder. 2.02 ACCESSORIES Doors and Frames: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI -100), and as herein specified. The building may be equipped with double 3'-0" x 6'-8" x 1-3/4", 18 - gauge galvanized/insulated CECO Imperial right hand reverse metal doors with 16 -gauge galvanized frames, or equal. Doors and frames shall be bonderized and painted one coat of rust inhibitive primer and one finish coat of enamel paint. A. Door Hardware: 1. Handle: Yale 8822 Mortise Lever Lockset 2. Hinges: PB-31/NRP/26D 41/2" x 41h" (chrome -plated with non -removable hinge pins), 3 per door or equal. 3. Lock Set: PDQ Industries KR116 - 32D (stainless steel finish) or equal. 4. Surface Bolt, Upper: Cal -Royal 045901426D (satin chrome finish) or equal. 5. Surface Bolt, Lower: Cal -Royal 045901426D (satin chrome finish) or equal. 6. Removable Astragal: A4441/68R or equal, optional. 7. Threshold: National Guard 897V60 raised interior, extruded aluminum threshold with neoprene seal or equal. 101 X 12'X 8' STORAGE BUILDING ITEM #1 4', 94" 4-1 LEFT (FL-,CR) 6'-S' EEL LIAN Y-c 5-6, S-D' 4" tT4 4- FE0,117 EUP0,110% PrHT ELEVATM 4-1 FL-OR PLAN T --------- — -------- - ----------------- It II ........ ....... (2) STANDARD I Yum (Typ) 4-LIGHT SR309 T.I.F. II it 4" t .4" HEAR ELEVATM LM ELEVAT[ON NOIL' FNMS L. `BLE PLM 1454UL40US AREA MESSAGE CENTER 0 Wt-lvm 3AM0 iRdSH T` EE SFIECTEC 0 DPOSP X=KGATE NOT FOR CONSTRUCTION DIMENSIONS FOR REFERENCE ONLY D MIN q.Lmc mg, ❑ awI: cc LGR BUILDING WEIGHT APPROX. 40,157 lbs Q194 WIN ALL c[CJ�aD ?T4NL5 19i m"M ta.O lm w1m -- 443%MG Of ml at X"m BUILDING LAYOUT A — — K vt�. Mot gS m - K ME= m .=M wam ee I'm 31'X 8'X 8' DUGOUT WITH STORAGE ITEM ##3 /A1F�:AcT ELEV+:nG?f NOT FOR CONSTRUCTION DIMENSIONS FOR REFERENCE ONLY 1;E -KT ELEvo-n:P: BUILDING WEIGHT IS APPROX.58,828 (6s ub•va �r-e ». -------rr------------------------------n II II II p; mam J I I was imr I I r.r �ener� II II !I II fi r -e � rd r' r-1 I � r -r Y T -]j' 1'bj' T -f S-6' i' -d' S -C Ta' S -d TiC Y -r iH AalM 15 -CM 1;E -KT ELEvo-n:P: BUILDING WEIGHT IS APPROX.58,828 (6s PRECAST CONCRETE DRY VAULT RESTROOM SPECIFICATION SHEET PART 1- GENERAL F�i�IE'i11W►`ti�:�l Contractor or manufacturer to furnish a turn -key precast concrete dry vault restroom. Building to be brought to the site in assembled modules and set upon a level and compacted granular rock sub -base with up to a 100 ton crane, all included in the bid price All site clearing and rough grading to within 6 inches of level are done by owner, excavation for restroom vaults to be done by contractor or manufacturer. To be an EasiSet/EasiSpan Building as manufactured by Leesburg Concrete Company Incorporated. Contractor or Manufacturer will pull all permits and connect to utilities, if any, that are stubbed no more than 25' from the desired install location; utilities located further than 25' will be Individually negotiated. 1.02 QUALITY ASSURANCE A. Florida DBPR Insignia required, Section 553, Part 1 F.S. B. ACI -318-08, "Building Code Requirements for Reinforced Concrete". Concrete Reinforcing Institute, "Manual of Standard Practice". C. ANSI/ASCE-7-10 "Building Code Requirement for Minimum Design Loads in Buildings and Other Structures". D. Florida Building Code 2014 E. IBC 2012 F. Concrete Reinforcing Institute, "Manual of Standard Practice". G. UL -752 test method level 5 for bullet resistance on concrete surfaces certified by an independent ballistic laboratory. H. Fabricator must be a certified producer/member of The National Precast Concrete Association (NPCA). 1. No alternate building designs to the pre-engineered building as produced by Leesburg Concrete will be allowed unless pre -approved by the owner 10 days prior to the bid date. 1.03 DESIGN REQUIREMENTS A. Design Loads 1. Seismic Design Category'C', Importance Factor:1 2. Standard Live Roof Load - 60 PSF 3. Standard Floor Load - 250 PSF (if precast floor provided by building manufacturer) 4. Standard Wind Loading - ASCE 7-10 conforming to geographic area. 5. Designed to meet the requirements of the Americans With Disabilities Act Requirements and Uniform Federal Accessibility Standard including as of the date of these specifications. 6. Incorporates all design aspects of Sweet Smelling Technology (SST) as outlined by Brian Cook for the U. S. Forest 2.02 ACCESSORIES 1. moors and Frames: 16 gouge galvanized 3068 HM door and frame, 4 7/81' throat, Schlage TVD series heavy duty grade 1 cylindrical lockset and LCN series :1 Closer surface mounted. All doors and frames are in accordance with NOA 10-O209,07 2. ADA Stainless Steel Mirror 3. Toilet tissue dispenser Babrick model # 808-2740 4. Grab bar 36" Robrick model # B 5506.99x36. 5. Grab bar 42" Bobrick model # B 5806.99x42- 6. Snap Dispenser by Bobrick model ## BOB B-211.2 7. Wail mounted trash can by Bobrick model # BOB -279 8. Door signs by Hillman with Braille, Men, Women, unisex 9. AICA Compliant pit type toilet riser by Romtee Engineering 18" high, white cross linked polyethylene with heavy duty seat. 10. Solatube 160 DS 10" skylight in each rostroom. c V,001 A. Interior of Building; Smooth form finish on all interior panel surfaces. B. Exterior of Building shall be form lined finished In a pattern selected from the Lake County Building Finish Options page and noted on the drawings. C. Paint: 1 coat of Loxon primer and two coats of Duracraft paint In owner's choice of exterior color. Inside walls to be painted In white, floor to be painted In Sherwin Williams HC Silver Gray #:L24. PART 3 -- EXECUTION 3.01. SITE PREPARATION REQUIREMENTS A. Excavation and Elevation i- Comply with all applicable OSHA Standards for excavation. 2. The double vault toilet requires a hole that is 1.6ft wide and 16ft long as measured at the bottom. Depth should be 4'-9" below desired finished flour elevation. 3. Finish floor elevation will be 4.6 Inches above natural grad: measured at the front (entrance) of the exterior slab unless otherwise approved by the customer. The customer may specify a finish floor elevation for buildings at some sites. The contractor will install buildings at these sites with the floor elevation within t 0.05 feet of the specified floor elevation. It is very important that the installation provides drainage away from the structure. B. Bedding and Compaction 1. Compact the natural ,ground at the bottom of the vault excavation with a minimum of three passes with a whacker --type mechanical compactor or equivalent approved by the customer. 2. Install sand or aggregate bedding material for leveling course. Compact leveling course with one pass with a whacker -type mechanical tamper or equivalent approved by the customer. Grade leveling course so there will be no high spots in the middle of the vault bottom. Compact with a second puss with a whacker or approved equivalent tamper. 3. Set vault In place. Backfill around structure. Use excavation material for backfill except that rocks larger than six inches In maximum dimensions shall not be placed within six inches of the exterior vault walls. 4. Contractor or Manufacturer to haul off excess dirt from excavation for sub -base and sidewalk. 3.02 ACCESS The contractormust provide for a level, unobstructed area large enough for a 100 ton crane and a tractor -trailer to park adjacent to the pad. Crane must be able to place outriggers within 5'-0" of edge of pad, and truck and crane must be able to got side by side under their own power, No overhead obstructions may be within 75' radius of center of pad. Firm roadbed with turns that allow 65' lowbed tractor -trailer must be provided directly to site. No building shall be placed closer than 2'-0" to an existing structure. SIERRA 011TRACK DUAL DRY RMiTROOM ITEM # 5 A: it' L" E3 r. --- -------- - - - ----- ---------------- ------- - - L ........ : trll� RIGHT ELEVAMN FRONT ELEVATIMI W., N... ..... .. 6r V -?r J 71 .-1 r -------------- :io P i W -W ROOF 'LAN -- -------- - 1 L -- ---------------- ---- LEFT EL EVAHUM MESSACE CE41ER PEAR ELEVATIM3u LMC MASH NOT FOR CONSTRUMON DIMENSIONS ARE FOR REFERENCE ONLY W.9 Cru'JIn- e-e Fu LOW 5-Ak Rrnx SIERRA 011TRACK DUAL DRY RMiTROOM ITEM # 5 A: it' L" E3 r. --- -------- - - - ----- ---------------- ------- - - L ........ : trll� RIGHT ELEVAMN FRONT ELEVATIMI W., N... ..... .. 6r V -?r J 71 .-1 r -------------- :io P i W -W ROOF 'LAN -- -------- - 1 L -- ---------------- ---- LEFT EL EVAHUM MESSACE CE41ER PEAR ELEVATIM3u LMC MASH NOT FOR CONSTRUMON DIMENSIONS ARE FOR REFERENCE ONLY Fu LOW 5-Ak BUILDING WEIGUS APPROX. 49-500 NOTE FNISH CPMt:a' 'iA:OJS TANKS WIEGH35,606 ANDES ARE AVAIVS.E n Eni-my. C WqBOAP.0 Cl ORMA CDRAtE 001'S IsnAo rol a== +m — �= Dumac m �—s "T ., BE kmo F BE RENTED .—E BUl0iG :OIR CaO --UL31N^. WUGHT —0.510:Ci �Illillvl um. PRECAST CONCRETE PLUMBED RESTROOM SPECIFICATION SHEET PART 1- GENERAL 1.01 SUMMARY Contractor or manufacturer to furnish a turn -key precast concrete plumbed restroom to be brought to the site in assembled modules or site assembled depending on size and set upon a level and compacted granular rock sub -base with up to a 100 ton crane, all included in the bid price. All site clearing and rough grading to within 6 inches of level are done by owner, excavation for restroom sub -base to be done by contractor or manufacturer. To be an EasiSet/EasiSpan Building as manufactured by Leesburg Concrete Company Incorporated. Contractor or Manufacturer will pull all permits and connect to utilities, if any, that are stubbed no more than 25' from the desired install location; utilities located further than 25' will be individually negotiated. 1.02 QUALITY ASSURANCE A. Florida DBPR Insignia required, Section 553, Part I F.S. B. ACI -318-08, "Building Code Requirements for Reinforced Concrete". Concrete Reinforcing Institute, "Manual of Standard Practice". C. ANSVASCE-7-10 "Building Code Requirement for Minimum Design Loads in Buildings and Other Structures". D. Florida Building Code 2014 E. IBC 2012 F. Concrete Reinforcing Institute, "Manual of Standard Practice". G. UL -752 test method level 5 for bullet resistance on concrete surfaces, certified by an independent ballistic laboratory. H. Fabricator must be a certified producer/member of The National Precast Concrete Association (NPCA). 1. No alternate building designs to the pre-engineered building as produced by Leesburg Concrete will be allowed unless pre -approved by the owner 10 days prior to the bid date. 1.03 DESIGN REQUIREMENTS A. Design Loads 1. Seismic Design Category'C', Importance Factor 1 2. Standard Live Roof Load - 60 PSF 3. Standard Floor Load - 250 PSF (if precast floor provided by building manufacturer) 4. Standard Wind Loading - ASCE 7-10 conforming to geographic area. 5. Designed to meet the requirements of the Americans With Disabilities Act Requirements and Uniform Federal Accessibility Standard including as of the date of these specifications. B. Roof: To be post tensioned. The roof shall extend 4" beyond the wall panel and have a turndown design which extends Y2" below the top edge of the wall panels to prevent water migration into the building along the top of wall panels. C. Paint: i coat of Loxon primer and two coats of Duracraft paint in owner's choice of exterior calor. Inside walls to be painted in white, floor to be painted in Sherwin Williams HC Silver Gray 124. PART 3 - EXECUTION 3.01 SITE PREPARATION A. Contractor or Manufacturer to bring all necessary utilities to a determined centralized point so as to align with an opening.. In the chase floor as called out In the manufacturer's provided pians. B. Building shall bear fully on abed of crushed 3/8"stone base that is at least one foot larger in all directions than the footprint of the building. C. Stone shall be a minimum of 4" thick or down to firm sub grade. The vertical soil capacity under stone small be compacted to have minimum bearing of 1,500 pounds per square foot, Stone shall be 3/8" or smaller and must be screeded level within �Vi" in bath directions, Stone shall be placed within a perimeter form with flat and level top edge for screeding. Farming material shall remain around stone after the building Is set. D. The crushed stone base shall be kept within the confines of the soil or perimeter form. Do not allow the base to become unconfined so that It may wash, erode, or otherwise be undermined. If building Is placed on pavement or concrete slab, substrate below pavement or slab must have a vertical soil capacity of 1,500 pounds per square foot. Place stone or sand to V above highest point of area where building will be placed and at least 1'-Q" wide all around the building footprint. Retain stone or sand with a perimeter form to prevent the material from washing out. E. Provide positive drainage for the fill, pad, or slab as required. F. Contractor or Manufacturer to haul off excess dirt from excavation for sub -base and sidewalk. 3.02 ACCESS Tine contractor must provide for a level, unobstructed area large enough for a 100 ton crane and a tractor -trailer to park adjacent to tine pad. Crane must be able to place outriggers within 5'-a" of edge of pad, and truck and crane must be able to get side by side under their own power. No overhead obstructions may be within 75' radius of center of pad. Firm roadbed with turns that allow 65' lowbed tractor -trailer must be provided directly to site. No building shall be placed closer than 2.011 to an existing structure. ROOF ?LAN II' (I III I I I I;II �'fl Ii�1�l I��I r -o- 1 s -a' �.-s � r -a- j �'-s j s -o• 1 r- '3NR TiH C05T a02N 9C6+ XpH Ir -r Ir -s' WIELW: M FRO 117 ELEVATION I i`• I r i i II I Ili(1 I. I(I!li�li III (Ii I I(I(li�ii ! I, hIn',,I {1?I II I Ili Ii I i• i li I`'I!I II it II 11•it (I l Irk eace� vNH 0 d MIGHT ELEVATION Mumma s 17-y. - u Y BACK ELEIrA"RMI I II n I it II I II II I fi II I ,I II LEFT ELEVATIOH I I I tm � CPG7 ` Ma c0.fgt:5i I 1 u I it II u n MESSAGE CENTE3 � i e I 1 II ii I it 11 n II liOU':G MISH �S1tCIVG STAN - ' t (foul N07E n4W lPAOVAt YARMSiF— awa _ — jo t4 i 0.WIA ALL RCKU M 6WR&5 FDR EIfc4is, a4:N4rKAL MIM 'mnws WD W ta.Y WW W - ru IT 4VID r TSI 'ManW.Ems W FIFS'J 2 AEE wp +AC Fxw' —o I 1l�tinG nam I •L I _ Y-: Y 6'-a' ❑ MR.LaYCai FLOOR RL=N exs rsrn+ ROOF ?LAN II' (I III I I I I;II �'fl Ii�1�l I��I r -o- 1 s -a' �.-s � r -a- j �'-s j s -o• 1 r- '3NR TiH C05T a02N 9C6+ XpH Ir -r Ir -s' WIELW: M FRO 117 ELEVATION I i`• I r i i II I Ili(1 I. I(I!li�li III (Ii I I(I(li�ii ! I, hIn',,I {1?I II I Ili Ii I i• i li I`'I!I II it II 11•it (I l Irk eace� vNH 0 d MIGHT ELEVATION Mumma s 17-y. - u Y BACK ELEIrA"RMI I II n I it II I II II I fi II I ,I II LEFT ELEVATIOH I 11 II I II II � I u n 1 n n I II II I it II 11 II I i u I n u n 1 u I it II u n MESSAGE CENTE3 I n n i 11 II i It II t � II 11 I II II II 11 I 1 II ii I it 11 n II ROOF ?LAN II' (I III I I I I;II �'fl Ii�1�l I��I r -o- 1 s -a' �.-s � r -a- j �'-s j s -o• 1 r- '3NR TiH C05T a02N 9C6+ XpH Ir -r Ir -s' WIELW: M FRO 117 ELEVATION I i`• I r i i II I Ili(1 I. I(I!li�li III (Ii I I(I(li�ii ! I, hIn',,I {1?I II I Ili Ii I i• i li I`'I!I II it II 11•it (I l Irk eace� vNH 0 d MIGHT ELEVATION Mumma s 17-y. - u Y BACK ELEIrA"RMI LEFT ELEVATIOH o NOT FOR CONSTRUCTION DIMENSIONS FOR REFERENCE ONLY MESSAGE CENTE3 liOU':G MISH �S1tCIVG STAN - �s N07E n4W lPAOVAt YARMSiF— FK&IES ARE AVAILABLE CCOR CYCR t4 ❑ EA.4-R91C( ❑ UARn OM ❑ CROW 0.WIA ALL RCKU M 6WR&5 FDR EIfc4is, a4:N4rKAL MIM 'mnws WD W ta.Y WW W - ru IT 4VID r TSI 'ManW.Ems W FIFS'J 2 AEE wp +AC Fxw' —o Ellli9`N' 'd[SHT - A' OVAL — ❑ MR.LaYCai 3. F S C3"( & K'w B:L— — K N540Y@ HI: Ali NORTHLAKE TRIPLE PLUMBED RESTROOM ITEM # 9 p.l OF 2 rt FLOOR FLA% I II 1 I I I I I j1 -R2 II II II it 11 I I I I 1 _`..Rcu ? API mMUE Iv NOT FOR CONSTRUCTION DIMENSIONS FOR REFERENCE ONLY MESSAGE CENTER _ I �— ivt' CFO,t:H BUILDING WEIGHT IS APPROX 74,590 lbs 4, -um;: srte - ImE. FmsH.'pMaL "IDUS f MIMES 0.E RV: LMLE :GCr2 :. c4 CL�4l NAY 'SYti,HI ❑ EA51-ERK7( au nxw� vc+a+ws Ia uenr. emt�.+cat ta,o[zz [r.'. w,sr & vim aq to+rtn 3T Lrr't a tts u+a'+ru eug;:t� - (--1SF'£nS' O 3ARABUM (POL�2 4C6 A+J ILG1pK vaT Nt'd R 3 AttCiID 6 CUSICNER AWiJ'IAL l— ❑ 3RIX.M AQT N�IXi9t[ KG C�'KCtCMSIX :4t#LMmG 2 p15E1T5 MC fMv ORFPt ❑ OtffEfr: 1 a swo uvT nm rE xEnw:>� IHfJ+t �: ca+ ra: arw.mm x xx LAVCaJT �ausm rm aw>r;:Tga THE VOLUSIA 6 STALL PLUMBED RESTROOM ITEM #10 p. 1 of 2 M-N'(imJf1 RSF C%i1a15 e Td tSd i .C:EYiEI CdA - rug eect:ra'w -----LEFT — ---------------- — — — — - 1.C1•P � I( (X% ani aux 7 I R"vim k`� � Cfi1lY R FRONT � :aFP At, '9 REAR M1:: r �E � Ruumwe nrvaw otoccmn rare eaAR nFtn rtaanaq • hee� b � ;�� � � r � x+tta �-r etcAxwi a :+ viAns 2Y7 ulWSAi: b i � P4ak-CV7 CQ IMET ROF T 'ALL fOR �M7 r VWf TALL ff 5-Y OpTm S I mm ( L— — RIGHT i'=—:O SIA' NOT FOR CONSTRUCTION DIMENSIONS ARE FOR REFERENCE ONLY MESSAGE CENTER BUILDING WEIGHS APPROX 108,000 lbs -0V`g'- F4` ;uaac; :act; OIL MESH 'OPTOAL VAIMS _ FiNSHE5 ARE AULAO E ereum6 ❑ EAS-3RK:K t. AIL a[P:R® q'iJd+R �i fIGAC utwAau2 tD.1Nxi clq.:W: 'B(E;Hi - Et'� Khl � 9E6 A•O lLCli[V Ol .TJSR Q 3K LAa.ti4 ❑ BARK90ARD(509;6 etQ �. t IttAi6S v1Y WH 10 A1T0+6 F �j5INER ,PP2J1'AL MY httaFl[ M11 OXR.I[NS C11 aFNitMNC ❑ 3RiJird L ALL SM A3A 15x OREeW ❑ MIR: A SOh© CQ'T Yiin ".I PIII RtV'II &A'.fi'. f39 i5 ypgp Ai: wE ap[+Ail R9IF[L.:MS 20'X 24'X WCONCESSION WITH 4 STALL RESTROOM ITEM # 11. LEFT (F FLOM ?LA-, Rl,',Hl ELEVATC,% n, F ING LAYOUT RCtil MIAMI u Fr f 11 is II �If L Ill T II III J- ==J, NOT FOR CONSTRUCTION DIMENSIONS ARE FOR REFERENCE ONLY LEFT ELEVATIC,". BUILDING WEIGHT IS APPROX. 115,200 lbs 3AZi,' ELEVATI?t: xdcsu vests: KM. M MUM a-' BE FZEW IM �tm IdESSAGE CENTER 70 1E SOMM OM(W CPHOUAL. VARMS MKS AK AWLAkE • 0 EAST-FXK 0 841maAm 177", 0 orcou 0 0MR.- Site Assembled Precast Panelized Building Specifications for the Site Assembled Precast Panelized Building Drawing 13: 20'x 24'p.43 Drawing 14: 20'x 30'p.44 sections onto existing structure without de -tensioning the existing structure. Roof slabs must be designed to span the free area without internal support for intermediate modules without end wails. C. Keyway Roof and Floor Joints: Grout in keyways above cast in rubber Durajoint water stop with SikaFlex Floor panel or contractor supplied C.I.P slab must have a 1/2" step-down around the entire perimeter to prevent water migration into the building along the bottom of wall panels. 1.04 SUBMITTALS A. Drawings and calculations sealed by a professional engineer, licensed to practice in the state where the project is located, shall be submitted for approval. B. Manufacturer to provide cut sheets on all attached fixtures. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Steel -reinforced, 5000 PSI minimum 28 -day compressive strength. B. Reinforcing Steel: ASTM A615, grade 60 unless otherwise specified. C. Post -tensioning cable shall be 41K polystrand CP50, .50", 270 KSI, 7 -wire strand, enclosed within a greased plastic sheath (ASTM A416). There will be a minimum of three post -tensioning cables connecting roofs and floors together to provide a watertight monolithic diaphragm. D. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-1A elastic sealant or equal. Exterior caulk joint to be 3/8" x 3/8" square so that sides of joint are parallel for correct caulk adhesion. E. Optional Vents: Two screened aluminum vents to be cast in rear wall. Vents shall be SUNVENT S"x16"with bug screen, or equal F. Panel Connections: All panel connections shall be welded together utilizing imbedded weld plates with Nelson anchors. Assembly shall be welded by a certified welder. 2.02 ACCESSORIES A. Doors and Frames: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI -100), and as herein specified. The building may be equipped with double 3'- 0" x 6'-8" x 13/4", 18 -gauge galvanized/insulated CECO Imperial right hand reverse metal doors with 16 - gauge galvanized frames, or equal. Doors and frames shall be bonderized and painted one coat of rust inhibitive primer and one finish coat of enamel paint. B. Door Hardware: 1. Handle: Yale 8822 Mortise Lever Lockset 2. Hinges: PB-31/NRP/26D 41/2" x 41/2" (chrome -plated with non -removable hinge pins), 3 per door or equal. 3. Lock Set: PDQ Industries KR116 - 32D (stainless steel finish) or equal. 4. Surface Bolt, Upper: Cal -Royal 045901426D (satin chrome finish) or equal. 5. Surface Bolt, Lower: Cal -Royal 045901426D (satin chrome finish) or equal. D. Provide positive drainage for the fill, pad, or slab as required. E. Contractor or Manufacturer to haul off excess dirt from excavation for sub -base and sidewalk. 3.03 ACCESS The contractor must provide for a level unobstructed area large enough for a 100 ton crane and a tractor - trailer to park adjacent to the pad. Crane must be able to place outriggers within 5'-0" of edge of pad, and truck and crane must be able to get side by side under their own power. No overhead lilies may be within 75' radius of center of pad. Firm roadbed with turns that allow 65' lowbed tractor -trailer must be provided directly to site. No building shall be placed closer than 2'-0" to an existing structure. Typical 20'x 30' Easi-Span Building 20'X 30' SITE ASSEMBLED PRECAST CONCRETE BUILDING ITEM #14 Leh Side E Y 30 o m $" Front I Right Side �� {-- --J 4"Typical 20'0° All Walls 20'-8° Floor Plan Roof Plan 9' 4" WALLS Right Side Back Left Side H=4', Leesburg .• IN CORP OP AY EO COMPANY. left Side 0 C 'x a 30'- lL m N Right Side ADDENDUM 1, ITB 16-0214, REPLACEMENT PAGE 23 Provide and Install Pre -east Concrete Restrooms and Other Buildings other governmental agencies ul the State of Florida? Each governmental agency desiring to accept to utilize this contract shall be responsible for its own purchases and shall be liable only for materials or services ordered and received by it. X Yes ❑ No (Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive performing equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? ❑ Yes ® No (Check one) Conflict of Interest Disclosure Certification Except as listed below, no employee, officer, or agent of the furn has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fi•aud. N/A Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County. The following information is needed to support application of the Code: 1. Primary business location of the responding vendor (citylstate): Leesburg, Florida 2. Does the responding vendor maintain a significant physical location in lake County at which employees are located and business is regularly transacted: X Yes No If "yes" is checked, provide supporting detail: Leesburg Concrete operates thier office and manufacturing facility in Leesburg, FL. Our company empiovs 35 - 50 emplovees depending LMOn production demand. In addition we work with other local businesses for materials and service as much as possible. DUNS Number (Insert if this action involves a federal funded project): 06-197-8292 Ge>tetal Ve11doI'Trifotmal0n anr)I Pxoppsal Szgziattzne Firm Name: Leesburg Concrete Company, Incorporated St-eetAddress: 1335 Thomas Ave Leesburg FL 34748 Mailing Address (if different): Telephone No.: (352) 787-4177 FaxNo.: (352) 787-7935 E-mail: (crouse@leesburgconcrete.c FEIN No. 59 _ 2344269 Prompt Payment Tenns: 2 % 10 days, net 30 Signature: )0�0Date: 4/11/2016 PrurtName: Kirld ndJ. Rouse Title: V.P. By signature below, the County cont rens award to the above -identified vendor und er the above identified solicitation. A separate purchase order will be generated by the County to support the contract. Vendor awarded as: ❑ Sole vendor ❑ Multiple Award vendor (unit price basisd) ❑ Multiple Award vendor (spot bid) ❑ Primary vendor for items: ❑ Secondary vendor for items: ❑ Other status: Signature of authorized County official: Date: Printed name: Title: _ Purchase Order Number assigned to this contract for billing purposes: HT FLORIDA OFFICE OF PROCUREMENT SERVICES 315 WEST MAIN STREET, SUITE 441 PO BOX 7800 TAVARES FL 32778-7800 ADDENDUM NO.2 Date: April 5, 2016 Invitation to Bid (ITB) 16-0214 PHONE: (352) 343-9839 FAX: (352) 343-9473 www.lakegovernment.com Provide and Install Pre -cast Concrete B.estrooms and Other Buildings It is the vendor's responsibility to ensure their receipt of all addenda, and to clearly acknowledge all addenda within their initial bid response. Acknowledgement may be confumed either by inclusion of a signed copy of this addendum with the initial bid response, or by completion and return of the addendum acknowledgement section of the solicitation. Failure to aclazowlcdge each addendum may prevent the bid frorn being considered for award. This addendum DOES NOT change the date for receipt of bids or proposals. The second mandatory pre-bid meeting was completed as scheduled by ITB addendum 1 (attendee list attached), with the following comments or question/answers provided as follows: General: The second meeting cornrnenced with a general review of solicitation terms and conditions, with no changes or revisions made in any regard. The issue of a 60 day performance period after issuance of a notice -to -proceed for each individual installation was discussed and re -con. fin-med. The road bed requirement in specification paragraph 3.0 was discussed with the vendor asked to submit that question in writing (see question/answer 2 below). A question arose regarding soil boring and related ground support to structures. The County advised there should be no issue in this regard at any specific site given the specified construction process. This discussion resulted in question/answer 1 below. In response to inquiry, the County confirmed there would be no grounding required as most of the sites will not involve electrical infiastructiue. In response to inquiry, it was confirmed that the posts installed around the restroom at the Astatula boat ramp had been installed by Parks personnel. Questions and Answers The following questions 'and answers are provided in response to previous and current written questions: This is to certify that the quality control procedures of 1335 Thomas Ave. Leesburg, FL 34748 were audited during an on-site plant inspection on May 13, 2015 and have met the Precast Concrete (requirements stated in the 12Th Edition of the NPCA Quality Control Manual for Precast Concrete Plants Renewal Granted on January 4, 20IG Participation in the NPCA Plant Certification program affirms an ongoing commitment to producing quality precast concrete products to recognized standards of the American Assacia Vfl,91State Highway and franspartatia17 ffivials (AAS HTC), the American Concrete Institute (ACI), the ASTM International (ASTM), the American Welding Society (AWS). the Precast Prestressed Concrete Institute (PCI), and the Concrete Reinforcing Steel Institute (CRSI). This renewal certificate is valid through December 31, 201G. rani M�reS'stl Mag,xm ranocctcumitcancn 91018 4as 9—mmit shA 1. relnmh¢eil 8t ils crlirely Andy Wieser, Chairman of the Board Ty E. Gable. NPCA President Phillip B. Cutler, P.E., Director of Quality Assurance Programs V . — A, a iR i r— ur rL-umiLiiA A DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE - FL 32399-0783 ROSS, TERRY FISHER ROSS PLUMBING 930 THOMAS AVE SUITE 1 LEESBURG FL 34748 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto wwN.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR STATE OF FLORIE DEPARTME 60"'1 PROFESS CFC056481 R 7, iqwx� CERTIFIED Pl;,QM-B' C 0 N,,� RO§S't-ERk'- ROSS PLUMB" 1S_cqRTJF1E0 underj rbv.i.s Eiiratfap date : � UG 31,.2016'.' USINESS AND R)LATION. lj)()6/1 5/2014 ons of Ch.489 FS. ' 1.t406150001278 KEN LAMISON, SECRETARY . ............ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION iCONSTRUCTfO,N _INDIIJSTRY LICENSING BOARD ROSS, 7ER , RY,F1 , SHER,,. ROSS PLUMBING 930 THOMAS AV LEE9BU F W The PLUMBING CONTRACTOR '0- Naed below IS CERTIFIED �n Under the pfbvisions'6f CfFabier 489 FS. Expiration date": AUG 31, 2016 0. "S ROSS, 7ER , RY,F1 , SHER,,. ROSS PLUMBING 930 THOMAS AV LEE9BU F W "N 0. d MR,P i� iz S+ LL W :..�.y.414 �la