HomeMy WebLinkAbout2020 12 14 Consent 301 - Award Contract for WTP No 1 HSPS Suction Piping Replacement RFP 06-20 LR • CONSENT AGENDA ITEM 301
,n m=ared CITY COMMISSION AGENDA I DECEMBER 14, 2020 REGULAR MEETING
1959
TITLE
Award Contract for WTP No 1 HSPS Suction Piping Replacement RFP 06-20 LR
SUMMARY
WTP #1 is located in the eastern part of the City and provides potable
drinking water to the City's potable water distribution system. New piping is
needed between the ground storage tanks and the HSPS (High Service Pump
Station). The new pipe will address existing water flow restrictions to the high
service pumps. Existing flow restrictions can cause damage to the pumps
during high flow conditions. The new pipe will also provide improved control
of the potable water treatment process by providing more treatment
flexibility. Additional treatment flexibility will provide the opportunity to
improve water aesthetics.
Request for Proposal (RFP) #06-20 LR for WTP #1 HSPS Suction Pipe
replacement was advertised from September 28, 2020 to November 6, 2020.
The RFP outlined the material specifications, installation requirements,
submittal requirements, and evaluation criteria. A total of five submittals
were received.
A Selection Committee comprised of City, CPH, and Veolia staff met on
November 19, 2020 and evaluated the five proposals based on the following
criteria:
1 . Team Qualifications (20%)
2. Schedule (30%)
3. Approach (20%)
4. Price (30%
The Selection Committee ranked the responses to RFP #06-20 LR and
selected Sawcross, Inc. as the highest scoring Proposer with Warton-Smith,
Inc. as the second highest scoring Proposer. The Selection Committee is
recommending Sawcross, Inc. be awarded a contract in the amount of
$893,000.00 plus a 10% contingency for the installation of the WTP #1 HSPS
Suction Pipe Replacement.
11
RECOMMENDATION
Staff recommends the City Commission award a contract to Sawcross, Inc. in
the amount of$893,000.00 plus a 10% project contingency, totaling
$89,300.00, for the construction of the WTP #1 HSPS Suction Piping
Replacement. Additionally, in the event an agreement with the first ranked
proposer is unable to be completed, authorize the City Manager and City
Attorney to negotiate with the second ranked proposer, which is Warton-
Smith, Inc. in the amount of$997,000.00 plus a 10% project contingency,
totaling $99,700.00. Finally, authorization for the City Manager and City
Attorney is requested to prepare and execute any and all applicable contract
documents consistent with this Agenda item.
12
REFERENCE PACKAGE
06=20 LR
VVTP NOa 1 H,SPS SUCTION PIPING
REPLACEMENT
SUBMITTED BY:
SAWCROSS, INC.
10970 NEW BERLIN ROAD
JACKSONVILLE, FL 32226
I SAWCROSS
Contractors & Engineers
\ \
13
WTP No. 1 HSPS Suction Piping Replacement 00300-1
SECTION 00300
MANDATORY PROPOSAL FORMS
(Mandatory Forms must be submitted with the proposal. Failure to submit forms may
disqualify the proposer from the RFP.)
Note: As specified in Section 00100 1.05 Proposal Procedure, Part C: The Proposer shall
submit the Bid Pricing Documents in a SEPARATE envelope from the Proposal/Proposal forms.
The Bid Pricing Documents include: Bid Tab (page 00300-4),Base Bid Price (page 00300-5),
and Bid Security(Section 00410 -Bid Bond, page 00410-1 to 00410-2).
PART l GENERAL
1.01 Description
The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER.
Bid is submitted by:
Legal Name (indicate whether sole proprietorship, partnership, or corporation):
Sawcross, Inc. - Corporation
Address:
10970 New Berlin Road, Jacksonville, FL 32226
Contact Name:
Mark Hickinbotham, President
Contact Phone Number:
(904) 751-7500
Contact E-Mail Address:
markh@sawcross.com
1.02 The Undersigned:
A. Acknowledges receipt of:
L Project Manual for WTP NO. 1 HSPS SUCTION PIPING
REPLACEMENT, September 2020.
2. Drawings for WTP NO. 1 HSPS SUCTION PIPING
REPLACEMENT, September 2020.
October 2020 Advertisement For Proposals
14
WTP No. 1 HSPS Suction Piping Replacement 00300-2
3. Addenda:
Number 1 dated 9/28/2020 . Number 5 , dated10/23/2020
Number 2 dated 10/2/2020 . Number 6 , dated 11/2/2020
Number 3 , dated 10/7/2020 .
Number 4 , dated 10/16/2020.
B. Has examined the site and all RFP Documents and understands that in submitting
his Bid, he waives all right to plead any misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2. To furnish the goods and/or services specified in this RFP at the prices
quoted in my responsive bid and in compliance with the RFP
Documents.
3. To accept the provisions of the Instructions to Proposers regarding
disposition of Bid Security.
4. To enter into and execute a contract with the OWNER, if awarded on
the basis of this Bid.
5. To accomplish the work in accordance with the contract documents.
6. To complete the work based on the Contractor's proposed schedule.
For purposes of the Contractor's proposed schedule, the schedule shall
be based upon the following dates:
a. Limited Notice to Proceed (NTP) — For contractual purposes,
this date will allow contractors to submit shop drawings and
begin procurement of equipment.
4 Limited NTP: January 5th,2021
b. Full NTP — This date is defined as the earliest date that the
Contractor will begin site work/construction.
4 Full NTP: April 2, 2021 (Contractor to Propose in
Schedule)
D. Certifies:
1. That all information contained in this bid/proposal is truthful to the best of my
knowledge and belief.
2. That I am duly authorized to submit this bid/proposal on behalf of the
vendor/contractor and that the vendor/contractor is ready, willing, and able to
perform if awarded the bid/proposal.
October 2020 Mandatory Proposal Forms
15
WTP No. 1 HSPS Suction Piikin2 Replacement 00300-3
E.
1.03 Bid Submittals
A. Bids must be submitted in triplicate on the Bid Form.
B. I have attached the required Bid Security to this Bid.
C. I have attached all other Mandatory Forms in this Section.
1.04 Submittal
RESPECTFULLY SUBMITTED, signed and sealed this 6th day of Novembe,r2020.
Proposer
Sawcross. I
By:
- - Title President
Mark Hickinbotham
ATTEST: SECRETARY SEAL
October 2020 Mandatory Proposal Forms
16
WTP No. 1 HSPS Suction Piping Replacement 00300-6
SCRUTINIZED COMPANY CERTIFICATION
Florida Statutes, Sections 287.135 and 215.473
Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not,
bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services
o£
(a) Any amount if, at the time of bidding on, submitting a proposal for, or entering
into or renewing such contract, the company is on the Scrutinized Companies that
Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of
Israel; or
(b) One million dollars or more if, at the time of bidding on, submitting a proposal
for, or entering into or renewing such contract, the company:
1. Is on the Scrutinized Companies with Activities in Sudan List or the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,
created pursuant to s. 215.473; or
2. Is engaged in business operations in Cuba or Syria.
Subject to limited exceptions provided in state law, the City will not contract for the provision of
goods or services with any scrutinized company referred to above. The Contractor must submit
this required certification form attesting that it is not a scrutinized company and is not engaging
in prohibited business operations.
The following shall be grounds for termination of the contract at the option of the awarding
body:
The company is found to have submitted a false certification; been placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List;been placed on the Scrutinized Companies that Boycott Israel List
or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria.
The City shall provide notice, in writing, to the Contractor of any determination concerning a
false certification. The Contractor shall have five (5) days from receipt of notice to refute the
false certification allegation. If such false certification is discovered during the active contract
term, the Contractor shall have ninety (90) days following receipt of the notice to respond in
writing and demonstrate that the determination of false certification was made in error. If the
Contractor does not demonstrate that the City's determination of false certification was made in
error then the City shall have the right to terminate the contract and seek civil remedies pursuant
to Section 287.135, Florida Statutes.
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR
BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL
RENDER YOUR BID SUBMITTAL NON-RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida
Statutes; and
October 2020 Mandatory Proposal Forms
17
WTP No. 1 HSPS Suction Pi aing Replacement 00300-7
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. For contracts of one million dollars or more,the Vendor, owners, or principals are eligible
to participate in this solicitation and not listed on the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List and, further, are not engaged in business operations in Cuba or Syria; and
d. If awarded the Contract,the Vendor, owners, or principals will immediately notify the City
in writing if any of its company, owners, or principals: are placed on the Scrutinized
Companies that Boycott Israel List, the Scrutinized Companies with Activities in Wdan
List, or the Scrutinized Companies with Activities in the Iran PetroleumEner �ector List;
engage in a boycott of Israel; or engage in business operations in Cuba or r'
(Authorized Signature)
Mark Hickinbotham, President
(Printed Name and Title)
Sawcross, Inc.
(Name of Vendor)
STATE OF Florida
COUNTY OF Duval
The foregoing instrument was acknowledged before me by means of Qu
physical presence or ( ) online notarization, this 6th day of November ,
2020, by Mark Hickinbotham the President of
Sawcross, Inc. a
Corporation who is personally known to me or U who produced
as identification.
• +r t g , CHRISTIM L PARKER
* ' ; w commmoN It Gt3 303233
E)0'IRES:Febnwy 18,2023
��PI�iUndwmbft
Notary Public
Print Name: Christina L. Parker
My Commission expires: 2/18/2023
October 2020 Mandatory Proposal Forms
18
WTP No. 1 HSPS Suction Piping Replacement 00300-8
NON-COLLUSION AND CONTINGENT FEES AFFADAVIT
State of Florida
County of Duval being
first duly sworn,deposes and says that: Mark Hickinbotham
He / She is President of Sawcross. Inc. the
Proposer that has submitted the attached Bid/Proposal;
He / She is fully informed respecting the preparation and contents of the attached Bid/Proposal
and of all pertinent circumstances respecting such Bid/Proposal;
Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal;
Neither the said proposer nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly with any other proposer, firm or person to submit a
collusive or sham Bid/Proposal in connection with the contract for which the attached
Bid/Proposal has been submitted or to refrain from bid/proposing in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Proposer, firm or person to fix the price or prices in
the attached Bid/Proposal or of any other Proposer, or to fix any overhead, profit or cost element
of the Bid/Proposal price or the Bid/Proposal price of any other Proposers, or to secure through
any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of
Winter Springs or any person interested in the proposed Contract;
The price or prices quoted in the attached Bid/Proposal are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any
of its agents,representatives, owner's employees, or parties in interest, including this affiant; and
The proposer nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, have not employed or retained any company or person,
other than a bona fide employee working solely for the proposer to solicit or secure this
agreement and that proposer has not paid or agreed to pay any person, company, corporation,
individual, or firm, other than a bona fide employee working solely for the proposer any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from the award
or making of this agreement. For the breach or violation of this provision,the City shall•have the
right to terminate the agreement without liability and, at its discretion, to deJqo from the
contract price, or otherwise recover, the full amount of such fee, commission, pei-c i tage, gift, or
consideration. fr'r
(.-authorized Signature)
Mark Hickinbotham, President_
(Printed Name and Title)
Sawcross, Inc.
(Name of Vendor)
October 2020 Mandatory Proposal Forms
19
WTP No. 1 HSPS Suction Piping Replacement 00300-9
STATE OF Florida
COUNTY OF Duval
The foregoing instrument was acknowledged before me by means of physical
presence or (__) online notarization, this 6th day of November 2020, by
Mark Hickinbotham the President of
Sawcross, Inc. a
Corporation who is personally known to me or (___) who produced
as identification.
CHMSTWAL PARKER
W CpM11S M 4 tiQ 303333
$= EXPIRES:febroery19,3023 Notary Public
' P 9abeaTiwl�obrfrP�blctJndeiwrMeR
Print Name: Christina L. Parker
My Commission expires: 2/18/2023
October 2020 Mandatory Proposal Forms
20
WTP No. l HSPS Suction Pinin Replacement 00300-10
DRUG-FREE WORKPLACE CERTIFICATION
In accordance with Florida Statues 287.087, preference shall be given to businesses with
drug-free workplace programs. Whenever two or more bid/proposals which are equal
with respect to price, quality, and service are received by the State or by any political
subdivision for the procurement of commodities or contractual services, a bid/proposal
received from a business that certifies that it has implemented a drug-free workplace
program shall be given preference in the award process.
Established procedure for processing the bid/proposals will be followed if none of the
tied vendors have a drug-free work place program.
In order to have a drug-free workplace program, a business shall:
a. Publish a statement notifying employees that the unlawful manufacture, distribution,
Dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
b. Inform employees about the danger of drug abuse in the workplace,the business's policy
maintaining a drug-free workplace, any available drug counseling,rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
c. Give each employee engaged in providing the commodities or contractual services that
are under bid/proposal a copy of the statement specified in subsection (a).
d. In the statement specified in subsection (a), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid/proposal,the
employee will abide by the terms of the statement and will notify the employer of any
conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of
any controlled substance law of the United States or any state, for a violation occurring in
the workplace no later than five (5) days after such conviction.
e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
f. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Sawcross Ire'.
(Company)
Mark Hickinbotham, President
(Signat e& Title)
October 2020 Mandatory Proposal Forms
21
WTP No. 1 HSPS Suction Pining Replacement 00300-11
CONFLICT OF INTEREST CERTIFICATION
Before me, the undersigned authority, personally appeared, who was duly sworn,
deposes, and states:
I am the President of Sawcross, Inc. with a local office in
Jacksonville, Florida and principal office in Jacksonville, Florida
City and State City and State
The above-named entity is submitting an RFP for the City of Winter Springs described
as:
City of Winter Springs
RFP#06-20 LR
WTP NO. 1 HSPS SUCTION PIPING REPLACEMENT
The Affiant has made diligent inquiry and provides the information contained in this
Affidavit based upon his own knowledge and thereof the following;
a. The Affiant states that only one submittal for the above bid/proposal is being submitted
and that the above-named entity has no financial interest in other entities submitting bids
for the same project.
b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraints of
free competitive pricing in connection with the entity's submittal for the above
bid/proposal. This statement restricts the discussion of pricing data until the completion
of negotiations if necessary and execution of the Contract for this project.
c. Neither the entity nor its affiliates, nor anyone associated with them, is presently
suspended or otherwise ineligible from participation in contract letting by any local,
State, or Federal Agency.
d. Neither the entity, nor its affiliates,nor anyone associated with them have any potential
conflict of interest due to any other clients, contracts, or property interests for this project.
e. I certify that no member of the entity's ownership or management is presently applying
for an employee position or actively seeking an elected position with the City of Winter
Springs.
October 2020 Mandatory Proposal Forms
22
WTP No. 1 HSPS Suction Pipinp,Replacement 00300-12
f. I certify that no member of the entity's ownership or management, or staff has a vested
interest in any aspect of the City of Winter Springs.
g. In the event that a conflict of interest is identified in the provision of services, 1, on behalf
of the above-named entity, will immediately notify the City of Winter Springs.
(904) 751-7500
Sawcross, Inc. (904) 751-0600
(Authorized Signature) Name of Business Phone & Fax Number
Mark Hickinbotham. President 10970 New Berlin Rd. Jacksonville, FL 32226
(Printed Name and Title) Business Mailing Address City, State, Zip
October 2020 Mandatory Proposal Forms
23
WTP No. 1 HSPS Suction Pining Replacement 00300-13
FLORIDA TRENCH SAFETY ACT CERTIFICATION
Proposer acknowledges that the Proposer must comply with the Florida Trench Safety Act
and applicable trench safety standards. Included in the various items of the proposal and in
the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws
of Florida) effective October 1, 1990. The Proposer further identifies the costs to be
summarized below. The separate item identifying the cost of compliance with trench safety
standards shall be based on the linear feet of trench to be excavated. The separate item for
special shoring requirements, if any, shall be based on the square feet of shoring used. Every
separate item shall indicate the specific method of compliance as well as the cost of that
method.
Item Trench Safety Unit of Unit Unit Cost Extended Cost
Measure Descri`ipt^ionn Measure
zoo,,
B Zi Or 06
f7
This amount disclosed as the cost of compliance with the applicable trench safety
requirement does not constitute the extent of the Contractor's obligation to come- with said
standards. Contractor shall expend additional sums. at no additional cost to the OWNER
(except as may otherwise be provided). which are necessary to so comply.
Acceptance of the bid to which this certification and disclosure applies in no way represents
that the OWNER or its representatives have evaluated and thereby determined that the above
costs are adequate to comply with the applicable trench safety requirements nor does it in any
way relieve the Proposer, as Contractor, of its sole responsibility to comply with the
applicable trench safety requirements.
Sawcross,.: c.
Name of F'
Mark Hickinbotham,
Authorized Signature President
Date: 11/6/2020
This document shall be submitted with the Proposal packet. Failure to complete the above
may result in the bid being declared non-responsive.
October 2020 Mandatory Proposal Forms
24
WTP No. 1 HSPS Suction Pi pin y Replacement 00300-14
CERTIFICATION A: (Debarment. Suspension and other responsibility matters—Primary
Covered Transactions 1
The prospective primary participant certifies to the best of its knowledge and belief that its
principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal debarment or agency;
b. Have not within a three-year period preceding this proposal, been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining,attempting to obtain, or performing a public (Federal, State, or local)
transaction or contract under a public transaction; violation of Federal or State antitrust statutes
or commission of embezzlement,theft, forgery, bribery, falsification, or destruction of records,
making false statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local)with commission of any of the offenses enumerated
in paragraph (1)(b) of this certification; and
d. Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local)terminated for cause or default.
Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation of this proposal.
Instructions for Certification (A}
By signing and submitting this proposal,the prospective primary participant is providing the
certification set out below;
a. The inability of a person to provide the certification required below will not necessarily
result in denial of participation in this covered transaction. The prospective participant shall
submit an explanation of why it cannot provide the certification set out below. The certification
or explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant to
furnish a certification or any explanation shall disqualify such person from participation in this
transaction.
b. The certification in this clause is a material representation of fact upon which reliance
was placed when the department or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly rendered an erroneous
October 2020 Mandatory Proposal Forms
25
WTP No. 1 HSPS Suction Pipinp,Replacement 00300-15
certification, in addition to other remedies available to the Federal Government,the department
or agency may terminate this transaction for cause or default.
C. The prospective primary participant shall provide immediate written notice to the
department or agency to which this proposal is submitted if at any time the prospective primary
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage
sections of the rules implementing Executive Order 12549. You may contact the department or
agency to which this proposal is being submitted for assistance in obtaining a copy of these
regulations.
e. The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency entering into this transaction.
f. The prospective primary participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion—Lower Tier Covered Transaction,"provided by the department or agency
entering into this covered transaction, without modification, in all lower tier covered transactions
and in all solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines this
eligibility of its principals. Each participant may, but is not required to, check the Non-
procurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph (6)of these instructions, if a
participant in a covered transaction knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
October 2020 Mandatory Proposal Forms
26
WTP No. 1 HSPS Suction Piping Replacement 00300-16
transaction, in addition to other remedies available to the Federal Government,the department or
agency may terminate this transaction for cause of default.
Certification B: (Debarment. Suspension.IneliJbiliiN and Voluntark Exclusion—Lower
Tier Covered Transactions)
a. The prospective lower tier participant certifies,by submission of this proposal,that
neither it nor its principals is presently debarred, suspended,proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency.
b. Where the prospective lower tier participant is unable to certify to any of the statements
in this certification, such prospective participant shall attach an explanation to this proposal.
Instructions for Certification B_)
By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.
a. The certification in this clause is a material representation of fact upon which reliance
was placed when this transaction was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government,the department or agency with which this
transaction originated may pursue available remedies, including suspension and/or debarment.
b. The prospective lower tier participant shall provide immediate written notice to the
person to whom this proposal is submitted if at any time the prospective lower tier participant
learns that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
C. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction,principal, proposal, and voluntarily
excluded, as used in this clause, have the meanings set out in the Definitions and Coverage
sections of rules implementing Executive Order 12549. You may contact the person to which
this proposal is submitted for assistance in obtaining a copy of these regulations.
d. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless authorized by the department or
agency with which this transaction originated.
October 2020 Mandatory Proposal Forms
27
WTP No. 1 HSPS Suction Piping Replacement 00300-17
e. The prospective lower tier participant further agrees by submitting this proposal that it
will include this clause title"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion—Lower Tier Covered Transaction,"without modification, in all lower tier
covered transactions and in all solicitation for lower tier covered transactions.
f. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principles. Each participant may but is not required to, check the Non-
procurement List.
g. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
h. Except for transactions authorized under paragraph (5) of these instructions, if a
participant in a lower covered transaction knowingly enters into a lower tier covered transaction
with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation
in this transaction, in addition to other remedies available to the Federal Government, the
department or agency with which this transaction originated may pursue available remedies
including suspension and/or debarment.
Applicant: Date:
Sa ross, Inc. 11/6/2020
Signature o thorized Certifying Official: Title:
Mark Hickinbotham President
END OF SECTION
October 2020 Mandatory Proposal Forms
28
'tate of Florida
Department of State
I certify from the records of this office that SAWCROSS, INC. is a corporation
organized under the laws of the State of Florida, filed on July 31, 1992.
The document number of this corporation is V55559.
I further certify that said corporation has paid all fees due this office through
December 31, 2020, that its most recent annual report/uniform business report
was filed on January 16, 2020, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Sixteenth day of January,2020
V/5 Secretary of State
Tracking Number:5460787969CC
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication
29
Lal.
_0
.rz
z
0 4'
E
�50
2 J 0 u
LU
D
LU
N DC LU LU V)
0 0 FCC-
Z D ,no
0
Z)
C4 E
z 0 VAV
0 Z 0 C-4 ou
E
C4
CN
0
CN
-CTI
W 14
SCC (pp C14 4-J
U"
LL. U- 7 AM
0 -
LL
E
LL flibuu'; 1 4-J
4J
u 0
)ILU
LL 0
W
0
777
M,
UJ o
Ily 1 '7, 4-1
F-9
(U
LLJ
0
J-J
z
4-J
'A" w.�r,"'q 0
�Lu
v
u
0
0ca
LL LU
0
1�— LAJ
0 Z tA Z p •` a
LLJ z UJ
W
>
0 0 LU
0 U
0 LLJ
91
tv
"i I WSI'm
30
SECTION A
TEAM QUALIFICATIONS
SUBMITTED BY:
SAWCROSS, INC.
10970 NEW BERLIN ROAD
JACKSONVILLE, FL 32226
hL'ISAWCROSS
Contractors & Engineers
31
L IA SAWCROSS
Fril Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE,FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
Winter Springs WTP No.1 HSPS Piping Replacement
Similar Project Experience
OVERVIEW
Sawcross team members are passionate about construction, engineering, and infrastructure while
understanding their clients' needs and objectives. Since 1992,Sawcross has built a reputation of
honesty, hard work, uncompromising precision,and a commitment to exceeding their clients'goals
and expectations.Sawcross is a self-performing contractor located in Jacksonville, FL with an
extensive inventory of ductile iron,stainless steel pipe and accessories along with a full-service
fabrication facility allowing the ability to control project schedule and costs.We have completed
over 257 utility infrastructure rehabilitation projects. In performing this work,we retain our own
fleet of construction equipment valued at over$7 million, as well as construction personnel,
comprised of eighty-five highly qualified contractors,engineers and skilled laborers.
Enclosed is a partial reference to the type of work we perform on a regular basis.We have seasoned
crews that are experienced with installing large diameter pipe like the 42" ductile iron presented on
this job.We have recently completed installations of such pipe on the Daytona Regional Westside
project with PC Construction and as a prime contractor with JEA at their McMillan Street Pump
Station which had a flow capacity of 44 MGD. In addition,the McMillan Street Pump Station was in
an urban setting with residential homes and an elementary school in proximity.Sawcross had to
maintain extensive measures to ensure the residents were not disturbed by the construction and to
the general safety of the public while bypassing operations and roadway detours were in operation.
Both projects were at existing plants and involved extensive measures to safeguard critical existing
infrastructure that were vital to the adjacent community. Crews exercised caution when locating
and protecting existing utilities.A combination of exploratory digging and advance preparation
allowed crews to successfully tackle time sensitive tie-ins.Additionally sheeting measures had to be
considered to protect existing nearby structures, and dewatering tools implemented for excavations
as deep as 30'.
We appreciate being considered with providing professional construction services for this important
project and look forward to meeting with you soon. Should you have any questions or require
additional information, please feel free to call us at(904)751-7500.
Sincerely,
Mark Hickinbotham, P.E.
President—Sawcross Inc.
markh@sawcross.com
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465 32
Contractors & Engineers
Mar*%in"Im9harn
Araatdrnt
7eixLfi y:cr:: _ i'rc1 MenaYer
O fir"Manages Lrireri�
pn4ece Menepar i7aN st Mort it.r
1{a*ia Pa31orn K. --Vans
1XVW 44jr1b0tarn l:tlarivs Toffvri
Aczaunta Payable F..q_r.=..
JUITIf1�t:mon Pmiect Manager project Manager
fter+'-ru iaetes 5utety Mana�rr
Pnrran%tructlan :Kmbdl'.•.LN ae+gre
Manager Proiecl Manager
Um car•.ar l.trnns faryrmmrx+d Var4.Trn+l.ar Chad tervni1 Uwe rtach;ll
supa:rinlmsdrnI 7i.rprrinlrmlrrt! Suirciintrndrnt Arstrtant Proicct &%hiant prairx1t
Meneter M�nr�r
Ar-Owr rhrming has 4W1+1trhpad ('•raid Glnv-
IF
%proutrandent puprrint"drrmt Supviintrndrnl
ehark,Troullran SJ)a wry:a-t,s• 3rnny 1pnkim
Superintendent suparnlendent Sarperinlrndent (yTa rmatat
rl—,t.l.+itan
%parknt ntdenl
Since 1992,Sawcross has built a reputation of honesty, hard work, uncompromising precision, and a
commitment to exceeding our client's goals and expectations. Encompassing multiple market segments,
including Water/Wastewater Treatment, Reclaim/Reuse Facilities, Pump Stations, Industrial Ventilation
Systems and Fuel Delivery Systems,the variety of projects on our portfolio proves the scope of our
engineering and contracting capabilities. Our team is passionate about construction, engineering, and
infrastructure,while understanding our clients' business needs and objectives. With our home base located
at 10970 New Berlin Road,Jacksonville, FL and with over 80 employees, Sawcross delivers projects on time
and within budget time and time again. As a testament to our commitment,we can proudly say that in our
28-year history,Sawcross has not been involved in any litigation and has never been assessed liquidated
damages on a project.
Water Wastewater Additional Services
• Water Treatment Plants 0 Wastewater Plants 0 Scheduling
High Service Pump Stations a Lift Stations r Constructability Reviews
• Storage Tanks 0 Quality Control
• Wells Mechanical a Sustainability Reviews
• Structural Rehabilitation Fuel Delivery Systems 0 Risk Analysis
• Industrial Ventilation 0 Value Analysis
Systems
Sawcross, Inc. has the ability to respond to any emergency situation that may occur with our experienced staff on
hand. The Superintendent of the project would be the first point of contact and can be on site within 30 minutes to
assess the emergency. Once the situation has been assessed,the Superintendent will then contact the Project
Manager, as well as the General Superintendent if needed. The Project Manager and General Superintendent will be
able to be on site within two hours if required. All essential personnel have the authority to make decisions required
to manage and fix any problem that has occurred.
33
Westside Regional Water Reclamation Facility
Improvements
Daytona Beach, Florida
OWNER
City of Daytona Beach
301 S. Ridgewood Avenue
Daytona Beach,FL 32114
PRIME CMAR
_ PC Construction Company
193 Tilley Drive
`f South Burlington,VT 05403
Joe DeHart,Project Manager
+�+„�`,4 �. r•� --�_ ,�,r (678) 832-9793
• - ' +� __ ”":__ r."` =y jdehart@pcconstruction.com
ENGINEER
Carollo Engineers,Inc.
1089 West Morse Blvd.
Suite A,Suite 500
Winter Park,FL 32789
Sudan Paranjape,P.E.
sparanjape@carollo.com
Project Type
er, it
f CMAR
Current Subcontract Amount
$15,228,819(includes$6,122,675 in
This project includes the construction of the two RAS/WAS pumping Owner Direct Purchase)
stations, Bardenpho Stage 3 and Stage 5 aeration upgrades, and Ter-
tiary Deep-bed Filters Improvements at the Westside Regional Water Total CMAR Contract Amount
$32,655,415
Reclamation Facility. Sawcross was responsible for all architectural up-
grades, metals fabrications, process equipment installation, and Substantial Completion
above ground mechanical piping. Architectural upgrades consisted of October,2020
two new split-face masonry electrical buildings, and additional up- Projected Final Completion
grades to several existing electrical buildings. The metals fabrications December,2020
and installation consisted of numerous caged ladders, structural pipe
supports, several multistory stair platforms, several hundred square feet
of structural walkways and grating, and several thousand linear feet of
handrail.The process mechanical installation consisted of multiple slide Iry
and weir gates, (4) 125hp screw centrifugal pumps for RAS/WAS pump-
ing, (4) large capacity submersible pumps for clarified liquid ranging in
size from 60hp-135hp, (6) new 150hp mechanical aerators, (3) 125hp
positive displacement blowers, and course bubble aeration system. SAWCROSS, INC.
Mechanical installation for the new 8-cell deep-bed sand filters consist- CONTRACTORS&ENGINEERS
ed of (3) 125hp PD blowers, (5) submersible pumps, (16) slide gates, CGC036203 EB8465
and all filter internals including sump covers, air laterals, underdrain
blocks, and all media. Sawcross installed all the above grade ductile 10970 New Berlin Road
and stainless piping for the new RAS/WAS pumping stations, aerations Jacksonville,FL 32226
systems, clarified liquid pumping station, and deep-bed sand filters OFFICE: (904)751-7500
ranging in size from 6" to 48". This was a fast track project that required FAX: (904)751-0600
a full scale effort to complete under time and on budget. Sawcross
represented the largest player on the team to accomplish these pro- www•sawcross.com
ject goals.
CMAR SERVICES DESIGN BUILD BID BUILD
34
Eastern Wastewater Treatment Plant Expansion
Eustis, FL OWNER
City of Eustis,
Purchasing Department, City
Hall
t 10 North Grove Street,
3rd Floor
Eustis, FL 32726
„ Rick Gierok, P.E.
-� (352) 483-5480 office
(321) 388-7485 mobile
gierokr@ci.eustis.fl.us
ENGINEER
Reiss Engineering, Inc.
1016 Spring Villas Point
- Winter Springs, FL 32708
Scott Hoxworth, P.E.
(407) 679-5358
� •+
Project Type
Bid/Build
Original Contract Amount
$7,454,000.00
Final Contract Amount
•' $7,501,069.66
Original Contract Date
March 2017
The project included the construction of a 1.0-MGD expansion to
the existing 0.3-MGD Eastern Wastewater Treatment Plant for the Final Completion Date
August 2018
City of Eustis. The project includes a 1.0-MGD parallel train includ-
ing a Screening Structure, Master Submersible Influent Pump Sta- Contract Time
tion with two 1500 gpm submersible pumps, MLE Process Basins, 380 days
Clarifiers, Filters, Chlorine Contact Chamber, Effluent Transfer Pump
Station with two 1500 gpm vertical turbine reclaim water pumps,
three (3) 6" return activated sludge pumps, Hypochlorite System, ,
Blower/Electrical Building, and associated piping, site work, paving,
grading, equipment, variable seed drives, electrical including ser- SAWCROSS, INC.
vice entrance and an emergency power generator and fuel stor- CONTRACTORS & ENGINEERS
age tank, instrumentation and controls (I&C) including instruments
and SCADA, and miscellaneous appurtenances necessary for sys-
tem operation, Work consists of furnishing all labor, equipment,
and materials for the construction of the facilities. Due to immedi- 10970 New Berlin Road
ate need for additional capacity, a unique design approach was Jacksonville, FL 32226
necessary to expedite the project schedule, which led to the pro-
ject preliminary design and final design being completed within
seven months. Additionally, the construction was required to be OFFICE: (904) 751-7500
completed within one year and pre-purchase of long lead equip- FAX: (904) 751-0600
ment was done to expedite the construction.
www.sawcross.com
PRECONSTRUCTION SERVICES DESIGN BUILD BID BUILD
35
JEA Greenland Water Treatment Plant
Improvement Project
Jacksonville, FL
OWNER
- Jacksonville Electric Authority
21 W. Church Street
Jacksonville, FL 32202
Andy May, P.E.
(904) 665-4510
mayar@jea.com
ENGINEER
CDM Smith
8381 Dix Ellis Trail
Suite 400
Jacksonville, FL 32256
Yanni Polematidis, P.E.
(904) 527-6722
polematidislM@cdmsmith.com
Project Type
Bid/Build
ri In I
O a Contract Amount
',jam r $5,777,000.00
•'II I ! _. Final Contract Amount
1 $5,486,154.20
Original Completion Date
July 2017
Ti Final Completion Date
March 2018
Original Contract Time
390 days
This project consists of furnishing all labor, materials, equipment and inci-
dentals required to construct a new ozone treatment system to the ex-
isting Water Treatment Plant. To construct Sidestream injection pumps,
packaged grinder pump station and discharge force main, processingPr s
piping and all associated valves and appurtenances. To install instru- SAWCROSS, INC.
mentation and control equipment, and on pre-engineered metal build- CONTRACTORS & ENGINEERS
ing including specified premium features (primarily for mitigation of cor-
rosion) comprising of an electrical room with all associated electrical CGC036203 EB8465
equipment, associated sitework, building lighting and HVAC systems,
lab and storage area, ozone generation room, control room with all as- 10970 New Berlin Road
sociated equipment, mechanical room with all associated HVAC and
plumbing equipment, and a restroom with all related facilities. Installa-
tion of a new diesel engine-driven emergency power generator and
fuel tank,with all instrumentation and electrical components including OFFICE: (904) 751-7500
conduit,wire, electric motors, control panels, and field instruments. Pro- FAX: (904) 751-0600
ject was on schedule but over the original contract time due to extend-
ed testing and adjusting period to meet performance specifications for
Mitsubishi and MEPPI. Mitsubishi paid JEA negotiated power consump- www•sawcross.com
tion damages at the conclusion of the project in order to receive sub-
stantial completion.
CMAR SERVICES DESIGN BUILD BID BUILD
36
. ,i sAftwl=mC3sm
PF , Contractors & Engineers
CGC 080208 E68400
CURRENT COMPANY OWNED EQUIPMENT LIST as of 11/24/2020
AVAILABLE FOR AVAILABLE FOR
EQUIPMENT DESCRIPTION PROJECT EQUIPMENT DESCRIPTION PROJECT EQUIPMENT DESCRIPTION
2004 420DIT BACKHOE CATERPILLAR FUSIONFORK 2019 JOHN DEERE 3038E
LOADER CATERPILLAR X 72" X TRACTOR W/WEIGHTS&
2004 420DIT BACKHOE TRENCH-IT TRENCHER CATERPILLAR 289D3CL2
LOADER CATERPILLAR X 3'BOOM 6'DOUBLE CUP X SKID STEER
2005 420DIT BACKHOE X CAT FUSION RAKE CATERPILLAR 420 IT
LOADER X 1.25YD3 BUCKET
2006 420EIT BACKHOE 2018 JOHN DEERE 825MB JLG 20 MVL MANLIFT
LOADER X GATOR X
2014 420F BACKHOE LOADER CATERPILLAR 257D SKID JOHN DEERE 825MB GATOR
CATERPILLAR X STEER X x3
2015 420F BACKHOE LOADER 4"DOUBLE DIAPHRAGM PUMP CATERPILLAR TL1055D
CATERPILLAR X X TELEHANDLER
2015 420F BACKHOE LOADER BRIDGEPORT 2HP VERTICAL CATERPILLAR 289D3CL2 SKID
CATERPILLAR X MILLING MACHINE X STEER W/CARRIAGE&
2005 CATERPILLAR TRACTOR SMALL LINE SL4DDP-KE 2019 RICE-HYDRO
D3GLGP X SUBMERSIBLE PUMP X HYDROSTATIC TEST PUMP x3
KOMATSU HYDRAULIC CATERPILLAR TL1255D 6"DOUBLE DIAPHRAGM PUMP
EXCAVATOR X TELEHANDLER X W/HATZ DIESEL ENGINE
KOMATSU PC210LC-10 TRACK 2018 GWALKER CNGV-2 2018 CATERPILLAR H95ES
EXCAVATOR X ELECTRIC CONCRETE X EXCAVATOR HYDRAULIC
CATERPILLAR 305ECR MINI (3)ATLAS COPCO PNEUMATIC 2018 CATERPILLAR 299D2 XPS
EXCAVATOR X BREAKERS X 2 SPEED HIGH FLOW
VOLVO ECR38 MINI 2 CY SELF-DUMPING HOPPER 2014 CATERPILLAR TL943C
EXCAVATOR X X 9000LB
VOLVO ECR38 MINI X WACKER PTS4 4 INCH PUMP X 2016 LAY-MOR SM300 BROOM
EXCAVATOR
2003 TELESCOPIC FORKLIFT 2014 WACKER PTS2400 2019 HAMM HD12VV TANDEM
X 2 INCH SUBMERSIBLE PUMP X VIBRATORY ROLLER
2013 CATERPILLAR TL642C 2016 CATERPILLAR D51<2 LGP 20107 CATERPILLAR 308E2CR
TELESCOPIC FORKLIFT X CRAWLER TRACTOR X MIDI EXCAVATOR x3
2006 GENIE LIFT W/TRAILER 2018 BOMAG BW177D-5 BRADCO 1.75 CU YD x 96"
MODEL TZ50 X VIBRATORY ROLLER X TELEHANDLER BUCKET
2005 Z4525 MANLIFT 2016 DOOSAN BXR300H 2019 JOHN DEERE GATOR
X PLATE COMPACTOR X MODEL XUV835M x2
2013 TL943C CATERPILLAR 2015 DOOSAN DX600H WALK 2014 GENIE GS5390RT
TRACKHOE X BEHIND ROLLER x2 X 4X4 SCISSORLIFT
KOMATSU 228 TRACKHOE CATERPILLAR 289DCL2 SKID 2013 GENIE GR12 ELECTRIC
X STEER X PERSONAL BOOM LIFT
37
Mark Hickinbotham, PE
SAWCROSS INC- PRESIDENT
Project Assignment: Principal-In-Charge
Experience Summary
Education Mr. Hickinbotham started Sawcross, Inc. in 1992 as sole owner and President. He built
B.S., Mechanical Engineering, his company by providing estimating, bidding, negotiation, contract administration and
Florida Atlantic University project management services, which he continues to provide to this day. He has over 35
Professional Registration years of experience in general, infrastructure and water-wastewater contracting, as well
GA General Contractor as consulting, mechanical-electrical equipment applications engineering. He continues
GCC0003348 to oversee all projects as Principle-In-Charge and head Project Manager. He has a
GA Utility Contractor proven track record of successful management and execution of all facets of treatment
UC300564 plants, pump station design and construction. He has had extensive experience with all
GA Utility Manager
UM000847 types of emergency projects including line breaks and repairs, plant forced shutdowns
FL Professional Engineer of all types and emergency bypass pumping operations.
PE36099
FL General Contractor
CGC036203
FL Mechanical Contractor Selected Project Experience
CMC056728
FI Underground Utility . Belt Filter Press,City of Jacksonville Beach, $715,000
Contractor . Lake Jackson WWTP,Talquin Electric,$1,506,000
C056787
FL Plumbing Contractor . Southeast WPCP Dewaterin City of Douglas,GA, $1,313,000
CFC1427748 • Repair WWTP and MCAS Beaufort,Dept.of the Navy, $3,146,000
FL Pollutant Storage Systems . Mayport Clarifiers, Dept.of the Navy,$435,000
Contractor . Killearn Lakes WWTP,Talquin Electric,$1,443,000
PCC1256908
• Repair Site 6 Pier Utilities,Dept.of the Navy,$2,529,000
• Arlington East Sludge Holding Tank,JEA,$2,158,000
• WWTP Improvements,City of Winter Garden, $1,706,000
Experience .
35 Years Water System Improvements,City of Monroe,GA, $1,723,000
• Arlington East WRF Expansion,JEA, $4,487,000
Professional Affiliations • Ridaught Landing Reclaimed Water Pump Station,CCUA, Middleburg,FL,
American Society of Mechanical $1,454,000
Engineers(ASME) . Atlantic Beach Reclaim Water Facility,City of Atlantic Beach,FL, $1,251,032
• Buckman RMF Anaerobic Digesters 1&2 Cover Replacement,JEA, $5,044,395
National Utility Contractors , Gadsden East WWTP,Tal uin Electric, 1,658,000
Association(NUCA) q $
• Hendricks WTP Expansion,JEA, $2,218,000
Publications . Design-Build Phase II Storm Drain, NAS Jacksonville,$4,054,000
Patent#07-012-PTU-CL, a Summer Camp WTP&WWTP,St.Joe Company, $3,278,000
"Vacuum Flotation Separation . Nocatee Reclaim Water Storage and Pump Station,JEA, $2,394,000
Technology"
• Starke WWTP Upgrades,City of Starke, $2,011,000
• Normandy WTP Upgrades,City of Deltona, $1,409,000
• Arlington WTP Booster Pump Station&Fill Line,JEA,$1,712,795
• Palm Coast WTP No.3,City of Pam Coast, $660,119
• Reclaimed Water Reservoir Outfall&Filtration,City of Port Orange, $2,070,000
�► SAWCROS5
COntractOr! 6 Engineers
38
Mark Hirkinbetharn PF
Selected Project Experience (cont.):
• City of Leesburg Plantation WTP Expansion,City of Leesburg, $3,313,689
• Ponce De Leon WTP Pump Building and Reservoir Replacement,JEA,
$2,134,567
• State Road 16 WWTP 1.0 MG Reuse Ground Storage Tank,St.Johns County,
Florida,$1,041,690
• Fairfax WTP High Service Pump Rehabilitation,JEA, $1,185,119
• Greenland Water Treatment Plant Improvement Project,JEA, $5,486,154
• Southeast Water Treatment Plant High Service Pump Upgrades,JEA,
$3,078,108
• McMillian Wastewater Class III/IV Pumping Station Rehabilitation,JEA,
$10,454,785
• Eastern Wastewater Treatment Plant Expansion,City of Eustis, FL, $7,501,069
• Lenox Class III-IV Pump Station Replacement,JEA,$4,160,504
• US-1 South Re-Pump&Booster Pump Station,JEA, $7,155,363
• Cecil Commerce Water Treatment Plant,JEA, $3,838,906
• Iron Bridge Regional WRF Biosolids System Improvements,City of Orlando, FL,
$13,835,500
Special Recognition
In 2002,The United States Navy nominated Sawcross for Design/Build Project of the
Year. This was for the diligent execution of their Phase II Storm Drain Replacement
projectthat Mr. Hickinbotham was the Project Manager.
h�'.A`ISAWCROSS
Ir 7 Contractor. 6 Engineers
39
Travis Tilton
SAWCROSS INC_ PROJECT MANAGER _
Project Assignment: Project Manager
Experience Summary
Mr.Tilton joined Sawcross, Inc. immediately after finishing his education at the
University of Florida and serves as project manager and estimator with 9 years of direct
Education
High School: Baldwin High experience in water treatment plants, wastewater treatment plants, and emergency
School,Jacksonville,Florida high-service pump stations construction.With experience in a great deal of
Higher Education: Bachelor of water/wastewater construction projects at existing facilities, many of the projects he
Science in Building Construction has successfully completed included emergency/critical aspects such as large bypasses,
—University of Florida,2011 shutdowns backup power,and critical phasing. His experience also includes financial
management,scheduling, project coordination of superintendents,engineering teams
Experience and clients, permitting and licensing, contract negotiation, bidding and estimating.
9 Years
Selected Project Experience
• Westside Regional Water Reclamation Facility Improvements,Daytona Beach,
Florida—October 2020-Contract Amount:$15,228,819.00(includes
$6,122,675 in Owner Direct Purchase)
• McMillan Wastewater Class 111/IV Pumping Station Rehabilitation,
Jacksonville, Florida —May 2019-Contract Amount:$9,154,185.38(not
including$1,300,000 for owner pre-purchased pumps&seal water system)
• Greenland Water Treatment Plant Improvement Project,Jacksonville,Florida—
February 2018 - Contract Amount:$6,219,959.00
• Miller St. WWTF,Spencer's Crossing WWTF and Ridgecrest WTP, Orange
Park, Florida —February 2018-Contract Amount:$1,417,067.56
• City of Leesburg Plantation Water Treatment Plant Expansion,Leesburg,Florida
—June 2016 -Contract Amount:$5,486,154.20
• NE Water Treatment Plant HSP System Improvements,Ponte Vedra,Florida—
July 2016-Contract Amount:$243.700.00
• Water Treatment Plant No.3 Concentrate Pretreatment System,Palm Coast,
Florida—May 2015-Contract Amount: $1,328,000.00
• Lucy Branch Water Treatment Plant Improvements,Middleburg,Florida—May
2015-Contract Amount:$597,942.86
• Heathrow Well Equipment Improvements, Casselberry,Florida—December
2015-Contract Amount:$549,057.74
• Howell Park WTP Hydroneumatic Tank Addition, Casselberry,Florida—July 2014
-Contract Amount:$166,000.00
• GRU Kanapaha WRF Odor Control Improvements, Gainesville,Florida—January
2014-Contract Amount:$491,529.18
SAWCROSS
Contractors 6 Engineers
40
Trcvis Tillon
Selected Project Experience cont.
• Deltona Lakes WRF Sludge handling Facility,Deltona,Florida—September 2013
-Contract Amount:$606,000.00
• SJCSawgrass WWTP Biosolids Facility,Ponte Vedra Beach, Florida—June 2013-
Contract Amount:$281,594.00
.f SAWCROSS
rContractors 6 Engineer.
41
p14 Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE,FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
LIST OF SIGNIFICANT TASK SUBCONTRACTORS
SUBCONTRACTOR COMPANY PHONE/EMAIL CATEGORY OF PERCENTAGE OF
REPRESENTATIVE WORK PERFORMED WORK COMPLETING
Rocha Controls Raymond Rocha (813) 628-5584 0
rrocha@ I & C 1.9 /o
rochacontrols.com
i
Sinns & Thomas Mike Seiple (407) 696-6042
mseiple@ Electrical 1.9
sinnsandthomas.com
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465
42
SECTION B
PROJECT SCHEDULE
SUBMITTED BY:
SAWCROSS, INC.
10970 NEW BERLIN ROAD
JACKSONVILLE, FL 32226
mama
LA BAWCROSS
PContractors & Engineers
43
� o
$ C
2 o
6
• • " a v
� ro
o_
oul
b a
o r ~
'S - �
a o
r
0 E x V, z E
V ° E V ° a
o W Z ? av - fns
0
. v
fA v
o
N
w k �
oc
z a
oiE
° °
E > >
C, x
0 0 6 6 v
_ a
o �
a� V
� N
� Q
U �
Cl)14
a d
IL
.a
a
a
o � � oom o000 0 .. 000 ^
A 9 9 9 9 9 9 9
W -
1
m
oho
m — — E8
a o 0 0 0
o
0
u r
v > - - - 3
0 o C w 2 C C v v v v .2 .2 .2 .2 3 r
E - 2 EE
2 n n m y w m n O p O z
22222
Y 44
" 6
zo
ZE
uE
r f
a � l
€ v as - - -
u
� - _ v
w �
o > f P
3 - P
v a € mom % - t � .ao�
y - > E E
- N . E m $. G l E ,w
Iwa..
E� E o E �♦ � � D
NI
0c
u N
O
NO
U
O
V
L �
U �
Cl)
� v
a d
3 �O
.a
a
a
o000 0 00000 00000000
3 0�0 ou�o 0 ouo 0 o�Po Mo E
r
M o - - o - - o -
_ E _
v
g K ¢ a ¢ K U
3 a E
I I I I
E
c x c x E o c a o r c x c o a x - �., �+
'p P - E P P w E E E 3 P P E �-a E a > _ a - > _ $ a
a - _ _ _ -
Y o
O p O z
a a a a a a a a a a a a a a a a ¢ ¢ a a a a a a a a a a a
v o, 2 o 0 0
NONE MEN -, 0
- 45
SECTION C
PROJECT APPROACH
SUBMITTED BY:
SAWCROSS, INC.
10970 NEW BERLIN ROAD
JACKSONVILLE, FL 32226
SIAWCROSS
Contractors $ Engineers
\ \
46
►.IA SAWCROSS
Ir, Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE, FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
Winter Springs WTP No.1 HSPS Piping Replacement
Sawcross inc. Project Approach
OVERVIEW
Contractual Substantial Completion =90 calendar days
Contractual Final Completion = 120 calendar days
Liquidated Damages=$500/day
Our success will be measured by the ability to work with residents and plant staff to accommodate
nighttime shutdown work with minimal disruptions from noise and without plant down time.
We have identified several project risks which include;
1) Underground utility conflicts
2) Existing water table and dewatering
3) Condition and exercise of existing valves
4) Lead time on special DI fittings and valves
5) Addressing the concerns of neighbors during nighttime connection tie-ins.
We plan to address these concerns in several ways;
1) Use the lead time of the ductile iron fittings to focus attention on extension exploratory
digging to help us identify;
a. Existing piping connections
b. Current water table and the need for additional dewatering measures
2) During the Temporary Facilities phase, our crews will work with plant staff to help identify
and exercise shut off valves to ensure proper operation prior to critical shutdowns
3) We will utilize the long material lead time to perform extensive locates and site preparation.
We recommend to extend the Full Notice to Proceed (NTP) until the valves and fittings have
been delivered to the site.
4) We will attempt to address neighbors with advance notice of intended nighttime shutdown
work. We have identified three critical dates at which nighttime activities will be needed.All
other construction activities can be addressed during normal working hours. In addition, we
will take extra measures to ensure minimal equipment is being used and materials are
stagged in advance as to keep equipment movements at a minimum during the evening.
PRE-CONSTRUCTION MILESTONES
We expect city staff to issue a Notice of Intent to Award (NOIA) or Notice or Award (NOL to the
Contractor within the first 30 days after opening the bids. Either of these formal procurement letters
will help the Contractor to start the purchasing process with our vendors which includes the
procurement of the valves, ductile iron fittings,flow meter and chemical injection quill. We have
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465 47
►A SAWCROSS
„ Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE, FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
reached out to our vendors and they have informed us several fittings which will have a lead time of
8 weeks once the order is placed.
CONSTRUCTION MILESTONES
We have identified eight construction milestones.
1) Notice of Award/ Notice of Intent to Award (NOA/NOIA)
2) Pre-Construction Meeting (start milestone)
3) LIMITED Notice to Proceed (LNTP) (start milestone)
4) FULL Notice to Proceed (NTP) (start milestone)
5) Ground Storage Tank Completion (finish milestone)
6) HSP Service Transition (finish milestone)
7) Contractual Substantial Completion (finish milestone)
8) Contractual Final Completion (finish milestone)
SUBMITTALS, PRODUCTION &FABRICATION
Our schedule indicates a critical path that is controlled by the lead time on several key ductile iron
fittings, specifically 14", 20" and the 42"x 30" reducer. We propose using the lead time of the fittings
to our advantage with a start on exploratory measures.
TEMPORARY FACILITIES&SITE EXPLORATION
Erect our temporary staging areas and start exploratory digging to locate existing underground
utilities and identify utility conflicts and water tables at each of the five constructions phases.
Accomplishing this work in advance of the NTP will enable our crews to quickly complete each
construction phase. Crews will also work with plant operators to exercise all existing valves to
ensure isolated connections can be made. Remove permanent fence and install temporary fencing
to accommodate the new 42" WM.
PHASE I CONSTRUCTION
Crews will assess the potential for groundwater during the Temporary Facilities & Exploratory
Digging phase. Crews will first start the installation of dewatering measures, if needed. After which
crews will assemble the 20" & 14" piping above ground. Next, crews will start the installation of the
temporary chemical line for staging near the 20" WM. The trench will then be excavated, and
protective shoring measures installed.The concrete saddle will then be poured prior to the
installation of the line stop.The line stop will be installed and crews will cut and remove the existing
14"WM, drop in and install the pre-assemble 20" & 14" piping, swab, disinfect, and connect the
temporary chemical feed line and place GST-2 back into service. All of this will occur during a single
shift.The shutdown will occur during low use periods at the plant which we will assume to be
evening hours. All light towers will be aimed away from neighboring residents. Construction
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465
48
LIA SAWCROSS
Fr, Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE, FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
equipment movements will be as minimal as possible, and operators will be encouraged to avoid
backup motions to reduced audible backups signals.
PHASE II CONSTRUCTION
Crews will start at the tie-in connection at the 20"tee for GST-2. Crews will stop short at the 45-
degree fitting before the 14" WM (to be placed out of service). We will schedule a shutdown for
GST-1 to occur during plant low flow operations,we will assume evening hours. Crews will cut,
remove and cap the existing 14"WM. Lower into place a prefabricated and pressure tested section
of pipe. Crews will then swab, disinfect, and place GST-1 back into service. The 20" BFV will be
opened and GST-1 placed back online.
PHASE III CONSTRUCTION
Crews will begin work to extend the previously installed chemical feed line to the new chemical
injection vault. Installation of the WM starting at the 30" BFV and working southeast towards the
road crossing and HSPS above ground header. Steel road plates will be installed at the crossing to
ensure access is always maintained to the plant. Crews will then Bac'T and pressure the line.
PHASE IV CONSTRUCTION
The pipe tie-in will be coordinated with plant staff during low-demand times, we assume to be at
night. Crew will isolate flow from HSP#2 and HSP#3 leaving HSP#1 online. Once this has been
achieved, crews will demo and remove suction lines to HSP#2 and HSP#3 and install the new
suction pipe, swab and disinfect, and connect to the new 30" header and place HSP#2 and HSP#3
back online.
The following day, crews will then shutdown HSP#1, remove the existing suction pipe and connect
the new pipe to the suction header, swab, disinfect and place HSP#1 online. Relocate the existing CL
meter and cap and remove the existing WM from service.
PHASE V CONSTRUCTION
Phase will involve the project restoration. Crews will spend the next 30 calendar days restoring the
plant driveway, installation of the permanent fence, sod restoration, and demobilization.
PROJECT CLOSEOUT
During project closeout,the owner will be issued all copies of testing paperwork and final project
record drawings while crews work to complete all punch list items.
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465
49
LIA SAWCROSS
Fr, Contractors & Engineers
10970 NEW BERLIN ROAD JACKSONVILLE, FL 32226-2270
904-751-7500(VOICE)904-751-0600(FAX)WWW.SAWCROSS.COM(INTERNET)
CLOSING SUMMARY
Plant and neighborhood impacts are critical to this project. I hope we have demonstrated a plan that
will address issues of importance to the City of Winter Springs and to Sawcross. We stand confident
that our plan will bring success to all parties involved.
CONTRACTORS&ENGINEERS
CGC 36203 CMC 56728 CUC 56787 UC 300564 EB8465
50
-
dq
q
4.
{ 'r +ems__
1
es•�
-
lz
Aww
REQUEST FOR PROPOSALS
(ATY OF
u
FLORIDA INCORPORATED 1959J
CITY OF WINTER SPRINGS, FL
WTP No. 1 HSPS SUCTION
PIPE REPLACEMENT
RFP
T R
06-20 LR
fIN
Wharton-Smith,
TABLE OF CONTENTS
SECTION 1 BASIS OF AWARD
Team Qualifications
(a)(i): Capabilities
(a)(ii): Similar Project Experience
(a)(iii): Sub-Contractors
(a)(iv): Project Manager
Schedule
(b)(i): Schedule
Approach
(C)(i): Project Approach
SECTION 2 MANTATORY PROPOSAL FORMS
SECTION 3 FINANCIAL INFORMATION
n
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlnc Page 1
52
SECTION
BASIS OF A ' D
53
SECTION (a)(i)
TEAM QUALIFICATIONS I CAPABILITIES
Describe the Company's in-house capabilities to complete the project work of this type.
F-1 Company Background
Wharton-Smith is a privately held Florida corporation (based in Seminole County, FL) founded
in 1984 and has been providing quality construction for more than 35 years. Water/wastewater
construction for public sector clients is one of our core businesses and we are the #1 Environmental
Contractor (ENR, 2019) headquartered in the Southeast U.S.
Wharton-Smith currently has 600+ employees company-wide and 500+ based in Florida, owns a feet
of heavy construction equipment, and has six offices across Florida.
Types of Work
Wharton-Smith understands the diverse needs of our clients and understands that all projects have
different requirements based on type and complexity. Wharton-Smith performs general contracting
services, preconstruction consulting services, Construction Manager at Risk (CMAR) services,
Traditional Design-Build services and Progressive Design-Build services.
F-1 Areas of Expertise
Although Wharton-Smith has its roots in the water/wastewater market, it has evolved into a full-
service construction firm serving diverse markets focused on construction that addresses the needs
of the entire community. Our projects include:
• Water and wastewater treatment and distribution facilities
• New construction and renovations of office buildings
• K-12 and higher education facilities
• Public safety buildings
• Community, sports and recreation centers
F-1 Equipment
Wharton-Smith either owns or leases all the required construction equipment to safety and
efficiently complete your project. Prior to mobilization, our project team will coordinate with our
Corporate Equipment Fleet Manager to identify the equipment needs of the project and they will
schedule to have all the required equipment serviced and delivered to the jobsite when need.
Wharton-Smith retains the services of a certified and experienced equipment mechanical to
perform routine preventative maintenance and repairs as necessary. Should the need for additional
equipment be necessary to compete the project outside of our current fleet, Wharton-Smith holds
accounts with all the major national rental companies.
A list of our owned equipment can be provided upon request.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlnc Page 2
��wsrR�r,o� 54
SECTION (a)(i)
TEAM QUALIFICATIONS I CAPABILITIES
Describe the Company's in-house capabilities to complete the project work of this type.
F-1 Staffing
Our proposed project team for the Winter Springs WTP No. 1 project was formed with purpose. The
purpose being to put forth a group of professionals that are the most qualified for the project. Our
staff is local, experienced, and seasoned in water treatment facility improvements projects.
Should we need additional resources to support the team, we have the bench strength to support
and backup staff at all levels with experience in all aspects of engineering and construction in Central
Florida.
Coast1W M Central Gulf
Discipline Florida Region
Superintendents 101 48 21 9 15 8
Foreman 51 17 14 4 8 8
Project Managers 77 35 16 5 14 7
Project Engineers 54 25 10 4 5 10
Trade/Craft 146 57 26 21 17 25
Precon./Estimating 21 13 4 0 2 2
Exec./Management 43 29 6 2 4 2
Administration 105 78 14 5 6 2
Interns 29 22 1 2 0 4
F-1 History of Safe Performance
At Wharton-Smith, our first priority is that our employees get home safety to their families every
night. Our comprehensive safety program includes a site-specific health and safety plan, OSHA
competent person training, personal protective equipment, weekly inspections, meetings with all
jobsite employees and random drug testing.
Wharton-Smith has received 20+jobsite inspections from OSHA within the past five
years with zero warnings, fines or citations.
11
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 3
55
SECTION (a)(i)
TEAM QUALIFICATIONS I CAPABILITIES
Describe the Company's in-house capabilities to complete the project work of this type.
F-1 Ability to Respond
Wharton-Smith has the largest water personnel resources in Florida. We are a self-performing
contractor with 100+ local craft workers, capable of the following trades:
• Cast-in-place concrete
• Heavy civil
• Site work
• Underground mechanical and pipeline
• Above ground mechanical and pipeline
• Plumbing
• Equipment installation
Our corporate office is 15 miles away from the jobsite. A large amount of Wharton-Smith staff members are
Winter Springs residents and use your water daily. Both Wharton-Smith and Mike are honored and excited
to work on this hometown project. The benefit to the City is that Wharton-Smith can provide continuous
support from the entire company throughout the project and after project turnover to support your plant's
success.
SANFORD
I 4rlardlHeadwcw ,
AKIE MI Sanir
hil'I AirlH q I Law j
Laic 1dar�C,wd.
Law
sw
LONGWOODW ER
ALTAMONTE S OS
SPRI NGS WA
k a CASSELEERRY
CMEDO
Ft ti r�0,. I Gl'ILUutala
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement RFP#06-20LR
Wharton-SmimRlnc Page 4
��wsrR�r,o� 56
SECTION (a)(H)
TEAM QUALIFICATIONS I SIMILAR PROJECT EXPERIENCE
Describe the company's experience with similar projects in Florida.
The City has clearly stated the past performance and related experience that is expected from the
successful contractor as part of this bid process. The Wharton-Smith team possesses impressive experience
and qualifications with municipal water rehabilitation projects, many right here in Central Florida. We've
highlighted the three projects listed within this section, due to their high degree of similarities to the
challenges and requirements anticipated for the Winter Springs WTP No. 1 project. These similarities
include:
• Self-Performance by Wharton-Smith of at least 50%
• Completed before November 6, 2020
• Commenced after November 6, 2010
• Satisfied local, Florida municipalities
• High regard for safety and OSHA regulations
• Completed warranty period to client satisfaction
• Underground piping of 36" or above using open cut
• Limited site availability for underground operations
• Potable water treatment facilities
• Scope involving ground storage tanks and/or high service pump stations
• Scope involving chemical feed systems
• Experience with phasing and sequencing to maintain plant operations
• Experience with time sensitive tie-ins and transitions
Since Wharton-Smith has completed over 1,000 water facility projects, our experience in similar work is
unmatched by any other contractor in Florida. Below are some of our most recent accomplishments.
IMPROVEMENTSOF OF 1
EAST WTP POLK CENTRAL REGIONAL WPF
POLK COUNTY,
completes - - rehab Wharton-Smith wins ABC Central Florida Excellence
includeda treatment plant while maintaining constant in Construction Award for 2020!
This 6.7MGD facility replacing the This 4.OMGD facility included 3,500 LF of buried
system.existing lime treatment system with a reverse water piping, 1MG ground storage tank, ozone
osmosis .-. wells,
conc- -
modifications, rvice pump storage systems, and new high service pump station.
station with 3 pumps, building construction This project was complex in it's coordination with the
storage
underground . . - water
relocated and new chemical feed and storage
1111L 'A
n
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 5
57
SECTION (a)(H)
TEAM QUALIFICATIONS SIMILAR PROJECT EXPERIENCE
iWinter SpringsNo. • •
,k
• •n: Winter Springs, • • .
;� .
$3.6 M Started 6/2016 Completed •
DESCRIPTION OF •'
Wharton-Smith completed upgrades to this 5.2MGD water treatment
plant,that serves as the main source of potable water for the City. The
work included installation of a new ionic ion exchange system,a spent
regenerate wastewater system, new chemical feed system including
sodium hypochlorite and corrosion inhibitor, chemical injection points
into 16"piping, new 750KW generator with fuel tank and piping, new
PROJECT" pre-engineered metal building, new high service pump station with
connections into the existing suction piping and three 150HP pumps
-OPEN CUT PIPE INSTALLATION and related electrical and I&C work. This project required multiple
REFURBISHMENT underground piping tie-ins including a 16"x12"wet tap.
STATION• HIGH SERVICE PUMP CHALLENGESAND SOLUTIONS
WORK The team has challenges with the ion exchange system supplier in
-CHEMICAL FEED SYSTEM WORK performing their contracted services within the agreed-upon schedule,
TRANSITIONS•CRITICAL particularly during startup and commissioning. Wharton-Smith notified
the supplier of their non-conformance and worked with them to develop
• D' INSTALLATIONS a revised schedule that would meet the project requirements.
••• OWNER REFERENCE
• PROJECT City of Winter Springs
Lena Rivera *Original Contact,Kipton Lockcuff no longer works for City
• '• OSHA VIOLATIONSOR 1126 East SR 434
INJURIES Winter Springs, FL 32708
SELF-PERFORMED P:407-327-5989
'• • . .ANTY Email:Irivera@winterspringsfl.org
-ZEITEMS
BY UTILIZING THE OWNER DIRECT PURCHASE PROGRAM,
THE CLIENT SAVED APPROXIMATELY $1.5M!
11
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlnc. Page 6
onSrR�T,o� 0 58
SECTION (a)(H)
TEAM QUALIFICATIONS SIMILAR PROJECT EXPERIENCE
DESCRIPTION OF •'
This project included two 5MG ground storage tanks,ozone treatment
system, building construction,six well pumps, high service pump station
with three 500 HP pumps and two 250HP pumps with a 48"suction
header,two generators,chemical storage and feed systems including
two sodium hypochlorite systems with injection headers into 42"and
PROJECT RELEVANCIES 48" pipe, 14,470 LF of buried water piping of 16"to 48"ductile iron and
stainless steel,two 5MG ground storage tanks with 48"inlet and outlet
• OPEN CUT PIPE INSTALLATIONpiping,and related electrical,site and I&C work.
*ACTIVE REFURBISHMENT CHALLENGES AND SOLUTIONS I
STATION* HIGH SERVICE PUMP
Due to growth in the area,schedule was absolutely critical for this
• '
project. Wharton-Smith faced multiple challenges to the schedule
-CHEMICAL FEED SYSTEM WORK including scope additions with no time extension and unforeseen site
•CRITICAL TRANSITIONS conditions,but was still able to plan our work efficiently and complete
the project 3 months early.
INSTALLATIONS Additionally,this project required demolishment of existing ozone gas
piping. This gas is toxic and flammable. It was critical that we plan the
PROJECTwork with safety in mind to mitigate any potential dangers.Working with
our safety management team and our operations staff,we were able to
PROJECT• complete this hazardous work with no injuries or incidents.
(EARLY •
• '• OSHA VIOLATIONSOR OWNER REFERENCEI
INJURIESOrange County BOCC
•60.1% SELF-PERFORMED Fernando Villanueva (Owner's Rep with PMA Consultants)
9510 Curry Ford Road
-ZERO OUTSTANDING WARRANTYOrlando, FL 32825
P:407-509-7351
Email:fvillanueva@pmaconsultants.com
Brad Vanlandingham
Black&Veatch Corporation
P:407-509-7351
^ Email:vanlandinghamb@bv.com
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement RFP#06-20LR
Wharton-SmimRlnc. Page 7
onSrR�T,o� 0 59
SECTION (a)(H)
TEAM QUALIFICATIONS SIMILAR PROJECT EXPERIENCE
�I�IiFF
Southeast • • • • Country
L
�i91�1�p; Lynwood WTP Upgrades
Location: Seminole County, FLi
4 $22.7M Started 4/2012 Completed 3/2014
-• • 1Completed9/2014
$8.OM - • 12/2013 Completed5/2015
DESCRIPTION OF •'
The SER and CC WTP projects included converting the existing facility
into an ozone treatment facility,and included ozone treatment
equipment,chemical feed and storage system including two sodium
PROJECT RELEVANCIES hypochlorite systems with injection points into 20"and 36" piping,
-36"+OPEN CUT PIPE INSTALLATIO two 1.2MG ground storage tanks with 36"and 245 piping, underground
water piping of 6"to 36",transfer pump station, high service pump
• REFURBISHMENT station with 6 pumps and 36"suction header,and building construction.
SERVICE-HIGH STATION The Lynwood WTP project included this project included building
WORK construction,chemical feed and storage systems including sodium
hypochlorite with injection pints in 30" piping, underground water
-CHEMICAL FEED SYSTEM WORK piping of 2"to 30';ground storage tank modifications, high service
CRITICAL• TRANSITIONS pump station refurbishments with 4 pumps and new 30"suction header,
new 0.75MG ground storage tank with 30"piping and related electrical,
•SCADA INSTALLATIONS I&C and site work.
PROJECT STATS ' AND • •
The greatest challenge was completing construction while maintaining
PROJECTcomplete functionality of the existing facility. This required careful
MET phasing and coordination with the plant operations staff and engineers
'• OSHA VIOLATIONS • • to complete this project.
INJURIES Wharton-Smith worked with the city to combine the purchase of related
equipment shared by these projects into one purchase order to realize
SELF-PERFORMED
substantial economies of scale. This was very successful for the team in
-ZERO OUTSTANDING WARRANTYregards to cost and schedule.
OWNER R •
Seminole County
Terry McCue Carol Hunter(no longer with County)
500W.Lake Mary Blvd. 500W.Lake Mary Blvd.
Lake Mary,FL 32773 Lake Mary,FL 32773
P:310-7238 P: 407-761-0252
Email:tmccue@seminolecountyfl.gov Email:chunter370@qmail.com
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlnc. Page 8
onSrR�T:o��0 60
SECTION (a)(M)
TEAM QUALIFICATIONS I SUB-CONTRACTORS
Identify key sub-contractors to be utilized.
This project will be 100%self-performed by Wharton-Smith. There are no key sub-contractors to list.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 9
��wsrR�r,o� 61
SECTION (a)(iv)
TEAM QUALIFICATIONS I PROJECT MANAGER
Identify the Project Manager and Back-up Project Manager.
MICHAEL ALEXAKIS1 PROJECT MANAGER
Mike has managed a majority of Wharton-Smith's most recent challenging
projects. The company puts faith in Mike because of his energy, work ethic
i and ability to get projects done on time and under budget while exceeding our
clients' expectations.
PROJECT EXPERIENCE
Seminole County WTP Upgrades Projects, Seminole County, FL-$51.9M
These three projects included work on active water treatment plants, while
maintaining operations was critical. All included large diameter, open-cut
LOCATION piping, high service pump station work,ground storage tank modifications,
Sanford, FL Office chemical feed and storage systems, and related electrical, site and I&C work.
EDUCATION Southern Regional Water Supply Facility, Orange County, FL-$31.9M
B.S.C.E. Civil Engineering,
University of Central This project was completed in an active water treatment facility, while
Florida maintaining all operations. Scope of work included new ground storage tanks,
large diameter, open-cut piping, high service pump station work, chemical feed
CERTIFICATIONS and storage systems, and related electrical, site and I&C work.
Registered Engineer in
Training (EIT) State of Eastern Regional Water Supply Facility Improvements, Orange County, FL-
Florida No. 1100013459 $14.6M
Design Build Institute This project included an expansion to the active water supply facility. Scope
of America (DBIA) included two new forced draft aerators and a air scrubber system, new transfer
Professional Certification pumps station and clearwell, high service pump station extension with two
Project Manager new 600 HP pumps and tie-ins to existing pump cans, expansion of the sodium
Academy- FMI hydroxide air quality control feed system, underground water lines up to 48",
NPDES Stormwater complex tie-ins and phasing to maintain plant operations, and related electrical
Inspector and I&C work.
Years of Experience Georgia-Pacific Foley WWT and Effluent Disposal Project, Perry, FL-
14-Wharton-Smith >$120M
16-Total This 100MGD project included converting the plant from an ASB wastewater
process to an AST process, with two 250' prestressed clarifiers, chemical
treatment systems, lagoon wastewater holding basins, new concrete tooling
tower with pump station and two 460HP pumps, new influent pump station,
clarifier pump station, and splitter boxes. The project also included over 5,000 LF
of onsite underground piping up to 96", and a 60OLF offsite disposal pipeline of
54" piping.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 10
62
SECTION (a)(iv)
TEAM QUALIFICATIONS I PROJECT MANAGER
Identify the Project Manager and Back-up Project Manager.
CURTIS MATTE BACK-UP PROJECT MANAGER
Curtis, as Back-up Project Manager, is ready to take on the project if needed.
He has experience with many Central Florida clients, on both small and
large retrofit projects. He will manage site logistics, construction activities,
scheduling, quality control, safety, cost control, start-up, close-out and
warranty.
PROJECT EXPERIENCE
Markham Regional WTP Upgrades, Seminole County, FL- $17.9M
r` This 10 MGD project included an ozonation system with LOX storage and feed,
LOCATION ion exchange treatment system, new 1.5MG ground storage tank, new building
construction, chemical storage and feed systems, and high service pump
Sanford, FL office station. This included 3,000LF of underground 12"to 4" ductile iron water
FD1_ piping.
B.S. Construction
Management, Seminole
State College Gainesville Regional Utilities Continuing Services, Gainesville FL-
$10M+
CERTIFICATIONS Wharton-Smith was selected to perform continuing and emergency services for
OSHA 30-Hour the City of Gainesville and Gainesville Regional Utilities.The projects include
miscellaneous and emergency work needed throughout the city, including their
NPDES Stormwater water and wastewater facilities.To date, Curtis has completed 10 projects with
Inspector scopes that include replacement of 42" underground piping, replacement of
Years of Experience clarifiers and inlet/outlet piping, replacement of sodium hypochlorite feed and
12-Wharton-Smith storage systems, and new building construction.
12-Total
St.Augustine FEMA Pump Station Rehabilitations, Orange County, FL-
$14.6M
After the Hurricanes Matthew and Irma,the City's facilities experienced
severe damages. With FEMA public assistance,the City needed to rehabilitate
13 pump stations throughout the City. Many of these facilities are in public,
historic, and residential spaces with very little footprint to work.
Buenaventura Lakes WTP Modifications, Toho Water Authority, $0.4M
This project includes modifications to the ground storage tank, open-cut piping,
tank spray, and related electrical and site improvements.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 11
63
SECTION (b)(i)
PROJECT SCHEDULE
Wharton-Smith, Inc. is pleased to present the Project Schedule on the following page.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 12
��wsrR�r,o� 64
r
0
v r
a_
d o
o y
m m
z
v o V
77
77 0
o
z
1,of------------- w
w
rc
00
,, ,, ,, Q ,, -_ ',�a
w
r 08 Q o a
e > of
w
0
a o z ° z 0 z
m a w w �,Jo - - z
- - - - ------ -- - - -R-o
o 8 0 ----- W N z- - a o w w
r r
r r
�
- > m
mma m 5 d F
a
a o o z �i w °o.
s a x
>- o _
o -0 1 u O
77
o & 5o
77
0o4 4 4
;e o 000_ _
o or o 0 0 l j j j __
0, TIH
8 00
o w
10
eo
�a z �o 0 0 --
- < < 0 o
w
ww o _ 10- z �o ow a �
- - 000--
ao o z ° o
S w LL w _ w _w - °
o
U
z _ ° °`" Y
"ma - oz��Hj o�a��Hj foo o �z NNS 3
r z E -
a O1 0
m w o LL z a �i __ �i a__ _a _ _ v
- � z aaa as aaa � � v `
� o
E
w o ala
E x w a
a Qs _
y a a a
C O I I •
• 65
SECTION (c)(i)
APPROACH
Provide a project approach to address the contractor's approach to the overall project.
Wharton-Smith strives to satisfy our clients and become the "construction group of choice" in all of our construction
projects.The way we meet this goal is by careful planning and execution of our work. Wharton-Smith has developed
the framework of our management approach, shown below,through each phase of your project.
PLANNING CONSTRUCTION START—UP & WARRANTY
COMMISSIONING
Equipment and Maintenance of Plant Sufficient
Communication Plan Materials Operations erations Documentation
Safety Plan Safe Execution Quality Control Client Satisfaction
Quality Control Plan Maintenance of Plant Safe Execution Mfr.Coordination
Operations
MOPO Plan Self-Performing Record Drawings Spare Parts
Expertise
Phasing and Financial Execute Phasing Plan Timely Responses
Scheduling Plan Management
Emergency Plan Execute Phasing Mfr.Coordination Emergency Plan
Emergency Planning.-
As Florida's leading water/wastewater contractor, we are experienced and ready for any emergency action on our job-
sites, in our communities and for our clients. There are number of reasons why the City should expect Wharton-Smith
to assist in an emergency:
1. We will already be onsite and mobilized with an experienced and knowledgeable crew who know the facility.
2. One of our risk mitigations (see page16) is to perform site investigations and analyze available as-builts. Addition-
ally, many on our team have worked on this facility previously. So there will be no learning curve during an emer-
gency.
3. We own many of our own equipment,tools and materials,that are located within 15 miles of the jobsite.
4. We have strong relationships with local suppliers and subcontractors. If additional materials or subcontractors are
necessary for emergency work, our staff knows who to call to get immediate responses.
Our team is available and committed to not only complete the WTP No. 1 HSPS Suction Piping Replacement Project,
but to also support the City before, during and after an emergency situation.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 13
�wsrR�r,o�� 66
SECTION (c)(i)
APPROACH
Phasing Plan
• Locate existing GST#02 effluent line(HSP suction line) as soon as we attain NTP
• Identify if there are any issues and come up with phase 1 pipe drawings for approval by EoR and Client
• Order material required for the work
• Receive material onsite
• Excavate, dewater, and safe up the excavation for the GST#02 tie in while the plant remains in service
• Prefabricate as much pipe as possible
• Request Shut down of GST#02(Expected shut down to be less than 5 days)
• Install 14" line stop and cut/drain existing pipe. Utilize FDEP and AWWA bacteriological cleaning methodology
for disinfection of potable water piping. A 200ppm solution of chlorine will be utilized for disinfection purposes.
If we are not able to isolate the suction line from the HSP side, a second line stop may be required that is not
included in the scope. In addition the 14" line that connects to GST#01 will need to be isolated utilizing the
existing valving.
• Install new DIP pipe and disinfect by spraying a 200ppm solution of chlorine. Please note that this methodology
will need to be approved by FDEP as there is the risk of having to perform 2 consecutive days of Bac-Ts prior to
receiving permission to place the new header online
• Once tie in is complete, tie in the chemical feed line at the temp chlorine injection point
• Place system in service with FDEP and Client approval
• Locate existing GST#01 effluent line(HSP suction line) as soon as we attain NTP
• Identify if there are any issues and come up with phase 2 pipe drawings for approval by EoR and Client
• Order material required for the work
• Receive material onsite
• Excavate, dewater, and safe up the excavation for the GST#01 tie in while the plant remains in service
• Prefabricate as much pipe as possible
• Request Shut down of GST#01(Expected shut down to be less than 5 days)
• The existing 14"WM between the GSTs will need to be isolated during this phase. If a valve is not already
installed a line stop will be required that is currently not within the scope of work
• Cut existing GST#01 effluent line and install new 20" DIP
• Disinfect by spraying a 200ppm solution of chlorine. Please note that this methodology will need to be approved
by FDEP as there is the risk of having to perform 2 consecutive days of Bac-Ts prior to receiving permission to
place the new header online
• Once tie in is complete, route the line to the phase 1 new 20" butterfly valve that was previously installed
• Place system in service with FDEP and Client approval
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-SmimRlno Page 14
67
SECTION (c)(i)
APPROACH
Phasing Plan
• Install phase 3 piping
• Make sure that sample points are installed at the end of each pipe run for disinfection purposes
• Disinfect and attain clearance by FDEP from the 30" BFV to the above ground HSP valves we are providing
0
• Perform all the demo required at the HSP building during phases 1 through 3 and cover the openings with
plywood so they are ready
• Bring each HSP online individually by connecting the new flanged piping as required. Disinfection method will be
pipe swabbing with 200ppm chlorine solution.
Keys to Maintaining Facility Operations
We are conscious of the potential impacts that construction activities can have on the ongoing operations of the
Winter Springs WTP No. 1. Wharton-Smith understands that this facility is critical in providing potable water to the
residents of Winter Springs. Our construction activities will be proactively planned and meticulously executed. We
understand your communication protocol and our field management staff will develop a foundation of trust with
your engineering and operations staff.
There are a number of tools we use in order to facilitate communication and planning into our construction
execution. One tool is our Production Planning System, which is a process of identifying critical activities and
tracking them on a planning room white board. Each activity is analyzed for it's prerequisite activities and materials
and planned several weeks in advance. The goal is that critical items re completed right the first time. The City's
operations and utility staff is encouraged to attend our weekly Production Planning meetings,which facilitates
communication and aids in keeping the facility operational at all times.
PLANNING THE WORK
Collaborative planning
increases efficiency
and avoids plant
disruptions.
JOBSITE
CLEANLINESS
Keeps our footprint • ON-TIME DELIVERY
to an absolute
Timely execution gets
Ct+Uy� us off site quicker.
Maintenance
of Plant
Operations
DAILY
COMMUNICATION HIGHEST LEVEL
Ensues operations OF QUALITY
staff needs are Aproject with zero
addressed. rework avoids
impacts.
IDEAL
PLANTACCESS
i
Limit traffic through
the plant.
City of Winter Springs WTP No. 1 HSPS Suction Piping Replacement RFP#06-20LR
wnaTr�«�-sm lmRono Page 15
68
SECTION (c)(i)
APPROACH
Managing Risks
The key to risk management is in identifying, evaluating the potential cost and schedule impact, and implementing
measures to mitigate the risk. This is best completed early in a project, immediately after project kickoff. We have de-
veloped a risk register program to aid is in managing our risk effectively. Some of the greatest risks we have identified
on this project are shown below.
RISK PHASE
MITIGATION O.
Unknown underground utilities or Construction Perform site investigation, analyze ex-
conflicts isting as-builts, perform utility locates
Weather impacts : All Formulate inclement weather plan,
install rain gauge and gather NCAA
data for area, perform daily house-
keeping
............................................................:.........................................................................................................................
Alignment of existing piping between : Construction Establish unit rates for piping align-
the GSTs is unknown ment changes, perform site investiga-
tion, work with Carollo for alternate
;
routes
Line Stop failure : Construction Implement production planning
system for all linestops, have backup
materials on site, monitor line stop
during construction
......................................................................................................................................................................................
FDEP clearance uncertainty : Start-up and Commissioning Work with Carollo and FDEP early to
establish requirements and parame-
ters
Existing line isolations Construction If no valve are designed per our
phasing plan, additional line stops
required.
City of Winter Springs WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
Wharton-Smimjno Page 16
69
SECTION
MANDATORY PROPOSAL FORMS
70
SECTION 2
MANDATORY PROPOSAL FORMS
Wharton-Smith, Inc. is pleased to present The Mandatory Proposal Forms on the following pages.
1'1
City of Winter Springs I WTP No. 1 HSPS Suction Piping Replacement I RFP#06-20LR
WhaTt�on-Sm ithR�nc
71
WTP No. 1 HSPS Suction Pining Replacement 00300-1
SECTION 00300
MANDATORY PROPOSAL FORMS
(Mandatory Forms must be submitted with the proposal. Failure to submit forms may
disqualify the proposer from the RFP.)
Note: As specified in Section 001001.05 Proposal Procedure,Part C: The Proposer shall
submit the Bid Pricing Documents in a SEPARATE envelope from the Proposal/Proposal forms.
The Bid Pricing Documents include: Bid Tab (page 00300-4),Base Bid Price (page 00300-5),
and Bid Security(Section 00410 - Bid Bond,page 00410-1 to 00410-2).
PART 1 GENERAL
1.01 Description
The following Bid is hereby made to the City of Winter Springs, hereafter called the OWNER.
Bid is submitted by:
Legal Name (indicate whether sole proprietorship, partnership, or corporation):
Corporation: Wharton-Smith, Inc.
Address:
750 Monroe Road, Sanford, FL 32771
Contact Name:
Sean White
Contact Phone Number:
407.321.8410
Contact E-Mail Address:
swhite@whartonsmith.com
State of Incorporation: Florida
1.02 The Undersigned:
A. Acknowledges receipt of.
1. Project Manual for WTP NO. 1 HSPS SUCTION PIPING
REPLACEMENT, September 2020.
2. Drawings for WTP NO. 1 HSPS SUCTION PIPING
REPLACEMENT, September 2020.
October 2020 Advertisement For Proposals
72
WTP No. 1 HSPS Suction Piping Replacement 00300-2
3. Addenda:
Number 1 , dated 09/28/20 5 - 10/23/20
Number 2 , dated 10/02/20 6 - 11/02/20
Number_3 dated 10/07/20 .
Number—, dated 10/16/20 .
B. Has examined the site and all RFP Documents and understands that in submitting
his Bid,he waives all right to plead any misunderstanding regarding the same.
C. Agrees:
1. To hold this Bid open for 90 calendar days after the bid opening date.
2. To furnish the goods and/or services specified in this RFP at the prices
quoted in my responsive bid and in compliance with the RFP
Documents.
3. To accept the provisions of the Instructions to Proposers regarding
disposition of Bid Security.
4. To enter into and execute a contract with the OWNER, if awarded on
the basis of this Bid.
5. To accomplish the work in accordance with the contract documents.
6. To complete the work based on the Contractor's proposed schedule.
For purposes of the Contractor's proposed schedule, the schedule shall
be based upon the following dates:
a. Limited Notice to Proceed (NTP) — For contractual purposes,
this date will allow contractors to submit shop drawings and
begin procurement of equipment.
Limited NTP: January 51i, 2021
b. Full NTP — This date is defined as the earliest date that the
Contractor will begin site work/construction.
4 Full NTP: May 05, 2021 (Contractor to Propose in
Schedule)
D. Certifies:
1, That all information contained in this bid/proposal is truthful to the best of my
knowledge and belief.
2. That I am duly authorized to submit this bid/proposal on behalf of the
vendor/contractor and that the vendor/contractor is ready, willing, and able to
perform if awarded the bid/proposal.
October 2020 Mandatory Proposal Forms
73
WTP No. 1 HSPS Suction Piping Replacement 00300-3
E.
1.03 Bid Submittals
A. Bids must be submitted in triplicate on the Bid Form.
B. I have attached the required Bid Security to this Bid.
C. I have attached all other Mandatory Forms in this Section.
1.04 Submittal
RESPECTFULLY SUBMITTED, signed and sealed this 06 day ofNovember, 2020.
Proposer
By:
'Title President/CEO
!ion id F. Davoli, Presiden EO
ATTEST: SECRETARY SEAL
Stephanie Pompeo, Corporate Secretary
October 2020 Mandatory Proposal Forms
74
WTP No. 1 HSPS Suction Piping Replacement 00300-6
SCRUTINIZED COMPANY CERTIFICATION
Florida Statutes, Sections 287.135 and 215.473
Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not,
bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services
of:
(a) Any amount if, at the time of bidding on, submitting a proposal for, or entering
into or renewing such contract, the company is on the Scrutinized Companies that
Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of
Israel; or
(b) One million dollars or more if, at the time of bidding on, submitting a proposal
for, or entering into or renewing such contract,the company:
1. Is on the Scrutinized Companies with Activities in Sudan List or the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,
created pursuant to s. 215.473; or
2. Is engaged in business operations in Cuba or Syria.
Subject to limited exceptions provided in state law, the City will not contract for the provision of
goods or services with any scrutinized company referred to above. The Contractor must submit
this required certification form attesting that it is not a scrutinized company and is not engaging
in prohibited business operations.
The following shall be grounds for termination of the contract at the option of the awarding
body:
The company is found to have submitted a false certification; been placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List
or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria.
The City shall provide notice, in writing, to the Contractor of any determination concerning a
false certification. The Contractor shall have five (5) days from receipt of notice to refute the
false certification allegation. If such false certification is discovered during the active contract
term, the Contractor shall have ninety (90) days following receipt of the notice to respond in
writing and demonstrate that the determination of false certification was made in error. If the
Contractor does not demonstrate that the City's determination of false certification was made in
error then the City shall have the right to terminate the contract and seek civil remedies pursuant
to Section 287.135, Florida Statutes.
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR
BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL
RENDER YOUR BID SUBMITTAL NON-RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135,Florida
Statutes; and
October 2020 Mandatory Proposal Forms
75
WTP No. 1 HSPS Suction Pivina Replacement 00300-7
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. For contracts of one million dollars or more, the Vendor, owners, or principals are eligible
to participate in this solicitation and not listed on the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List and, further, are not engaged in business operations in Cuba or Syria; and
d. If awarded the Contract, the Vendor, owners, or principals will immediately notify the City
in writing if any of its company, owners, or principals: are placed on the Scrutinized
Companies that Boycott Israel List,the Scrutinized Companies with Activities in Sudan
List, or the Scrutinized Companies with Activities in the Ir Petroleum Energy Sector t;
engage in a boycott of Israel; or engage in business operat in ub S a.
(Authorized Signature)
Ronald F. Davoli, President/CEO
(Printed Name and Title)
Wharton-Smith, Inc.
(Name of Vendor)
STATE OF Florida
COUNTY OF Seminole
The foregoing instrument was acknowledged before me by means of LXX
physical presence or (NLA) online notarization, this 06 day of November ,
2020, by Ronald F. Davoli the President/CEO of
Wharton-Smith, Inc. a
Florida Corporation U who is personally known to me or U who produced
N/A as identification.
W
ALEXIA TAYLOR
Notary Public-State of Florida Notary Public
g` Commission#GG 920147
''�cF A My Comm.Exaires Oct 7.2023 Print Name: Alexia Taylor
Sondec throgh -aciar2.I-otar y Assn.
My Commission expires: October 07, 2023
October 2020 Mandatory Proposal Forms
76
WTP No. 1 HSPS Suction Piping Replacement 00300-8
NON-COLLUSION AND CONTINGENT FEES AFFADAVIT
State of Florida
County of Seminole being
first duly sworn, deposes and says that:
He / She is President/CEO of Wharton-Smith, Inc. the
Proposer that has submitted the attached Bid/Proposal;
He / She is fully informed respecting the preparation and contents of the attached Bid/Proposal
and of all pertinent circumstances respecting such Bid/Proposal;
Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal;
Neither the said proposer nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly with any other proposer, firm or person to submit a
collusive or sham Bid/Proposal in connection with the contract for which the attached
Bid/Proposal has been submitted or to refrain from bid/proposing in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Proposer, firm or person to fix the price or prices in
the attached Bid/Proposal or of any other Proposer, or to fix any overhead,profit or cost element
of the Bid/Proposal price or the Bid/Proposal price of any other Proposers, or to secure through
any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of
Winter Springs or any person interested in the proposed Contract;
The price or prices quoted in the attached Bid/Proposal are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any
of its agents,representatives, owner's employees, or parties in interest, including this affiant; and
The proposer nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, have not employed or retained any company or person,
other than a bona fide employee working solely for the proposer to solicit or secure this
agreement and that proposer has not paid or agreed to pay any person, company, corporation,
individual, or firm, other than a bona fide employee working solely for the proposer any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from the award
or making of this agreement. For the breach or violation of this provision, the City shall have the
right to terminate the agreement without liability and, at its discretion, to deduct from the
contract price, or otherwise recover, the full amount of such fee ommission, percentage, g' or
consideration.
kc2p t
o�a -
(Authorized Signature)
Ronald F. Davoli, President/CEO
(Printed Name and Title)
Wharton-Smith, Inc.
(Name of Vendor)
October 2020 Mandatory Proposal Forms
77
WTP No. 1 HSPS Suction Pipine Replacement 00300-9
STATE OF Florida
COUNTY OF Seminole
The foregoing instrument was acknowledged before me by means of (-X ) physical
presence or (NJA) online notarization, this 06 day of November , 2020, by
Ronald F. Davoli the President/CEO of
Wharton-Smith, Inc. a
Florida Corporation U who is personally known to me or (!N who produced
N/A as identification.
ALEXIA TAYLOR
Notary Public-State of Florida
•' Notary bis
P" Commission#GG 920147
of My Comm.Expires Oct 7,2023
Bonded through National Notary Assr,. Print Name: Alexia Taylor
My Commission expires: October 07, 2023
October 2020 Mandatory Proposal Forms
78
WTP No. I HSPS Suction Piping Replacement 00300-10
DRUG-FREE WORKPLACE CERTIFICATION
In accordance with Florida Statues 287.087, preference shall be given to businesses with
drug-free workplace programs. Whenever two or more bid/proposals which are equal
with respect to price, quality, and service are received by the State or by any political
subdivision for the procurement of commodities or contractual services, a bid/proposal
received from a business that certifies that it has implemented a drug-free workplace
program shall be given preference in the award process.
Established procedure for processing the bid/proposals will be followed if none of the
tied vendors have a drug-free work place program.
In order to have a drug-free workplace program, a business shall:
a. Publish a statement notifying employees that the unlawful manufacture, distribution,
Dispensing,possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
b. Inform employees about the danger of drug abuse in the workplace, the business's policy
maintaining a drug-free workplace, any available drug counseling,rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
c. Give each employee engaged in providing the commodities or contractual services that
are under bid/proposal a copy of the statement specified in subsection (a).
d. In the statement specified in subsection(a),notify the employees that, as a condition of
working on the commodities or contractual services that are under bid/proposal, the
employee will abide by the terms of the statement and will notify the employer of any
conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of
any controlled substance law of the United States or any state, for a violation occurring in
the workplace no later than five (5) days after such conviction.
e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
f. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Wharton-Smith, Inc.
(Co any)
President/CEO
(Signature &Title) onald F. Davoli, President/CEO
October 2020 Mandatory Proposal Forms
79
WTP No. 1 HSPS Suction Piping Replacement 00300-11
CONFLICT OF INTEREST CERTIFICATION
Before me, the undersigned authority, personally appeared, who was duly sworn,
deposes, and states:
I am the President/CEO of Wharton-Smith, Inc. with a local office in
Sanford. FL and principal office in Sanford, FL
City and State City and State
The above-named entity is submitting an RFP for the City of Winter Springs described
as:
City of Winter Springs
RFP#06-20 LR
WTP NO. 1 HSPS SUCTION PIPING REPLACEMENT
The Affiant has made diligent inquiry and provides the information contained in this
Affidavit based upon his own knowledge and thereof the following;
a. The Affiant states that only one submittal for the above bid/proposal is being submitted
and that the above-named entity has no financial interest in other entities submitting bids
for the same project.
b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraints of
free competitive pricing in connection with the entity's submittal for the above
bid/proposal. This statement restricts the discussion of pricing data until the completion
of negotiations if necessary and execution of the Contract for this project.
c. Neither the entity nor its affiliates,nor anyone associated with them, is presently
suspended or otherwise ineligible from participation in contract letting by any local,
State, or Federal Agency.
d. Neither the entity, nor its affiliates,nor anyone associated with them have any potential
conflict of interest due to any other clients, contracts, or property interests for this project.
e. I certify that no member of the entity's ownership or management is presently applying
for an employee position or actively seeking an elected position with the City of Winter
Springs.
October 2020 Mandatory Proposal Forms
80