Similar Projects
Eastern Third High Service Pump - City of Eustis
Renovation
Conception
$325,000 CJ est. value
Eustis, FL 32726

CROM Tank Repairs - City Of Eustis
Renovation, Infrastructure
Conception
$300,000 CJ est. value
Eustis, FL 32726

The Vue at Clermont
New Construction, Infrastructure
Design
$20,000,000 CJ est. value
Clermont, FL 34711

Costco / Clermont
New Construction, Infrastructure - 151,000 SF
Design
$12,000,000 CJ est. value
Clermont, FL 34711

7-Eleven #42219 / Eustis
New Construction, Infrastructure - 5,254 SF
Bidding
$900,000 CJ est. value
Eustis, FL 32736

SRF WTP No. 1 and 3 Expansion
Infrastructure
Bidding
$220,000 CJ est. value
Lady Lake, FL 32159

7-Eleven #42219 / Eustis
New Construction, Infrastructure - 5,254 SF
Post-Bid
$900,000 CJ est. value
Eustis, FL 32736

Holiday Inn Express / Mount Dora
New Construction, Infrastructure - 53,545 SF
Post-Bid
$14,000,000 CJ est. value
Mount Dora, FL 32757

WRF Expansion Phase 2
Addition
Results
$13,700,000 est. value
Lady Lake, FL

Lake Ella Road Safety Improvements
Infrastructure
Results
$1,041,727 CJ est. value
Fruitland Park, FL 34731

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

O Reilly Auto Parts (TVA) / Tavares
New Construction, Infrastructure - 7,225 SF
Construction
$1,900,000 CJ est. value
Tavares, FL 32778

Turnpike Logistics Center
New Construction, Infrastructure - 977,000 SF
Pending Verification
$63,500,000 CJ est. value
Groveland, FL 34736

Waste Water Treatment Facility Expansion
Addition
Pending Verification
Clermont, FL

Heathrow Water Treatment Plant Ground Storage Tank - City Of Eustis
New Construction, Infrastructure
Conception
$1,000,000 CJ est. value
Eustis, FL 32726

Last Updated 03/01/2023 04:04 PM
Project Title

City of Clermont East Side Water Reclamation Facility Expansion

Physical Address View project details and contacts
City, State (County) Clermont, FL 34711   (Lake County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $44,300,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

File No. 20-6442 15010, 90900, 90930, 91359, 91360 The purpose of this solicitation is to receive responses from qualified respondents for the expansion of the City of Clermont water reclamation facility in accordance with the terms, conditions, and specifications contained in this solicitation. Question Deadline:October 18, 2022, 3:00pm The performance period under this contract shall commence upon the date of the purchase order or related Notice To Proceed and shall remain in effect until such time as the commodities, equipment, and/or services acquired in conjunction with this solicitation and resulting contract have been delivered and/or completed, and accepted by the City's authorized representative, and will then remain in effect until completion of the expressed and/or implied warranty periods. If the respondent is awarded a contract under this solicitation, the prices on the response shall remain fixed and firm during the term of the contract. However, the respondent may offer incentive discounts from such fixed price to the City at any time during the contractual term. A bid bond payable to the City of Clermont for five percent (5%) of the total bid amount (including all alternatives) and executed by a surety company, shall accompany the response. A certified or cashier's check, or other means of bid guarantee, are not acceptable. Bid bonds will not be returned unless requested within three (3) business days from award recommendation. Failure to provide a surety bid bond with response will deem bid as non-responsive and will not be considered for award. A Performance and Payment Bond is required for awarded contracts over $100,000. The successful respondent will be required to provide a Performance and Payment Bond in the amount of one hundred ten percent (110%) of the contract, within ten (10) calendar days from when Notice of Award. The surety firm must be from a B+ rated Financial Class V or better, be licensed to do business in the State of Florida and having a resident agent. The Performance and Payment Bond will be required of the successful respondent to guarantee delivery of project completion, guarantee strict accordance with the contract documents, and assure prompt payment of suppliers in conjunction with this project. The bonding limit of the surety shall not exceed ten percent (10%) of the policy holder's surplus (capital and surplus) as listed by A.M. Best Insurance Guide. In case of failure of the respondent to execute the agreement or failure provide the appropriate performance and payment bonds, the bid bond accompanying the response shall become the property of the City of Clermont. The City and successful respondent recognize that time is of the essence and the City will suffer financial loss if the work is not completed within the time specified. The City will be entitled to assess, as Liquidated Damages, but not as a penalty, for each calendar day after the scheduled completion date the work continues. The work will be deemed to be completed on the date the work is deemed complete to the satisfaction of the City. The successful respondent hereby expressly waives and relinquished any right which it may have to seek to characterize the Liquidated Damages as a penalty. Respondent must perform all work in strict accordance with the statement of work in a safe, careful manner and agrees to adhere to the secure facility rules. The respondent warrants that all work must be free from defects and must conform as to kind, quality, function, and characteristics of material and workmanship. Warranty period must be no less than one (1) year from the date of final acceptance of the work by the City. Successful respondent agrees to promptly correct all defects in the work, which develop within a period of one (1) year from the date of final acceptance of the work. Manufacturer's warranty is in addition to this warranty and must not be construed to replace or circumvent the warranty expressed in this clause. The term "defects" includes defects, deficiencies, faults, or imperfections in the work as determined by the City. Manufacture warranty must be included along with parts and labor warranty period. All existing structures, utilities, services, roads, sidewalks, trees, shrubbery, and property in which the City has an interest must be protected against damage or interrupted services at all times by the successful respondent during the term of the work. The successful respondent will be held responsible for repairing or replacing property to the satisfaction of the City which is damaged by the respondent's operation on the property. In the event the successful respondent fails to comply with these requirements, the City reserves the right to secure the required services and charge the costs of such services back to the successful respondent. The successful respondent must at all times keep the work area, including storage areas, free from accumulation of waste materials. Before completing the work, the contractor must remove from the premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the City. Upon completing the work, the respondent must leave the work area in a clean, neat and orderly condition satisfactory to the City. The City reserves the right to extend the response due date, request additional information from any and all respondents, reject any and all responses, cancel the project, and/or re-advertise the solicitation. The City reserves the right to disqualify any respondent at the sole discretion of the City. Respondents to this solicitation or persons acting on their behalf may not contact, between the issued date of this solicitation and within three (3) business days following the agency posting the notice of intended award, excluding State and Federal holidays, any employee or council members concerning any aspect of this solicitation, except in writing to the Procurement Services Director. Violation of this provision may be grounds for rejecting a response. In addition, respondents are strongly cautioned that inappropriate efforts to lobby or influence individuals or organizations involved in this selection process may result in dismissal from further consideration. The appeals procedures is located in the Terms and Conditions Section of this solicitation. Online bid opening - Dial by your location +1 646 558 8656 US (New York) +1 646 931 3860 US +1 301 715 8592 US (Washington DC) +1 309 205 3325 US +1 312 626 6799 US (Chicago) +1 669 444 9171 US +1 719 359 4580 US +1 720 707 2699 US (Denver) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 386 347 5053 US +1 564 217 2000 US Meeting ID: 857 3538 2337 Passcode: 640699 Find your local number: https://us06web.zoom.us/u/kbqn0yswKm The intent of the project is to increase the permitted capacity of the Clermont East Water Reclamation Facility from 4.0 MGD to 6.5 MGD. Also, this Project includes miscellaneous improvements as shown and specified in the design documents (Drawings and Specifications). All work for the project shall be constructed in accordance with the Drawings and Specifications prepared by Tetra Tech. Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, and services, including labor, for the work described. The following is a list of major project components (not all-inclusive): A. Construction of a new headworks structure that is a common wall with a flow equalization structure. B. Construction of a new biological nutrient removal reactor with anoxic and aerobic compartments, mixing equipment, aeration equipment, an internal recycle channel with a control gate, baffles, effluent weir and appurtenant piping, electrical, and control facilities. C. Construction of one 85-foot diameter clarifier with a spiral blade sludge collector, Stamford baffle, scum collection and pumping system, effluent baffles and weirs, sludge pumping system, and related piping, flow measurement, electrical, and control components. D. Replacement of one effluent transfer pump and related piping, valves, electrical equipment, and controls E. Construction of a new dual-chambered aerated sludge holding tank with coarse bubble diffused aeration systems, blowers, decanting facilities, sludge feed pumps, and related piping, valves, electrical equipment, and controls. F. Replacement of existing RAS/WAS pumps. G. Waste activated sludge flow metering and piping modifications. H. Installation of one additional reclaimed water pump and related piping, valves, electrical equipment, and controls. I. Paving, grading, drainage, and stormwater management improvements. J. Structural, electrical, and instrumentation and control modifications and improvements.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents