HomeMy WebLinkAboutClearWater Solutions, LLC. Piggyback Rider - as needed pump station rehabilitation services 2025 04 04
Purchasing and Central Mail Services
Internal Services Building
7536 State Street, Suite 221
New Port Richey, Florida 34654
Telephone: 727-847-8194
REQUEST FOR INVITATION TO BID
for
AS NEEDED PUMP STATION REHABILITATION SERVICES
October 21, 2024
Solicitation Number: IFB-DS-25-008
Due Date: November 19, 2024
Time Due: 1:30 p.m., ET
TENTATIVE TIMELINE
October 21, 2024, Release IFB to the marketplace
November 1, 2024, Deadline for written questions, 4:00 p.m., ET
November 11, 2024, Response to questions to be posted to Bonfire
November 19, 2024, IFB due online Bonfire by 1:30 p.m., ET
ADVERTISEMENT FOR REQUEST FOR INVITATION FOR BID
The Pasco County Board of County Commissioners invites qualified proposers to submit a bid for
as-needed rehabilitation services of Pasco County Utilities’ pump station facilities, as per the
listed statement of work.
In using this method for solicitation, we are requesting your best effort in seeking the lowest cost
for our requirements. To be entitled to consideration, online submission shall be presented in
accordance with the instructions of this solicitation and within the timeframe specified. It shall be
the responsibility of the selected offeror to meet all specifications and guidelines set forth herein.
Each bid shall be opened and read publicly. The Pasco County Board of County Commissioners
(hereinafter, “Pasco County” or “County”), at its discretion, determines the criteria and process
whereby bids are evaluated and awarded. No damages shall be recoverable by any challenger as a
result of these determinations or decisions by the County.
If you are unable to download these documents, experiencing any technical issues, or have
questions about how to submit, please reach out to support@gobonfire.com.
All questions or requests for clarification must be sent via Bonfire under Message - Opportunity
Q&A: https://pascocountyfl.bonfirehub.com.
All addendums related to this solicitation will be posted on Bonfire website at
https://pascocountyfl.bonfirehub.com. It is the bidder’s responsibility to check the Bonfire
website for any addendums, responses to bidder questions, or other communications related to
this solicitation
Bids shall be submitted online at https://pascocountyfl.bonfirehub.com. The Pasco County
Purchasing Department will only accept bids submitted online. Bid submissions are due no later
than 1:30 p.m., ET, November 19, 2024, and will be opened at 2:00 p.m., ET (same day) as
noted above.
Pasco County will only accept online submissions for this bid. Bids can be submitted online at:
https://pascocountyfl.bonfirehub.com. Bids submitted after the bid close date will not be
accepted. Note: Any bid submitted in any other format (email, paper, fax, mail, etc.) will not be
accepted for any reason.
Solicitations will be publicly opened in accordance with the public notice.
Public Openings are held each Tuesday at 2:00 p.m., ET. A public opening of responses will be
conducted at the posted Public Opening following the submission deadline. In the event of a
County Holiday or unforeseen delay, responses shall remain sealed until the next public meeting.
Firms will be able to attend the public opening virtually, see the following instructions:
Microsoft Teams meeting
Meeting ID: 241 088 831 758
Passcode: EK63aF
Download Teams | Join on the web
Or call in (audio only)
+1-850-988-5160, 688629844#
+1 850-988-5160,688629844# United States, Tallahassee
Phone Conference ID: 688 629 844#
Tabulations shall be available thirty (30) days after opening on the Pasco County
website at: https://www.pascocountyfl.net/480/Do-Business-with-Us
or upon notice of intended action, whichever is sooner.
PASCO COUNTY BOARD OF COUNTY COMMISSIONERS
Carrie C. Roberts, NIGP-CPP, C.P.M., CPPO
Purchasing Director
1
IMPORTANT! — PLEASE READ CAREFULLY BEFORE SUBMITTING BID
GENERAL CONDITIONS
These general terms and conditions apply in like force to this solicitation and to any contract
resulting therefrom.
1. ACCEPTANCE/REJECTION/MODIFICATION TO BID
The County may (1) amend or modify this request, (2) revise requirements of this request,
(3) require supplemental statements or information from any firm, (4) accept or reject any
or all bids, (5) extend the deadline for submission of bids, (6) waive non-material defects,
and (7) cancel this request, in whole or in part, if the County deems it in its best interest to
do so (8) may negotiate with a non-Bidder in the event no bids are received. The County
may exercise the foregoing rights at any time without notice and without liability to any
offering firm or any other party for their expenses incurred in the preparation of bid or
otherwise.
2. ACKNOWLEDGMENT OF ADDENDUM
2.1 Bidders shall acknowledge receipt of any addendum to the solicitation by
identifying the addendum number in the space provided for this purpose on the bid
form, by letter, or by returning a copy of the issued amendment with the submitted
bid. The acknowledgment should be received by Pasco County by the time and at
the place specified for the receipt of bids.
2.2 Failure to acknowledge an issued addendum may result in bid rejection and
disqualification.
3. ALTERNATIVE BIDS
The Bidder WILL NOT be allowed to offer more than one (1) price (for the goods or services
specified). If a Bidder submits more than one (1) price on any item (or service), ALL prices
will be rejected for that item.
4. AMERICANS WITH DISABILITIES ACT
Pasco County does not discriminate upon the basis of any individual’s disability status. This
non- discrimination policy involves every aspect of the County’s functions including one’s
access to, participation, employment, or treatment in its programs or activities. Anyone
requiring reasonable accommodation to the solicitation documents or for the public
meetings related to any solicitation should contact the Purchasing staff member named on
the solicitation summary at least twenty- four (24) hours in advance of the meeting.
Requests for accommodation may also be directed to the Human Resources Department,
Internal Services Building, 7536 State Street, New Port Richey, FL 34654 at (727) 847-8030
or at (727) 847-8949 if you are hearing impaired. Please be advised that if you contact the
County by email, your email address will become a public record and may be subject to
disclosure under the Florida Public Records Act.
2
5. ANTITRUST
By entering into a contract, the Bidder conveys, sells, assigns, and transfers to Pasco
County all rights, titles, and interest it may now have or hereafter acquire under the
antitrust laws of the United States and the State of Florida that relate to the particular
goods or services purchased or acquired by Pasco County under the said contract.
6. APPLICABLE LAW
The resulting contract shall be governed in all respects by the laws of the State of Florida,
and any litigation with respect thereto shall be brought in the courts of Pasco County,
Florida. The Bidder shall comply with all applicable Federal, State, and local laws and
regulations. Lack of knowledge by the Bidder will in no way be a cause for relief from
responsibility.
7. ASSIGNMENT
The successful Bidder(s) shall not assign, transfer, convey, sublet, or otherwise dispose of
any award or any or all of its rights, title, or interest therein, or delegate the duties
hereunder without the prior written consent of Pasco County.
8. AWARD
8.1 Consideration for award will be by proximity to specifications given, costs, time of
delivery, and other factors deemed by the County to be appropriate. All purchases,
leases, or contracts that are based on competitive bids will be awarded to the
lowest, responsive, and responsible Bidder.
8.2 Complete and accurate responses to all items are necessary for the complete and
fair evaluation of bids. Total-cost or life-cycle-costing, which includes the
identification of identifiable costs associated with acquisition, installation,
maintenance, and operation of the Bidder's offered equipment may be used to
determine the lowest Bidder. Such analysis may be based upon the Bidder's
proposal data and other data which is gathered by the County. Additional factors
that may be considered include the expected life of equipment, output,
maintenance, consumption costs, disposal value, warranty, complexity of operation,
required training, and other factors that may contribute to the overall cost of
ownership. In determining the responsibility of Bidders, past performance,
references, documented experience, financial capability, and other reasonable
factors may be considered. Pasco County reserves the right to award by item, group
of items, lowest total, or whatever manner is deemed to be in the County's best
interest. The County reserves the right to award to a single or multiple Bidder is
found to be in the County’s best interest.
9. BID ACCEPTANCE PERIOD
The Bidder agrees that if this offer is accepted within ninety (90) calendar days from the bid
opening date, the Bidder will furnish to Pasco County and all items from which prices are
offered in this bid solicitation at the price(s) so offered, delivered to the designated point(s),
within the time period specified, and at the terms and conditions so stipulated in this
solicitation document. Any bid for which the Bidder specifies a shorter acceptance period
may be rejected.
3
10. BIDDER CERTIFICATION
The Bidder agrees that submission of a signed bid form is certification that the Bidder will
accept an award made to it as a result of the submission.
11. BID CLARIFICATIONS
If any party contemplating the submission of a bid on this invitation is in doubt as to the true
meaning of any part of the plans, specifications, or other documents, they should submit a
written request for an interpretation via the County’s electronic solicitation system.
Questions or requests for interpretations shall clearly state, in detail, the basis for such
question(s) or request(s) including a reference to the specific paragraph or language in the
solicitation. Modifications to solicitations will be made only by properly issued written
addenda. All such addenda shall become part of the solicitation and resulting contract
documents. Pasco County shall only be responsible for explanations or interpretations that
are issued by written addendum. No oral interpretations will be made as to the meaning of
specifications or any other contract documents. Failure to comply with this provision will
result in the Bidder waiving his/her right to dispute the bid specification.
12. BID ENVELOPES
If the County has indicated in the Advertisement for Bids that a hard copy of the bid will be
accepted, envelopes containing bids must be sealed and marked in the lower left-hand
corner with the solicitation number, solicitation name, and the date and hour of opening of
bids. Failure to do so may cause bid not to be considered. Express Company or Express
Mail envelopes containing a sealed bid shall also be sealed and should be clearly marked
with the solicitation number, solicitation name, and date and hour of opening of bids.
Failure to clearly mark envelopes may delay delivery and render the response late. PLEASE
NOTE: Unless otherwise noted in the Advertisement for Bids, all submissions MUST be
made electronically through the County’s electronic solicitation system.
13. BID FORM SUBMISSION
Bids must be uploaded into via the County’s electronic solicitation system unless otherwise
indicated in the Advertisement for Bids. All forms must be printed, completed signed (if
noted) and submitted in the County’s electronic solicitation system. Bids concerning
separate bid invitations must not be combined on the same electronic submission form or
placed in the same envelope (if allowable under the specific solicitation). Bids submitted in
violation of this provision shall not be considered. All bids must be signed, in ink, in order to
be considered. Erasures are not acceptable on bids; if necessary to make a change, strike
out or draw a line through incorrect item and type the correction above, and initial the
correction in ink. If the Bidder is a firm or corporation, the Bidder must show the title of the
individual executing the bid, and if the individual is not an officer of the firm or corporation,
the Bidder must submit proof that the individual has the authority to obligate the firm or
corporation. BIDS MAY NOT BE ALTERED OR AMENDED AFTER THE BID CLOSING.
14. BIDDER INVESTIGATIONS
Before submitting a bid, each Bidder shall make all investigations and examinations
necessary to ascertain all site conditions, specifications, delivery requirements and
performance requirements affecting the full performance of the contract and to verify any
4
representations made by Pasco County upon which the Bidder will rely. If the Bidder
receives an award as a result of its bid submission, failure to have made such investigations
and examinations will in no way relieve the Bidder from its obligation to comply in every
detail with all provisions and requirements of the contract documents, nor will a plea of
ignorance of such conditions and requirements be accepted as a basis for any claim
whatsoever by the Bidder for additional compensation.
15. BID RECEIPT AND OPENING
15.1 Pasco County will receive sealed bid proposals until date and time indicated on bid
cover via the County’s electronic solicitation system unless otherwise noticed in the
Advertisement for Bids. The system will not allow for bids to be received after the
bid opening date and time. It is the responsibility of the Bidder to ensure that bids
are submitted online by the designated opening time. FAXED, EMAILED OR HARD
COPY BIDS WILL NOT BE ACCEPTED AND SHALL NOT BE CONSIDERED FOR
EVALUATION OR AWARD unless otherwise noted in the Advertisement for Bids. In
accordance with Section 119.071, Florida Statutes, sealed bids, proposals, or replies
received by an agency pursuant to a competitive solicitation are exempt from
public inspection until such time as the agency provides notice of an intended
decision or until thirty (30) days after opening the bids, proposals, or replies,
whichever is earlier.
15.2. Failure to print, complete and upload all forms required to be included with any bid
will result in the Bidder being deemed nonresponsive and will result in rejection of
the bid.
16. BID WITHDRAWAL
16.1. Bids may not be changed after the bid closing time.
16.2. To withdraw a bid that includes a clerical error after bid opening, the Bidder must
give notice in writing to the Pasco County Purchasing Department of claim or right
to withdraw a bid. Within two (2) business days after the bid opening, the Bidder
requesting withdrawal must provide to Pasco County all original work papers,
documents, and other materials used in the preparation of the bid. A Bidder may
also withdraw a bid prior to the time set for the opening of bids by simply making a
request in writing to Pasco County; no explanation is required. No Bidder who is
permitted to withdraw a bid shall, for compensation, supply any material or labor
to or perform any subcontract or other work for the person to whom the contract is
awarded or otherwise benefit from the contract. No partial withdrawals of a bid
are permitted after the time and date set for the bid opening; only complete
withdrawals are permitted. The decision to allow or disallow bid withdrawal
remains solely with Pasco County.
17. BRAND NAMES
Any catalog, brand name, or manufacturer's reference used in the specifications is intended
to be descriptive and not restrictive and is used only to indicate type and quality desired.
Any article, equipment, or material, which shall conform to the standards and excellence,
so established, and is of equal merit, strength, durability, and appearance to perform the
5
desired function, is deemed eligible for offer as a substitute. The qualifications of the
offering shall be judged as to their conformance with these specifications. Any equipment
offered other than herein specified shall be subject to a competitive demonstration and
evaluation by Pasco County. The determination as to whether any alternate product or
service is or is not equal shall be made by Pasco County, and such determination(s) shall be
final and binding upon all Bidders.
18. BUSINESS NAME REQUIREMENT
The Bidder must provide on the Bid Form, Bidder/Certification Form, and if awarded, on all
remittance of invoices for payment, the business name that is provided on their W9 Form.
Additionally, if there is a name change and/or EIN number that is changed at any time, the
vendor must immediately notify the Purchasing Department as to the change and provide
all supporting documentation.
19. CANCELLATION
Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty
(30) days' prior written notice to the Bidder of the intention to cancel, or with cause if at
any time the Bidder fails to fulfill or abide by any of the terms or conditions specified.
Failure of the Bidder to comply with any of the provisions of a resulting contract shall be
considered a material breach of contract and shall be cause for immediate termination of
the contract at the sole discretion of Pasco County. In addition to all other legal remedies
available to Pasco County, Pasco County reserves the right to cancel and obtain from
another source, any services which have not been provided within the required period of
time or, if no such time is stated, within a reasonable period of time from the date of order
or request, as determined by Pasco County.
20. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION
The Bidder certifies that the prices submitted in response to the solicitation have been
arrived at independently and without—for the purpose of restricting competition—any
consultation, communication, or agreement with any other Bidder or competitor relating
to those prices, the intention to submit a bid, or the methods or factors used to calculate
the prices bid.
21. CHANGE IN SCOPE OF WORK
Pasco County may order changes in the work consisting of additions, deletions, or other
revisions within the general scope of the contract. No claims may be made by the Bidder
that the scope of the project or of the Bidder's services has been changed, requiring
changes to the amount of compensation to the Bidder or other adjustments to the
contract, unless such changes or adjustments have been made by written amendment to
the contract or purchase order signed by Purchasing Director. If the Bidder believes that
any particular work is not within the scope of the project, is a material change, or will
otherwise require more compensation to the Bidder, the Bidder must immediately notify
Pasco County in writing of this belief. If Pasco County believes that the particular work is
within the scope of the contract as written, the Bidder will be ordered to and shall continue
with the work as changed and at the cost stated for the work within the scope.
6
22. COLLUSION AMONG BIDDERS
Each Bidder, by submitting a bid, certifies that it is not a party to any collusive action or any
action that may be in violation of the Sherman Antitrust Act. Any or all bids shall be
rejected if there is any reason for believing that collusion exists among the Bidders. Pasco
County may or may not, at its discretion, accept future bids for the same work from
participants in such collusion. More than one (1) bid from an individual, firm, partnership,
cooperation, or association under the same or different names may be rejected.
Reasonable grounds for believing that a Bidder has interest in more than one (1) bid for the
work being bid may result in rejection of all bids in which the Bidder is believed to have
interest. Nothing in this clause shall preclude a firm acting as a subcontractor to be
included as a subcontractor for two (2) or more primary contractors submitting a bid for
the work.
23. COMMUNICATIONS DURING SOLICITATION AND LOBBYING PROHIBITION
23.1. Communicating with or lobbying of evaluation committee members, county
government employees, or elected officials (including County Commissioners)
regarding requests for proposals, requests for qualifications, bids, or contracts by
the Bidders or any member of the Bidder's staff, an agent of the Bidder, or any
person employed by any legal entity affiliated with or representing an organization
that is responding to the requests for proposal, requests for qualification, bid or
contract outside a publicly noticed meeting specifically called to address this
particular solicitation is strictly prohibited. Nothing herein shall prohibit a
prospective Proposer from contacting the Purchasing Director, or Purchasing staff
identified in the solicitation, to address concerns or grievances or receive
clarification about a particular procurement. In addition, nothing herein shall
prohibit a Proposer that has been shortlisted in the Notice of Intent to Award from
engaging in contract negotiations with the County staff designated to negotiate the
contract.
23.2. For purposes of this provision lobbying activities shall include, but not be limited to,
influencing or attempting to influence action or non-action in connection with any
requests for proposals, requests for statements of qualifications, invitations for
bids, related processes or contracts through direct or indirect oral or written
communication or an attempt to obtain goodwill of persons and/or entities
specified in this provision. Such actions may cause any proposal, statement of
qualification, bid, contract or any other response to be rejected.
23.3. The prohibition on communication with County Persons (including County
Commissioners) by Proposers and their representatives regarding a procurement in
which they have a pecuniary interest begins upon issuance of the solicitation and
ends upon final award, when the protest is finally resolved, or when the
procurement process is otherwise concluded, whichever occurs later. This
prohibition does not apply to communication on other matters in which a Proposer
may have an interest outside of the solicitation.
24. CONFLICT OF INTEREST
The Bidder, by submission of its bid, certifies that to the best of his/her knowledge or belief,
7
no elected/appointed official or employee of Pasco County is financially interested, directly
or indirectly, in the offer of goods or services specified in this invitation.
25. DEBARMENT
By submitting a bid, the Bidder certifies that it is not currently debarred from submitting
bids for contracts issued by any political subdivision or agency of the Federal
Government of the United States, an agency of the State of Florida, or an agency within
the Tampa Bay-Clearwater-St. Petersburg Metropolitan Statistical Area (MSA) and that
it is not an agent of a person or entity that is currently debarred from submitting bids
for contracts issued by any agency noted herein. The Bidder also certifies that the
components used in the production of the commodities offered herein are not supplies
by a vendor who currently is debarred from submitting bids for contracts issued by any
political subdivision or agency of the Federal Government of the United States, an
agency of the State of Florida, or an agency within the Tampa Bay-Clearwater-St.
Petersburg Metropolitan Statistical Area (MSA).
26. E-VERIFY REQUIREMENT
26.1. A contractor or consultant entering into a contract with a public entity (such as the
County) is required to be registered with the U.S. Department of Homeland Security’s
E-Verify System and to utilize it to verify the work authorization status of all newly
hired employees throughout the term of the contract. The contractor or consultant
shall also be required to obtain and retain affidavits from all subcontractors or
subconsultants utilized during the contract verifying that they do not employ,
contract with, or subcontract with any unauthorized aliens as that term is defined in
8 U.S.C.S. 1324a(h)(3). The failure to comply with this requirement constitutes
grounds for termination of the contract and for such other penalties as provided
under section 448.095, Fla. Stat.
26.2. If a public employer has terminated a contract with a contractor for failure to comply
with the requirements of the paragraph above, the contractor may not be awarded a
public contract for at least one year after the date on which the contract was
terminated.
26.3. The County reserves the right to request verification of compliance from its
consultants and contractors during the term of its contract with the County and for a
period of up to five (5) years thereafter. Should a County-retained consultant,
contractor, and/or its subconsultants be found to be non-compliant with E-Verify as
part of a federal audit or other inquiry, the consultant, contractor and/or its
subconsultant(s) will be solely responsible for the payment of any fines or costs
imposed upon the county as a result of such non-compliance. Compliance with this
section is mandatory for all projects.
27. ERRORS IN EXTENSIONS
If a written Bid Form is required, the BIDDER should initial erasures or corrections in any Bid
Form in ink. The COUNTY shall reject any Bid Form with such erasures or corrections where
County staff concludes it cannot determine with certainty the accuracy or intent of said Bid
Form, as corrected. In the case of unit price contracts, if an error is committed in the
8
extension of an item, the unit price as shown in the Bid Form will govern. If the unit price
and the extension price are at variance, the unit price shall prevail. Unit prices will be
utilized to adjust the total compensation due the successful BIDDER based on actual
quantities encountered. No negotiation of these unit prices after contract award will be
allowed. Significant changes in quantities, including total deletions, are possible. Therefore,
each BIDDER shall proportionately distribute overhead and profit across the unit prices.
28. ETHICS IN PUBLIC PROCUREMENT
The contract upon award shall incorporate by reference, but shall not be limited to, the
provisions of law contained in Chapter 112, Florida Statutes. A person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid on a contract to provide any goods or services to a public entity; may
not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work; may not submit bids on leases or real property to a public entity;
may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity; and may not transact business with any
public entity in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being
placed on the convicted vendor list. The Bidder certifies that its bid was made without
collusion or fraud; that it has not offered or received any kickbacks or inducements from
any other Bidder, supplier, manufacturer, or subcontractor in connection with this bid; and
that it has not conferred on any public employee having official responsibility for this
procurement transaction any payment, loan, subscription, advance, deposit of money,
services, or anything of value.
29. EXCEPTIONS
Bidders taking exception to any part or section of the solicitation shall indicate such
exceptions on the bid form or appendix. Failure to indicate any exception will be
interpreted as the Bidder's intent to comply fully with the minimum requirements as
written. Conditional or qualified bids, unless such exception(s) are deemed non-material by
the County (in its sole discretion), shall be subject to rejection in whole or in part.
30. EXPENSES INCURRED IN PREPARING BID
Pasco County accepts no responsibility for any expense incurred by the Bidder in the
preparation and presentation of a bid. Such expenses shall be borne exclusively by the
Bidder.
31. FAILURE TO DELIVER
In the event of failure of the Bidder to deliver the goods and services in accordance with
the contract terms and conditions, Pasco County may procure the goods and services from
other sources and hold the Bidder responsible for any resulting additional costs. A failure
to deliver will result in immediate termination of a resulting contract, and immediate
disqualification and debarment from submitting bids to Pasco County for a maximum of
five (5) years. These remedies shall be in addition to any other remedies that Pasco County
may have available.
9
32. FAILURE TO ENFORCE
Failure by Pasco County at any time to enforce the provisions of the contract shall not be
construed as a waiver of any such provisions. Such failure to enforce shall not affect the
validity of the contract or any part thereof or the right of Pasco County to enforce any
provision at any time in accordance with its terms.
33. FAIR LABOR STANDARDS
By submission of a bid, the Bidder certifies that the contractor(s) and/or subcontractor(s)
providing product(s) or service(s) shall, in the execution or performance of such a contract,
maintain fair labor standards as defined in applicable State and Federal regulations.
34. FORCE MAJEURE
The Bidder shall not be held responsible for failure to perform the duties and
responsibilities imposed by the contract due to legal strikes, fires, riots, rebellions,
government actions, and acts of God beyond the control of the Bidder, unless otherwise
specified in the contract. If government actions include the imposition of tariffs that
directly affect the materials or equipment to be provided by the Bidder under the
solicitation, the Bidder must submit certification from its supplier that the materials
required were acquired by the Bidder after the tariffs went into effect and that the Bidder
now has to pay additional costs for the materials or equipment. The County has the
discretion to approve an increase in price based on the information supplied or to
terminate the contract.
35. IDENTICAL BIDS
Identical bids or bids which otherwise appear suspicious will be reported to the County
Attorney for investigation.
36. INDEMNIFICATION
36.1. In consideration of the sum of Fifteen and 00/100 Dollars ($15.00), the receipt and
sufficiency of which is acknowledged by the contractor to be included and paid for
in the contract price, the contractor shall indemnify, defend, and hold harmless
Pasco County and its agents and employees from and against all liabilities, claims,
damages, losses, and expenses, including attorneys' fees, arising out of or resulting
from the performance of the work, provided that any such liability, claim, damage,
loss, or expense: 1) is attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property (other than the work itself), including
the loss of use resulting therefrom; and 2) is caused in whole or in part by any
negligent act or omission of the Bidder and subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be
liable, except for those caused by the negligent act or omission of Pasco County.
36.2. In any and all claims against Pasco County or any of its agents or employees by any
employee of the contractor, any subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligation under the previous paragraph shall not be limited in any
way as to the amount or type of damages, compensation, or benefits payable by or
for the contractor or any subcontractor under Workers' Compensation Acts,
10
disability benefit acts, or other employee benefit acts.
37. INDEPENDENT CONTRACTOR
The Bidder shall be legally considered an independent contractor and neither the Bidder
nor its employees shall, under any circumstances, be considered servants or agents of
Pasco County; and Pasco County shall be at no time legally responsible for any negligence
or other wrongdoing by the Bidder, its servants, or agents. Pasco County shall not withhold
from the Bidder any Federal or State unemployment taxes, Federal or State income taxes,
Social Security tax, or any other amounts for benefits to the Bidder. Further, Pasco County
shall not provide to the Bidder any insurance coverage or other benefits, including workers'
compensation, normally provided by Pasco County for its employees.
38. INFORMALITIES AND IRREGULARITIES
Pasco County has the right to waive minor defects or variations of a bid from the exact
requirements of the specifications that do not affect the price, quality, quantity, delivery,
or performance time of the services being procured. If insufficient information is
submitted by a Bidder with the bid for Pasco County to properly evaluate the bid, Pasco
County has the right to require such additional information as it may deem necessary after
the time set for receipt of bids, provided that the information requested does not change
the price, quality, quantity, delivery, or performance time of the services being procured.
Pasco County reserves the right to reject any or all bids in whole or in part; to award by any
item, group(s) of items, total bid, or accept the bid that is most advantageous and in the
best interest of Pasco County.
39. LAW COMPLIANCE
Each party will comply with all applicable Federal, State and local laws, rules, regulations,
and guidelines related to performance under this agreement. In particular, the
contractor/vendor/named party verifies and affirms that it is in compliance with 8 U.S.C.,
Sec. 1324, prohibiting the employment either directly or by contract, subcontract, or
exchange of unauthorized aliens in the United States. The County will consider the
employment of unauthorized aliens by any contractor/vendor/named party, during the
term of the agreement, a violation of the Immigration and Nationality Act. Such violation
shall be cause for unilateral cancellation of this agreement by the County.
40. LIMITATION OF COST
The Bidder agrees to perform the work specified and complete all obligations under the
contract within the stated amounts.
41. NON-APPROPRIATION
All funds for payment by Pasco County under this contract are subject to the availability of
an annual appropriation for this purpose by Pasco County. In the event of non-
appropriation of funds by Pasco County for the services provided under the contract, Pasco
County will terminate the contract, without termination charge or other liability, on the last
day of the then- current fiscal year or when the appropriation made for the then-current
year for the services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall
be accepted by the Bidder on thirty (30) days' prior written notice, but failure to give such
11
notice shall be of no effect, and Pasco County shall not be obligated under this contract
beyond the date of termination.
42. NON-DISCRIMINATION
42.1. During the performance of this Agreement, the BIDDER herein assures the COUNTY
that said BIDDER is in compliance with Title VII of the 1964 Civil Rights Act, as
amended, and The Florida Civil Rights Act of 1992 in that the BIDDER does not on the
grounds of race, color, national origin, religion, sex, age, handicap or marital status,
discriminate in any form or manner against the employees of the BIDDER or its
applicants for employment. The BIDDER understands and agrees that this Agreement
is conditioned upon the veracity of this Statement of Assurance. Furthermore, the
BIDDER herein assures the COUNTY that said BIDDER shall comply with Title VI of the
Civil Rights Act of 1964 when any Federal grant is involved. Other applicable Federal
and State laws, executive orders and regulations prohibiting the type of
discrimination as hereinabove delineated are included by this reference thereto. This
Statement of Assurance shall be interpreted to include Vietnam Era Veterans and
Disabled Veterans within its protective range of applicability.
42.2. An entity or affiliate who has been placed on the discriminatory vendor list may not
submit a bid, proposal, or reply on a contract to provide any goods or services to the
state or any department or agency of this state (“public entity”); may not submit a
bid, proposal, or reply on a contract with a public entity for the construction or repair
of a public building or public work; may not submit bids, proposals, or replies on
leases of real property to a public entity; may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with any public
entity; and may not transact business with any public entity. The Consultant agrees to
include this provision in all contracts issued as a result of this Agreement.
43. OFFICIAL DOCUMENTS
43.1. Pasco County is not responsible for expenses incurred prior to award. Pasco County
officially distributes solicitation documents through an electronic solicitation system
as noted on our web page at https://www.pascocountyfl.net/480/Do-Business-with-
Us. Solicitation documents MUST be downloaded at NO COST using this system.
Copies of solicitation documents obtained from other sources are not considered
official and should not be relied upon. Pasco County is not responsible for
solicitation documents obtained from sources other than the site listed at the link
above. Only vendors who properly register and obtain solicitation documents
directly from the system listed at the link above will receive addenda and other
important information if issued.
43.2. Vendors are responsible for acquiring knowledge of changes, modifications, or
additions to official solicitation documents. Vendors who submit responses and
later claim they did not receive complete documents or had no knowledge of any
change, modifications, or additions made to the official solicitation documents shall
still be bound by the solicitation, including any changes, modifications, or additions
to the official solicitation documents.
12
43.3. IF YOU OBTAINED A SOLICITATION DOCUMENT FROM A SOURCE OTHER THAN THE
SITE LISTED AT THE LINK ABOVE, IT IS REQUIRED THAT YOU REGISTER AS A VENDOR
AND DOWNLOAD THE OFFICIAL DOCUMENT AT THE WEBSITED LISTED AT THE LINK
ABOVE AT NO COST.
44. ORAL STATEMENTS
No oral statement of any person shall modify or otherwise affect the terms, conditions, or
specifications stated in this contract. All modifications to the contract or purchase order
must be made in writing by Pasco County.
45. PATENTS AND ROYALTIES
The Bidder covenants to save, defend, keep harmless, and indemnify Pasco County and all
of its officers, departments, agencies, agents, and employees from and against all claims,
loss, damage, injury, fines, penalties, and cost—including court costs and attorney's fees,
charges, liability, and exposure, however caused—for or on account of any copyright or
patented or unpatented invention, process, or article manufactured or used in the
performance of the contract, including its use by Pasco County. If the Bidder uses any
design, device, or materials covered by patent or copyright, it is mutually agreed and
understood without exception that the contract price includes all royalties or costs arising
from the use of such design, device, or materials in any way in the work.
46. PAYMENT PROCEDURES
46.1. The Pasco County Board of County Commissioners will process payments in a timely
manner and in accordance with Chapter 218, Part VII, Florida Statutes, (The Local
Government Prompt Payment Act).
46.2. Several payment options are available to the successful Bidder upon receipt of a
correct invoice:
(a) Check may be mailed to the remit address on the invoice. The check is sent
to the Post Office the day after Board of County Commissioners approval.
(b) Check may be picked up in Dade City. The vendor must pick up the check the
day after Board of County Commissioners approval. The successful Bidder or
contractor must call (352) 521-4599 for detailed instructions.
(c) Payment may be wire-transferred to the vendor’s bank account. The vendor
must call (352) 521-4599 for detailed instructions.
47. PAYMENT TERMS AND DISCOUNTS
47.1. Unless otherwise indicated in the bid documents or required by state law, payment
terms will be net forty-five (45) days. Terms not consistent with this provision are
not acceptable and may be cause for rejection. Pasco County will pay the vendor
within forty-five (45) days after the receipt of a correct invoice for the specified
work or goods received. Unless otherwise indicated in the bid documents, only one
(1) lump-sum payment will be made.
13
47.2. Discounts for prompt payment requiring payment by Pasco County within a
stipulated number of days will be interpreted as applying within the stipulated
number of calendar days after the date of receipt by Pasco County of a correct
invoice describing reasonable work allocable to the contract or after the date of
acceptance of work/goods that meets contract requirements, whichever event
occurs later. Discounts for payment in less than forty-five (45) days will not be
considered during evaluation for award but may be taken if applicable after award.
48. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS
Effective July 1, 2023, and pursuant to section 287.05701, the County: (1) may not
request documentation of or consider a vendor’s social, political, or ideological
interests when determining if the vendor is a responsible vendor; and (2) may not
give preference to a vendor based on the vendor’s social, political, or ideological
interests.
49. PUBLIC INFORMATION
49.1. After the County provides notice of an intended decision or thirty (30) days after
opening the bids, proposal, or replies, whichever is earlier, any and all information
contained therein, is considered public and may be reviewed by any person
interested in doing so as provided under Florida Law.
49.2. All materials submitted in response to this solicitation ultimately become public
record and shall be subject to inspection and copying as provided under Florida’s
public records laws. Unrestricted disclosure of proprietary information places it in
the public domain. Only submittal information clearly identified with the words
“Confidential Disclosure” and placed in a separate envelope marked as such shall be
considered to qualify as Trade Secret Data. Any material to be treated as Trade
Secret Data must include a justification for the request. The request will be
reviewed and either approved or denied by the County. If denied, the Bidder shall
have the opportunity to withdraw the entire Proposal or to remove the confidential
or proprietary restrictions. Neither cost nor pricing information nor the total
Proposal shall be considered confidential or proprietary. Any costs to preserve the
Trade Secret data designation shall be the responsibility of the Bidder.
50. PUBLISHED PRODUCT SPECIFICATIONS
The Bidder should submit a copy of the manufacturer's published and advertised
specifications, including warranty information, for the product(s) being offered, if
applicable. Failure to provide these specifications may be cause for bid rejection. If the
County is unable to verify compliance with the specifications, the response may be
rejected. The County's inability to verify responsiveness may result in a determination of
non-responsiveness and rejection.
51. PURCHASE ORDER REQUIREMENT
51.1. Purchases of Pasco County are authorized only if a signed purchase order issued in
advance of the transaction, showing that the ordering agency has sufficient funds
available to pay for the service. Vendors providing services without a signed
purchase order do so at their own risk.
14
51.2. Pasco County will not be liable for payment for any services provided under the
contract unless a valid purchase order has been issued to the vendor.
52. QUALIFICATIONS OF BIDDERS
The Bidder may be required, before the award of any contract, to show to the complete
satisfaction of Pasco County that it has the necessary facilities, ability, and financial
resources to provide the service specified therein in a satisfactory manner. The Bidder may
also be required to give a past history and references in order to satisfy Pasco County in
regard to the Bidder's qualifications. Pasco County may make reasonable investigations
deemed necessary and proper to determine the ability of the Bidder to perform the work,
and the Bidder shall furnish to Pasco County all information for this purpose that may be
requested. Pasco County reserves the right to reject any bid if the evidence submitted by,
or investigation of, the Bidder fails to satisfy Pasco County that the Bidder is properly
qualified to carry out the obligations of the contract and to complete the work described
therein. Evaluation of the Bidder's qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or
provide the service required.
b) The ability of the Bidder to perform the work or provide the service promptly or
within the time specified, without delay or interference.
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder.
d) The quality of performance of previous contracts or services.
53. QUALITY OF GOODS
53.1. All goods shall be new, in first class condition, and of the manufacturer's latest
design of the model presently in production. All materials, supplies, and equipment
furnished, or services performed under the terms of this purchase order or
contractual agreement shall comply with the requirements and standards specified
in the Williams-Steiger Occupational Safety and Health Act of 1970 (Public Law 91-
596), as well as other applicable Federal, State, and local codes.
53.2. Equipment and materials furnished by the Bidder having serious defects, corrosion,
or scratches which tend to present an "other than new" appearance shall be
promptly replaced or such defects promptly corrected by the Bidder at no cost to
Pasco County. Any existing Material Safety Data Sheets (MSDS) for the products,
materials, supplies, or equipment being bid must be submitted with the bid. No
product containing asbestos, lead paint or polychlorinated biphenyl (PCB) in any
form will be considered for award by Pasco County.
54. RECOVERY OF MONEY
Whenever, under the contract, any sum of money shall be recoverable from or payable by
the Bidder to Pasco County, the same amount may be deducted from any sum due the
15
Bidder under the contract or under any other contract between the Bidder and Pasco
County. The rights of Pasco County are in addition and without prejudice to any other right
Pasco County may have to claim the amount of any loss or damage suffered by Pasco
County on account of the acts or omissions of the Bidder.
55. RIGHT TO AUDIT
The Bidder shall maintain such financial records and other records as they relate to the
purchase of goods and/or services by Pasco County from the subject vendor. The Bidder
shall retain these records for a period of three (3) years after final payment, or until they
are audited by Pasco County, whichever event occurs first. These records shall be made
available during the term of the contract and the subsequent three (3) year period for
examination, transcription, and audit by Pasco County, its designees, or other authorized
bodies.
56. RISK OF LOSS
Pasco County shall be relieved from all risks of loss or damage to goods during periods of
transportation, manufacture, and the entire time the goods are in the possession of Pasco
County prior to acceptance by Pasco County. At such time, the risk of loss or damage for
goods shall pass to Pasco County. The Bidder shall not be responsible for damage to the
goods occasioned by negligence of Pasco County or its employees.
57. SCRUTINIZED COMPANIES AND OTHER PROHIBITED ENTITIES OR ACTIVITIES
57.1. A company is ineligible to, and may not, bid on, submit a proposal for, or
enter into or renew a contract with the County 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; Florida Statute, or
2. Is engaged in business operations in Cuba or Syria.
57.2. By signing this Agreement, the BIDDER certifies that it is not participating
in a boycott of Israel, is not on any of the aforementioned lists, and it does
not have business operations in Cuba or Syria. The BIDDER agrees to notify
the COUNTY if placement on any of the aforementioned lists occurs or if
the BIDDER is engaged in a boycott of Israel or has business operations in
Cuba or Syria.
16
57.3. The COUNTY may terminate this Agreement if the BIDDER’s certification
above is found to be false; has been placed on the Scrutinized Companies
that Boycott Israel List or is engaged in a boycott of Israel; has been placed
on the Scrutinized Companies with Activities in Sudan List or the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector
List; or has been engaged in business operations in Cuba or Syria. In
addition to possible termination of this Agreement based on the above
grounds, the County will comply with section 287.135, Florida Statutes,
regarding submittal of a false certification.
58. TABULATIONS
Solicitation results (tabulations) will not be given over the telephone or via fax.
59. TAXES
All bids shall be submitted exclusive of direct Federal, State, and local taxes; however, if the
Bidder believes certain taxes are properly payable, he/she may list such taxes separately in
each case directly below the respective item bid price. Prices quoted must be in units
specified and shall not include the cost of any such taxes, including those on any material,
supplies, or equipment used or installed in the work. Pasco County does not pay Federal
Excise and Sales Taxes on direct purchases of tangible personal property. See Exemption
Number on face of the resulting purchase order. This exemption does not apply to
purchases of tangible personal property made by contractors who use the tangible
personal property in the performance of contracts for improvement of County-owned real
property. Please refer to Chapter 192, Florida Statutes.
60. UNSATISFACTORY WORK
60.1. If, at any time during the contract term, the service performed or work done by the
Bidder is considered by Pasco County to create a condition that threatens the
health, safety, or welfare of the community, the Bidder shall, on being notified by
Pasco County, immediately correct such deficient service or work. In the event the
Bidder fails, after notice, to correct the deficient service or work immediately, Pasco
County shall have the right to order the correction of the deficiency by separate
contract or with its own resources at the expense of the Bidder.
60.2. Notwithstanding the above, Pasco County reserves the right to cancel a resulting
contract, without cause, by giving thirty (30) days' prior written notice to the Bidder
of the intention to cancel.
61. VENDORS LIST
Bidders must visit https://www.pascocountyfl.net/480/Do-Business-with-Us and follow
the link provided to the County’s electronic solicitation system to register as a vendor.
Once registered, Bidders will have the ability to view and download solicitations for Pasco
County as well as other participating government agencies in North America.
62. WARRANTIES
The Bidder agrees that the supplies and services furnished under this award shall be
covered by the most favorable commercial warranties the Bidder gives to any customer for
17
comparable quantities of such supplies or services and that the rights and remedies
provided herein are in addition to and do not limit any rights afforded to the County by any
other provision of this award.
END OF GENERAL CONDITIONS
1
OFFEROR INFORMATION/CERTIFICATION FORM
This form MUST BE:
• INCLUDED DOWLOADED, COMPLETED AND UPLOADED INTO BONFIRE WITH OFFEROR’S
SUBMISSION
• FULLY executed with original authorized signature and TWO witness signatures
1. "We offer to sell/provide Pasco County, Florida, the above item(s) and/or service(s) at the
price(s) stated, in accordance with the terms and conditions contained herein. In addition, the
item(s) and/or service(s) offered above meet all specifications contained herein or attached,
unless otherwise stipulated by exception. This offer to sell/provide is firm for ninety (90) days."
MUST BE SIGNED BY THE PRESIDENT OF THE CORPORATION, OR A MEMBER OF A MEMBER-MANAGED
LIMITED LIABILITY COMPANY, OR THE MANAGER OF A MANAGER-MANAGED LIMITED LIABILITY
COMPANY; OR INCLUDE WRITTEN PROOF THAT THE INDIVIDUAL SIGNING HAS THE AUTHORITY TO
OBLIGATE THE FIRM.
OFFEROR MUST BE REGISTERED ON SUNBIZ ( http://www.sunbiz.org/index.html ), FLORIDA
DEPARTMENT OF STATE DIVISION OF CORPORATIONS.
2. Legal Name of Offeror. Indicate if the Offeror is a Corporation, Joint Venture, Partnership, etc.:
(This name must match the name on your current W9 Form. The W9 will be requested at the
time of award.)
3. Name/title of contact person for the Offeror:
4. Business and mailing address: (If claiming
Local Vendor Preference, a valid Local Business Tax Receipt must be provided at the time the
response is submitted in order to qualify for such consideration)
5. Primary business and mailing address (if different):
6. Telephone number: ( ) Fax: ( )
Email Address:
The above-named Offeror affirms and declares:
A. That the Offeror understands all requirements of this request and states that as a serious
Offeror they will comply with all the stipulations included in this request.
ClearWater Solutions, LLC
Ray McCloskey, State Director of CMS, FL
3780 NE 40th Place, Ocala, FL 34479
352-355-5318
ray.mccloskey@clearwatersolutions.com
2
B. That the Offeror is of lawful age and that no other person, firm or corporation has any interest
in this Proposal or in the contract proposed to be entered into except as expressly stated
below:
C. That this proposal is made without any understanding, agreement, or connection with any
other person, firm or corporation making a proposal for the same purpose, and is in all respects
fair and without collusion or fraud except as expressly stated below:
D. That the Offeror is not in arrears to the Pasco County Board of County Commissioners upon
debt or contract and is not a defaulter, as surety or otherwise, upon any obligation to the Pasco
County Board of County Commissioners except as expressly stated below:
E. That the Offeror is in compliance with Section 448.095(2), Florida Statutes, requiring Contractor
and its Subcontractors to register with and utilize the U.S. Department of Homeland Security’s
E‐Verify program to verify the work authorization status of all newly hired employees and
acknowledges that it will be required to maintain such compliance throughout the term of any
Contract entered between the parties. The Offeror also confirms that no public employer has
terminated a contract with the Offeror for failure to comply with Section 448.095(2), Florida
Statutes, within the 12 months preceding the date this Certification Form is signed by the
Offeror.
F. That no officer or employee or person whose salary is payable in whole or in part from the County
is, will be or become interested, directly, or indirectly, surety or otherwise in this response; in the
performance of the resulting contract; in the purchase of supplies, materials, equipment, work
and/or labor to which they relate; or in any portion of the profits thereof.
G. That the Offeror has received and carefully examined all Addenda issued prior to uploading its
Response and its Response will be in accordance with all Addenda prior to Response Opening.
H. That by submitting a response, the Offeror certifies that it is not currently debarred from
submitting proposals for contracts issued by any political subdivision or agency of the State of
Florida and that it is not an agent of a person or entity that is currently debarred from submitting
proposals for contracts issued by any subdivision or agency of the State of Florida.
I. That pursuant to Section 287.087, Florida Statutes, Offerors understands that they may certify in
their response that they have implemented a drug free workplace program. If two or more
responses are deemed equal, preference will be given in the award process to the Offeror who
has furnished such certification with their response.
J. If claiming Local Vendor Preference, the Offeror certifies that they satisfy each of the following
criteria at the time of their submission of a response to the solicitation necessary to qualify as a
“Local Business”: a) a vendor, supplier, or contractor who does business in Pasco County by
providing goods, services, or construction; and b) maintains a physical business address located
within the jurisdictional limits of Pasco County in an area zoned for the conduct of such
3
business; and c) which the vendor, supplier or contractor operates or performs business on a
daily basis; and d) has for at least twelve (12) months prior to the bid or proposal opening date;
and (e) a copy of their local business tax receipt or qualifies as a business in a neighboring
county as listed in the County’s Purchasing Ordinance. Post office boxes shall not be used for
the purpose of establishing said physical address.
Please put an “X” in the applicable box or mark N/A
Local Business located in Pasco County
Business located within Hillsborough, Pinellas, Polk, or Hernando County
This local preference provision is not applicable to those solicitations involving the use of
either State or Federal funds as indicated below:
State/Federal Funds Involved: __ (Y if applicable, N if not applicable)
Note: If claiming Local Vendor Preference, a valid Local Business Tax Receipt must be provided at the
time the response is submitted in order to qualify for such consideration.
K. By signing this Certification, I represent that I am of lawful age and have the authority to bind the
Offeror for contract purposes. If someone other than the President of the corporation, or a
member of a member-managed limited liability company, or the manager of a manager
managed limited liability company, then one of the following must be submitted with this
Certification:
1. If Offeror is a corporation (includes incorporated or company, or abbreviations thereof, in
its name), and if other than the President of the corporation is signing this Certification,
then one of the following must be submitted with this Certification:
a. a current corporate resolution naming the officer or person signing this Certificate
as authorized to sign contracts on behalf of the company or,
b. a copy of the Board of Directors’ resolution or meeting minutes designating the
officer or person signing this Certificate as authorized to sign contracts for the
corporation, certified by the secretary of the corporation.
2. If Offeror is a limited liability company, then the following must be submitted with this
Certification: a copy of the Operating Agreement of the limited liability company showing
that that person signing this Certificate is authorized to sign contracts for the limited
liability company.
L. Attached to this response is a copy of the Certificate of Status from the Florida Secretary of
State, Division of Corporations, which can be downloaded from
https://dos.myflorida.com/sunbiz/search/.
N/A
N/A
N
4
M. Exceptions to any Contract Provisions and Miscellaneous Declarations (attach additional sheets, if
necessary):
(The remainder of this page intentionally left blank).
(SIGNATURES FOLLOW ON NEXT PAGE)
N/A
5
IN WITNESS WHEREOF, this proposal is hereby signed and sealed as of the date indicated.
ATTEST: OFFEROR:
BY:
Witness No. 1 ‐ Print Name (Authorized Signature in Ink)
Witness No. 1 – (Signature in Ink) (Printed name of Signatory)
Witness No. 2 – Print Name (Printed Title of Signatory)
Witness No. 2 – (Signature in Ink) (Signature Date)
CORPORATE SEAL
(where appropriate)
Ray McCloskey
State Director of CMS, FL
November 19, 2024
Fred Nelson
Donnie Miller
6
NOTARY ACKNOWLEDGMENT
STATE OF }
} ss
COUNTY OF }
The foregoing instrument was acknowledged before me on ________________, 20_____, by means of:
[___] physical presence, or
[___] online notarization
[as applicable, complete one (1) of the four (4) choices below]:
(1) FOR A CORPORATION OR LIMITED LIABILITY COMPANY:
[Name] , who executed the foregoing instrument as [Title] ____
of [Corporation or Company Name] , a:
[___] corporation, or
[___] limited liability company
organized under the laws of [State] __ , and who severally and duly acknowledged the
execution of such instrument as aforesaid on behalf of the corporation or limited liability company.
(2) FOR AN INDIVIDUAL ACTING IN HIS OR HER OWN RIGHT:
[Name] _____________________________________________________________.
(3) FOR A PARTNERSHIP:
[Name] ______Partner (or Agent), on behalf of [Name of Partnership]
, a [State] partnership.
(4) FOR AN INDIVIDUAL ACTING AS PRINCIPAL BY AN ATTORNEY IN FACT:
[Name] , as attorney in fact.
************************************************************************************
Said person is (check one below):
[___] Personally known to me, or
[___] Has produced as identification.
Signature of person taking acknowledgment
[Notary Stamp or Seal]
Print Notary’s Name
(This line is required to be completed by §117.05, F.S.)
X
Florida
Marion
November 19 24
Ray McCloskey State Director of CMS, FL
ClearWater Solutions, LLC
X
Alabama
N/A
N/A
N/A
X
7
PASCO COUNTY, FLORIDA
HUMAN TRAFFICKING AFFIDAVIT
This form must be completed by an officer or representative of the company or by the individual
entering into, renewing, or extending a contract with Pasco County.
Under penalty of perjury, I hereby attest that based upon my personal knowledge, the below‐
named company or individual does not use coercion for labor or services, as those terms are
defined in section 787.06, Florida Statutes.
__________________________________
Signature
__________________________________
Printed Name
__________________________________
Title
__________________________________
Name of Company if applicable
__________________________________
Date
STATE OF FLORIDA
COUNTY OF_____________________
The foregoing Human Trafficking Affidavit is sworn to (or affirmed) and subscribed before me
under penalty of perjury by means of ☐ physical presence or ☐ online notarization, this
______day of________, (month) ________ (year), by
_____________________________________________(name of person making statement).
_________________________________________________
(Signature of Notary Public ‐ State of Florida)
_________________________________________________
(Print Commissioned Name of Notary Public)
☐ Personally Known OR ☐ Produced Identification
_________________________________________________
Type of Identification Produced
Ray McCloskey
State Director of CMS, FL
ClearWater Solutions, LLC
November 19, 2024
Marion
19th November 2024
Ray McCloskey, State Director of CMS, FL
1
IFB-DS-25-008
SPECIFICATIONS
AS NEEDED PUMP STATION REHABILITATION SERVICES
IFB-DS-25-008
1. INTENT
It is the intent of the County to obtain the services of one or more qualified General
Contractor(s) to perform as needed rehabilitation of Pasco County Utilities’ pump
station facilities.
2. GENERAL REQUIREMENTS
2.1 All work must be performed in accordance with all applicable state, local and
national laws and codes.
2.2 All quantities stated in this solicitation are estimates for bidding purposes. The
County does not guarantee any quantities mentioned herein.
2.3 All work shall be performed according to the manufacturer’s installation
requirements and recommendations and in accordance with all plans and
specifications
2.4 All work must be completed by a contractor licensed in the state of Florida to
perform all work as described herein.
2.5 Vendor is responsible for all processes and costs associated with obtaining and
maintaining any required permits.
2.6 All work under this contract will be authorized by individual written Work Orders
approved by Pasco County Utilities (PCU).
2.7 All Work of this Contract is located in rights-of-way, County easements, or on
property owned by Pasco County, Florida.
2.8 All right-of-way (ROW) use permits, when applicable, will be provided by PCU.
2.9 The testing of samples and materials will be performed by the County.
2.10 The County reserves the right to award to the lowest, responsive, responsible
vendor per line item.
2.11 While it is the county’s intent to the contract to one Vendor, we reserve the right
to award to multiple Vendors if found to be in our best interest.
2
IFB-DS-25-008
2.12 Pricing must include all labor, tools, materials, and equipment needed to
complete all services as described herein.
3. MINIMUM QUALIFICATIONS
3.1 Licenses, Permits, and Certifications:
• The Contractor must comply with all Municipal, County, State, Federal,
and other codes, and permit requirements, as applicable, to the
proposed construction work.
• Contractors must provide copies of all required licenses and
certifications, as per the Contract Documents and Specifications,
including those for listed subcontractors, with their bid submittal for this
contract. Failure to include these documents may result in your bid being
deemed non-responsive.
• Proof of all federal and state required licenses and certifications to
perform the work, specified herein, according to all obligatory
organizations governed by Florida State Law, must be provided.
• All Subcontractor work will be the responsibility of the awarded
Contractor.
4. SCHEDULING
4.1 The work should only be performed during normal business hours of 7 AM- 3 PM
Monday – Friday, excluding holidays, unless otherwise approved by the County.
4.2 When it is necessary to perform work outside the normal business hours for the
County, the Contractor must give a minimum of seventy-two (72) hours’ notice
to the County.
5. COMMENCEMENT
5.1 Contractor will not conduct any work until a “Notice to Proceed” (NTP) is issued
by PCU for each individual Work Order.
6. REFERENCE STANDARDS
6.1 These specifications contain certain abbreviated references to standards or
specifications of various organizations including, but not limited to, the
following:
• AASHTO, American Association of State Highway Traffic Officials
3
IFB-DS-25-008
• ANSI (USASI, ASA), American National Standards Institute (formerly
United States of America Standards Institute, formerly the American
Standards Association)
• ASTM, American Society for Testing and Materials
• AWWA, American Water Works Association
• CSI, Construction Standards Institute
• DIPRA, Ductile Iron Pipe Research Association
• EPA, Environmental Protection Agency, United States
• FDEP, Florida Department of Environmental
• FM, Factory Mutual
• NEC, National Electrical Code
• NEMA, National Electrical Manufacturers Association
• OSHA, Occupational Safety and Health Administration (U.S. Department
of Labor)
• SWFWMD, Southwest Florida Water Management District
• UL, Underwriters Laboratories
6.2 When standards or specifications are indicated herein by reference, the
referenced portion will apply to the most recent edition of the publication
and will have the same force and effect, to the extent indicated by the
references thereto, as if they were included herein in their entirety.
7. PUBLIC CONVENIENCE AND SAFETY
8.1 Materials stored at the work site must be placed where there will be no
obstruction to vehicular or pedestrian traffic.
8.2 Contractor must obtain the County’s consent prior to storing material at the
jobsites.
8.3 No roadway will be closed except by express written permission of the County
or such other authorized public agency having jurisdiction.
• Road closure/Detour must be requested with a detailed detour map
showing signage, etc. and must be approved by the Traffic Operations
Division and the Board of County Commissioners followed with a
newspaper notice.
8.4 Precaution must be exercised at all times for the protection of persons and
property. The safety provisions of applicable laws, building codes, and
construction codes must be observed.
8.5 Machinery, equipment, and other hazards must be guarded in accordance with
the safety provisions of the OSHA and the Manual of Accident Prevention in
4
IFB-DS-25-008
Construction, published by the Associated General Contractors of America.
9. CHEMICAL USAGE
9.1 All chemicals used during execution of the work, whether herbicide, pesticide,
disinfectant, polymer, reactant, or of other classification, must show approval
of either the EPA or the U.S. Department of Agriculture (USDA), as applicable.
9.2 Use of all such chemicals and disposal of residues will be in strict conformance
with all environmental regulations.
10. PROTECTION AND RESTORATION OF PROPERTY
10.1 The Contractor will not enter any private property for any purpose without
obtaining permission in advance, and will use every precaution necessary to
prevent damage or injury to any public or private property, trees, fences,
monuments, and underground structures, etc., on and adjacent to the site of
the work.
10.2 If work is to be performed in an easement on private property, the affected
property owners must be notified twenty-four (24) hours in advance of
construction.
10.3 The Contractor will not do any work that would affect any railway track,
pipeline, telephone, power transmission line, or other utilities or structures, or
enter upon the right-of-way or other lands appurtenant thereto, until
authority, has been secured from the proper persons.
10.4 Utility location agencies, such as “Sunshine 811” must be given sufficient notice
prior to construction. All costs for utilities locating will be covered by
Contractor.
10.5 The Contractor will be responsible for all damage or injury to property of any
character resulting from any act, omission, neglect, or misconduct in the
execution of the work, from his non-execution of the work, or from defective
work or materials; and he will not be released from the responsibility until the
work has been completed, accepted and the warranty requirements fulfilled,
as determined by PCU.
10.6 Contractor will be paid for repairs directly related to the work, however, the
Contractor will be responsible for any damages from equipment or personnel
not directly required by the work, as determined by PCU.
10.7 All damage as a result of construction work done to existing structures,
wetland areas, roadway pavement, driveways, other paved areas, fences,
utilities, traffic- control devices, and any other obstruction not specifically
named herein, will be repaired, restored, or replaced by the Contractor, at his
5
IFB-DS-25-008
sole expense, unless otherwise specified.
10.8 During the course of construction, the Contractor must take special care and
provide adequate protection in order to minimize damage to vegetation,
surfaced areas, and structures within the construction right-of-way, easement,
or site.
10.9 The Contractor will immediately repair any damage to private property.
10.10 If the removal or trimming of valuable trees, shrubs, or grass will be required
to facilitate the installation within the designated construction area, this work
must be done in cooperation with the County and/or local communities in
which the work takes place.
• The valuable vegetation, removed or damaged, will be replanted, if
possible, or replaced by items of equal quality, and maintained, by the
Contractor, until growth is re-established.
• Topsoil damaged in the course of work will be replaced with at least a
four-inch (4”)layer of suitable material.
• Existing sidewalks and driveways removed, disturbed, or destroyed by
construction will be replaced or repaired, at the Contractor’s expense.
The finished work will, as a minimum, be equal in all respects to the
original.
10.11 Following completion of construction, the work area along the route of the
installation will be finish graded to elevations compatible with the adjacent
surface, with grassing or hand-raking required within developed areas.
10.12 Work site cleanup and property restoration will follow behind construction
operations without delay.
10.13 In order to facilitate an acceptable construction site, debris and waste
materials will be removed from the site daily and trenching length versus
laying pipe will be coordinated to preclude overnight trench opening.
10.14 Construction site maintenance, along with ongoing cleanup and final property
restoration acceptance, will be as directed and approved by the County, if
necessary.
11. WORK IN STREET
11.1 Maintenance of Traffic (MOT) – The Contractor will provide bypasses,
crossings, and other means for the maintenance of one-way traffic on all
streets and two-way traffic, wherever possible, on all streets where work is in
progress.
6
IFB-DS-25-008
• Construction operations will be during the time and days specified herein
or as otherwise instructed by PCU.
• The Contractor will plan and schedule his operations to impose the least
possible interference with normal traffic flow.
• The Contractor is required to have a County-approved, traffic-control
plan for each situation that may occur during the course of construction.
This applies to State-controlled ROW as well as County ROW.
• The traffic-control plan must be submitted to the “Traffic Operations
Manager”, in the Pasco County Traffic Operations Department, for their
review and approval more than forty-eight (48) hours prior to any
activity.
11.2 Guardrails and Barricades - The Contractor will provide, erect, and maintain
effective barricades, traffic signals, and signs on all intercepted streets or
highways and in other locations where required for the protection of the work
and the safety of the public.
• Barricades or obstructions that encroach on or are adjacent to public
ROW must be provided with lights that are kept lit at all times between
sunset and sunrise.
• Contractor must conform to all State, County, and local laws and
regulations in effect when the work is undertaken.
• The Contractor will be responsible for all damages resulting from any
neglect or failure to meet these requirements.
11.3 Disruption of Services – Adequate means of access to all public and private
properties during all stages of construction must be provided. Unless approval,
in writing, is provided by the affected agency or County, there will be no
interruption of service to present customers of such utilities requiring repairs,
changes, or modifications caused by the construction work.
12. DISRUPTION TO EXISTING SYSTEM OPERATION
12.1 The Contractor will perform operations necessary for connecting to the existing
system at times of minimum flow rate.
12.2 The said operations must be accomplished expeditiously in order to minimize
service disruption.
12.3 All schedules must be coordinated with and approved by PCU in advance of
work.
12.4 A plan for connection must be submitted to PCU a minimum of seventy-two
(72) hours prior to connection.
7
IFB-DS-25-008
14. CONFORMITIES WITH SPECIFICATIONS AND ALLOWABLE DEVIATIONS
14.1 Contractor will complete all work as instructed by the PCU on each Work Order
and as per these specifications, conforming to the elevations and gradients
specified.
14.2 All parts of both substructures and superstructures must be in proper alignment
and adjustment.
14.3 The Contractor will provide all frames, forms, shoring, guides, anchors, and
temporary structures that may be required to complete the work as specified
herein.
14.4 Any deviation will require PCU’s approval in advance.
15. SUBSTITUTIONS OR "APPROVED EQUALS”
15.1 Whenever a material or article required is specified by using the name of the
proprietary product or of a particular manufacturer or vendor, it will be only for
the purpose of establishing a standard of quality for the specified materials.
15.2 Any material or article that will perform the function imposed by the general
requirements will be considered equal and satisfactory with prior approval by
PCU.
15.3 Any substitutions will not be purchased or installed without prior written
approval from PCU. Substitution may be restricted due to inventory control.
16. FIELD LAYOUT
16.1 When available, the County supplied Records drawings, Atlas sheet, street
address and other pertinent information will identify the general location of the
work area. If there is any question as to the general location described by the
County, the Contractor must seek clarification from the PCU Representative
before beginning any work.
17. INSPECTIONS/ FINAL ACCEPTANCE
17.1 All construction is subject to inspection by PCU and certain tasks require that a
PCU Inspector be on the site to properly document the procedure, test results
and/or material used.
8
IFB-DS-25-008
• On the occasions that a PCU Inspector is required on site to observe these
tasks, forty-eight (48) hours advance notice will be required (Saturday, Sunday
and Holidays excluded).
17.2 Should the Contractor suspend work on any given project, the Contractor will
provide written notification, detailing the reason for the suspension, to PCU
within at least two (2) business days. Additionally, forty-eight (48) hours
advance, written notice will be required for a restart of the project.
17.3 Any defective work will be corrected or repair to the satisfaction of PCU at no
additional cost to the County.
17.4 Final acceptance will be granted when upon satisfactory final completion of the
work including restoration of disturbed areas and cleanup. No payment will be
made by the Owner until the final acceptance is issued by PCU.
18. INSPECTIONS BY OTHER AGENCIES
18.1 Any local agency or other authorized governmental agencies having legal interest
in the project will have free access to the site for inspecting materials and work,
and the Contractor will afford them all necessary facilities and assistance for
doing so.
18.2 Any instructions to the Contractor resulting from these inspections will be given
through PCU.
18.3 These rights of inspection will not be construed to create any contractual
relation between the Contractor and these agencies.
19. DEFECTIVE AND UNAUTHORIZED WORK
19.1 All work that has been rejected will be repaired or, if it cannot be satisfactorily
repaired, will be removed and replaced at the Contractor's expense.
19.2 Materials, not conforming to the requirements of the specifications, will be
removed immediately from the site of the work and replaced with satisfactory
material, by the Contractor, at his own expense.
19.3 Failure to reject any defective work or material during construction will not
prevent later rejection upon discovery or obligate the County to final
acceptance.
9
IFB-DS-25-008
20. WARRANTY
20.1 Warranty Period: Unless noted, One-Year, from the date of acceptance by the
County, workmanship and materials warranty is required for all work performed
under these specifications.
20.2 Warranty Repairs During the time that work under these specifications is either
under construction or in the warranty period, emergencies which arise must be
handled as the situation dictates. Inasmuch as each situation is unique due to
time, place, and circumstance, the following guidelines will be used to the fullest
extent possible:
• An emergency is defined as a situation that develops suddenly and
demands immediate action to halt a worsening condition.
• During an emergency, Contractor must respond within four (4) hours
from notification by the County or as otherwise agreed upon by both
parties. Repairs which are the result of such emergencies are the
responsibility of the Contractor.
• Non-emergency-type repairs must be complete or at least in progress
within seven (7) calendar days of notification by the PCU.
• Any repairs accomplished under this section, by PCU, may be billed to the
Contractor.
21. CONTRACT TERM
The successful bidder(s) will be awarded an initial three (3) year contract. The County
reserves the right to extend any agreement for up to two (2) periods of up to twelve
(12) months if agreeable to all parties.
10
IFB-DS-25-008
EXHIBIT A – MEASUREMENT AND PAYMENT
1. GENERAL
1.1 The Contractor will receive compensation for all labor, tools, and
equipment for performing all operations necessary to complete the work
as set forth in each Work Order, as applicable.
1.2 Full payment for the work will be inclusive of all loss or damages arising
from the nature of the work, or from the action of the elements or from
any unforeseen difficulties that may be encountered during the
prosecution of the work until final acceptance by the County.
1.2 Any cost incurred that is not directly provided by a bid item will prorated
and included in the bid item that required the materials or services.
1.3 The prices bid for the various items of work are intended to establish a
total price for completing the work. Any additional assumed costs should
be factored into the bid price provided to reflect the estimated total price
of completion for the item.
2. BID ITEM DESCRIPTION
2.1 Payment for all work done in compliance with the Contract Documents,
inclusive of furnishing all labor, equipment, materials and performance of
all operations relative to construction of this project, will be made under
Pay Items listed herein and in accordance with the accepted Proposal.
2.2 Work for which there is no Pay Item will be considered incidental to the
Contract and no additional compensation will be allowed. Mobilization and
demobilization must be included in each line item.
2.3 The bid item description, method of measurement and basis for payment
are listed on the following pages:
PAY ITEM NO. 1. FURNISH AND INSTALL DISCHARGE PIPING
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the replacement of discharge piping of different
types and sizes as described on the Bid Form.
11
IFB-DS-25-008
B. Piping to be replaced includes, wet wells, valve- box discharge piping, and
gravity influent piping.
C. The unit prices will contain all costs necessary to procure the pipe; install
the pipe; cutting of existing pipe; disposal of removed pipe; joint restraint;
trench safety; and necessary materials required to construct a complete
and operable discharge piping in accordance with the Contract Documents.
D. This includes restoration.
E. Measurement of payment will be the diameter and actual linear feet of
pipe installed and accepted by the PCU.
PAY ITEM NO. 2. FURNISH AND INSTALL MYERS SUBMERSIBLE PUMPS BASE ELBOW
PACKAGE AND GUIDE RAILING SYSTEM
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install new base elbow packages
including:
• Iron Base Plates
• MYERS Base Elbows and Guide Railing Systems for various MYERS
base packages.
• MYERS Base Elbows as follows:
• SRA-3030 with one and a half (1 ½) inch Guide Rails
• SRA-4040 with one and a half (1 ½) inch Guide Rails
• SRA-44HH (Heavy Duty) with two (2) inch Guide
Rails
• SRA-66 with two (2) inch Guide Rails
B. The unit prices must include costs for parts, materials, labor and all
incidentals required to install the units in accordance with the Contract
Documents and Manufacturer’s instructions.
C. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
12
IFB-DS-25-008
PAY ITEM NO. 3. FURNISH AND INSTALL ABOVEGROUND DUPLEX MANIFOLD
ASSEMBLIES
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install aboveground duplex manifold
assemblies including pipes, check and gate vales, pipe stands, pump out
valve, all flanged fittings and sealing materials for all tie-ins to the sewer
system.
B. The unit price must include all costs for parts, materials and labor required
to complete the work in accordance with the Contract Documents and
County Standards as per PCU’s instructions.
C. The work includes any excavation equipment required to perform tie-in’s
outside of the DRYWELL by means of cutting out the back of the drywell
wall for tie-in to the existing force main.
D. The tie-in parts and materials required for the tie-in, from the manifold to
the final tie-in connection point, are included in this unit pricing.
E. Any connection point starting from the bottom ninety (90) below ground
exceeding twenty linear feet (20 LF) to existing point of connection will be
compensated separately.
F. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
PAY ITEM NO. 4. FURNISH AND INSTALL ABOVEGROUND TRIPLEX MANIFOLD
ASSEMBLIES
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install aboveground triplex manifold
assemblies including pipes, check and gate valves, pipe stands, pump out
valve, all flanged fittings and sealing materials for all
tie-ins to the sewer system.
B. The unit price must include all costs for parts, materials and labor required
to complete the work in accordance with the Contract Documents and
County Standards as per PCU’s instructions.
13
IFB-DS-25-008
C. The work includes any excavation equipment required to perform tie-in’s
outside of the DRYWELL by means of cutting out the back of the drywell
wall for tie-in to the existing force main.
D. The tie-in parts and materials required for the tie-in, from the manifold to
the final tie-in connection point, are included in this unit pricing.
E. Any connection point starting from the bottom ninety (90) below ground
exceeding twenty linear feet (20 LF) to existing point of connection will be
compensated separately.
F. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
PAY ITEM NO. 5. FURNISH AND INSTALL INSIDE PVC-DROP LINE CONNECTION
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the installation of a PVC-drop with stainless steel
bracing inside of the wet well as directed by the PCU and these
Documents.
B. The unit price must contain all costs necessary to procure the pipe and
fittings; install the pipe; adapters and gaskets, as applicable; cutting
existing pipe; disposal of removed pipe; joint restraint; trench safety; and
all other related and necessary materials required to construct a complete
and operable drop pipe in accordance with the Contract Documents and
County Standards.
C. The quantities for payment will be based on the size of pipe of the required
length measured in vertical linear feet installed, completed, and accepted.
PAY ITEM NO. 6. WET WELL NEW FLOOR POUR
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the installation of new pour concrete floor in the
bottom of a wet well as directed by the PCU.
B. The unit price must contain all costs necessary to construct a concrete
Class “A” three thousand five hundred pressure per square inch (3500 psi)
including any protective coatings, and all other related and necessary
materials required to construct a complete and usable structure in
accordance with the Contract Documents and County Standards.
C. Measurement of payment will be the actual cubic yard of concrete
installed and accepted.
14
IFB-DS-25-008
PAY ITEM NO. 7. REMOVAL OF EXISTING COATING AND/OR LINER
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the removal of existing coating or liner inside of
the wet well and/or manholes as directed by the PCU.
B. The unit price must contain all costs necessary for disposal of removed
liner; trench safety; and all other related labor and necessary materials
required to complete the work in accordance with the Contract
Documents.
C. The quantities for payment will be based on the square footage removed,
disposed of, and accepted by PCU.
PAY ITEM NO. 8. PUMP STATION ABANDONMENT AND EQUIPMENT REMOVAL
A. The work consists of furnishing all labor, equipment, materials,
mobilization of equipment, traffic control and supervision necessary for:
i. Top slab, pumps, valves, piping and related equipment removal
including disposal of all debris off site and transportation of demo
material (metal/iron) to the nearest County Wastewater Plant (i.e,
Embassy Hills WWTP or Wesley Center WWTP) as per these
Documents. The work includes any excavation and/or equipment
to remove DRYWELL top slab and cutout of the back wall for tie-in
purposes.
ii. This unit pricing is all inclusive for Pump Station Abandonment,
Equipment Removal and Sealing discharge piping with red brick and
hydraulic cement
iii. The unit price must contain all costs necessary to procure the
materials and install it as per the Contract Documents.
B. Measurement of payment will be the actual number of each unit as
specified in the Bid form for completed item.
PAY ITEM NO. 9. CORE DRILLING
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the core drilling of structures as required.
B. The unit price must contain all costs necessary to core the structure
including: flexible rubber boot, link-seal, and all other related and
necessary materials required in accordance with the Contract Document.
15
IFB-DS-25-008
C. The quantities for payment will be based on the diameter of the hole core
drilled.
PAY ITEM NO. 10. BYPASS PUMPING SYSTEM SETUP OPERATION
A. Measurement and payment of this pay item is based on the mobilization
and setup of bypass sewage pumping equipment and all temporary piping
as required by the Contractor to perform contracted work as required.
B. Price must include all labor to set up/remove equipment as well as the
operation of the bypass pumping equipment, fittings, road plates, other
equipment and materials, testing, and any required incidentals necessary
to completely install the bypass pumps including secondary standby bypass
pumps also connected to the line. No additional compensation is
applicable for bypassing setup and/or ancillaries to complete Bypassing.
C. The quantities for payment will be the weekly rate based on the size of
pump(s) used and also additional actual number of days (one [1] day =
twenty-four [24] hours) or fractions thereof, that the bypass pumping
equipment is placed in operation by the Contractor to perform the
required work.
PAY ITEM NO. 11. FURNISH AND INSTALL WET-WELL PRE-CAST TOP SLAB AND ACCESS
FRAME/DOOR (ALUMINUM)
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for installing the wet-well top slab complete with
access frame and doors as manufactured by US Foundry & Manufacturing
Corporation Model #APS300 or EQUIVALENT.
B. The unit price must contain all costs necessary to procure the top slab,
install the top slab, protective coatings (not including corrosion- control
coatings), engineered and scaled (Florida P.E.) drawings for slab, frame and
doors, and all other related and necessary materials required to
install a useable top slab and frame in accordance with the Contract
Documents and County Standards.
C. Payment includes demolition, removal, and disposal of any existing top
slab and relocation of any equipment and restoration for use if not a new
installation.
D. Unit pricing includes various thicknesses varying from six (6) inches thru
twenty-four (24) inches.
E. The quantities for payment will be based on each separate pay item of the work
constructed, completed, and accepted.
16
IFB-DS-25-008
PAY ITEM NO. 12. RESTORATION OF PROPERTY
A. Description:
• Concrete Sidewalk and Miscellaneous Concrete (three thousand pressure per
square inch [3000 PSI])
• This bid item includes construction of concrete sidewalk and miscellaneous
concrete.
• The quantities for payment will be based on design thickness and unit of
measure as designated on the proposal. This should include formwork,
concrete, expansion joint material, reinforcing and finishing.
• Concrete Gutter and Curb Elements
• This bid item includes construction of Miami curbs and gutters or valley
gutters.
• The quantities for payment will be measured in linear feet according to type of
curb, curb and gutter, or gutter, as designated in the Proposal. This includes
formwork, concrete, reinforcement, finishing and all incidentals.
• Concrete Grade Slabs and Driveways (four thousand pressure per square inch
[4000 PSI])
• This bid item includes construction of concrete driveways and slabs on grade.
Concrete must be a minimum of four thousand pressure per square inch (4000
PSI) and installed to County specifications.
• The quantities for payment will be measured in square feet of six inches (6”).
This should include labor, supervision, support forms, formwork, concrete,
reinforcement, expansion joint materials, installing, hauling, and finishing.
PAY ITEM NO. 13. UNSPECIFIED WORK LABOR – HOURLY RATES
A. The work under this Pay Item consists of unforeseen units of work not
included in other Bid Items, but necessary for accomplishing the work, and
will apply only to extra work or additional items other than those specified
or shown on the Bid Form.
B. The cost of this additional work will be agreed upon and approved by PCU
in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supply house invoices. No markup will
be allowed for this item.
D. The quantities for payment of Unspecified Work to be paid for under this
Pay Item will be measured in units of pay for work in place, completed, and
accepted.
17
IFB-DS-25-008
PAY ITEM NO. 14. UNSPECIFIED MATERIALS
A. The work under this Pay Item consists of unforeseen units of materials not
included in other Bid Items, but necessary for accomplishing the work and
will apply only to extra work or additional items other than those specified
on the Bid Form.
B. The cost of these additional materials will be agreed upon and approved by
the PCU in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supplier invoices plus ten percent
(10%) markup. No Sales Tax or freight charges may be marked up.
D. The quantities for payment of Unspecified Materials to be paid for under
this Pay Item will be measured in units of pay for work in place, completed,
and accepted.
PAY ITEM NO. 15. UNSPECIFIED EQUIPMENT
A. The work under this Pay Item consists of unforeseen units of equipment
not included in other Bid Items but necessary for accomplishing the work
and will apply only to extra work or additional items other than those
specified or shown on the Bid Form.
B. The cost of this additional work will be agreed upon and approved by PCU
in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supply house invoices. No markup will
be allowed for this item.
D. The quantities for payment of Unspecified Equipment to be paid for under
this Pay Item will be measured in units of pay for work in place, completed,
and accepted.
3. APPLICATION FOR PAYMENT
3.1 For payment of work under this contract, the Contractor will submit to the
Owner invoice(s) for completed Work Order(s) along with copy of the
executed Work Order Form and supplier invoices as stated herein.
3.2 The invoice must include Work Order number(s), County Purchase Order
number, description of the work, location of work, and cost according to
the unit prices listed on the Bid Form and actual dates and time of the
work performed.
18
IFB-DS-25-008
3.3 All work is subject to verification by the Owner. Contractor will maintain
proper records to verify work performed. Failure to maintain adequate
records or provide authorized work orders will result in non-payment or
cancellation of the Contract.
3.4 Unless otherwise indicated in the bid documents, payment terms will be
net forty- five (45) days. Terms not consistent with this provision are not
acceptable and may be cause for rejection. The Owner will pay the
Contractor within forty-five (45) days after the receipt of a correct invoice
for reasonable work allocable to the Contract or after the date of
acceptance of work that meets contract requirements, whichever event
occurs later. Payment(s) are considered effective on the date payment is
mailed.
END OF EXHIBIT A – MEASUREMENT AND PAYMENT
19
IFB-DS-25-008
EXHIBIT B – WASTEWATER PUMP STATIONS
1. GENERAL
1.1 All work must be completed in accordance with the Contract Documents and
County Standards as per PCU’s instructions and site visit.
2. SUBMERSIBLE PUMPS BASE ELBOW PACKAGE AND GUIDE RAILING SYSTEM
2.1 Contractor will furnish and install combination support plated base and
discharge elbow, guide rail assembly and lift chains for Myers submersible
pumps, MYERS Base Elbows and Guide Railing Systems for various MYERS base
packages.
• MYERS Base Elbows as follows:
• SRA-3030 with one and a half (1 ½) inch Guide Rails
• SRA-4040 with one and a half (1 ½) inch Guide Rails
• SRA-44HH (Heavy Duty) with two (2) inch Guide Rails
• SRA-66 with two (2) inch Guide Rails.
2.2 Guide railing system will be provided to ensure simple and effective removal and
reinstallation of the pump set.
• The system will be comprised of two full length vertical stainless steel
(SS) 316 guide rails.
• When the Guide Rail installation exceeds twenty ( 20) feet, the Guide
Rails will be welded by Contractor to the required length.
• These will be retained at the bottom by fixings forming part of the
discharge connection and at the top by a bracket/access frame
arrangement.
2.3 The access frame will be drilled for lifting chain support brackets and motor
cable support clips. The work must include all necessary equipment, brackets,
and clips, fixing and packing.
2.4 Work will also include removal of the old unit. All removed parts and equipment
must be returned to PCU.
2.5 Equipment must be installed as per Manufacturer’s instructions and County’s
Standards, unless directed by PCU otherwise.
2.6 A Manufacturer’s warranty must be provided with the unit.
20
IFB-DS-25-008
3. PUMP STATIONS MANIFOLD ASSEMBLIES
3.1 Manifold assembly parts will be furnished and installed by Contractor, as per
County Standards, with minor field changes, as instructed by PCU. Work will
include any and all excavation equipment for manifold assemblies and all line
connections from the bottom of the wet well to the force main connection.
3.2 Duplex Manifold Assemblies - Will include, but not be limited to:
• Flanged Fittings
• Four (4), ninety (90) degree bends
• Two (2) Tees
• Force mains tie-in fittings with one (1) isolated resilient wedge gate valve
with hand wheel and valve box- KENNEDY, to be installed above ground
(Handwheel) or below ground (Square Nut) at Owner’s discretion.
Various Tie-In materials, fittings and pipe determined per tie-in
• Two (2) manifold branch check Valves – KENNEDY
• Two (2) manifold branch resilient wedge gate valves with hand wheel –
KENNEDY
• Pipe supports
• One (1), four (4) inch pump out with one (1) isolation resilient wedge gate
valve with hand wheel with camlock and accessories
• Flanged gasket accessories kits (SS 316)
• One (1) Megalug restrainer Kit
• Link seal materials as needed
3.3 Triplex Manifold Assemblies. Will include, but not be limited to:
• Flanged Fittings
• Six (6), ninety (90) degree bends
• One (1)Tee
• One (1) Cross
• Force mains tie-in fittings with one (1) isolated resilient wedge gate
valves with hand wheel and valve box. – KENNEDY, to be installed above
ground (Handwheel) or below ground (Square Nut) at Owner’s discretion.
Various Tie- In materials, fittings and pipe determined per tie-in
• Three (3) manifold branch check Valves – KENNEDY
• Three (3) manifold branch resilient wedge gate valves with hand wheel –
KENNEDY
• Pipe supports
• One (1), four (4) inch pump out with one (1) isolation resilient wedge gate
valve with hand wheel with camlock and accessories
• Flanged gasket accessories kits (SS 316)
• One (1) Megalug restrainer Kit
• Link seal materials as needed
4. INSIDE PVC-DROP CONNECTION TO WET WELL
21
IFB-DS-25-008
4.1 The work consists of furnishing all labor, equipment, materials, and supervision
necessary for the installation of a PVC-drop line with stainless steel bracing
inside of the wet well as directed by the PCU and these Documents.
4.2 Contractor will be responsible for procuring the pipe; installing the pipe,
adapters and fittings as applicable; cutting existing pipe; disposal of removed
pipe; joint restraint; fittings, trench safety; and all other related and necessary
materials required to construct a complete and operable drop pipe, as per these
documents and County Standards.
4.3 Stainless steel bracing will be installed not more than ten (10) feet apart.
External pipe-to-pipe restraining devices which clamps onto ours, that would
otherwise damage the pipe surface as a result of point-loading, will NOT be
permitted. The joining system will incorporate a sealing gasket to provide
watertight seal.
4.4 Pipe and fittings will be PVC schedule eighty (80) and all hardware, including
flange bolts and nuts, will be stainless steel. Adapters and gaskets will be
provided by the same pipe manufacturer.
5. PUMP STATION WET WELLS
5.1 Wet Well Top Slab
• Must be six (6) inches thick minimum
• Must be twenty-four (24) inches maximum depending on the existing
thickness
• Must be constructed of precast concrete conforming to ASTM C478
• Must be as per County’s Standards
• Precast pre-stressed members will be manufactured in accordance with
the standards of the Pre-stressed Concrete Institute and ACI 318 and 301
• Concrete used in pre-stressed members must develop a twenty-eight (28)
day strength of five thousand pressure per square inch (5000 P S I )
• Engineered scaled design drawings stamped and sealed by a Florida
Professional Engineer must be submitted to PCU for review prior to
commencing any work
• Pre-cast structures will be installed at the grade and alignment shown on
County’s Standards
5.2 Wet Well Access Door
• Must be provided with an aluminum access frame complete with hinged
and hasp-equipped cover
• Must be sized as needed
• Must be utilizing a double-door design as manufactured by US Foundry &
manufacturing Corporation Model #APS300 or equivalent
22
IFB-DS-25-008
• The cover will be able to support a static load equal to three hundred (
300) pounds per square foot
• All support bracing will be incorporated into lids, thus providing
unrestricted access
• No frame-mounted cross supports will be allowed
• Frame will be securely mounted in the concrete top slab
• Each door will have safety-locking handle to maintain the lid in the open
position
• Fall Protection – new lid will include ridged safety grating; nylon safety
nets will not be allowed
• All components must be of aluminum and/or stainless steel
5.3 Wet Well Floor Pour
• Contractor will provide concrete to pour new wet well floor as per
County’s standards
• Grout must be a minimum of three thousand five hundred pressure per
square inch ( 3500 PSI) concrete
• Must conform to FDOT latest Standard Specifications for Portland
Cement, aggregates, and mixing.
• Concrete mix lab test results must be provided to the County for review.
6. LINER REMOVAL
6.1 When requested by PCU, Contractor will remove existing liner/coating materials
from sewer structures up to three (3) inch thickness.
6.2 Removed material must not be allowed to enter the sewer system and will be
disposed of by Contractor, at the Contractor’s expense.
7. PUMP STATION ABANDONMENT AND EQUIPMENT REMOVAL
7.1 Work will include all labor, materials, equipment and supervision required for
the abandonment of existing County pump stations and equipment removal as
needed. The work consists of, and can include, but is not limited to, any
excavation equipment required for pipework, and lid removal.
• Pumps, valves, piping and related equipment removal for a duplex or
triplex pump stations
• Equipment will be removed from dry well vault including submersible
pumps, valves and piping
23
IFB-DS-25-008
• Removed equipment must be transported to the Embassy Wastewater Plant
located at 9512 Crabtree Avenue, Port Richey, FL 34668 (West side) or
Wesley Center WWTP, 7501 Boyette Rd, Wesley Chapel, FL, 33544 (East side)
• Top slabs will be demolished as part of the scope
• All materials removed will be disposed of by Contractor off site at the
Contractor’s expense
• Sealing all existing pipes from inside structures
• Encountered piping will be plugged and sealed, as instructed by PCU, with
red brick and hydraulic methods consisting of sand or gravel and Portland
cement prior filling the structures.
• Restoration of disturbed areas is considered incidentals for all abandonment
items.
8. CORE DRILLING
8.1 When authorized by PCU, Contractor will core drill holes on manhole and wet
well structures for the installation of pipe connections, posts and other pipe
connections.
8.2 Contractor will perform work only with approved coring machines to produce a
smooth hole for the different sizes specified on the Bid Form.
8.3 Contractor will also secure the perforated holes with the appropriate means
until connection has been performed.
9. PUMPING AND BYPASSING
9.1 When pumping and bypassing is required or ordered by the PCU, the Contractor
will supply the pumps, line stops, conduits, hosing, fittings, appurtenances and
other equipment to divert the flow of sewage around the pipeline on which is to
be performed. This includes all bypass piping and fittings required to bypass the
Pump Station.
9.2 The bypass system will consist of one (1) primary and one (1) secondary pump
connected in parallel and of sufficient capacity to handle existing peak flow plus
additional flow that may occur during a rainstorm.
24
IFB-DS-25-008
9.3 The Contractor will be responsible for furnishing all necessary labor and
supervision to set up and operate the pumping and bypassing system.
9.4 When flow in a sewer line is plugged, blocked, or bypassed, sufficient
precautions must be taken to protect the sewer lines form damage that might
result from sewer surcharging. Further, precautions must be taken to ensure
that sewer flow control operations do not cause flooding or damage to public or
private property being served by the sewers involved.
9.5 Under no circumstances will sewage be discharged into/onto any place other
than another sewer manhole or a piece of equipment designed to carry sewage.
9.6 Any damage caused from the Contractor’s neglect of these precautions is solely
the responsibility of the Contractor.
10. SUBMITTALS
10.1 Manufacturer’s Shop Drawings:
• Before commencing any work, Contractor will provide to PCU, for review,
preliminary drawings, engineering data clearly marked with the name of
the project, equipment, and fabricated materials to be furnished by the
manufacturer under this contract as applicable.
• Shop drawings must include all information pertaining to the equipment or
material provided under these specifications.
• Data will include drawings and descriptive information in sufficient detail to
show the kind, size, arrangement, and operation of component materials and
devices; the external connections, anchorages, and support required; and
dimensions needed for installation and correlation with other materials and
equipment.
• All part numbers and catalog data required for ordering spares and replacements
will be provided.
11. EVALUATION OF MATERIALS
11.1 The evaluation of the shop drawings will be on the basis of conformance to the
specifications.
11.2 The evaluations will be based on manufacturer's data submitted and will include
the following considerations:
• Equipment and materials to be provided.
25
IFB-DS-25-008
• Project design changes that would be required to accommodate
proposed equipment and materials.
END OF SECTION 3 – WASTEWATER PUMP STATIONS
26
IFB-DS-25-008
SECTION 4
PIPES, FITTINGS, VALVES, AND APPURTENANCES
1. GENERAL
This section includes the material and installation standards for pipes, fittings, valves, and
appurtenances, as applicable to this Contract.
1.1 Required specialty items not included under this section must be
high quality and consistent with approved standards of the
industry for the applicable service installation.
1.2 Work will include the furnishing, installation and testing of pipe,
pipe supports, retrained joints, and all required appurtenances
as shown on the drawings and as required to make the entire
piping system operable. The system includes, but is not limited
to, the following items:
• Discharge piping, manifold assemblies and branch piping
• Valve vaults drains
2. REQUIREMENTS
• All pipe, fittings, couplings, and appurtenance items will be new, free
from defects or contamination and will be the standard product of the
manufacturer.
• They will be furnished in pressure or thickness classes as specified or
shown.
• Unless otherwise indicated the size shown will be the nominal pipe diameter.
• Joints - Flanged pipes connections, including all bolts, nuts, and gaskets must
be in accordance with ANSI/AWWA, C-115/A21.15. EPDM gaskets.
2.1 DUCTILE IRON PIPE AND FITTINGS (DI)
• DI pipes will be flanged with a minimum wall thickness in accordance
with Class 53 and must conform to the requirements of
ANSI/AWWA C115/A21.50 and AWWA/ANSIC110/A21.10 latest
editions.
• Flanged pipe must be rated for a working pressure of 250 psi. Flanges must
be ductile iron in accordance with AWWA C115 and drilled to ANSI B16.1
Class 125 dimensions.
• DI fittings: Fittings must conform to the requirements of ANSI/AWWA
C110/A21.10, two hundred-fifty (250) psi working pressure.
27
IFB-DS-25-008
• Lining and Coating:
• Ductile iron pipe and fittings furnished for this Contract must be
epoxy lined with PROTECTO 401.
• Exterior coating will be as state herein at the end of this
section for aboveground piping.
2.2 POLYVINYL CHLORIDE (PVC) AND FITTINGS:
• PVC Scheduled 80 Pipes must conform to the requirement of
ASTM Designation D1785, Schedule 80, designation 1120, and
the fiber stress for deriving the short-time burst pressure
requirement.
• Polyvinyl Chloride Pipe Fittings must conform to the
requirements of ASTM Designation D2467, Class 12454-B for
socket type, ASTM Designation D2464 for threaded type and
ASTM D2241 for bell and spigot type.
• Rigid, Unplasticized Compounds for pipe fittings must
conform to the requirements of ASTM Designation D1784,
Class 12454-B.
• Joints in PVC Pipe and Fittings must be the solvent-
welded socket, flanged type.
• Flanges must be one hundred fifty (150) pound and
must be of the same material as the pipe.
• Bell and spigot joints must utilize a retained ring gasket
in accordance with ASTM D3139.
2.3 SCHEDULE 40 316 STAINLESS STEEL
• Must conform to ASME/ANSI B36.19 Stainless Steel Pipe.
2.4 PIPE HANGERS/ BRACKETS AND SUPPORTS
• Pipe hangers, brackets and other supports
• must be adjustable type conforming to the requirement
of ANSI B31.1, Section 6
• must have ample strength and rigidity to resist the
hydraulic thrusts at changes in direction and at dead ends
as well as the dead weight loads and the load carried.
28
IFB-DS-25-008
• Hangers and supports must include all hanging and supporting
devices of metallic construction required for the pipe’s assemblies,
lines and apparatus. Hangers and supports will be painted the same as
required for the supported piping.
• Unless otherwise specified, bolts, stud bolts, rods, yokes and
nuts or hangers, brackets and supports must be 316 stainless
steel.
• Unless otherwise approved by PCU, all hangers and
supports must be listed with the Underwriters’
Laboratory.
• Hangers and supports must be adequate to maintain the
pipelines and apparatus in proper position and alignment
under all operating conditions.
• Hangers and supports must be of standard design where
possible, and be best suited for the service required, as
approved by PCU.
• Where required, they will be screw adjustable after
installation.
• Supporting devices will be designed in accordance with the
best practice and will not be unnecessarily heavy.
• Sufficient hangers and supports will be installed to provide
a working safety factor of not less than four (4) for each
hanger, assuming that the hanger is supporting twelve (12) feet of
pipe filled with water.
• Hangers and supports must be designed and selected in
accordance with MSS Standard Practices: SP-58, Pipe Hangers
and Support – Materials and Design; and SP-69, Pipe Hangers
and Supports – Selection and Application.
2.5 VALVES: - KENNEDY
• General: The valve type, size, rating, flow-direction arrow, if
applicable, and manufacturer will be clearly marked on each
unit. Valves will open left (counterclockwise) with an arrow cast
in the metal of operating handwheels and nuts indicating the
direction of opening.
• Gate Valves: - KENNEDY
29
IFB-DS-25-008
Aboveground Service (General): Valves must be
iron body, bronze-mounted, resilient wedge gate
valves, conforming to AWWA, C-509
Valves must have cast aluminum or cast iron
handwheels or chain operators with galvanized
steel chains, as required
• Check Valves: - KENNEDY
General Service: Water valves must be iron-body
bronze- mounted, stainless steel hinge pin, outside
lever and spring-operated, swing no slam-type, and
equipped with removable inspection covers
Units must be rated for one hundred fifty pounds
per square inch (150 PSI) minimum working
pressure and must permit full-flow area equal to
that of the connecting pipe
Sewer valves must be lever and weight type
Valves Two Inches and Smaller: Valves must be
bronze body and disc, swing check-type, with
removable inspection covers, and rated for one
hundred fifty pressure per square inch (150 PSI)
minimum working pressure
• Valve Boxes: Units must be adjustable, ductile iron, slip-
type, minimum interior diameter of five (5) inches, with
covers cast with the applicable inscription in legible
lettering on the top: "SEWER," and must be green
colored. Boxes must be suitable for the applicable
surface loading and valve size.
3. EXECUTION
3.1 INSTALLATION
• Piping, fittings, valves, and appurtenances must be installed in
accordance with these specifications, manufacturer’s
recommendations for the applicable service and County’s
Standards or as otherwise instructed by PCU.
• Materials must be cleaned and maintained clean with all
coatings protected from damage. The interior of the pipe must
be free of dirt and debris and, when work is not in progress; all
open ends must be plugged.
30
IFB-DS-25-008
• Pipe, valves, fittings, or other items will be inspected prior
to installation and any items showing a fracture or other
defect will be rejected.
• Additionally, any pipe or fitting which has received a
severe blow that may have caused an incipient
fracture, even though not visible, will also be
rejected. However, ductile iron pipe showing an end
crack, with no fracture indicated beyond that visible
may be salvaged by cutting off the damaged section
twelve ( 12) inches past, providing the remaining pipe
is sound.
• Jointing will be by the manufacturer's approved method and will
not require undue force to accomplish full satisfactory
seating and assembly.
• Connections at structures will be cut accurately and
worked into place without forcing and will align with
the connecting point.
• Flanged joints will be made up tight, but with care
taken to prevent undue strain upon equipment or
other items.
• Suitable flange-filler rings will be installed, where
required, to provide suitable joints. The installation
must be permanently watertight with no visible
leakage at joints, connections with structures, or other
locations, under operational or testing conditions.
• Material that does not remain completely seated
and/or watertight will be rejected.
• Exposed systems must be supported, as necessary, to hold the
piping and appurtenances in a firm, substantial manner to the
required lines and grades indicated with no undue piping
stresses transmitted to equipment or other items.
• Proper provision for pipe expansion or contraction will be
provided by installation of expansion joints or other suitable
methods. Additionally, flexible connections will be provided to
expedite equipment or piping system removal.
• Ductile Iron (DIP) Pipe: Installation must be performed in
accordance with the applicable provisions of AWWA,
31
IFB-DS-25-008
Standard, C-600. The opening cut in the pipe wall for
installation of tapping saddles and sleeves must be made
by a special tapping machine designed for this specific
service. All pipe cutting will be accomplished by power-
operated abrasive wheel or saw cutters, or other methods
approved by the pipe manufacturer.
• Polyvinyl Chloride (PVC) Pipe: Lubrication and/or solvent used for
pipe and fitting joints must be nontoxic (NSF approved for potable
water). Following the making process, solvent-type joints must
not be disturbed for five (5) minutes and must not have internal
pressure applied for twenty-four (24) hours, or as recommended
by the pipe manufacturer.
• Valves:
General: Valves will be carefully inspected, opened wide, and then
tightly closed; and all the various nuts and bolts thereon will be
tested for tightness.
Special care will be taken to prevent joint materials, stones, or
other substances from becoming lodged in the valve seat.
Valves, unless otherwise required, will be set with their stems
vertically above the centerline of the pipe.
Any valve that does not operate correctly will be adjusted to
operate properly or removed and replaced.
When floor stands and/or extension stems are required for
exposed valves, adjustable wall brackets and extension stems will
be furnished.
• Brackets will not be more than six feet apart, unless otherwise
approved by the Engineer, with floor stands and guides set so
that the stems will run smoothly and in true alignment.
• Stands and guides must be firmly anchored to the concrete.
• Painting of Above Ground Pipe and Fittings:
All above ground ductile iron pipe and fittings will be
painted upon completion. Acceptable painting systems are
as follows:
Tnemec
1st Coat: Tnemec Series 66 (3.0 - 5.0 mils D.F.T.)
32
IFB-DS-25-008
• 2nd Coat: Tnemec Series 66 (4.0 - 6.0 mils D.F.T.)
• 3rd Coat: Tnemec Series 73 (2.5 - 4.5 mils D.F.T.)
Carboline
Coat: Hi-Gard Epoxy (4 mils D.F.T.)
• Coat: Carboline 134 H.S. (2.5 mils D.F.T.)
Coat: Hythane 4600 Series Polyurethane (2.0 mils D.F.T.)
Keeler & Long
Coat: Kolor-Poxy No. 3200 (5 mils D.F.T.)
Coat: Acrythane Enamel Y-Series (2 mils D.F.T.)
Above ground PVC piping will be painted with one of the
following systems:
Tnemec
• 1st Coat: Tnemec Series 66 (2.5 - 3.5 mils D.F.T.)
• 2nd Coat: Tnemec Series 73 (2.0 - 3.0 mils D.F.T.)
• 3rd Coat: Tnemec Series 73 (2.0 - 3.0 mils D.F.T.)
Carboline
1 Coat: MultiBond 120 (2 mils D.F.T.)
• 1 Coat: Carboline 134 H.S. (2.5 mils D.F.T.)
Keeler & Long
• 1 coat: Kolor-Poxy Primer No. 3200 (5 mils D.F.T.)
• 1 coat: Acrythane Enamel Y-Series (2 mils D.F.T.)
Final colors must be green- sanitary sewer/ force main or otherwise
approved by the County.
END OF SECTION 4 – PIPES, FITTINGS, VALVES AND APPURTENANCES
END OF SPECIFICATIONS
SPECIAL PROVISIONS
In addition to the General Provisions of this solicitation, these Special Provisions, along with the
specifications that follow, apply in like force to this solicitation and to any subsequent contract
resulting therefrom.
AUDIT COOPERATION REQUIREMENT FOR STATE FUNDED PROJECTS
In those instances where state funding is involved, the selected Bidder, and its subconsultant(s)
must agree to cooperate with the inspector general in any investigation, audit, inspection,
review, or hearing pursuant Section 20.055 (5), Florida Statutes. By submitting a bid to this
solicitation, the Bidder certifies that they understand and will comply with this subsection.
State Funds Involved: _N_ (Y if applicable, N if not applicable)
CONTRACTOR’S PUBLIC RECORDS REQUIREMENTS
The CONTRACTOR shall comply with the requirements of Florida's Public Records Act, Chapter
119, Florida Statutes. To the extent required by Section 119.0701, Florida Statutes,
CONTRACTOR shall (a) keep and maintain public records required by the COUNTY to perform
the service under the Agreement; (b) upon request from the COUNTY’s custodian of public
records provide the COUNTY with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed the cost provided
for under Florida's Public Records law; (c) ensure that public records that are exempt or
confidential and exempt from public records disclosure requirements are not disclosed except
as authorized by law for the duration of the contract term and following completion of the
contract if CONTRACTOR does not transfer the records to the COUNTY; and (d) upon
completion of the contract, transfer, at no cost to the COUNTY, all public records in possession
of CONTRACTOR. Upon transfer, CONTRACTOR shall destroy any duplicate public records that
are exempt or confidential and exempt from public records requirements. All records stored
electronically must be provided to the COUNTY in a format that is compatible with the
information technology systems of the COUNTY. All documentation produced as part of this
Agreement will become the property of the COUNTY. This paragraph shall survive the
expiration or termination of this Agreement.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT (727) 847-8147, PRR@MYPASCO.NET, OR 7536 STATE STREET, NEW
PORT RICHEY, FL 34654.
Under Florida law, a Contractor who fails to provide the public records to the COUNTY within a
reasonable time may be subject to penalties under Section 119.10, Florida Statutes, and such
non-compliance will constitute a breach of the Agreement and may serve as grounds for
termination of this Agreement.
LOCAL PREFERENCE
Under Sec. 2-111(a)(1) of Pasco County‘s Purchasing Ordinance, a business qualifies as “Local
Business” if it meets the following requirements and is: a) a vendor, supplier, or contractor who
does business in Pasco County by providing goods, services, or construction; and b) maintains a
physical business address located within the jurisdictional limits of Pasco County in an area
zoned for the conduct of such business; and c) the vendor, supplier or contractor operates or
performs business on a daily basis at said location; and d) has so operated or performed
business at that location for at least twelve (12) months prior to the Bid or Proposal opening
date; and (e) includes a copy of their local business tax receipt with their Bid or Proposal. Post
office boxes shall not be used for the purpose of establishing said physical address. The
justification for the application of a local preference to a particular Bidder, along with a copy of
the Bidder’s local business tax receipt, must be included as part of any Bid submitted.
In bidding for, or letting contracts or procurement of goods, services or construction, as
described herein, the Board of County Commissioners (BOARD) may give a preference to Local
Businesses in making purchases (unless otherwise precluded by the ordinance, state or federal
law) as described below:
(i) When written quotations or sealed bids are received that do not exceed
$1,000,000.00, and the lowest price is offered by a vendor that is not a Local
Business, and the next lowest price is offered by a Local Business, and is within
10% of the lowest price offered, then the Local Business shall be given the
opportunity to match the lowest price offered, and if agreement to match the
lowest price is reached, the Local Business will be awarded the quotation or bid
if the Local Business is otherwise fully qualified and meets all requirements of
the solicitation.
(ii) When sealed bids are received that are greater than $1,000,000.00, and the
lowest price is offered by a business that is not a Local Business, and the next
lowest price is offered by a Local Business, and is within 5% of the lowest price
offered, then the Local Business shall be given the opportunity to match the
lowest price offered, and if agreement to match the lowest price is reached, the
Local Business will be awarded the quotation or bid if the Local Business is
otherwise fully qualified and meets all County requirements.
(iii) The total quote or bid price shall include not only the base bid price, but also all
alterations to the base bid price resulting from alternates which were both part
of the bid and that will be actually purchased or awarded by the BOARD.
If two or more identical quotations or bids are received at the time the written quotations or
sealed bids are opened, the award shall be made to the responsive, responsible “Local
Business” as defined herein.
The preference established in this section does not prohibit the right of the BOARD to compare
quality or fitness for use of supplies, materials, equipment and services proposed for purchase
and compare qualifications, character, responsibility and fitness of all persons, firms, or
corporations submitting bids or proposals nor prohibit the BOARD from giving any other
preference permitted by law in addition to the preference authorized in this section.
This local preference provision is not applicable to those solicitations involving the use of
either State or Federal funds as indicated below:
State Funds Involved: _N_ (Y if applicable, N if not applicable)
CONTRACT TERM
The contract period will begin on date of Pasco County Board of County Commission (BOCC) approval
and continue for three years until September 30, 2027, subject to the Price Escalation terms described
elsewhere herein, unless canceled in writing by Pasco County. The County reserves the right to extend
the contract, under the same prices, terms, and conditions as in the original contract approved by
Pasco County for two additional one-year periods, as found to be in the best interest of the County. All
contracts are subject to the appropriation of funds by Pasco County.
COPYRIGHT
The contractor shall irrevocably transfer, assign, set over, and convey to Pasco County all rights,
title, and interest, including the sole exclusive and complete copyright interest, in any and all
copyrightable works created pursuant to the contract. The contractor further agrees to execute
such documents as Pasco County may request to affect such transfer or assignment. Further,
the contractor agrees that the rights granted to Pasco County by this paragraph are irrevocable.
The contractor's remedy in the event of termination of or dispute over any agreement entered
into as a result of this Invitation for Bid shall not include any right to rescind, terminate, or
otherwise revoke or invalidate in any way the rights conferred pursuant to the provisions of this
paragraph. Similarly, no termination of any agreement entered into as result of this Invitation
for Bid shall have the effect of rescinding, termination, or otherwise invalidating the rights
acquired pursuant to the provisions of this paragraph.
COST REIMBURSEMENT
Unless an alternative cost methodology is specified herein, the contractor agrees that payment
by Pasco County to the contractor for materials used in the performance of any work under the
contract on a cost plus a percentage of cost basis is specifically prohibited. The cost of all
materials provided in the performance of the work is to be reimbursed to the contractor in the
following manner: Pasco County shall reimburse the contractor, on completion and acceptance
of each assigned job, only for those materials, equipment parts, supplies, rentals, services, etc.,
actually used in the performance of the work that are supported by invoices issued by the
suppliers of the contractor describing the quantity and cost of the materials purchased. No
surcharges shall be added to the suppliers' invoices or included in the contractor's invoice
submitted to Pasco County that would increase the dollar mount indicated on the suppliers'
invoices for the materials purchased for the assigned job. All incidental costs, including
allowances for profit and tools of the trade, must be included in the contract hourly labor rates.
ECONOMIC PRICE ADJUSTMENT
Any reference in the solicitation to economic price adjustment or price escalation shall be
considered to mean price decreases as well as increases, unless otherwise stipulated.
Bids will be evaluated on the basis of the prices bid without consideration of the allowable
escalation. If a bidder increased the ceiling stipulated in the Invitation for Bid or places limits
on the provisions of the Invitation for Bid that allow prices to drop in accordance with the
movement of the escalator, the bid will be rejected as nonresponsive.
If a bidder deletes the price escalation clause from its bid, the bid will be rejected as non-
responsive. If a bidder lowers the ceiling stipulated in the Invitation for Bid, the bid will be
evaluated at the base price in the same manner as those bids that do not reduce the stipulated
ceiling. If the bidder offering a lower ceiling ultimately receives the award, that ceiling will be
incorporated into the contract documents.
PRICE ADJUSTMENTS BASED ON THE CONSUMER PRICE INDEX (CPI)
If approved by the County, unit prices in contracts that are longer than twelve (12) months may
be adjusted bi-annually based on movement in the Consumer Price Index (CPI. The unit prices
may be adjusted based on the movement of the of the U.S. Department of Labor's Consumer
Price Index for All Urban Consumers (CPI-U) (1982-84=100), as posted at
http://www.bls.gov/cpi/. The baseline index will be the month and year in which the contract
began. The adjustments will not be cumulative and will be computed using the original
contract unit prices. Adjustments may be requested no earlier than 180 days after the contract
start date. Adjustments shall be computed using the latest CPI-U that is published and available
on the date the County receives the adjustment request in writing. The unit price(s) changed as
a result of these adjustments shall become effective on the first (1st) day of the next month,
provided the request is submitted at least fifteen (15) days prior. If later than fifteen (15) days
prior, the adjustment will become effective on the first (1st) day of the following month.
Adjustments may be requested every 180 days thereafter for the term of the contract.
Adjustments will not be retroactive or prorated. The County reserves the right to also request
adjustments, following the first adjustment and at the same interval, especially if the CPI
decreases and it is deemed to be in the County's best interest.
INSURANCE REQUIREMENTS
The insurance required must be written by an insurer authorized to do business in the State of
Florida and also have an "A" policyholder's rating and a financial rating of at least Class VIII in
accordance with the most current Best's Key Rating Guide. Prior to the time the contractor is
entitled to commence any part of the project, work, or services under this contract, the
contractor shall procure, pay for, and maintain at least the following insurance coverages and
limits. Policies of insurance required by the contract shall be primary insurance and non-
contributory with respect to the County, its officials, agents, or employees. The said insurance
shall be evidenced by delivery to Pasco County of 1) Certificates of Insurance executed by the
insurers listing coverages and limits, expiration dates and terms of policies and all
endorsements whether or not required by Pasco County and listing all carriers issuing the said
policies; and 2) upon request, a certified copy of each policy, including all endorsements. The
insurance requirements shall remain in effect throughout the term of this contract.
1. Workers' Compensation in at least the limits as required by law; Employers' Liability
Insurance of not less than One Hundred Thousand and 00/100 Dollars ($100,000.00) for
each accident. The contractor agrees to waive its right of subrogation as part of this
coverage.
2. Comprehensive General Liability Insurance including, but not limited to, Independent,
Contractor, Contractual, Premises/Operations, Products/Completed Operation and
Personal Injury covering the liability assumed under indemnification provisions of this
contract, with limits of liability for personal injury and/or bodily injury, including death,
of not less than Two Million and 00/100 Dollars ($2,000,000.00), each occurrence; and
property damage of not less than One Million and 00/100 Dollars ($1,000,000.00), each
occurrence. (Combined single limits of not less than Two Million and 00/100 Dollars
[$2,000,000.00], each occurrence, will be acceptable unless otherwise stated.)
Coverage shall be on an "occurrence" basis, and the policy shall include Broad Form
Property Damage coverage and Fire Legal Liability of not less than Fifty Thousand and
00/100 Dollars ($50,000.00) per occurrence, unless otherwise stated by exception
herein.
3. Comprehensive Automobile and Truck liability covering owned, hired, and nonowned
vehicles with combined single limits of not less than One Million and 00/100 Dollars
($1,000,000.00), each occurrence. Coverage shall be on an "occurrence" basis, such
insurance to include coverage for loading and unloading hazards.
Each insurance policy shall include the following conditions by endorsement to the policy:
1. Each policy shall require that thirty (30) days prior to expiration, cancellation,
nonrenewal, or any material change in coverages or limits, a notice thereof shall be
given to Pasco County by certified mail to: Pasco County Risk Management
Department, 7536 State Street, Suite 111, New Port Richey, Florida 34654. The
contractor shall also notify Pasco County, in a like manner, within twenty-four (24)
hours after receipt, of any notices of expiration, cancellation, nonrenewal, or material
change in coverage received by the said contractor from its insurer; and nothing
contained herein shall absolve the contractor of this requirement to provide notice.
2. Companies issuing the insurance policy, or policies, shall have no recourse against
Pasco County for payment of premiums or assessments for any deductibles that all are
at the sole responsibility and risk of the contractor.
3. The term "County" or "Pasco County" shall include all Authorities, Boards, Bureaus,
Commissions, Divisions, Departments, and Offices of County and individual members,
employees thereof in their official capacities, and/or while acting on behalf of Pasco
County.
4. Pasco County shall be endorsed to the required policy or policies as an additional
insured, with the exception of Worker’s Compensation and Professional Liability, if
applicable.
5. Pasco County shall also be listed as a certificate holder.
6. The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by Pasco County to any such future coverage, or to Pasco County's self-insured
retentions of whatever nature.
MOTOR VEHICLE INDUSTRY LICENSING
The contractor shall comply with Chapter 320, Florida Statutes. Failure to comply may result in
a determination of no responsibility on the basis that the bidder is not qualified to legally
contract with Pasco County and may further cause such noncompliant offers to be rejected.
REPORT STANDARDS
Reports or written material prepared by the contractor in response to the requirements of this
contract shall be thoroughly researched for accuracy of content, shall be grammatically correct
and not contain spelling errors, shall be submitted in a format approved in advance by the
Purchasing Department, and shall be submitted in draft form for advance review and comment
by the Purchasing Department. The cost of correcting grammatical errors, correcting report
data, or other revisions required to bring the report or written material into compliance with
the contract requirements shall be borne by the contractor.
REQUIREMENTS CONTRACT
During the period of the contract, the contractor shall provide all the services described in the
contract. The contractor understands and agrees this is a requirements contract and Pasco
County shall have no obligation to the contractor if no services are required. Any quantities
that are included in the scope of work reflect the current expectations of Pasco County for the
period of the contract. The amount is only an estimate, and the contractor understands and
agrees Pasco County is under no obligation to the contractor to buy any amount of the services
as a result of having provided this estimate or of having any typical or measurable requirement
in the past. The contractor further understands and agrees Pasco County may require services
in an amount less than or in excess of the estimated annual contract amount, and the quantity
actually used, whether in excess of the estimate or less than the estimate, shall not give rise to
any claim for compensation other than the total of the unit prices in the contract for the
quantity actually used.
MULTIPLE AWARD
1. The County reserves the right to award non-exclusive contracts to multiple respondents
for the specified services based on total bid as provided for in the bid, to the lowest
responsive, responsible bidders who, in the sole and absolute judgment of the County,
can provide the goods and/or services required. Complete and accurate responses to all
line items within the bid form are necessary for the complete and fair evaluation of bids.
2. Verbiage for Tier Approach
It is the intent of Pasco County to award this contract using a tiered approach. While
awards shall be made to multiple respondents, each respondent shall be assigned a
status as primary, secondary or tertiary, based on responses to this solicitation. The
lowest responsive, responsible bidder shall be assigned primary, the second lowest
bidder shall be assigned secondary, and the third lowest shall be assigned tertiary.
3. When a need for services occurs, a Pasco County Representative (PCR) shall contact the
primary respondent first. If the primary respondent is unable to supply the required
services, the PCR shall proceed to the secondary respondent. If the primary and
secondary respondents are both unable to supply the required services, the PCR shall
proceed to the tertiary respondent.
PERFORMANCE OF THE WORK
Work and/or purchases are authorized by the County only if a properly executed Work Order is
issued in advance of the transaction, showing that the County has sufficient funds available to
pay for the goods and/or services. Respondents providing goods and/or services without a
properly executed Work Order do so at their own risk. The County will not be liable for
payment for any services provided under the Contract unless a valid Work Order has been
issued to the Respondent.
In the event that Bidder is awarded the Contract, Bidder agrees that should Bidder fail to
complete the work within the time stipulated in the Work Order or within such extra time
granted by the County as provided in the Agreement, the Bidder shall pay to the County for
delay and loss of use, and not as a penalty but as liquidated damages as stated in the
Agreement section.
WORK ORDERS AND WORK ORDER PROCEDURES
Upon execution of the Agreement, the Respondent will begin receiving Work Orders. The
Respondent will be issued a separate Work Order for each particular item of work assigned by
the County. Each Work Order shall describe the work included and stipulate the maximum fee
as well as the number of calendar days within which the Respondent must both commence and
complete the work for the particular Work Order. Work Orders will be executed by the County
Administrator, Assistant County Administrator for Public Infrastructure, or their designee.
For non-emergency as-needed on-site work, the County will contact the Respondent for a work
order proposal to complete a particular Work Order. The Respondent shall respond within
three (3) business days with a work order proposal, including time to complete from the Notice
to Proceed, proposed bid items to be utilized for the work, anticipated materials with cost, and
total cost. The County shall then execute a Work Order and deliver it to the Respondent. The
Respondent shall not receive additional compensation for the work order proposal process.
The Respondent shall have no claim for compensation greater than the maximum listed on the
work order proposal and Work Order form.
Following execution of any part of any work as described in Work Order, and within time
stipulated in the Work Order, the Respondent shall submit a written proposal for any additional
work that, in the Respondent’s opinion, is not listed in the Work Order. The proposal shall list
all recommended work, describing each item of work in sufficient detail to complete the work
order. If it agrees, the County shall then revise the Work Order and deliver it to the Respondent
to complete the work or reject the proposal.
The Assistant County Administrator for Public Infrastructure, or their designee, may order
emergency as-needed on-site work. Emergency work is performed any day, including weekends
and Holidays recognized by Pasco County. The Respondent shall respond to emergency
requests within four (4) hours of notification and begin work on-site within twenty-four (24)
hours. The Respondent shall perform the work not to exceed that listed in the Work Order
Form. The Respondent shall have no claim for compensation greater than the maximum listed
on the Work Order Form.
Critical or emergency work shall take priority over normal priority work. In the event that
critical or emergency work prevents timely completion of normal priority work, at the request
of the Respondent, the County Administrator, Assistant County Administrator for Public
Infrastructure, or their designee will review outstanding Work Order(s) to determine an
appropriate extension of time to complete the Work Order(s).
The County may order critical as-needed on-site work during normal business hours. The
Respondent shall respond to critical requests on-site within one (1) hour of notification and
begin work on-site within two (2) hours. Critical work is defined by required response time and
is performed Monday through Friday 7:00 am to 6:00 pm. The Respondent shall perform the
work not to exceed that listed on the Work Order form. Only actual time on-site shall be billed.
Respondent shall fill out logs at the nearest County Facility to substantiate work performed.
WORK ORDER CLOSE-OUT
For payment of work under this contract, the Respondent shall submit to the COUNTY the
properly executed copies of the Work Order(s), and invoice. The invoice shall include Work
Order number, location of work, cost of the work according to the rates listed in the Bid Form,
and actual dates of the work. The COUNTY will evaluate the Application for Payment within
forty-five (45) days, which shall meet the requirements set forth in these Contract Documents.
Upon approval, the County Administrator, Assistant County Administrator for Public
Infrastructure, or their designee, will authorize final payment to be made and close out the
Work Order(s).
All work and support are subject to verification by the County. Respondent shall maintain logs
to verify work and support performed. Failure to maintain adequate records or provide
authorized work orders shall result in non-payment or cancellation or the Contract.
The Bidder further agrees to begin work within three (3) calendar days after the date of the
Notice to Proceed or otherwise approved in advance and to complete the project, in all
respects, within the number of calendar days allotted for each Work Order, after the date
indicated on the Work Order executed by the Assistant County Administrator for Public
Infrastructure, or his designee. The Bidder shall also comply with specific completion dates and
sequences indicated elsewhere in the Contract Documents or as set forth in the Work Order.
All work is subject to verification by the County. Respondent shall maintain proper records to
verify work performed. Failure to maintain adequate records or provide authorized work orders
shall result in non-payment or cancellation of the Contract.
AS SPECIFIED
All items delivered must meet the specifications herein. Items delivered not as specified will be
returned at no expense by the County. The County may return, for full credit, any unused items
received which fail to meet the County’s performance standards. Replacement items meeting
specifications must be submitted within a reasonable time after rejection of the non-
conforming items.
QUANTITIES
The Pasco County Board of County Commissioners shall not be required to purchase any
minimum or maximum quantities during the term of any award resulting from this
specification.
ADDITION/DELETION
The Pasco County Board of County Commissioners reserves the right to add or delete any item
from this bid or resulting award when deemed to be in the best interest of the Board.
END OF SPECIAL PROVISIONS
IFB-DS-25-008
BIDDER QUESTIONNAIRE
Bidder’s Name
Bidder’s Address
Telephone No. FAX No.
Number of years in this type of service? Years
Number of years authorized to do business in the State of Florida Years
Number of employees “ON THE JOB” each day?
Will you subcontract any part of this work? If so give details:
List all equipment, which will be available upon commencement of the agreement
to perform the required service.
Do you currently hold any municipality/county contracts? Yes No
If so, what municipalities/counties?
Copies of all licenses and certifications held to meet State and Local requirements must be submitted
with this bid. Type of License (s) /Certification (s):
List three references of firms receiving similar service to that requested in this bid.
1. Firm Telephone No.
Contact
2.Firm Telephone No.
Contact
3.Firm Telephone No.
Contact
ClearWater Solutions, LLC
3780 NE 40th Place, Ocala, FL 34479
352-390-6555
17
17
Certified Underground Utility & Excavation License CUC048362
Certified Building Contractor's License CBC1267713
X
Palm Coast, FL
Could have up to 20 people per day
Kimley-Horn
Julia Felter
407-417-5339
Mead & Hunt
Casey Cissell
386-414-5062
SEE ATTACHED
City of Bushnell
Adam Vargas
352--418-1643
N/A
IFB-DS-25-008
LIST OF SUBCONTRACTORS
The following are subcontractors to be employed by the Bidder and the approximate percentage of the
total work to be performed by each.
Name and Address Description of Work Years of
Experience
N/A
IFB-DS-25-008
TRENCH SAFETY ACT COMPLIANCE FORM
BID NO.:
OPENING DATE:
TITLE:
PROJECT NUMBER:
Bidder acknowledges that included in the various Bid items of the
proposal form 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. No additional payment will be made to the contractor for this work.
The bidder further identifies the costs as summarized below:
Trench Safety
Measure
(Description)
Units of
Measure (LF,
SY)
Units
(Quantity)
Unit Cost
Extended
Cost
A.
B.
C.
D.
Total$
Name of Firm
Authorized Signature Date
Title
NOTE: Failure to complete and return this form may result in the bid
being declared nonresponsive.
IFB-DS-25-008
November 19, 2024
As-Needed Pump Station Rehabiltaion Services
IFB-DS-25-008
ClearWater Solutions, LLC
Ray McCloskey State Director of CMS, FL
11/19/2024
AGREEMENT
THIS AGREEMENT is entered by and between PASCO COUNTY, FLORIDA, by and through its Board of
County Commissioners (hereinafter called "Owner," “Pasco County,” or “County”) and XXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXX, (hereinafter called "Contractor").
WITNESSETH:
WHEREAS, Owner desires to retain Contractor to provide XXXXXXXXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX; and
WHEREAS, Owner has selected Contractor in accordance with competitive bidding procedures;
and
WHEREAS, Contractor agrees to serve as Owner's Contractor for XXXXXXXXXXXXXXXX
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX, based upon the terms and conditions set forth in this
Agreement.
NOW, THEREFORE, in consideration of the premises set forth hereinabove, and of the mutual promises
hereinafter set forth, the sufficiency and adequacy of which are hereby acknowledged, the parties hereto,
intending to be legally bound hereby, agree as follows:
ARTICLE 1 – RECITALS
The recitations in the Whereas clauses above are incorporated herein by reference and made a part
hereof. Capitalized terms in this Agreement, not otherwise defined, shall have the meaning as in the
Solicitation.
ARTICLE 2 - WORK
Contractor will provide as-needed rehabilitation services of Pasco County Utilities’ pump station
facilities, as set forth in the Solicitation and listed specifications.
ARTICLE 3 – OWNER’S REPRESENTATIVE
The Project is administered by:
Public Infrastructure
Pasco County Utilities Department
Who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and
authority assigned to Owner's representative in the Contract Documents in connection with completion
of the Work in accordance with the Contract Documents.
ARTICLE 4 - CONTRACT TIME
4.1 Except as otherwise specified herein, the Agreement shall remain in full force and effect
from the date of Pasco County Board of County Commissioners (BOCC) approval, and
continue for three years through September 30, 2027, subject to the Price Escalation
terms described in Article 5.3 below, unless cancelled in writing by Pasco County. The
County reserves the right to extend the contract, under the same prices, terms, and
conditions as in the original contract approved by Pasco County for two additional one-
year periods, as found to be in the best interest of the County. All contracts are subject
to the appropriation of funds by Pasco County.
4.2 In the event that a properly executed Work Order initiated within the initial term of the
Agreement, or Addendum to such Work Order requires or expressly permits work to be
performed by the Contractor after termination of this Agreement, such WORK ORDER or
Addendum to such Work Order shall automatically extend the effective period of the
Agreement to coincide with the completion date delineated in the Work Order or
Addendum to such Work Order. No additional Work Orders shall be issued during the
extension.
4.3 Each Work Order will be completed within the time stipulated in the Work Order Form.
4.4 Liquidated Damages. The Contractor agrees that should the Contractor fail to complete the
work as specified and as directed in the Work Order(s), the Contractor shall pay the Owner
for delay and loss of use, and not as a penalty but as liquidated damages, the sum of One
Hundred Dollars and 00/100 ($100.00) for each calendar day after the date of completion
listed in the Work Order. Default days will be counted in calendar days, excluding Sundays
and holidays observed by the County.
ARTICLE 5 - CONTRACT PRICE
5.1 The Owner shall pay the Contractor for completion of the Work in current funds and in
accordance with the Contract Documents subject to the Not to Exceed amount of
$XXXXXXXXXXXXXXXX, provided however, the Owner may increase this amount via
unilateral Change Order. The County Administrator shall have the discretion to approve up
to two one-year renewal options on the same terms and conditions as the original
agreement in the NTE amount of $XXXXXXXXX for FY 20XX; and $XXXXXXXX for FY 20XX,
pending budget approval, for a total NTE contract amount of up to $XXXXXXXXXXXXX.
5.2 All incidental costs, including allowances for profit and tools of the trade, must be included
in the Contract bid prices.
5.3 Price Escalation Terms: Pursuant to the “Price Adjustments Based on the Consumer Price
Index (CPI)” terms of the Special Conditions incorporated herein, the Contractor may
request that the County adjust prices based on the Consumer Price Index (CPI).
ARTICLE 6 - CONFLICTS
6.1 To the extent there is a conflict regarding indemnification and contract term between the
Solicitation and this Agreement, the provisions of this Agreement will control.
ARTICLE 7 - TERMINATION OF AGREEMENT
7.1 In return for good and valuable consideration in the amount of $100.00, the receipt of
which is acknowledged by the Contractor, Owner may terminate or cancel this Agreement
at its discretion and termination will be effective, with cause immediately or without cause
after 30 days, after written notice has been provided to the Contractor.
7.2 Following termination, Owner shall pay the Contractor upon a pro rata basis as determined
by Owner, which will fix the value of the Services performed by the Contractor prior to the
termination or cancellation of this Agreement.
ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS
In order to induce Owner to enter into this Agreement, Contractor makes the following representations:
8.1 Contractor has familiarized itself with the nature and extent of the Contract Documents,
Work, site, locality, and all local conditions and laws and regulations that in any manner
may affect cost, progress, performance, or furnishing of the Work.
8.2 Contractor understands the estimate of quantities of the various items of work and
materials, if set forth in the Proposal Form, is approximate only and is given solely to be used
as a uniform basis for the comparison of Proposals. The quantities actually required to
complete the work may be less or more than so estimated, and, if awarded a contract for
the work specified, the Contractor agrees that it will not make any claim for damages or for
loss of profits or for an extension of time because of a difference between the quantities of
the various classes of work assumed for comparison of Proposals and quantities of work
actually performed. The Owner further reserves the right to vary the quantities in any
amount.
ARTICLE 9 - CONTRACT DOCUMENTS
The Contract Documents, which comprise the entire agreement between Owner and Contractor
concerning the Work and are incorporated into this Agreement, consist of the following:
9.1 This Agreement.
9.2 Invitation to Bid.
9.3 General and Special Conditions of Contract.
9.4 Proposal and Bid Forms.
9.5 Insurance Certificates.
9.6 Contract Forms.
9.7 Specifications.
9.8 Exhibits.
9.9 Addenda numbers 1 to 1 inclusive.
9.10 Documents submitted by Contractor prior to Notice of Award (Bid Form, Offeror Form,
Sunbiz).
9.11 Human Trafficking Affidavit.
9.12 The following, which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All written WORK ORDERS or authorizations; all
written amendments; and all other documents amending, modifying, or supplementing
the Contract Documents.
There are no Contract Documents other than those listed above in this Article 8. The Contract
Documents may only be amended, modified, or supplemented as provided in the Conditions of Contract
section of the Contract Documents.
ARTICLE 10 - SUBCONTRACTORS
The Contractor shall not sublet, assign, or transfer any Goods and/or Services specifically set forth under
this Agreement without the prior written consent of Owner. All persons used by the Contractor for
fulfilling the requirements of this Agreement must be employees of the Contractor.
ARTICLE 11 – INDEMNIFICATION
11.1 The CONTRACTOR shall indemnify and hold harmless the COUNTY and the employees and
agents of the COUNTY from, and against, all liabilities, claims, suits, demands, damages,
losses, and expenses, including, but not limited to, attorneys’ fees, arising out of, or
resulting from, the performance of the Work, provided that any such liability, claim, suit,
demand, damage, loss, or expense: (a) is attributable to bodily injury, sickness, disease or
death, or injury to or destruction of tangible property (other than the Work itself),
including the loss of use resulting therefrom; and (b) to the extent caused by an act or
omission of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable.
11.2 In any and all claims against the COUNTY, or against any of the agents or employees of
the COUNTY, by any employee of the CONTRACTOR, any SUBCONTRACTOR, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may
be liable, the indemnification obligation under the previous paragraph will not be limited
in any way as to the amount or type of damages, compensation, or benefits payable by or
for the CONTRACTOR or any SUBCONTRACTOR under workmen’s compensation acts,
disability benefit acts, or other employee benefit acts.
11.3 The CONTRACTOR shall indemnify and hold harmless the COUNTY and anyone directly or
indirectly employed by the COUNTY from and against all claims, suits, demands, damages,
losses, and expenses including, but not limited to, attorneys’ fees, arising out of any
infringement of patent rights, copyrights, trademarks, trade dress, or other intellectual
property rights held by others, and shall defend all such claims in connection with any
alleged infringement of such rights.
11.4 The CONTRACTOR shall, at the option of the COUNTY, underwrite on an interim basis all
expenses associated with the legal defense of the COUNTY, pending the outcome of any
litigation through appeal, with respect to any liabilities, claims, suits, demands, damages,
losses, and expenses, including, but not limited to, attorneys’ fees, for which the
CONTRACTOR may be liable to the COUNTY, in whole or in part, pursuant to 10.1 – 10.3
above, irrespective of whether said liabilities, claims, suits, demands, damages, losses,
and expenses, including, but not limited to, attorneys’ fees, may ultimately be found by a
court of law to have been caused, in whole or in part, by the negligence or other fault of
the COUNTY. In discharging this duty to the COUNTY, the CONTRACTOR shall strictly
account to the COUNTY on a monthly basis for all expenditures so incurred. Upon the
conclusion of any litigation through appeal, to the extent that the CONTRACTOR has been
found less than fully liable for any liabilities, damages, losses and costs, including, but not
limited to, reasonable attorneys’ fees, the COUNTY shall reimburse the CONTRACTOR for
that portion of the reasonable costs of underwriting the legal defense of the COUNTY.
11.5 With respect to, and in consideration for, the indemnification provided herein by the
CONTRACTOR, as well as the duty of the CONTRACTOR, at the option of the COUNTY, to
underwrite the legal defense of the COUNTY pending the outcome of any litigation
through appeal, the COUNTY agrees to pay to the CONTRACTOR, as separate
consideration, the sum of $100.00, the sufficiency and receipt of which is hereby
acknowledged.
11.6 Notwithstanding any language to the contrary which may be contained herein, the
ultimate duty of the CONTRACTOR to indemnify and hold the COUNTY harmless under
this Article will be limited to the extent that any liabilities, damages, losses and costs,
including, but not limited to, reasonable attorneys’ fees, are caused by the negligence,
recklessness, or intentional wrongful misconduct of the indemnifying party and persons
employed or utilized by the indemnifying party in the performance of the construction
contract.
ARTICLE 12 - MISCELLANEOUS
12.1 Contractor shall provide Goods and/or perform all Services under this Agreement as an
independent contractor. Contractor will not be considered an agent of Owner nor will
Contractor’s subcontractors, suppliers, experts, or other persons, or organizations retained
or utilized by the Contractor be considered agents of Owner.
12.2 No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without written consent of the party sought to be
bound; and specifically but without limitation moneys that may become due and moneys
that are due may not be assigned without such consent (except to the extent that the effect
of this restriction may be limited by law), and unless specifically stated to the contrary in any
written consent to an assignment, no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
12.3 Owner and Contractor each binds itself, its partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, legal
representatives in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
12.4 The Contractor hereby guarantees all work performed in accordance with the terms of this
Agreement with Owner against defects due to faulty workmanship or materials for a period
of 365 days from the date of service. During the period of the guarantee, the Contractor
agrees to make all repairs necessitated by reason of faulty workmanship or materials at no
cost to the Owner, subject to the following additional conditions.
12.4.1 This guarantee is in addition to factory warranties covering certain equipment where
applicable under contract.
12.4.2 Nothing herein contained will serve to modify or limit the obligations of the
Contractor to faithfully fulfill and complete its obligations under this Agreement.
12.4.3 Specifically excluded from this guarantee is maintenance of equipment or repair of
any damage caused by normal wear and tear, fire, windstorm, or other casualties.
12.5 The Agreement will be governed by and construed under the laws of the State of Florida.
12.6 Venue for any state court dispute arising under this Agreement shall be at the West Pasco
Judicial Center in Pasco County, Florida. Venue for any federal court dispute arising under
this Agreement shall be at the United States Court in the Middle District of Florida –
Tampa Division. The parties waive their right to a jury trial.
12.7 During the performance of this Agreement, the CONTRACTOR herein assures the COUNTY
that said CONTRACTOR is in compliance with Title VII of the 1964 Civil Rights Act, as
amended, and The Florida Civil Rights Act of 1992 in that the CONTRACTOR does not on the
grounds of race, color, national origin, religion, sex, age, handicap or marital status,
discriminate in any form or manner against the employees of the CONTRACTOR or its
applicants for employment. The CONTRACTOR understands and agrees that this Agreement
is conditioned upon the veracity of this Statement of Assurance. Furthermore, the
CONTRACTOR herein assures the COUNTY that said CONTRACTOR shall comply with Title VI
of the Civil Rights Act of 1964 when any Federal grant is involved. Other applicable Federal
and State laws, executive orders and regulations prohibiting the type of discrimination as
hereinabove delineated are included by this reference thereto. This Statement of Assurance
shall be interpreted to include Vietnam Era Veterans and Disabled Veterans within its
protective range of applicability.
12.8 Any notices or other writings permitted or required to be delivered as described and
required under the provisions of this Agreement must be delivered by sending the notice by
Certified Mail, Return Receipt Requested, and addressed as follows:
If to Owner:
Pasco County Utilities
19420 Central Boulevard
Land O’ Lakes, FL 34637
Attention: Branford Adumuah
Assistant County Administrator, Public Infrastructure
If to the Contractor:
____________________________________
____________________________________
____________________________________
Attention: ________________________
ARTICLE 13 – LAW COMPLIANCE
13.1 Each party will comply will all applicable Federal, State and Local laws, rules, regulations and
guidelines, related to performance under this Agreement. In particular, the Contractor verifies
and affirms that it is in compliance with 8 USC Sec. 1324 prohibiting the employment either
directly or by contract, subcontract or exchange of unauthorized aliens in the United States.
The County will consider the employment of unauthorized aliens by any Contractor during the
term of the Agreement a violation of the Immigration and Nationality Act. Such violation will
be cause for unilateral cancellation of this Agreement by the County.
13.2 Countries of Concern. As required by section 286.101, Florida Statutes , for contracts of
$100,000.00 or more, contractors shall disclose to the Owner any current or prior interest of,
any contract with, or any grant or gift received from a foreign country of concern if such
interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at
any time or such contract or grant or gift was received or in force at any time during the
previous 5 years (“Item”). “Foreign country of concern” means the People’s Republic of
China, the Russian Federation, the Islamic Republic of Iran, the Democratic People’s Republic
of Korea, the Republic of Cuba, the Venezuelan regime of Nicolás Maduro, or the Syrian Arab
Republic, including any agency of or any other entity under significant control of such foreign
country of concern. Contractor, by executing this Agreement, affirms that it has not received
an Item from a foreign country of concern.
THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their
duly qualified representatives and become effective on the date noted below.
CONTRACTOR,
WITNESS:
VENDOR NAME
By: _
Date:
Name
(SEAL)
ATTEST:
OWNER,
PASCO COUNTY, FLORIDA
__________________________________ By:
Nikki Alvarez-Sowles, Esq. Chairman
Pasco County Clerk & Comptroller
Date:
NOTARY ACKNOWLEDGMENT
STATE OF }
} ss
COUNTY OF }
The foregoing instrument was acknowledged before me on ________________, 20_____, by means of:
[___] physical presence, or
[___] online notarization
by:
[as applicable, complete one (1) of the four (4) choices below]:
(1) FOR A CORPORATION OR LIMITED LIABILITY COMPANY:
[Name] , who executed the foregoing instrument as [Title] ____
of [Corporation or Company Name] , a:
[___] corporation, or
[___] limited liability company
organized under the laws of [State] __ ,
(2) FOR AN INDIVIDUAL ACTING IN HIS OR HER OWN RIGHT:
[Name] _____________________________________________________________.
(3) FOR A PARTNERSHIP:
[Name] ________________Partner (or Agent), on behalf of [Name of Partnership]
, a [State] partnership.
(4) FOR AN INDIVIDUAL ACTING AS PRINCIPAL BY AN ATTORNEY IN FACT:
[Name] , as attorney in fact for _________________________________.
************************************************************************************
Said person is (check one below):
[___] Personally known to me, or
[___] Has produced as identification
on behalf of [Write: Name of Corporation, Company, Partnership, Principal, as applicable]:
__________________.
Signature of person taking acknowledgment
[Notary Stamp or Seal]
Print Notary’s Name
(This line is required to be completed by §117.05, F.S.)
PURCHASING DEPARTMENT
727.847.8194 I Internal Services Building I 7536 State Street, Suite 221 I New Port Richey, FL 34654
ADDENDUM TO INVITATION TO BID
November 4, 2024
TO: Concerned Bidders
RE: Addendum No. 1: IFB-DS-25-008 – AS NEEDED PUMP STATION REHABILITATION SERVICES
Please make note to the following changes, additions, deletions and clarifications to the above referenced
solicitation:
REVISED DOCUMENTS
The specifications document has been revised with the following changes…
• Section 4.1 (pg. 2) – Scheduling time updated
• Pay Item 12 (pg. 16) – Information Added to final bullet point.
• Sections 3.2 and 3.3 (pg. 20) – Added “Bolt-on Flange” information to Pipe Supports bullets.
Please note that the Bid Form was also revised to include the following items…
• Section 14 – $10,000.00 will be added to each bid for Unspecified Materials – Annual Estimate
• Section 15 - $15,000.00 will be added to each bid for Unspecified Equipment – Annual Estimate
By signing the Offeror Information/Certification Form, Bidders are acknowledging receipt of this addendum. Failure
to acknowledge receipt of this addendum may be cause for rejection.
I appreciate your kind cooperation and regret any inconvenience this may have caused. If there are any additional
questions, please contact the Purchasing Department at (727) 847-8194.
Sincerely,
Doug Steiger
Purchasing Agent II
1
IFB-DS-25-008
SPECIFICATIONS
AS NEEDED PUMP STATION REHABILITATION SERVICES
IFB-DS-25-008
1. INTENT
It is the intent of the County to obtain the services of one or more qualified General
Contractor(s) to perform as needed rehabilitation of Pasco County Utilities’ pump
station facilities.
2. GENERAL REQUIREMENTS
2.1 All work must be performed in accordance with all applicable state, local and
national laws and codes.
2.2 All quantities stated in this solicitation are estimates for bidding purposes. The
County does not guarantee any quantities mentioned herein.
2.3 All work shall be performed according to the manufacturer’s installation
requirements and recommendations and in accordance with all plans and
specifications
2.4 All work must be completed by a contractor licensed in the state of Florida to
perform all work as described herein.
2.5 Vendor is responsible for all processes and costs associated with obtaining and
maintaining any required permits.
2.6 All work under this contract will be authorized by individual written Work Orders
approved by Pasco County Utilities (PCU).
2.7 All Work of this Contract is located in rights-of-way, County easements, or on
property owned by Pasco County, Florida.
2.8 All right-of-way (ROW) use permits, when applicable, will be provided by PCU.
2.9 The testing of samples and materials will be performed by the County.
2.10 The County reserves the right to award to the lowest, responsive, responsible
vendor per line item.
2.11 While it is the county’s intent to the contract to one Vendor, we reserve the right
to award to multiple Vendors if found to be in our best interest.
2
IFB-DS-25-008
2.12 Pricing must include all labor, tools, materials, and equipment needed to
complete all services as described herein.
3. MINIMUM QUALIFICATIONS
3.1 Licenses, Permits, and Certifications:
• The Contractor must comply with all Municipal, County, State, Federal,
and other codes, and permit requirements, as applicable, to the
proposed construction work.
• Contractors must provide copies of all required licenses and
certifications, as per the Contract Documents and Specifications,
including those for listed subcontractors, with their bid submittal for this
contract. Failure to include these documents may result in your bid being
deemed non-responsive.
• Proof of all federal and state required licenses and certifications to
perform the work, specified herein, according to all obligatory
organizations governed by Florida State Law, must be provided.
• All Subcontractor work will be the responsibility of the awarded
Contractor.
4. SCHEDULING
4.1 The work should only be performed during normal business hours of 7 AM- 5 PM
Monday – Friday, excluding holidays, unless otherwise approved by the County.
4.2 When it is necessary to perform work outside the normal business hours for the
County, the Contractor must give a minimum of seventy-two (72) hours’ notice
to the County.
5. COMMENCEMENT
5.1 Contractor will not conduct any work until a “Notice to Proceed” (NTP) is issued
by PCU for each individual Work Order.
6. REFERENCE STANDARDS
6.1 These specifications contain certain abbreviated references to standards or
specifications of various organizations including, but not limited to, the
following:
• AASHTO, American Association of State Highway Traffic Officials
3
IFB-DS-25-008
• ANSI (USASI, ASA), American National Standards Institute (formerly
United States of America Standards Institute, formerly the American
Standards Association)
• ASTM, American Society for Testing and Materials
• AWWA, American Water Works Association
• CSI, Construction Standards Institute
• DIPRA, Ductile Iron Pipe Research Association
• EPA, Environmental Protection Agency, United States
• FDEP, Florida Department of Environmental
• FM, Factory Mutual
• NEC, National Electrical Code
• NEMA, National Electrical Manufacturers Association
• OSHA, Occupational Safety and Health Administration (U.S. Department
of Labor)
• SWFWMD, Southwest Florida Water Management District
• UL, Underwriters Laboratories
6.2 When standards or specifications are indicated herein by reference, the
referenced portion will apply to the most recent edition of the publication
and will have the same force and effect, to the extent indicated by the
references thereto, as if they were included herein in their entirety.
7. PUBLIC CONVENIENCE AND SAFETY
8.1 Materials stored at the work site must be placed where there will be no
obstruction to vehicular or pedestrian traffic.
8.2 Contractor must obtain the County’s consent prior to storing material at the
jobsites.
8.3 No roadway will be closed except by express written permission of the County
or such other authorized public agency having jurisdiction.
• Road closure/Detour must be requested with a detailed detour map
showing signage, etc. and must be approved by the Traffic Operations
Division and the Board of County Commissioners followed with a
newspaper notice.
8.4 Precaution must be exercised at all times for the protection of persons and
property. The safety provisions of applicable laws, building codes, and
construction codes must be observed.
8.5 Machinery, equipment, and other hazards must be guarded in accordance with
the safety provisions of the OSHA and the Manual of Accident Prevention in
4
IFB-DS-25-008
Construction, published by the Associated General Contractors of America.
9. CHEMICAL USAGE
9.1 All chemicals used during execution of the work, whether herbicide, pesticide,
disinfectant, polymer, reactant, or of other classification, must show approval
of either the EPA or the U.S. Department of Agriculture (USDA), as applicable.
9.2 Use of all such chemicals and disposal of residues will be in strict conformance
with all environmental regulations.
10. PROTECTION AND RESTORATION OF PROPERTY
10.1 The Contractor will not enter any private property for any purpose without
obtaining permission in advance, and will use every precaution necessary to
prevent damage or injury to any public or private property, trees, fences,
monuments, and underground structures, etc., on and adjacent to the site of
the work.
10.2 If work is to be performed in an easement on private property, the affected
property owners must be notified twenty-four (24) hours in advance of
construction.
10.3 The Contractor will not do any work that would affect any railway track,
pipeline, telephone, power transmission line, or other utilities or structures, or
enter upon the right-of-way or other lands appurtenant thereto, until
authority, has been secured from the proper persons.
10.4 Utility location agencies, such as “Sunshine 811” must be given sufficient notice
prior to construction. All costs for utilities locating will be covered by
Contractor.
10.5 The Contractor will be responsible for all damage or injury to property of any
character resulting from any act, omission, neglect, or misconduct in the
execution of the work, from his non-execution of the work, or from defective
work or materials; and he will not be released from the responsibility until the
work has been completed, accepted and the warranty requirements fulfilled,
as determined by PCU.
10.6 Contractor will be paid for repairs directly related to the work, however, the
Contractor will be responsible for any damages from equipment or personnel
not directly required by the work, as determined by PCU.
10.7 All damage as a result of construction work done to existing structures,
wetland areas, roadway pavement, driveways, other paved areas, fences,
utilities, traffic- control devices, and any other obstruction not specifically
named herein, will be repaired, restored, or replaced by the Contractor, at his
5
IFB-DS-25-008
sole expense, unless otherwise specified.
10.8 During the course of construction, the Contractor must take special care and
provide adequate protection in order to minimize damage to vegetation,
surfaced areas, and structures within the construction right-of-way, easement,
or site.
10.9 The Contractor will immediately repair any damage to private property.
10.10 If the removal or trimming of valuable trees, shrubs, or grass will be required
to facilitate the installation within the designated construction area, this work
must be done in cooperation with the County and/or local communities in
which the work takes place.
• The valuable vegetation, removed or damaged, will be replanted, if
possible, or replaced by items of equal quality, and maintained, by the
Contractor, until growth is re-established.
• Topsoil damaged in the course of work will be replaced with at least a
four-inch (4”)layer of suitable material.
• Existing sidewalks and driveways removed, disturbed, or destroyed by
construction will be replaced or repaired, at the Contractor’s expense.
The finished work will, as a minimum, be equal in all respects to the
original.
10.11 Following completion of construction, the work area along the route of the
installation will be finish graded to elevations compatible with the adjacent
surface, with grassing or hand-raking required within developed areas.
10.12 Work site cleanup and property restoration will follow behind construction
operations without delay.
10.13 In order to facilitate an acceptable construction site, debris and waste
materials will be removed from the site daily and trenching length versus
laying pipe will be coordinated to preclude overnight trench opening.
10.14 Construction site maintenance, along with ongoing cleanup and final property
restoration acceptance, will be as directed and approved by the County, if
necessary.
11. WORK IN STREET
11.1 Maintenance of Traffic (MOT) – The Contractor will provide bypasses,
crossings, and other means for the maintenance of one-way traffic on all
streets and two-way traffic, wherever possible, on all streets where work is in
progress.
6
IFB-DS-25-008
• Construction operations will be during the time and days specified herein
or as otherwise instructed by PCU.
• The Contractor will plan and schedule his operations to impose the least
possible interference with normal traffic flow.
• The Contractor is required to have a County-approved, traffic-control
plan for each situation that may occur during the course of construction.
This applies to State-controlled ROW as well as County ROW.
• The traffic-control plan must be submitted to the “Traffic Operations
Manager”, in the Pasco County Traffic Operations Department, for their
review and approval more than forty-eight (48) hours prior to any
activity.
11.2 Guardrails and Barricades - The Contractor will provide, erect, and maintain
effective barricades, traffic signals, and signs on all intercepted streets or
highways and in other locations where required for the protection of the work
and the safety of the public.
• Barricades or obstructions that encroach on or are adjacent to public
ROW must be provided with lights that are kept lit at all times between
sunset and sunrise.
• Contractor must conform to all State, County, and local laws and
regulations in effect when the work is undertaken.
• The Contractor will be responsible for all damages resulting from any
neglect or failure to meet these requirements.
11.3 Disruption of Services – Adequate means of access to all public and private
properties during all stages of construction must be provided. Unless approval,
in writing, is provided by the affected agency or County, there will be no
interruption of service to present customers of such utilities requiring repairs,
changes, or modifications caused by the construction work.
12. DISRUPTION TO EXISTING SYSTEM OPERATION
12.1 The Contractor will perform operations necessary for connecting to the existing
system at times of minimum flow rate.
12.2 The said operations must be accomplished expeditiously in order to minimize
service disruption.
12.3 All schedules must be coordinated with and approved by PCU in advance of
work.
12.4 A plan for connection must be submitted to PCU a minimum of seventy-two
(72) hours prior to connection.
7
IFB-DS-25-008
14. CONFORMITIES WITH SPECIFICATIONS AND ALLOWABLE DEVIATIONS
14.1 Contractor will complete all work as instructed by the PCU on each Work Order
and as per these specifications, conforming to the elevations and gradients
specified.
14.2 All parts of both substructures and superstructures must be in proper alignment
and adjustment.
14.3 The Contractor will provide all frames, forms, shoring, guides, anchors, and
temporary structures that may be required to complete the work as specified
herein.
14.4 Any deviation will require PCU’s approval in advance.
15. SUBSTITUTIONS OR "APPROVED EQUALS”
15.1 Whenever a material or article required is specified by using the name of the
proprietary product or of a particular manufacturer or vendor, it will be only for
the purpose of establishing a standard of quality for the specified materials.
15.2 Any material or article that will perform the function imposed by the general
requirements will be considered equal and satisfactory with prior approval by
PCU.
15.3 Any substitutions will not be purchased or installed without prior written
approval from PCU. Substitution may be restricted due to inventory control.
16. FIELD LAYOUT
16.1 When available, the County supplied Records drawings, Atlas sheet, street
address and other pertinent information will identify the general location of the
work area. If there is any question as to the general location described by the
County, the Contractor must seek clarification from the PCU Representative
before beginning any work.
17. INSPECTIONS/ FINAL ACCEPTANCE
17.1 All construction is subject to inspection by PCU and certain tasks require that a
PCU Inspector be on the site to properly document the procedure, test results
and/or material used.
8
IFB-DS-25-008
• On the occasions that a PCU Inspector is required on site to observe these
tasks, forty-eight (48) hours advance notice will be required (Saturday, Sunday
and Holidays excluded).
17.2 Should the Contractor suspend work on any given project, the Contractor will
provide written notification, detailing the reason for the suspension, to PCU
within at least two (2) business days. Additionally, forty-eight (48) hours
advance, written notice will be required for a restart of the project.
17.3 Any defective work will be corrected or repair to the satisfaction of PCU at no
additional cost to the County.
17.4 Final acceptance will be granted when upon satisfactory final completion of the
work including restoration of disturbed areas and cleanup. No payment will be
made by the Owner until the final acceptance is issued by PCU.
18. INSPECTIONS BY OTHER AGENCIES
18.1 Any local agency or other authorized governmental agencies having legal interest
in the project will have free access to the site for inspecting materials and work,
and the Contractor will afford them all necessary facilities and assistance for
doing so.
18.2 Any instructions to the Contractor resulting from these inspections will be given
through PCU.
18.3 These rights of inspection will not be construed to create any contractual
relation between the Contractor and these agencies.
19. DEFECTIVE AND UNAUTHORIZED WORK
19.1 All work that has been rejected will be repaired or, if it cannot be satisfactorily
repaired, will be removed and replaced at the Contractor's expense.
19.2 Materials, not conforming to the requirements of the specifications, will be
removed immediately from the site of the work and replaced with satisfactory
material, by the Contractor, at his own expense.
19.3 Failure to reject any defective work or material during construction will not
prevent later rejection upon discovery or obligate the County to final
acceptance.
9
IFB-DS-25-008
20. WARRANTY
20.1 Warranty Period: Unless noted, One-Year, from the date of acceptance by the
County, workmanship and materials warranty is required for all work performed
under these specifications.
20.2 Warranty Repairs During the time that work under these specifications is either
under construction or in the warranty period, emergencies which arise must be
handled as the situation dictates. Inasmuch as each situation is unique due to
time, place, and circumstance, the following guidelines will be used to the fullest
extent possible:
• An emergency is defined as a situation that develops suddenly and
demands immediate action to halt a worsening condition.
• During an emergency, Contractor must respond within four (4) hours
from notification by the County or as otherwise agreed upon by both
parties. Repairs which are the result of such emergencies are the
responsibility of the Contractor.
• Non-emergency-type repairs must be complete or at least in progress
within seven (7) calendar days of notification by the PCU.
• Any repairs accomplished under this section, by PCU, may be billed to the
Contractor.
21. CONTRACT TERM
The successful bidder(s) will be awarded an initial three (3) year contract. The County
reserves the right to extend any agreement for up to two (2) periods of up to twelve
(12) months if agreeable to all parties.
10
IFB-DS-25-008
EXHIBIT A – MEASUREMENT AND PAYMENT
1. GENERAL
1.1 The Contractor will receive compensation for all labor, tools, and
equipment for performing all operations necessary to complete the work
as set forth in each Work Order, as applicable.
1.2 Full payment for the work will be inclusive of all loss or damages arising
from the nature of the work, or from the action of the elements or from
any unforeseen difficulties that may be encountered during the
prosecution of the work until final acceptance by the County.
1.2 Any cost incurred that is not directly provided by a bid item will prorated
and included in the bid item that required the materials or services.
1.3 The prices bid for the various items of work are intended to establish a
total price for completing the work. Any additional assumed costs should
be factored into the bid price provided to reflect the estimated total price
of completion for the item.
2. BID ITEM DESCRIPTION
2.1 Payment for all work done in compliance with the Contract Documents,
inclusive of furnishing all labor, equipment, materials and performance of
all operations relative to construction of this project, will be made under
Pay Items listed herein and in accordance with the accepted Proposal.
2.2 Work for which there is no Pay Item will be considered incidental to the
Contract and no additional compensation will be allowed. Mobilization and
demobilization must be included in each line item.
2.3 The bid item description, method of measurement and basis for payment
are listed on the following pages:
PAY ITEM NO. 1. FURNISH AND INSTALL DISCHARGE PIPING
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the replacement of discharge piping of different
types and sizes as described on the Bid Form.
11
IFB-DS-25-008
B. Piping to be replaced includes, wet wells, valve- box discharge piping, and
gravity influent piping.
C. The unit prices will contain all costs necessary to procure the pipe; install
the pipe; cutting of existing pipe; disposal of removed pipe; joint restraint;
trench safety; and necessary materials required to construct a complete
and operable discharge piping in accordance with the Contract Documents.
D. This includes restoration.
E. Measurement of payment will be the diameter and actual linear feet of
pipe installed and accepted by the PCU.
PAY ITEM NO. 2. FURNISH AND INSTALL MYERS SUBMERSIBLE PUMPS BASE ELBOW
PACKAGE AND GUIDE RAILING SYSTEM
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install new base elbow packages
including:
• Iron Base Plates
• MYERS Base Elbows and Guide Railing Systems for various MYERS
base packages.
• MYERS Base Elbows as follows:
• SRA-3030 with one and a half (1 ½) inch Guide Rails
• SRA-4040 with one and a half (1 ½) inch Guide Rails
• SRA-44HH (Heavy Duty) with two (2) inch Guide
Rails
• SRA-66 with two (2) inch Guide Rails
B. The unit prices must include costs for parts, materials, labor and all
incidentals required to install the units in accordance with the Contract
Documents and Manufacturer’s instructions.
C. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
12
IFB-DS-25-008
PAY ITEM NO. 3. FURNISH AND INSTALL ABOVEGROUND DUPLEX MANIFOLD
ASSEMBLIES
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install aboveground duplex manifold
assemblies including pipes, check and gate vales, pipe stands, pump out
valve, all flanged fittings and sealing materials for all tie-ins to the sewer
system.
B. The unit price must include all costs for parts, materials and labor required
to complete the work in accordance with the Contract Documents and
County Standards as per PCU’s instructions.
C. The work includes any excavation equipment required to perform tie-in’s
outside of the DRYWELL by means of cutting out the back of the drywell
wall for tie-in to the existing force main.
D. The tie-in parts and materials required for the tie-in, from the manifold to
the final tie-in connection point, are included in this unit pricing.
E. Any connection point starting from the bottom ninety (90) below ground
exceeding twenty linear feet (20 LF) to existing point of connection will be
compensated separately.
F. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
PAY ITEM NO. 4. FURNISH AND INSTALL ABOVEGROUND TRIPLEX MANIFOLD
ASSEMBLIES
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary to furnish and install aboveground triplex manifold
assemblies including pipes, check and gate valves, pipe stands, pump out
valve, all flanged fittings and sealing materials for all
tie-ins to the sewer system.
B. The unit price must include all costs for parts, materials and labor required
to complete the work in accordance with the Contract Documents and
County Standards as per PCU’s instructions.
13
IFB-DS-25-008
C. The work includes any excavation equipment required to perform tie-in’s
outside of the DRYWELL by means of cutting out the back of the drywell
wall for tie-in to the existing force main.
D. The tie-in parts and materials required for the tie-in, from the manifold to
the final tie-in connection point, are included in this unit pricing.
E. Any connection point starting from the bottom ninety (90) below ground
exceeding twenty linear feet (20 LF) to existing point of connection will be
compensated separately.
F. Measurement of payment will be the actual number of units installed and
accepted by the PCU.
PAY ITEM NO. 5. FURNISH AND INSTALL INSIDE PVC-DROP LINE CONNECTION
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the installation of a PVC-drop with stainless steel
bracing inside of the wet well as directed by the PCU and these
Documents.
B. The unit price must contain all costs necessary to procure the pipe and
fittings; install the pipe; adapters and gaskets, as applicable; cutting
existing pipe; disposal of removed pipe; joint restraint; trench safety; and
all other related and necessary materials required to construct a complete
and operable drop pipe in accordance with the Contract Documents and
County Standards.
C. The quantities for payment will be based on the size of pipe of the required
length measured in vertical linear feet installed, completed, and accepted.
PAY ITEM NO. 6. WET WELL NEW FLOOR POUR
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the installation of new pour concrete floor in the
bottom of a wet well as directed by the PCU.
B. The unit price must contain all costs necessary to construct a concrete
Class “A” three thousand five hundred pressure per square inch (3500 psi)
including any protective coatings, and all other related and necessary
materials required to construct a complete and usable structure in
accordance with the Contract Documents and County Standards.
C. Measurement of payment will be the actual cubic yard of concrete
installed and accepted.
14
IFB-DS-25-008
PAY ITEM NO. 7. REMOVAL OF EXISTING COATING AND/OR LINER
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the removal of existing coating or liner inside of
the wet well and/or manholes as directed by the PCU.
B. The unit price must contain all costs necessary for disposal of removed
liner; trench safety; and all other related labor and necessary materials
required to complete the work in accordance with the Contract
Documents.
C. The quantities for payment will be based on the square footage removed,
disposed of, and accepted by PCU.
PAY ITEM NO. 8. PUMP STATION ABANDONMENT AND EQUIPMENT REMOVAL
A. The work consists of furnishing all labor, equipment, materials,
mobilization of equipment, traffic control and supervision necessary for:
i. Top slab, pumps, valves, piping and related equipment removal
including disposal of all debris off site and transportation of demo
material (metal/iron) to the nearest County Wastewater Plant (i.e,
Embassy Hills WWTP or Wesley Center WWTP) as per these
Documents. The work includes any excavation and/or equipment
to remove DRYWELL top slab and cutout of the back wall for tie-in
purposes.
ii. This unit pricing is all inclusive for Pump Station Abandonment,
Equipment Removal and Sealing discharge piping with red brick and
hydraulic cement
iii. The unit price must contain all costs necessary to procure the
materials and install it as per the Contract Documents.
B. Measurement of payment will be the actual number of each unit as
specified in the Bid form for completed item.
PAY ITEM NO. 9. CORE DRILLING
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for the core drilling of structures as required.
B. The unit price must contain all costs necessary to core the structure
including: flexible rubber boot, link-seal, and all other related and
necessary materials required in accordance with the Contract Document.
15
IFB-DS-25-008
C. The quantities for payment will be based on the diameter of the hole core
drilled.
PAY ITEM NO. 10. BYPASS PUMPING SYSTEM SETUP OPERATION
A. Measurement and payment of this pay item is based on the mobilization
and setup of bypass sewage pumping equipment and all temporary piping
as required by the Contractor to perform contracted work as required.
B. Price must include all labor to set up/remove equipment as well as the
operation of the bypass pumping equipment, fittings, road plates, other
equipment and materials, testing, and any required incidentals necessary
to completely install the bypass pumps including secondary standby bypass
pumps also connected to the line. No additional compensation is
applicable for bypassing setup and/or ancillaries to complete Bypassing.
C. The quantities for payment will be the weekly rate based on the size of
pump(s) used and also additional actual number of days (one [1] day =
twenty-four [24] hours) or fractions thereof, that the bypass pumping
equipment is placed in operation by the Contractor to perform the
required work.
PAY ITEM NO. 11. FURNISH AND INSTALL WET-WELL PRE-CAST TOP SLAB AND ACCESS
FRAME/DOOR (ALUMINUM)
A. The work consists of furnishing all labor, equipment, materials, and
supervision necessary for installing the wet-well top slab complete with
access frame and doors as manufactured by US Foundry & Manufacturing
Corporation Model #APS300 or EQUIVALENT.
B. The unit price must contain all costs necessary to procure the top slab,
install the top slab, protective coatings (not including corrosion- control
coatings), engineered and scaled (Florida P.E.) drawings for slab, frame and
doors, and all other related and necessary materials required to
install a useable top slab and frame in accordance with the Contract
Documents and County Standards.
C. Payment includes demolition, removal, and disposal of any existing top
slab and relocation of any equipment and restoration for use if not a new
installation.
D. Unit pricing includes various thicknesses varying from six (6) inches thru
twenty-four (24) inches.
E. The quantities for payment will be based on each separate pay item of the work
constructed, completed, and accepted.
16
IFB-DS-25-008
PAY ITEM NO. 12. RESTORATION OF PROPERTY
A. Description:
• Concrete Sidewalk and Miscellaneous Concrete (three thousand pressure per
square inch [3000 PSI])
• This bid item includes construction of concrete sidewalk and miscellaneous
concrete.
• The quantities for payment will be based on design thickness and unit of
measure as designated on the proposal. This should include formwork,
concrete, expansion joint material, reinforcing and finishing.
• Concrete Gutter and Curb Elements
• This bid item includes construction of Miami curbs and gutters or valley
gutters.
• The quantities for payment will be measured in linear feet according to type of
curb, curb and gutter, or gutter, as designated in the Proposal. This includes
formwork, concrete, reinforcement, finishing and all incidentals.
• Concrete Grade Slabs and Driveways (four thousand pressure per square inch
[4000 PSI])
• This bid item includes construction of concrete driveways and slabs on grade.
Concrete must be a minimum of four thousand pressure per square inch (4000
PSI) and installed to County specifications.
• The quantities for payment will be measured in square feet of six inches (6”).
This should include labor, supervision, support forms, formwork, concrete,
reinforcement, expansion joint materials, installing, hauling, and finishing. For
wet areas, a foundation of additional base material and/or plastic liner can be
requested at Pasco county’s discretion.
PAY ITEM NO. 13. UNSPECIFIED WORK LABOR – HOURLY RATES
A. The work under this Pay Item consists of unforeseen units of work not
included in other Bid Items, but necessary for accomplishing the work, and
will apply only to extra work or additional items other than those specified
or shown on the Bid Form.
B. The cost of this additional work will be agreed upon and approved by PCU
in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supply house invoices. No markup will
be allowed for this item.
D. The quantities for payment of Unspecified Work to be paid for under this
Pay Item will be measured in units of pay for work in place, completed, and
17
IFB-DS-25-008
accepted.
PAY ITEM NO. 14. UNSPECIFIED MATERIALS
A. The work under this Pay Item consists of unforeseen units of materials not
included in other Bid Items, but necessary for accomplishing the work and
will apply only to extra work or additional items other than those specified
on the Bid Form.
B. The cost of these additional materials will be agreed upon and approved by
the PCU in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supplier invoices plus ten percent
(10%) markup. No Sales Tax or freight charges may be marked up.
D. The quantities for payment of Unspecified Materials to be paid for under
this Pay Item will be measured in units of pay for work in place, completed,
and accepted.
PAY ITEM NO. 15. UNSPECIFIED EQUIPMENT
A. The work under this Pay Item consists of unforeseen units of equipment
not included in other Bid Items but necessary for accomplishing the work
and will apply only to extra work or additional items other than those
specified or shown on the Bid Form.
B. The cost of this additional work will be agreed upon and approved by PCU
in the Work Order prior to starting the work.
C. The value of the work will be based on unit prices of similar Bid Items
called for in the Proposal or by valid supply house invoices. No markup will
be allowed for this item.
D. The quantities for payment of Unspecified Equipment to be paid for under
this Pay Item will be measured in units of pay for work in place, completed,
and accepted.
3. APPLICATION FOR PAYMENT
3.1 For payment of work under this contract, the Contractor will submit to the
Owner invoice(s) for completed Work Order(s) along with copy of the
executed Work Order Form and supplier invoices as stated herein.
3.2 The invoice must include Work Order number(s), County Purchase Order
number, description of the work, location of work, and cost according to
the unit prices listed on the Bid Form and actual dates and time of the
work performed.
18
IFB-DS-25-008
3.3 All work is subject to verification by the Owner. Contractor will maintain
proper records to verify work performed. Failure to maintain adequate
records or provide authorized work orders will result in non-payment or
cancellation of the Contract.
3.4 Unless otherwise indicated in the bid documents, payment terms will be
net forty- five (45) days. Terms not consistent with this provision are not
acceptable and may be cause for rejection. The Owner will pay the
Contractor within forty-five (45) days after the receipt of a correct invoice
for reasonable work allocable to the Contract or after the date of
acceptance of work that meets contract requirements, whichever event
occurs later. Payment(s) are considered effective on the date payment is
mailed.
END OF EXHIBIT A – MEASUREMENT AND PAYMENT
19
IFB-DS-25-008
EXHIBIT B – WASTEWATER PUMP STATIONS
1. GENERAL
1.1 All work must be completed in accordance with the Contract Documents and
County Standards as per PCU’s instructions and site visit.
2. SUBMERSIBLE PUMPS BASE ELBOW PACKAGE AND GUIDE RAILING SYSTEM
2.1 Contractor will furnish and install combination support plated base and
discharge elbow, guide rail assembly and lift chains for Myers submersible
pumps, MYERS Base Elbows and Guide Railing Systems for various MYERS base
packages.
• MYERS Base Elbows as follows:
• SRA-3030 with one and a half (1 ½) inch Guide Rails
• SRA-4040 with one and a half (1 ½) inch Guide Rails
• SRA-44HH (Heavy Duty) with two (2) inch Guide Rails
• SRA-66 with two (2) inch Guide Rails.
2.2 Guide railing system will be provided to ensure simple and effective removal and
reinstallation of the pump set.
• The system will be comprised of two full length vertical stainless steel
(SS) 316 guide rails.
• When the Guide Rail installation exceeds twenty ( 20) feet, the Guide
Rails will be welded by Contractor to the required length.
• These will be retained at the bottom by fixings forming part of the
discharge connection and at the top by a bracket/access frame
arrangement.
2.3 The access frame will be drilled for lifting chain support brackets and motor
cable support clips. The work must include all necessary equipment, brackets,
and clips, fixing and packing.
2.4 Work will also include removal of the old unit. All removed parts and equipment
must be returned to PCU.
2.5 Equipment must be installed as per Manufacturer’s instructions and County’s
Standards, unless directed by PCU otherwise.
20
IFB-DS-25-008
2.6 A Manufacturer’s warranty must be provided with the unit.
3. PUMP STATIONS MANIFOLD ASSEMBLIES
3.1 Manifold assembly parts will be furnished and installed by Contractor, as per
County Standards, with minor field changes, as instructed by PCU. Work will
include any and all excavation equipment for manifold assemblies and all line
connections from the bottom of the wet well to the force main connection.
3.2 Duplex Manifold Assemblies - Will include, but not be limited to:
• Flanged Fittings
• Four (4), ninety (90) degree bends
• Two (2) Tees
• Force mains tie-in fittings with one (1) isolated resilient wedge gate valve
with hand wheel and valve box- KENNEDY, to be installed above ground
(Handwheel) or below ground (Square Nut) at Owner’s discretion.
Various Tie-In materials, fittings and pipe determined per tie-in
• Two (2) manifold branch check Valves – KENNEDY
• Two (2) manifold branch resilient wedge gate valves with hand wheel –
KENNEDY
• Bolt-on Flange Pipe supports
• One (1), four (4) inch pump out with one (1) isolation resilient wedge gate
valve with hand wheel with camlock and accessories
• Flanged gasket accessories kits (SS 316)
• One (1) Megalug restrainer Kit
• Link seal materials as needed
3.3 Triplex Manifold Assemblies. Will include, but not be limited to:
• Flanged Fittings
• Six (6), ninety (90) degree bends
• One (1)Tee
• One (1) Cross
• Force mains tie-in fittings with one (1) isolated resilient wedge gate
valves with hand wheel and valve box. – KENNEDY, to be installed above
ground (Handwheel) or below ground (Square Nut) at Owner’s discretion.
Various Tie- In materials, fittings and pipe determined per tie-in
• Three (3) manifold branch check Valves – KENNEDY
• Three (3) manifold branch resilient wedge gate valves with hand wheel –
KENNEDY
• Bolt-on Flange Pipe supports
• One (1), four (4) inch pump out with one (1) isolation resilient wedge gate
valve with hand wheel with camlock and accessories
• Flanged gasket accessories kits (SS 316)
• One (1) Megalug restrainer Kit
21
IFB-DS-25-008
• Link seal materials as needed
4. INSIDE PVC-DROP CONNECTION TO WET WELL
4.1 The work consists of furnishing all labor, equipment, materials, and supervision
necessary for the installation of a PVC-drop line with stainless steel bracing
inside of the wet well as directed by the PCU and these Documents.
4.2 Contractor will be responsible for procuring the pipe; installing the pipe,
adapters and fittings as applicable; cutting existing pipe; disposal of removed
pipe; joint restraint; fittings, trench safety; and all other related and necessary
materials required to construct a complete and operable drop pipe, as per these
documents and County Standards.
4.3 Stainless steel bracing will be installed not more than ten (10) feet apart.
External pipe-to-pipe restraining devices which clamps onto ours, that would
otherwise damage the pipe surface as a result of point-loading, will NOT be
permitted. The joining system will incorporate a sealing gasket to provide
watertight seal.
4.4 Pipe and fittings will be PVC schedule eighty (80) and all hardware, including
flange bolts and nuts, will be stainless steel. Adapters and gaskets will be
provided by the same pipe manufacturer.
5. PUMP STATION WET WELLS
5.1 Wet Well Top Slab
• Must be six (6) inches thick minimum
• Must be twenty-four (24) inches maximum depending on the existing
thickness
• Must be constructed of precast concrete conforming to ASTM C478
• Must be as per County’s Standards
• Precast pre-stressed members will be manufactured in accordance with
the standards of the Pre-stressed Concrete Institute and ACI 318 and 301
• Concrete used in pre-stressed members must develop a twenty-eight (28)
day strength of five thousand pressure per square inch (5000 P S I )
• Engineered scaled design drawings stamped and sealed by a Florida
Professional Engineer must be submitted to PCU for review prior to
commencing any work
• Pre-cast structures will be installed at the grade and alignment shown on
County’s Standards
5.2 Wet Well Access Door
• Must be provided with an aluminum access frame complete with hinged
and hasp-equipped cover
22
IFB-DS-25-008
• Must be sized as needed
• Must be utilizing a double-door design as manufactured by US Foundry &
manufacturing Corporation Model #APS300 or equivalent
• The cover will be able to support a static load equal to three hundred (
300) pounds per square foot
• All support bracing will be incorporated into lids, thus providing
unrestricted access
• No frame-mounted cross supports will be allowed
• Frame will be securely mounted in the concrete top slab
• Each door will have safety-locking handle to maintain the lid in the open
position
• Fall Protection – new lid will include ridged safety grating; nylon safety
nets will not be allowed
• All components must be of aluminum and/or stainless steel
5.3 Wet Well Floor Pour
• Contractor will provide concrete to pour new wet well floor as per
County’s standards
• Grout must be a minimum of three thousand five hundred pressure per
square inch ( 3500 PSI) concrete
• Must conform to FDOT latest Standard Specifications for Portland
Cement, aggregates, and mixing.
• Concrete mix lab test results must be provided to the County for review.
6. LINER REMOVAL
6.1 When requested by PCU, Contractor will remove existing liner/coating materials
from sewer structures up to three (3) inch thickness.
6.2 Removed material must not be allowed to enter the sewer system and will be
disposed of by Contractor, at the Contractor’s expense.
7. PUMP STATION ABANDONMENT AND EQUIPMENT REMOVAL
7.1 Work will include all labor, materials, equipment and supervision required for
the abandonment of existing County pump stations and equipment removal as
needed. The work consists of, and can include, but is not limited to, any
excavation equipment required for pipework, and lid removal.
• Pumps, valves, piping and related equipment removal for a duplex or
triplex pump stations
• Equipment will be removed from dry well vault including submersible
pumps, valves and piping
23
IFB-DS-25-008
• Removed equipment must be transported to the Embassy Wastewater Plant
located at 9512 Crabtree Avenue, Port Richey, FL 34668 (West side) or
Wesley Center WWTP, 7501 Boyette Rd, Wesley Chapel, FL, 33544 (East side)
• Top slabs will be demolished as part of the scope
• All materials removed will be disposed of by Contractor off site at the
Contractor’s expense
• Sealing all existing pipes from inside structures
• Encountered piping will be plugged and sealed, as instructed by PCU, with
red brick and hydraulic methods consisting of sand or gravel and Portland
cement prior filling the structures.
• Restoration of disturbed areas is considered incidentals for all abandonment
items.
8. CORE DRILLING
8.1 When authorized by PCU, Contractor will core drill holes on manhole and wet
well structures for the installation of pipe connections, posts and other pipe
connections.
8.2 Contractor will perform work only with approved coring machines to produce a
smooth hole for the different sizes specified on the Bid Form.
8.3 Contractor will also secure the perforated holes with the appropriate means
until connection has been performed.
9. PUMPING AND BYPASSING
9.1 When pumping and bypassing is required or ordered by the PCU, the Contractor
will supply the pumps, line stops, conduits, hosing, fittings, appurtenances and
other equipment to divert the flow of sewage around the pipeline on which is to
be performed. This includes all bypass piping and fittings required to bypass the
Pump Station.
9.2 The bypass system will consist of one (1) primary and one (1) secondary pump
connected in parallel and of sufficient capacity to handle existing peak flow plus
additional flow that may occur during a rainstorm.
24
IFB-DS-25-008
9.3 The Contractor will be responsible for furnishing all necessary labor and
supervision to set up and operate the pumping and bypassing system.
9.4 When flow in a sewer line is plugged, blocked, or bypassed, sufficient
precautions must be taken to protect the sewer lines form damage that might
result from sewer surcharging. Further, precautions must be taken to ensure
that sewer flow control operations do not cause flooding or damage to public or
private property being served by the sewers involved.
9.5 Under no circumstances will sewage be discharged into/onto any place other
than another sewer manhole or a piece of equipment designed to carry sewage.
9.6 Any damage caused from the Contractor’s neglect of these precautions is solely
the responsibility of the Contractor.
10. SUBMITTALS
10.1 Manufacturer’s Shop Drawings:
• Before commencing any work, Contractor will provide to PCU, for review,
preliminary drawings, engineering data clearly marked with the name of
the project, equipment, and fabricated materials to be furnished by the
manufacturer under this contract as applicable.
• Shop drawings must include all information pertaining to the equipment or
material provided under these specifications.
• Data will include drawings and descriptive information in sufficient detail to
show the kind, size, arrangement, and operation of component materials and
devices; the external connections, anchorages, and support required; and
dimensions needed for installation and correlation with other materials and
equipment.
• All part numbers and catalog data required for ordering spares and replacements
will be provided.
11. EVALUATION OF MATERIALS
11.1 The evaluation of the shop drawings will be on the basis of conformance to the
specifications.
11.2 The evaluations will be based on manufacturer's data submitted and will include
the following considerations:
• Equipment and materials to be provided.
25
IFB-DS-25-008
• Project design changes that would be required to accommodate
proposed equipment and materials.
END OF SECTION 3 – WASTEWATER PUMP STATIONS
26
IFB-DS-25-008
SECTION 4
PIPES, FITTINGS, VALVES, AND APPURTENANCES
1. GENERAL
This section includes the material and installation standards for pipes, fittings, valves, and
appurtenances, as applicable to this Contract.
1.1 Required specialty items not included under this section must be
high quality and consistent with approved standards of the
industry for the applicable service installation.
1.2 Work will include the furnishing, installation and testing of pipe,
pipe supports, retrained joints, and all required appurtenances
as shown on the drawings and as required to make the entire
piping system operable. The system includes, but is not limited
to, the following items:
• Discharge piping, manifold assemblies and branch piping
• Valve vaults drains
2. REQUIREMENTS
• All pipe, fittings, couplings, and appurtenance items will be new, free
from defects or contamination and will be the standard product of the
manufacturer.
• They will be furnished in pressure or thickness classes as specified or
shown.
• Unless otherwise indicated the size shown will be the nominal pipe diameter.
• Joints - Flanged pipes connections, including all bolts, nuts, and gaskets must
be in accordance with ANSI/AWWA, C-115/A21.15. EPDM gaskets.
2.1 DUCTILE IRON PIPE AND FITTINGS (DI)
• DI pipes will be flanged with a minimum wall thickness in accordance
with Class 53 and must conform to the requirements of
ANSI/AWWA C115/A21.50 and AWWA/ANSIC110/A21.10 latest
editions.
• Flanged pipe must be rated for a working pressure of 250 psi. Flanges must
be ductile iron in accordance with AWWA C115 and drilled to ANSI B16.1
Class 125 dimensions.
• DI fittings: Fittings must conform to the requirements of ANSI/AWWA
C110/A21.10, two hundred-fifty (250) psi working pressure.
27
IFB-DS-25-008
• Lining and Coating:
• Ductile iron pipe and fittings furnished for this Contract must be
epoxy lined with PROTECTO 401.
• Exterior coating will be as state herein at the end of this
section for aboveground piping.
2.2 POLYVINYL CHLORIDE (PVC) AND FITTINGS:
• PVC Scheduled 80 Pipes must conform to the requirement of
ASTM Designation D1785, Schedule 80, designation 1120, and
the fiber stress for deriving the short-time burst pressure
requirement.
• Polyvinyl Chloride Pipe Fittings must conform to the
requirements of ASTM Designation D2467, Class 12454-B for
socket type, ASTM Designation D2464 for threaded type and
ASTM D2241 for bell and spigot type.
• Rigid, Unplasticized Compounds for pipe fittings must
conform to the requirements of ASTM Designation D1784,
Class 12454-B.
• Joints in PVC Pipe and Fittings must be the solvent-
welded socket, flanged type.
• Flanges must be one hundred fifty (150) pound and
must be of the same material as the pipe.
• Bell and spigot joints must utilize a retained ring gasket
in accordance with ASTM D3139.
2.3 SCHEDULE 40 316 STAINLESS STEEL
• Must conform to ASME/ANSI B36.19 Stainless Steel Pipe.
2.4 PIPE HANGERS/ BRACKETS AND SUPPORTS
• Pipe hangers, brackets and other supports
• must be adjustable type conforming to the requirement
of ANSI B31.1, Section 6
• must have ample strength and rigidity to resist the
hydraulic thrusts at changes in direction and at dead ends
as well as the dead weight loads and the load carried.
28
IFB-DS-25-008
• Hangers and supports must include all hanging and supporting
devices of metallic construction required for the pipe’s assemblies,
lines and apparatus. Hangers and supports will be painted the same as
required for the supported piping.
• Unless otherwise specified, bolts, stud bolts, rods, yokes and
nuts or hangers, brackets and supports must be 316 stainless
steel.
• Unless otherwise approved by PCU, all hangers and
supports must be listed with the Underwriters’
Laboratory.
• Hangers and supports must be adequate to maintain the
pipelines and apparatus in proper position and alignment
under all operating conditions.
• Hangers and supports must be of standard design where
possible, and be best suited for the service required, as
approved by PCU.
• Where required, they will be screw adjustable after
installation.
• Supporting devices will be designed in accordance with the
best practice and will not be unnecessarily heavy.
• Sufficient hangers and supports will be installed to provide
a working safety factor of not less than four (4) for each
hanger, assuming that the hanger is supporting twelve (12) feet of
pipe filled with water.
• Hangers and supports must be designed and selected in
accordance with MSS Standard Practices: SP-58, Pipe Hangers
and Support – Materials and Design; and SP-69, Pipe Hangers
and Supports – Selection and Application.
2.5 VALVES: - KENNEDY
• General: The valve type, size, rating, flow-direction arrow, if
applicable, and manufacturer will be clearly marked on each
unit. Valves will open left (counterclockwise) with an arrow cast
in the metal of operating handwheels and nuts indicating the
direction of opening.
• Gate Valves: - KENNEDY
29
IFB-DS-25-008
Aboveground Service (General): Valves must be
iron body, bronze-mounted, resilient wedge gate
valves, conforming to AWWA, C-509
Valves must have cast aluminum or cast iron
handwheels or chain operators with galvanized
steel chains, as required
• Check Valves: - KENNEDY
General Service: Water valves must be iron-body
bronze- mounted, stainless steel hinge pin, outside
lever and spring-operated, swing no slam-type, and
equipped with removable inspection covers
Units must be rated for one hundred fifty pounds
per square inch (150 PSI) minimum working
pressure and must permit full-flow area equal to
that of the connecting pipe
Sewer valves must be lever and weight type
Valves Two Inches and Smaller: Valves must be
bronze body and disc, swing check-type, with
removable inspection covers, and rated for one
hundred fifty pressure per square inch (150 PSI)
minimum working pressure
• Valve Boxes: Units must be adjustable, ductile iron, slip-
type, minimum interior diameter of five (5) inches, with
covers cast with the applicable inscription in legible
lettering on the top: "SEWER," and must be green
colored. Boxes must be suitable for the applicable
surface loading and valve size.
3. EXECUTION
3.1 INSTALLATION
• Piping, fittings, valves, and appurtenances must be installed in
accordance with these specifications, manufacturer’s
recommendations for the applicable service and County’s
Standards or as otherwise instructed by PCU.
• Materials must be cleaned and maintained clean with all
coatings protected from damage. The interior of the pipe must
be free of dirt and debris and, when work is not in progress; all
open ends must be plugged.
30
IFB-DS-25-008
• Pipe, valves, fittings, or other items will be inspected prior
to installation and any items showing a fracture or other
defect will be rejected.
• Additionally, any pipe or fitting which has received a
severe blow that may have caused an incipient
fracture, even though not visible, will also be
rejected. However, ductile iron pipe showing an end
crack, with no fracture indicated beyond that visible
may be salvaged by cutting off the damaged section
twelve ( 12) inches past, providing the remaining pipe
is sound.
• Jointing will be by the manufacturer's approved method and will
not require undue force to accomplish full satisfactory
seating and assembly.
• Connections at structures will be cut accurately and
worked into place without forcing and will align with
the connecting point.
• Flanged joints will be made up tight, but with care
taken to prevent undue strain upon equipment or
other items.
• Suitable flange-filler rings will be installed, where
required, to provide suitable joints. The installation
must be permanently watertight with no visible
leakage at joints, connections with structures, or other
locations, under operational or testing conditions.
• Material that does not remain completely seated
and/or watertight will be rejected.
• Exposed systems must be supported, as necessary, to hold the
piping and appurtenances in a firm, substantial manner to the
required lines and grades indicated with no undue piping
stresses transmitted to equipment or other items.
• Proper provision for pipe expansion or contraction will be
provided by installation of expansion joints or other suitable
methods. Additionally, flexible connections will be provided to
expedite equipment or piping system removal.
• Ductile Iron (DIP) Pipe: Installation must be performed in
accordance with the applicable provisions of AWWA,
31
IFB-DS-25-008
Standard, C-600. The opening cut in the pipe wall for
installation of tapping saddles and sleeves must be made
by a special tapping machine designed for this specific
service. All pipe cutting will be accomplished by power-
operated abrasive wheel or saw cutters, or other methods
approved by the pipe manufacturer.
• Polyvinyl Chloride (PVC) Pipe: Lubrication and/or solvent used for
pipe and fitting joints must be nontoxic (NSF approved for potable
water). Following the making process, solvent-type joints must
not be disturbed for five (5) minutes and must not have internal
pressure applied for twenty-four (24) hours, or as recommended
by the pipe manufacturer.
• Valves:
General: Valves will be carefully inspected, opened wide, and then
tightly closed; and all the various nuts and bolts thereon will be
tested for tightness.
Special care will be taken to prevent joint materials, stones, or
other substances from becoming lodged in the valve seat.
Valves, unless otherwise required, will be set with their stems
vertically above the centerline of the pipe.
Any valve that does not operate correctly will be adjusted to
operate properly or removed and replaced.
When floor stands and/or extension stems are required for
exposed valves, adjustable wall brackets and extension stems will
be furnished.
• Brackets will not be more than six feet apart, unless otherwise
approved by the Engineer, with floor stands and guides set so
that the stems will run smoothly and in true alignment.
• Stands and guides must be firmly anchored to the concrete.
• Painting of Above Ground Pipe and Fittings:
All above ground ductile iron pipe and fittings will be
painted upon completion. Acceptable painting systems are
as follows:
Tnemec
1st Coat: Tnemec Series 66 (3.0 - 5.0 mils D.F.T.)
32
IFB-DS-25-008
• 2nd Coat: Tnemec Series 66 (4.0 - 6.0 mils D.F.T.)
• 3rd Coat: Tnemec Series 73 (2.5 - 4.5 mils D.F.T.)
Carboline
Coat: Hi-Gard Epoxy (4 mils D.F.T.)
• Coat: Carboline 134 H.S. (2.5 mils D.F.T.)
Coat: Hythane 4600 Series Polyurethane (2.0 mils D.F.T.)
Keeler & Long
Coat: Kolor-Poxy No. 3200 (5 mils D.F.T.)
Coat: Acrythane Enamel Y-Series (2 mils D.F.T.)
Above ground PVC piping will be painted with one of the
following systems:
Tnemec
• 1st Coat: Tnemec Series 66 (2.5 - 3.5 mils D.F.T.)
• 2nd Coat: Tnemec Series 73 (2.0 - 3.0 mils D.F.T.)
• 3rd Coat: Tnemec Series 73 (2.0 - 3.0 mils D.F.T.)
Carboline
1 Coat: MultiBond 120 (2 mils D.F.T.)
• 1 Coat: Carboline 134 H.S. (2.5 mils D.F.T.)
Keeler & Long
• 1 coat: Kolor-Poxy Primer No. 3200 (5 mils D.F.T.)
• 1 coat: Acrythane Enamel Y-Series (2 mils D.F.T.)
Final colors must be green- sanitary sewer/ force main or otherwise
approved by the County.
END OF SECTION 4 – PIPES, FITTINGS, VALVES AND APPURTENANCES
END OF SPECIFICATIONS