Loading...
HomeMy WebLinkAboutItem 11 Approval to Award ITB 20-007 The Hammocks Reclaimed Water Retrofit 000PP 1,orido AGENDA ITEM COVER SHEET Meeting Date: June 2, 2020 Item #: I I Reviewed By Contact Name: Joyce TolberUShannon Hopper Department Director: R'—j a„fir -rts Contact Number: 1516/1524 City Manager. ;f �f! Subject: Award of ITB 20-007 The Hammocks Reclaimed Water Retrofit Background Summary: In conformance with the policies and procedures of the City of Ocoee (City) and Florida Statutes, bids were solicited from qualified contractors to construct the Hammocks Reclaimed Water Retrofit. All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department Bids include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, with the work more generally described as the following: • The project consists of the installation of approximately 2,344 lineal feet of 8-inch, 602 lineal feet of 6-inch, and 3,279 lineal feet of 4-inch High-Density Polyethylene (HDPE) and 614 lineal feet of 2-inch Polyethylene (PE) reclaim mains by directional drills, and connections to existing reclaim mains, valves, fittings, pressure testing, open cut and restoration of approximately 955 square yards of roadway, driveways, curb, sodding, seeding and other restoration as may be required. The bid was publicly advertised on Sunday, March 8, 2020, and opened on Tuesday, April 28, 2020. The City received three (3) bids for this project, ranging from $454,299.00 to $700,300.00. The bids are available in the Finance Department for review. The Utilities and Finance departments reviewed the bids and all were considered responsive Staff recommends awarding the bid to General Underground, LLC as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, P.E., Utilities Director. The table below is a listing of the bids received: Bidder Total Bid 1. General Underground, LLC $454,299.00 2. SanPik, Inc. $569,514.00 3. McKenzie Contracting, LLC $700,300 00 Issue: Should the City Commission award The Hammocks Reclaimed Water Retrofit Project to General Underground, LLC as recommended by the Utilities Director? Recommendations: Staff recommends the City Commission award solicitation ITB #20-007 The Hammocks Reclaimed Water Retrofit to General Underground, LLC in the amount of $454,299.00 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. Staff also recommends the City Manager be authorized to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Award Recommendation from Utilities Director 2. Bid Tabulation 3. General Underground, LLC's Bid 4. Invitation to Bid ITB #20-007 5. Plan Sheets 6 Addendum 1, 2, 3 Financial Impact: There is $408,762 budgeted in FY 2019/2020 and $131,238 from the Cost-Share Agreement with Saint Johns River Water Management District, for a total budget of $540,000 for this project. Type of Item: (please mark wrth an "x") ❑ Public Hearing For Clerk's Dept Use ❑ Ordinance First Reading l Consent Agenda ❑ Ordinance Second Reading 0 Public Hearing ❑ Resolution 0 Regular Agenda 9 Commission Approval ❑ Discussion&Direction ❑ Original Document/Contract Attached for Execution by City Clerk ❑ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept P,Q no c'.c_iv,- 0.0\ecu.l Reviewed by 2 Mayor Commissionersnson,Sr.,RustyJohnson La Brinson,S District I Rosemary Wllsen,District 2 City Mnnaaer Richard Firstner, District 3 Robert Frank ocoe e George Oliver Ill. District 4 Ilorid° MEMORANDUM TO: Shannon Hopper Purchasing Technician /nt Through: Charles N.Smith,P.E. Utilities Director FROM: T'Jean Tomlinson,E.l. rJ Staff Engineer • Cyv DATE: Thursday,May 21,2020 RE: ITB20-007 The Hammocks Reclaimed Retrofit Project Award Recommendation The Hammocks Reclaimed Retrofit Project has been budgeted for Fiscal Year 2019- 2020 for a total amount of $540,000.00 with $408,762.00 coming from Capitol Improvements (401-535-10-6302) and $131,238.00 from the Cost-Share Agreement with the Saint Johns River Water Management District. The Utilities Department recommends awarding The Hammocks Reclaimed Retrofit Project to the lowest responsive bidder, General Underground, LLC, in the amount of$454,299.00, based on the following: On April 28, 2020, bids were opened for Bid# ITB20-007 The Hammocks Reclaimed Retrofit Project. The three bidders and their bid prices are listed below. 1. General Underground, LLC P.O. Box 870 Chiefland, FL 32644 Bid Price: $454,299.00 2. SanPik Incorporated 3551 W. Lake Mary Blvd, Ste 210 Lake Mary, FL 32746 Bid Price: $569,514.00 City of Ocoee Utilities• 1800 A.D.Minis Rood•Ocoee,Florida 34761 Phone: (407)905-3159•www.ocoee.org/utilities 3. McKenzie Contracting, LLC 7712 E. Broadway Avenue Tampa, FL 33619 Bid Price: $700,300.00 The Utilities Department reached out to the City of Deltona and the City of Ormond Beach and received exceptional reviews on the work performed by General Underground, LLC. BID TABULATION 4/28/20 2:00 P.M. #ITB20007 THE HAMMOCKS RECLAIM WATER RETROFIT BIDDER General Underground,LLC McKenzie Contracting.LLC SanPik Acknowledgement of Addendum 1,2&3 - ✓ I ✓ Bid Security Bid Bond Bid Bond Bid Bond License Check I I ✓ Required Forms I I ✓ DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization/Demobilization 1 $25,000.00 $25,000.00 S110,000.00 $110,00000 $62,500 00 $62,500.00 General Conditions I $5,000.00 $5,000.00 S38,220.00 $38,220 00 55,000 00 $5,000.00 Maintenance of Traffic S10,000.00 $10,000.00 $45,500.00 $45,500 00 $10,000 00 510,000.00 Erosion Control 1 $5,00030 35,000.00 $4,550.00 $4,55000 51,50000 51,50000 Construction Photographs and Audio-Visual Recording 1 55,000 001 $5,000.00 $5,200.00 $5,200 00 51,20000 51,200.00 Survey(Horizontal and Vertical Controls&As-Builts) 1 $15,00000 315,000.00 $15,300.00 $15,30000 533,00000 $33,000 00 Connect Proposed 8"Reclaim Main to Existing 8"R.M 1 32,500 00 $2,500.00 $2,370.00 $2,370 00 $1,600 00 51,600.00 Connect Proposed 8"Reclaim Main to Existing 6'R.M ;2,500.00 $2,500.00 S2.300.00 $2,300.00 $1,500 00 51,500.00 Furnish and Install 8"Dia HDPE Reclaim Main 2,344 $38.50 $90,244.00 $37.00 586,72800 $5000 $117,200.00 Furnish and Install 6"Dia HDPE Reclaim Main 602.00 $32 00 319,264.00 $28.00 $16,856 00 $45 00 $27,090 00 Furnish and Install 4"Dia HDPE Reclaim Main 3,279.0C $28 001 $91,812.00 $17 50 $57,382.50 $31 00 S101,649 00 i Furnish and Install 2"Dia PE Reclaim Main 614.0C 327.001 316,578.00 $12 00 $7,388 00 S21 00 $12,894 00 6"x 8"x 8"DI Tee 1 S1,000.001 Si,000.00 $1,175.00 $1,175.00 $62500 $62500 8"x 8"x 4"D I Tee 6 51,000 00l $8,000.00 $1,082 00 $8,658.00 $575 00 $4,600 00 8"Gate Valve $1,40000 $9,800.00 $2,500.00 $17,500.00 $1,900 00 $13,300 00 6"Gate Valve 51,100 00 $1,100.00 $2,065.00 $2,065.00 $1,500 00 81,500 00 4"Gate Valve 51,00000 $8,000.00 $1.865.00 $14,92000 $1,15000 $9,20000 2"Gate Valve $1,250 00 $1,250.00 $1,116.00 $1,116.00 $800 00 $800 00 8"to 6"D.I.Reducer $1,250 00 $2,500.00 $890.00 $1,780.00 550000 $1,000 00 4"Cap with 2"Tap $900 001 31,800.00 $665.00 $1,330.00 $525 00 $1.050 00 2"Blow Off Assembly induding Box .- $3,000 00 $6,000.00 $2,300.00 $4,600.00 $1,900 00 $3.800 00 General D.I.P Fittings 1- $500.00 32,350.00 $5,580 00 $26,226.00 $7.500 00 $35,250.00 BID TABULATION 4/28/20 2:00 P.M. #ITB20007 THE HAMMOCKS RECLAIM WATER RETROFIT BIDDER General Underground,LLC McKenzie Contracting.LLC SanPik DESCRIPTION EST'D CITY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Reclaimed Flushing Hydrant • $5,000 00r $5.000.00 $4,900.00 $4,900 00 54,700.00 $4,700 00 Double 1"P.E Service(Long) 27 51,05000 $28,350.00 $2,300.00 562,10000 51,50000 540,500.00 Double 1"P.E.Service(Short) 29 $1,000 00 $29,000.00 $2,290.00 $66,410 00 5900.00 S26,100.00 Single 1"P E Service(long) 8 $950.00 $7,600 00 $1,740 00 513,920 00 $1,350.00 $10,800.00 Single 1"P E Service(Short) $900.00 $4,500 00 $1,730 00 $8,850 00 $1,000.00 $5,000.00 Removal and Stockpile of Payers $10,000.00 $10,000 00 $8.065 00 $8,065.00 $3.500.00 $3,500 00 Remove and Replace 4"Sidewalk 79 $50 00 S3,950 00 $57 00 $4,503.00 $60 00 $4,740 00 Remove and Replace 6"Driveway 148 S50 00 $7,400.00 $61 00 59.028.00 $70 00 $10,360 00 Remove and Replace Miami Curb&Gutter(2'Wide) 80 $90.00 $7,200.00 $67 01 $5,360.80 $28 00 $2,240 00 Remove and Replace Pavement 153 $95.00 $14,535.00 $273 00 $41,769.00 $70 00 $10,710.00 Solid Sodding(Bahaia) 50 $7.50 $375.00 $650 5325.00 5700 $350.00 Solid Sodding(St Augustine) 457 S13.o0I 55,941.00 58 10 53,701 70 $8.00 $3,656 00 Solid Sodding(Zoysia) $0 S15.00j $750.00 58.50 5425 00 $12 00 $600.00 TOTAL I $454,299.00 $700,30000 $569,514.00 •yt:ow highlighted cells indicates dn<..wndn on bid form I 'Listed Alphabetically 1 1 3 2 SECTION 00300.0 BID FORM SUBMITTED: Aoril 28th, 2020 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID ITB20-007 The Hammocks Reclaim Water Retrofit NAME OF BIDDER: GENERAL UNDERGROUND, LLC BUSINESS ADDRESS: PO Box 870 PHONE NO.: 352-493-7782 CITY,STATE,ZIP: Ch'efland, FL 32644 CONTRACTOR'S FEDERAL I.D.NUMBER FEIN#20-5668413 CONTRACTOR'S FLORIDA LICENSE NO.: CGC 1518531 THIS BID IS SUBMITTED TO:City of Ocoee, Florida(hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work,as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation,those dealing with the disposition of Bid Bond. This Bid will remain open for one hundred twenty(120)calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten(10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 Dated March 16th,2020No. Dated: No. 2 Dated April 1st,2020 No. Dated: No. 3 Dated April 22nd,2020 No. Dated: No. Dated No. Dated: mat Hammocks Reclaim Wafer Retrofit Bid RB20.007 00300-1 (Receipt of all which is hereby acknowledged)and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,progress,performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities)which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations,tests,studies and data concerning conditions(surface,subsurface and Underground Facilities)at or contiguous to the site or otherwise which may affect cost progress,performance or furnishing of the Work,or which relate to any aspect of the means,methods,techniques,sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests,studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times,price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site,reports and drawings identified in the Contract Documents and all additional examinations, investigations,explorations, tests,studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder,and the Contract Documents The Hammocks Reclaim Water Retrofit Bid ITB20-0m 00300-2 are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Per Section 00100 Article 8, Instructions to Bidders, Bidder hereby agrees, if his/her bid is successful, to commence Work under this contract on or before the date specified in the Notice to Proceed;which upon the Successful Bidder's request, the commencement date of the Notice to Proceed shall be a date no later than up to forty-five(45)calendar days after the Notice of Award.The Bidder further agrees, if his/her bid is successful, to fully complete all work per the price and terms and conditions of the contract within the Contract Time specified in the Scope of Work Agreement(Section 00500).Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement(Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement(Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types,overhead,and profit for the item to be complete,in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work,as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: I. Bid Forms(entire Section 00300,00301,0030 IA,00302,and 00303) 2. Bid Bond(Surety Bond or Cashier's Check). (Section 00410) 3. Non-collusion Affidavit(Section 00480) 4. Conflict of Interest Disclosure Form(Section 00480A) 5. Certification of Non-segregated Facilities(Section 00481) The Hammocks Reclaim Water Retrofit Bid rm20-007 00300-3 6. Sworn Statement on Public Entity Crimes(Section 00482) 7. Certification of Nondiscriminatory Labor Practices(Section 00483) 8. Certification Regarding Scrutinized Companies' Lists(Section 00484) (Remainder of page intentionally left blank) The Hammocks Reclaim water Retrofit Bid 11820b007 003004 Bid Fonm:TRc Hammocks Reclaim W;tacfetroflt Protect(l 5421 Item No: Description Units cones Unit Price Total Price Quantity Cu Niters) (e Numbers) 1 Mobimt,N Demobliatbn Lump Sun 1.00 $25,000.00 25,00000 2 General CondYbm Lump Sun 1.00 $5.000 00 $5.00000 3 MeiaamreotTm®c Lump Sun 1.00 $10,000.00 110.000.00 4 Erosion Como! Lary Si,,, 1,00 15,000.00 $5 000.00 5 Construction Plan ® g W oeplm and Aodb-Vitalkecordiryum S 1.00 151 000.00 SI000 0 6 Sway(Horizontal and Vertical Controlss- R ABulu) Limp Sun 1.00 Connect Proposed 8"Reclaim Mat to E tirg8"Reclaim Main Lt ,Smu 1.00' $500000 2 s0000 2,500 00 500.0Connectaleti 8 Connect Proposed 8'Raclin Main to Exi4:g6'Reolain Main Limp Sun 1.0012,Sa.m 52.500 CO 9 Furnish end Install 8"Di.I IDPE Reclaim Mein Lieu Feet 2,344.00 138.50 $90244,00 10 Finish and lmtal6"Di.ROPE Retain Mat Liar Feet 602.00 $32,00 $1926400 11 Furnish and Instal 4"Di.HDPE Rakin Mat Liar Feet 3,279.00 $2800 191,812 00 12 Fulfill and Install 2'Di.PE Reokin Mat Lien Fea 614.00 $27.00 $16516.00 13 8"x8'x8"D.I.Toe Each 1.00 $1,000.00 $1,000.00 14 8"x8"x4"D,I.Tee Each 8.00 $1000.00 $8p00.00 15 8"Gate Valve Each 7.00 16 6"Gate Valve Si 400.00 $1,10000 17 4"Gate Valve Each 8.00 $1,100.09 $ ,000.00 Each 81.00 11 000 00 $ 1 250.00 18 2"Gate Valve 19 8"to 6"DJ.Reducer Each 1.00 2.00 11,250..0 $125000 20 4'Cap bib 2"Tap Each 2.00 51900.00 $1.500.00 1800.00 $1,800.00 21 2^BbW OffA,aanby:ebdtgEmx Each 2.00 s3,000.09 $8,909.00 22 General D.I.P.Filings Tom 4.70 1500,00 $2350.00 23 Reclained FlWu9 Hydros Each 1.00 $5,000 00 $5,000.00 24 Double l'P.B.Service(Long) Each 27.00 11,050.00 S28,360.00 25 Double 1"P.E Servte(Stott Each 29.00 $1.000.00 $29.000.00 Subtotal PR1 $39204800 The H Iocb Rana W e R.eoS& Bid 11B20.0o1 00300-5 Bid Form:The Bammgcks Reclaim WW ter Rettof(Project a pep Item No: Description Units Contract Unit hire Total Price 26 Singe l'P.E Service . �°liY (nNumbvn) (.NuMen) 27 Slade l'P.E Service(Short) Each 8.00 �W.00 4,500.00 ( ) Each 5.00 500000 10500.00 29 Repnval and eplace 4oSidewal Lit Sum 9.00 51000000 $15390.00 29 Rmove end RePhce 4'Sikwk Smart Yards 79.00 $5000 E3,B500B 30 Remove and Replace 6'Driveway Square Yards 148.00 $5000 $7,40000 31 Remove and Replace Mini Cub&Cutter(T Wide) Linear Feet 80.00 $90.00 $7,200.00 32 Remove and Replace Pawning Square Yards 153.00 $95 00 $14 535.00 33 Seed Sodding(Bettis) Square Yards 50.00 $7 50 $375 00 34 Soid Sodding(St.Atgetie) Square Yards 457.00 $13 00 $5 941 00 35 Solid la tote Yards 50.00 15.00 750 00 Subtotal Pg 1 $39Z048 00 Subtotal Pee $62,251.00 Four Hundred Fifty Four Tbpaand,T O Hundred Ninety Nine Dollars and Zero Cents Total Compute Bid $454 00 Company Name: GENERAL UNDERGROUND, LLC By. The xmroeh Reclaim wits R.wt Bid RBMO07 00300-6 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid,which are defined in the General Conditions and included as part of the Contract Documents,have the meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license.Contract shallnot be awarded unless proof of valid license(s)is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID-SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format,the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the manufacturers/suppliers listed in the City's Approved Materials List. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form,but he must,nevertheless,also choose an approved manufacturer/supplier. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the Bidder's chosen approved manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier chosen by the City.Also, if the Bidder choses more than one approved manufacturer/supplier, he must use the first manufacturer/supplier written in the schedule of Base/Altemative Bid Manufactures/Suppliers table within this Bid Form(unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc.Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger The Hammocks Reclaim Water Retrofit Bid 171320-007 00300-7 building,additional pumps or tankage,etc.,shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form,with a deductive amount representing 50 percent of the total savings between the named Base Bid/Altemative Bid item and the proposed item. "Base Bid/Altemative Bid"item substitutions providing to the Owner equipment or material cost savings of less than$1,000 will not be considered. The undersigned,as Bidder,also agrees that if a substitution or"equal"item is not listed on the Substitution List included with the Bid,all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request,and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities,to reject any or all Bids,and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City,is the most responsive to the City's needs. (Remainder of page intentionally left blank) The Hammocks Reclaim Water Retrofit Bid rm20-0m 00300-8 SCHEDULE OF BASE BID/ALTERNATIVE BID MANUFACTURERS/SUPPLIERS FERGUSON WATERWORKS 15050—Process&Utility Piping,Fittings,Valves,And Amanda $oalBwibn Section sag Morovad Maaufactnrer/Su W tier Eauln®eat Rent First Choice Second Choice Third Choice DJ.Pipe ACIPCO HDPE Pipe WL PLASTICS ENDOT JM EAGLE PVC Pipe NONE ON PROJECT Fittings TYLER UNION STAR PIPE PRODUCTS SIGMA CO Valves(Plug&Check) NONE ON PROJECT Valve Boxes SIGMA CO Valve Pads Valve Markus WAGER CO Service Connections FORD METER BOX Meter Valves/Corporation Valves FORD METER BOX Polyethylene Pipe ENDOT Trace Who SOUTH WIRE CO The Hommodo Rectum Worm Rower Bid 1BMUO7 003M-9 SUBSTITUTION LIST Bidder otters the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Item or Spec (Indicate Whether Section Ma(List urerOnly) er Material (List One Only) Lump Sum or Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be$1,000) (Bidder may make additional copies of this page as required.) The Hammocks Reclaim Water Retrofit Bid ITB20-007 00300-10 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) X (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Phone No.: Florida License No.: The Hammocks Reclaim Water Retrofit Bid 171320-e07 00300-11 Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION General Underground, LLC (Corporation Name) FLORIDA (State of Incorporation) By (Name of p on authorized to sign) Chris Brown (Title) - President/ Managing Member (Authorized Signature) (Corporate Seal) - Attest .- (Secretary) Kim Calvert/Office, Estimator Business address: PO Box 870 Chiefland, FL 32644 Phone No.: 352-493-7782 Corporation President: Chris Brown Florida License No.: CGC 1518531 The Hammocks Reclaim Water Retrofit Bid ITB20007 00300-12 GENERAL UNDERGROUND, LLC ( ( t Certtittate '', .-Y2-'- .- -I-dee-ea/ea i ,. . . . - (-n) I S &'oWi1 . .gf,, Rocenter 31 ) 02 011-1 e-007(Alfd Po (36x gr)o C hi ePlohci f R 3,?10Liti .... R. ,1.•1 0. •.".1 ORGANIZED UNDER THE LAWS OF • 1 j ' 4 ' ... THE STATE OF FLORMA i'). 1;:t ',--:•"''?9 i'• - - `.1 . • - -.. XV+47.774XXXXX7, -A.XX7.A;;X•'W..77A7•A X;C'''''''''''''-''.'" ;':C:'''X';'''.47:\g:'.:Xt4:".•':.•;:. --, 74t5i*t.t.tOrZ/42,`&1-Or''''.-''' -'-- ,. =.. : X''37?"-""1.77;":"'"F X737 X 77.7.:C";17:"''' • - .: t `.., -`, .,,....:•.,:...'"-..::: 1,,F.".:#•;01:1-';''..:ic,:',,,..,'" ':.;:•i:t1;.;;:i., .''.:::-:inettifierObip (Certificate - ' , , , -.: ..., 1., -:;.' ; -- ' - -, -., .- - --' - 2 • _.------ --. •- , - - - i, - - . -- • -_- —.4. 1 n•-, ;; i -'• •ENERAL UNDERGROU 5 ND LLC ' > . 1 1-1 S I i/oLo-n +. , 4 zbio etrtitiefi that L . . . . ..-.4,,,-..-fre-zi ./.<4,,-9vva./..(2<. ,-,ize ge/ed, a: ve ey' ,.,• •• ••••, ,... gisT „7„ie t,.. 0.tf/ 7 ,i ieWa/ /4 de /77 tee ' '4 .4 •. . -.-.:-'i, ,. .. . 9R-e02.47di , .:1e/lt-te?r,‘4) de al/4e; a.Wa.4.‘+‘74a,14, ad mo•ye•jek*, me4Alkow-eph . . . , (,- • (-) (,'' -1-4•,'e,,'e,,1,1'_'.?.,,.4..-',''7 1,:.Yi'-'1-,0'-,-,',$''1,,L4:-,,'./,,*t:,9,/-,1k.''.i''.'e1i'r:0,,,-9i::?1..l.,,,,,,%. ?-e'2 1I.,Z-4ega,k iI mZL/44e e-erat-op4i a' vpgerv'e/ 9,Ze o. ,r- a•,i i..91.?. I-,••OXe 7eMei/ nVitnegeitiAVe /-CZ1 / %07ryy.V-/'ii /// f / A 4 1, ' , I L7L 'D7044fientlX Kidiy : fwx lk 144 ,,,, s 01 ( ;i ••,• .4.. . •._ - . - -..... .. . , . '''''f•ir ',. 1‘`,1''',.',4,,v.,.- . how, /1.4 - , • :..'',.tile.... ., •- , • - • ', , • , ' * , . • •• ,', ,'i,'t.%1:Kli 1-.:17‘" , , , , ..--v:-*.v:)0a4' ' ''' ' " '" ' " ' ' . '11-'1,/,',;"-?:Wi,',`•,(-`,F,'`) ' t;'11,3),.'1'' - 4 . - ::, - - - .0, -• - G . -. -. ,..!. G - - G •• ,--- G -, .- G -- .• 4 .. .- t; -. Strike out(X)non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By X (Name) (Address) By X (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual,partnership,and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Nationwide Mutual Insurance Company Surety's Address: One West Nationwide Blvd. Columbus OH.43125 The Hammock,Reclaim Wmm Rcuoat Bid ITB20-007 00300-13 14. Name and address of Surety's resident agent for service of process in Florida: Brown & Brown of Florida, Inc /Tyler D. DeBord 220 S. Ridgewood Ave, Daytona Beach, FL 32114 386-239-5703 The Hammocks Reclaim Wax Retrofit Bid rrn20-007 00300-14 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of GENERAL UNDERGROUND, LLC a corporation under (Contractor's Corporate Name) the laws of the State of FLORIDA held on the 6th day of January 2020, the following resolution was duly passed and adopted: "RESOLVED,that Chris Brown (signature individual) (typed name of individual) as President I Manaaina Member of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE The Hammocks Reclaim Water Retrofit Bid ITB20-007 between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof,attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 27th day of April 2020. (CORPORATE SEAL) l- M (Corporate Secretary) STATE OF FLORIDA CITY OF LEVY The foregoing instrument was acknowledged before me this 27th day of April 2020 by Chris Brown (name of officer or agent,title of officer or agent), by means of fff physical presence or O online notarization,of General Underground, LW (name of corporation acknowledging), a FLORIDA (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced (type of identification)as identification and did/did not take an oath. C. 1 ceV.M1 y+a' �c grads (Notary Public) Mr s My Commission Expires: e11 pWla Call ceirrissidd�4e • D OF SECTION I The Hammocks Reclaim Water Rewet Bid rTn2o-007 00300-15 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company and the The Hammocks Reclaim Water Retrofit DATE: April 27th,2020 PROJECT IDENTIFICATION: City of Ocoee The Hammocks Reclaim Water Retrofit NAME OF BIDDER: General Underground, LLC BUSINESS ADDRESS: PO Box 870 Chiefland, FL 32644 TELEPHONE NO.: 352493-7782 EMAIL chnsbrownCggeneralunderground coon CONTRACTORS FLORIDA LICENSE NO. CGC 1518531 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 13 years 4 months 2. Describe and give the date and owner of the last project that you have completed similar in type,size,and nature as the one proposed? June 2018 to February 2019 City of Tarpon Springs Mlestwinds/Grassy Pointe Residential Reclaimed Water DisMbution System Retrofit/Constructed 18,535 LF 2",4",6",8 8"HDPE by Horizontal Directional Drill&Open-Cut 3. Have you ever failed to complete work awarded to you? If so,where and why? NO 4. Name three (3) municipalities for which you have performed similar work and contact person: City or Deltona/Jae Elder 10386-804 03W/Reclaimed Water Main Extensions Parts A,8,C 8 D City of Ormond Beath/Shawn Finley#38e872.2755/South Peninsula Reclaimed Water Main Expansion City of Deland/Rob Haniaoon Baas am 5437/FY-2014 Water Main Improvements The Hammocks Reclaim Water Retrofit Bid ITS20-007 00301-1 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? YES 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: Asphalt Paving @ 5% Sidewalk, &Concrete Curbing 5% As-Boras Surveyor 3%, Pre-Constnnbon Video I % 7. What equipment do you plan on using to complete the Work? See Attached Equipment List 8. State the true and exact,correct,and complete name under which you do business. Bidder is: General Underground, LLC The Hammocks Reclaim Water Retrofit Bid ITB20-007 00301-2 General Underground Equipment List Manufacturer Type Year Condition Leased/Owned John Deere Excavator 2017 Excellent Leased John Deere 524 Loader 2016 Excellent Leased Caterpillar Skid steer 2006 Good Owned Scat Trak Skid Steer 2001 Good Owned Vermeer Directional Drill 7x11 2006 Good Owned Vermeer Directional Drill 33x44 2001 Good Owned Vermeer Directional Drill 33x44 2001 Good Owned Vermeer Directional Drill 33x44 2001 Good Owned Vermeer Directional Drill 80x120 2001 Good Owned Vactron Slurry Vac 800 Gallon 2005 Good Owned Ring-o-matic Slurry Vac 750 Gallon 2007 Good Owned Bobcat Mini Excavator 325 2008 Good Owned Vermeer (2)Mixing System 500 2005 Good Owned Ditch Witch (3)Mixing System 1000 2004 Good Owned Digitrak Mark V Locator 2010 Good Owned Digitrak SE Locator 2014 Good Owned Connectra 414 Fusing Machine 2010 Good Owned Digitrack F2 Locator 2016 Excellent Owned Mc Elroy Fusion Machine 1-4' 2012 Good Owned Hyster Off Road Forklift 2001 Good Owned IHI IHI 65NX Excavator 2008 Good Leased Central Plastics Electrofusion Machine 2009 Good Owned Manufacturer Type Year Condition Leased/Owned Vermeer Directional Drill 33x44 2001 Average Owned Barbco Directional Drill BD80 2014 Excellent Owned Barbco Directional Drill BD-80 2013 Excellent Owned IHI IHI 65NX 2010 Excellent Leased IHI IHI 65NX 2010 Excellent Leased Dodge Ram 4500 2012 Excellent Leased Dodge Ram 3500 2014 Excellent Leased Dodge Ram 3500 2017 Excellent Leased Dodge Ram 3500 2018 Excellent Leased Dodge Ram 3500 2018 Excellent Leased Dodge Ram 3500 2018 Excellent Leased BMW 528-I 2010 Excellent Leased Dodge Ram 2012 Good Leased Freightliner Semi 2000 Average Owned Freightliner Semi 1998 Average Owned International Semi 1993 Average Owned Ford Truck 2005 Average Owned Chevrolet Truck 2007 Good Owned Chevrolet Truck 1997 Good Owned SECTION 00301-A SUBCONTRACTOR&SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No V (Check yes only if no subcontracting opportunities exist If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List aal proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final Subcontractor/Supplier List with Final Payment Request. COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS,PRONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT I A& R Video! Andy Sommer Pre Construction Video 1110 Hollow Brook Lane, Malabar, FL 32950 $5,000.00 PHI/621-693-b9b3, 2 Landgard. LLC As-Builts Surveyor 12918 SW 28th Place Archer, FL 32618 $15,000.00 Matt Munksgard, #352-493-0640 3 Imperial Paving Inc Asphalt Pavinp 1058 US Hwy 92W Aubumdale, FL 33823 $15,000.00 Bruce Morrossette I'h#8b8-934-8bb1 4 Imperial Paving, Inc Concrete Sidewalks 1058 US Hwy 92W Curbing Auburndale, FL 33823 $25,000.00 Bruce Morrossette Ph#863-934-8.61 5 6 7 END OF SECTION The Hammocks Reclaim Wean Retrofit Bid rt320-007 00301-A-1 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96,LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (DeacApnon) (LF,SY) (Quantity) Cott Cost A Trench Box S $0.00 B Sheeting/Shoring a So 00 C $ a D a $ TOTAL s0.00 BIDDER: General( Underground, LLC SIGNED: BY: Chris Brown (Print or type name) TITLE: President/ Managing Member DATE: April 27th, 2020 THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.) END OF SECTION The Hammocks Reclaim Water Reimflt Bid 1TB20-007 00302-1 SECTION 00303 DRUG-FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program (Florida Statutes Section 287.037). In order to have a drug-free workplace program,a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(I). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community,by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. The Hammocks Reclaim Water Retrofit Bid UB20-007 00303-1 As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. Bidder: General Underground, LLC Signed: \ 1CUnl By: Chris Brown (Prim or Type Name) Title: President/Managing Member Date: April 27th, 2020 END OF SECTION toe Hammocks Reclaim Weter Retrofit Bid I7820-001 00303-2 SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent(5%) of the contract bid KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned, General Underground,LLC , as Principal,and Nationwide Mutual Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida,as Owner, in the penal sum of,(5 percent of the Contract Bid)S lhJwry Dean 4linucne.€ Sesyea hundred rmakeej Action wno14tn.tyFiue (ter& (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed,this 23rd day of April , 2020. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project:"The Hammocks Reclaim Water Retrofit". NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attomey's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. The Hammocks Reclaim Water Retrofit Bid IT820-007 00410-1 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90)days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid. and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer,agent or representative who executed this Bond on behalf of Surety to execute,seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute,then the provision tic Hammocks Reclaim Water Retrofit Bid ItB20.007 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid"as used herein includes a bid,offer,or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth above. BIDDER: Strike out(X)non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) The Hammocks Reclaim Water Retrofit Bid ITB20407 00410-3 If Bidder is PARTNERSHIP complete this signature block. (1) (Partnership Name) (Witness) (General Partner's Signature) (2) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) The Hammocks Reclaim Water Retrofit Bid ITB20-00/ 00410-4 If Bidder is CORPORATION complete this signature/ / eblock.. General Underground,LLC (I) ( r�s �12 ts1 (Corporation Name) (Witness) On.. (2 e-� ASS•%4 1p� (State of Incorporation)/� (Witness) By: ag3 C.uQ1C goal() (Name of Person Authorized to Sign-See Note 1) ((]], (SEAL) R Men inlal (.1U6MbOD (Title) (Autho ' Signature) (Corporation President) P.O.Box 870 Chiefland,FL 32644 (Business Address) 45r le445-11%t Crab 151.631 (Telephone No.) (Florida License No.) The Hammocks Reclaim Water Retrofit Bid ITB20-007 00410-5 SURETY Witness: (If agency is not a Corporation) Nationwide Mutual Insurance Company (Surety Business Name) (1) >— 5f is Fortner (Witness) One West Nationwide Blvd Columbus OH 43125 (Principal Plat (Business) (2) Q ParhtADe6Ork (Witness) By: (Surety A s Signature-See Note 2) Attest: (If Agency is a Corporation) Tyler D DeBord Na (Surety Agent's Name) (Corporate Secretary Signature) Attorney In Fact Na (Surety Agent's Tide) (Corporate Secretary Name), - • Brown&Brown of Florida,Inc. (Business Name of Local Agent for Surety) _ (Corporate Senlj 220 S Ridgewood Ave Daytona Beach,FL 32114 (Business Address) ' 386-239-5703 ya .- . (Telephone No.) (Bond No.) NOTES: (I) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized"Atmmey-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended)and be authorized to transact business in the state where the project is located. The Hammocks Reclaim Water Retrofit Bid IIB20-007 00410-6 ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF Florida ) COUNTY OR CITY OF Daytona Beach ) The foregoing instrument was acknowledged before me by means of f3 physical presence or 0 online notarization, this 23rd day of Amid 2020 by Tyler D DeBord as Attorney-in-Fact,who is personally(mown to me or who has produced as identification on behalf of NaawwW Mwatiwaart.corn. a Ohio Corporation, (SuretyCompany) (State) which executed the attached bo s surety, who deposed and said that his signature and the corporate seal of said Ndaawde?alai Beam ComPoly were affixed by order and authority of said (Surety Company) Company's Board of Directors,and that the execution of the attached bond is the free act and deed of Ndaewide Mum!lawman Company . (Surety Company) Ginn under my hand and seal this 23rd day of Axil 2020. c U C • ASHLEY TYREEPUh 1C)R -State of My Comomiic ExPres 6/131023 Florida My Commission#GG331996Commission Expires 6�7323 END OF SECTION The Hammocks Reclaim was Retrofit Bid ITB20-0OT 00410-7 Power of Mlrney KNOW ALL MEN BY TtESE PRESENTS THAT; NebAMde Maus)insurance Company,an Ott corporation Imhuner Warned b severely as the'Compaq end collectively as IN Contents'don hereby mee constitute and eppfl STEPHEN P.FARMER,PAMELA J.THOMPSON,TYLER D.DEBORD, MAURICE D.YOUNGMAN III,RYAN P.ROTHROCK undertakings. .aMpobligatory „� inieho b of similar N ImMul attorney-in-feel�ma NI powce authority to Mark cant and exactas on its nNorynyaM el Mods and each hi pensNleenot bpealpoesum pt UNLIMITED and so et the Company thereby.as fully and t the same extent w M cool IetuneN,pre tuned by the duly arhedZed officers of Be Company;and M ass Msald Attorney prawn'to the authority given era hereby reeled and oonlirmed. The paw of'Homy is made and executed purloin.la and by guharlly ol me foaming resolution dW adopted by the board of Sedan of the Company 'RESOLVED,Pe b»president.a any via president be.and each hereby A,usherbed ane mpavered to appoint aNamryHM1Me of the Caheary. and le wracks gum to peak and Miner en bore of the Company sin and an berms.toms.anplloadens.memorandum*.undertakings. recognisance..tremble,corneas of YldamMy,pd9oles.congeal guerenleeYp the Malty of persons Mang posfbns of public or whole k at and other Meng,oaggnry in Mtrs MR the Heinen Ate Company may require;end to modwy or revoke.oath or Wmrt ma.any such appolnlmwM or aratoMy;prated.however,mat me aurdmy grafted hereby.hell m no ray In l the Metaly a other day eutczed nerds to sign bid countersign any of said docanent on WW1 of the Company RESOLVED FURTHER.that such etternsyslnfact shag have Mg power and MMus*to ones%and saver My and N au n dearnenb and to end Ihe setlppny shall not othe�ny bld brWlona of the power of attorney Mead to them and to'Mx Be seal of the Company thereto:pro 1ded.however,tat variety Many such documents This payer of attorney le signed and sealed Myer and by the fewhi brews Gay adopted by the board of directors of the Company. EaI.i documents.Iwinges.Any nstrument,contracts.of antler nt eat aeaeaiy r any walelent heaewer sail haw the power art Broady to sign or Pawl an thepose.the oomelaaatru ent,cntcts.o,tm,reras ans In comedian Mom the operation of Me business al the cemetery In sedebn to die Marmon of Stettedon my;proved document.conked,YUMent,or of papers of ted,Weever,hs Company. slBneae MMy Mmem MN be MMdd•engraved.a IN WITNESS WHEREOF,the Company has caused Ilya wbrmnt to be sealed and duy attested by tin,MMus of Is OAPs Ms ga day of retrain 20tg Antonto se Vice Ideal of NatIonyede MAMA Insurance Carpet' ACKNOWLEDGMENT Ar !!al�pp�� cmSTATE OF NEW YORK frame/all Oeaa.nut cam:as (*Ilk 0 On%said,s y of Fommry Ate, be Vu of pone as ed ri rid oBmbr Alec recap t mime : reran., meb persoely knw.nto hege*Meer described In end hew mewled the preceding ar andanent and he edvayledpem led negation of a awns,and berlgby me duty worn,deposes ' I d says.that he I the alter el the Company aforesaid,dial the seal mead hereto is the klet eoporaa we of Wed Company,and me said Rapers.Mal and 1M were ay Mecca and maerfoed to sat Instrument by the arthauthorityauthorityand Medlin of said d Company. nob man otwoottsts masismaampepm comas.yawn wp.Yeau �7 I,LauraB. CERTIFICATE ie.r Ga.Assistant serelsry M On'Company.do hereby corny that the foregoing M e M,rue and Correct Copy M the orlylM power of attorney Issued by the Camas";thin to resolution inducted peen is a true and correct transcript from see minutes of lye meaty,of the balms of Sectors and the awns has not Wm officer or revoked or amerced inany manner,Mal said AnomieMto C.AMenne was on tie date of the sapX e eon of thforegoing powerelectedMs the MdrstlrM.directors Compare, en corporate seal end hl signature as alter ewe duly yelped and Sutw m t.dto ,said Insane/a by the authority of said board forepob%power orMoney I.sal te M Sc.and Bled. IN WITNESS WHEREOF.I Rem hereunto subverted my name as NaiepM Secretary,and ebmd the crporae seal M said Company nos 23rd day of April 2020 ODJ 1KOLlOpo Assistant Secretary SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF LEVY Chris Brown being first duly swore deposes and says: I. He(it)is the President/ Managing Member (Owner,Partner,Office,Representative or Agent) of General Underground, LLC , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract;or have in any manner,directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, fun, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient),or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,conspiracy,connivance,or unlawful agreemem on the part of the Bidder or any other of its agents,representatives,owners,employees or parties in interest, including this affidavit. ry/�� By: rA� Title: Presid"`e���nt"'/Managing Member The Hammocks Reclaim Water Retrofit Bid rre20-007 00480-I Sworn to(or affirmed)and subscribed before me by means of II physical presence or ❑online notarization,this 27th day of April 2020,by Chris Brown in the state of FLORIDA County of LEVY Mac�w�x�gA� Notary Public r�jyp" Otialtitily la or Mike lAyI �Twa' ppCmm+.tn 00 WadMy Commission Expires: END OF SECTION The Hammocks Reclaim Water Retrofit Bid ITB20007 00480-2 t ocoee florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. MI Bidders must disclose within their Bid: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants,who owns assets or capital stock,directly or indirectly,in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services,Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Staff, and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in exercising any City duty or responsibility in administration, management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: V To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: General Underground, LLC Firm Name �.�f'(y1/(�/ \ Signature �-/ Clans Brown, President, Managing Member Name and Title(Print or Type) April 27th, 2020 Date 00480a The Hammocks Reclaim Wider Retrofit Bid IDf20007 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments,and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments,and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceling $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246,and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date April 27th 2020 . By: Chris Brown President/Managing Member (Title) Official Address(including Zip Code): General Underground, LLC PO Box 870, Chiefland, FL, 32644 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION The Hammocks Reclaim Water Retrofit Bid ITB20-007 00481-1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES,ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee,Florida by Genera underground LLc by Chris Brown, President, Managing Member (Print individual's Name&Title) whose business address is PO Box 870 Chietland, FL 32844 2. I understand that a "public entity crime" as defined in Paragraph 287.133(Ixg), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict,non jury trial,or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(lxa), Florida Statutes means: a. A predecessor or successor of a person convicted of a public entity crime:or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The tam "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly The Hammocks Reclaim Water Retrofit Bid rrB21007 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(I)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members,and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives,partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH 12/31/2020 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. ( I ) Date: April 27th,2020 The Hammocks Reclaim Wmm Retrofit Hid ono-oc] 00482-2 GENERAL UNDERGROUND. LLC Name of Bidder(Contractor) STATE OF FLORIDA COUNTY OF LEVY Sworn to (or affirmed) and subscribed before me by means of Ef physical presence or O online notarization,this 27th day of Aoril 2020 by Chris Brown affixed his/her signature in the place provided above onw this 27th day of AOril 2020 . Notary Public 1'T \qR.:NAY I AQ wereSao HmaanaN My Commission Expires: �\ 'fir Oa_lr 'kV kV Es Yweno ti aee1M 1 ll END OF SECTION The Hammocks Reclaim Wales Retrofit Bid 11B20-007 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (I) I have/ X have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause,I have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding S10,000. I also agree that I will retain such certifications in my files. Date Aoril 27th 2020. By: (Signatu of Authorized Official) General Underground, LLC (Name of Prospective Construction Contractor or Subcontractor) PO Box 870 Chiefland, FL 32644 (Address of Prospective Construction Contractor or Subcontractor) 352-493-7782 FEIN#20-5668413 (Telephone Number) (Employer Identification Number) END OF SECTION The Hammocks Reclaim Wear Retrofit Bid ITB20-007 00483-1 Certification Regarding Scrutinized Companies' Lists The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria,as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall fumish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for 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. Name of Respondent: General Underground, LLC By: \_ (Authorized Signet Title: President/Managing Member Date: April 27th, 2020 'The Hammocks Reclaim Water Retrofit Bid rB20-007 00484 IIIIIMISKIRS 'a.Is,.. 5.,. RICK some GOVERNOR JONATHAN ZACHEM,SECRETARY d • tr ti - ,- STATE OF FLORIDA DEPARTMENT OF BUSIN PRWSSIONAL REGULATION CONSTRU v e I. g I i•L . G BOARD st THE GENE• • ,t`riA4_a . q!'.? u\UNDERTHE PROM rr�. .i i •' c,� � Al � e � � i di s r ! a�%ae, r. C'f � tl �'; ti'I 'd A a .�� •'fijl .. .. ���' k(4' <yp a', e I "S C/ y,elq J 11;1;''p,e- s t ^` 4 "'YcYir a ,Hp SOMA '••".1 11 " 31,2020 Always verify licenses online at MyFlorldalIcense cons P. .- ,❑ li:kikihml'A Do not alter this document In any form. • Thls is your license. it Is unlawful for anyone other than the licensee to use this document. III 'Jr Mayor Commissioners Rusty Johnson Larry Brinson,Sr,District 1 `, ,, Rosemary Wileen,District 2 City_ Ma^_aaer _`` /J— Richard Firetner,District 3 Robert Frank George Oliver DI,District 4 ocoee Florida March 16,2020 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB#20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for ITB #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of one (1) page. Respondents shall acknowledge receipt of this Addendum No. 01 in the space provided in Section 00300-1 of the bid documents.Failure to do so may subject the bidder to disqualification. The bid date remains the same. DUE TO CONCERNS OF HEALTH ISSUES INVOLVING THE CORONAVIRUS, THE CITY OF OCOEE IS TAKING PRECAUTIONS AND LIMITING ITS PUBLIC MEETINGS. AS A RESULT, THE PRE-BID CONFERENCE SCHEDULED FOR MARCH 24,2020 AT 2:00 P.M.HAS BEEN CANCELLED. Prospective bidden have the opportunity to submit questions in writing to the purchasing technician by e-mail to shoouerQocoee.org. All questions should be received by the purchasing technician no later than seven (7) calendar days prior to the bid opening date. Please refer to the invitation to bid documents for more information. Shannon per Purchasing Technician cc:Charles Smith,P.E.,Utilities Director Mayor Commissioners Rusty Johnson Larry Brinson, Sr,District 1 `` i, Rosemary Wileen,District 2 City Manner _`_ ,//1� Richard Firatner,District 3 Robert Frame George Oliver iIl, District 4 ocoee florido April 1,2020 ADDENDUM NO. TWO (2) CITY OF OCOEE ITB#20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for ITB #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of one (I) page. Respondents shall acknowledge receipt of this Addendum No. 2 in the space provided in Section 00300-1 of the bid documents.Failure to do so may subject the bidder to disqualification. The bid date has changed. DUE TO THE LOCAL STATE OF EMERGENCY AND CONCERNS OF HEALTH ISSUES INVOLVING THE CORONAVIRUS(COYID-19),THE CITY OF OCOEE IS TAKING PRECAUTIONS AND LIMITING ITS PUBLIC MEETINGS. AS A RESULT,THE BID OPENING SCHEDULED FOR WEDNESDAY.APRIL 8.2020 AT 2:00 P.M. HAS BEEN RESCHEDULED FOR TUESDAY. APRIL 28. 2020 at 2:00 P.M.LOCAL TIME, Prospective bidders have the opportunity to submit questions in writing to the purchasing technician by e-mail to shooDer(a ocoee.org. All questions should be received by the purchasing technician no later than seven (7)calendar days prior to the bid opening date. Please refer to the invitation to bid documents for more information. Shannon Hopper Purchasing Technician cc Charles Smith,P.E,Uhlihes Director Mayor Commissioners Rusty Johnson Larry Brinson, Sr,District 1 4.014r ` ,, Rosemary rst een,District 2 City Manager _`` ''_ Richard FSretner, District 3 Robert Frank George Oliver III,District 4 ocoee Florida April 22,2020 ADDENDUM NO. THREE (3) CITY OF OCOEE ITB#20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for ITB #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of two (2) page. Respondents shall acknowledge receipt of this Addendum No. 3 in the space provided in Section 00300-1 of the bid documents.Failure to do so may subject the bidder to disqualification.The bid date remains the same. IMPORTANT BID SUBMISSION INFORMATION: In an effort to help promote the safety of our bidders and staff during the COVID-19 Public Health Emergency, the City has transitioned to Negometrix, an e-procurement platform. The City is ONLY accepting solicitation responses through the City's Negometrix platform online at httos;//0oo.neeometrix.com/buver/74s. This link can also be accessed through the City's website at httos://www.ocoee.or¢/323/Purchasing under the Current Open Solicitations menu. All responses for this bid MUST be submitted through the Negometrix platform. Bid submissions received in any other format will not be accepted.There is no charge to use the Ne¢ometrix electronic bid submission platform. Registration with Negometrix is free and is required prior to submitting a bid response. You will be required to register once you click the PARTICIPATE BUTTON in the solicitation file. It is suggested your company register no later than 24 hours in advance of the bid submission deadline to ensure proper registration. Should your company need assistance with registering, please contact the Negometrix Service Desk by calling (724) 888-5294 or by emailing servicedesk.us@neszometrix.com. Once your company is registered with Negometrix,you will be able to submit your bid securely, anytime before the bid deadline, at bttos://aoo.neeometrix.com/buver/748 by clicking the PARTICIPATE BUTTON under the solicitation. Bids submitted on Negometrix will remain locked and inar nsible by City staff until the current bid deadline date of TUESDAY APRIL 28,2020 at 2:00 P.M.LOCAL TIME. On this date and time,a virtual bid opening will be held. Details on how to access the virtual bid opening are located on the City's website at htms://www.ocoee.org/959/Public-Bid-Meetings. ANSWERS TO BID QUESTIONS RECEIVED: QI. Plans do not specify lengths of the directional bore. Al. All the Plan Sheets specify the directional bore lengths between each Supposed Pit Location. For example, on Plan Sheet PS, the directional bore length between Pit Location One and Pit Location Two is 213 liner feet of 8"HDPE Pipe. Q2. What's open cut? At If this is referring to Plan Sheet P12,the plans specify to construct 63"of 8"HDPE Pipe by open cot. This means that the HDPE Pipe will not be directional bored but will be installed by digging a trench per City Detail UT001 and laying the pipe from one pit location to the next Shannon Hopper Purchasing Technician cc Charles Smith,P.E.,Utilities Director Addendum#3 RFP20-007 The Hammocks Reclaimed Water Retrofit Page 2 SECTION 00020 INVITATION TO BID 1TB20-007 The Hammocks Reclaim Water Retrofit Sealed bids, in duplicate, will be received at the office of the Purchasing Technician, Finance Department/Purchasing, City of Ocoee, First Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761,unfit 2:00 P.M.,local time,on (Wednesday),April 8,2020. Sealed bids must he date and time stamped at the office of the Purchasing Technician before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Technician or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be constructed in accordance with the drawings and specifications prepared by the City of Ocoee Utilities Department. The proposed project will be awarded and constructed,in conformance with the plans,specifications,and City of Ocoee Engineering Standards Manual. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following Base Bid: • The project consists of the installation of approximately 2,344 lineal feet of 8-inch; 602 lineal feet of 6-inch,and 3,279 lineal feet of4-inch High-Density Polyethylene (HDPE) and 614 lineal feet of 2-inch Polyethylene (PE) reclaim mains by directional drills, and connections to existing reclaim mains, valves, fittings, pressure testing, open cut and restoration of approximately 955 square yards of roadway, driveways, curb, sodding, seeding and other restoration as may be required. • All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies.All work performed will he required to be done while maintaining the functional operation of the existing reclaim mains. Prospective bidders may secure a copy of the documents required for submitting a bid through DemandStar by accessing the City's website at: http://www.ocoee.org under the Living/Working with the City section. The Hammocks Reclaim Water Retrofit Bid ITB20-007 00020-1 Partial sets of the documents required for submitting a bid will not be issued.By using DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements, Fees may apply for non-members. Membership with Onvia/DemandStar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N.Lakeshore Drive,Ocoee,FL 34761. These persons will be required to pay a copying fee as prescribed by statute.Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty-four (24) hours before bid time via email, facsimile or U.S mail,as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre-bid Conference: A non-mandatory pre-bid conference is scheduled for 02:00 P.M.;local time, March 24, 2020 (Tuesday) at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A Cashier's/Certified check,company check upon an incorporated bank or trust company or Bid Bond shall accompany each bid. It shall be for an amount not less than five percent(5°/u) of the bid price,and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw its hid for a period of ninety (90) days after bid closing time. Please note checks will he deposited. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope,with the words "Bid ITB20-007 for The Hammocks Reclaim Water Retrofit"and the bidder's name,address,and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed hid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Technician,City of Ocoee,Finance Department,First Floor, 150 North Lakeshore Drive,Ocoee,FL 34761 CONVICTED VENDOR LIST(PUBLIC ENTITY CRIME).A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work,may not I he I lammocks Reclaim Water Retrofit Bid I I B20-007 00020-2 submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier,Subcontractor,or Consultant under a award with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities,to request clarification of information submitted in any bid,or to re-advertise for new bids.The City may accept any item or group of items of any bid,unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if,in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial,technical,and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA March 8, 2020 END OF SECTION The Hammocks Reclaim Water Retrofit 131J 111320-007 00020-3 � ' The Hammocks °n" Reclaimed Water Retrofit 2 r f _ Rusty Johnson Mayor I _ Larry Brinson,Sr lF i I ��� - DisDistnct1 Commissioner - 9',g,4, Rosemary Wilsen Distnct 2 Commissioner Y- Richard Firstner Distnct 3 Commissioner / George Oliver,III Vicinity Map District 4 Commissioner Robert Frank Sheet Index City Manager Craig Shatlnx 1 Cover{C1) 2 Summary of DuanOties{SOl} Assistant City Manager 3 Key Sheet{K1) 4 General Notes(GNI) 5. Plan Sheet(P1) - 6 Plan Sheet(P2) 7. Plan Sheet(P3) 8 Plan Sheet(P4) 9 Plan Sheet(P5) 10 Plan Sheet(P6) 11 Plan Sheet(P7) Oats seoiemcereolz 12 Plan Sheet(P8) 13 PlannSheet{P9o} CITY OF OCOEE 15. Plan Sheet{P11} 16. Plan Sheet{P12} UTILITIES DEPARTMENT 17. Plan Sheet{P13) ieogo Mims Rd 18 General Details GD1 ose.n 34761 ( } 1<W199S3138 19 General Details(GD2} 20 General Details(GD3} SHEET 1 ENGINEER 21 General Details{GD4} 22 General Details(GD5) 1 of 22 n,„,,..,, Item No Rmlptbn UnitsCommaIan 55M1 tees 9uantlty El [ Px J 93 1 69 1 95 I_ Pb I Pd 1 E9 1 P10 [ 911 I In I B13 Mobilization/Demobilization___ 100 General Conditions Lump Sum Maintance of Traffic Lump Surn 1 CC100 Eroson Control LumpSum Construction otogaphsand Audio Visual Nmg Lump Sum 100 __ _ Survey(Honzontal and Vertcal Controls&ASBuilts) Lump Sum 10D 109 _ — Connect Proposed&'Redasm Main to Eautmy 8"Reclaim Main _ Connect Proposed 6Beenm Main to Existing 5"Reclaim Mvn Wmp Sum 100 IW Furnish and install&'Osa HOPE Reclaim Main LInear Feet 2.34403 4E000 346W W CO4 3IIW 81200 ____ 0 6"Osa HOPE Redalm Imam e 97100 0 w-m nlsmmnd Install 4 the PEsedai mlM rn e — 53 W 360 1650 391 W HLW 63 W 5584Y- 41 W - 13 mC xand mean rota vF eeeaim Mam 384W xwW Each -._— -.__ l W e 800 100 IW xW _1W _ 0"Gate Valvel ie 200 IW 100 1W 2 DO 16 6"Gate Valve Each 17 4"Gate Valve Each 800 300_ 1 W 300 1 CO LW IS x"Gate Valve Each 1 00 1g Reducer _ Each W - ___ __ _ x _ _ o ln2''Tap Each 200 __ 11 3"Blow 0ff Assembly including Box Each 22 General D I P Fittings Tons CA has 007 007 003 067 054 007 007 002 051 007 091 022 33 Reclaimed Flushing Hydrant Each 1 W _ xa__ Wublel"PE Service 203 LW 41 3W LW 200 — lW _ Each xtll xW 3W ]W qW 3W Double 1"PE Service(Shed.' -_ Each 100 xW :W 400_ 26ss Single 1"PE Service(Long) SW 1W ]W 1W 100 IW _ 1W - D_ Angle I"P E Servce(Shortl 100 1 100 _ W 1W !Removal25 and Stockpile of Pavers Lump Sum 1 00 _ 103 Remove29 and Replacer Sidewalk Square Vards 7900 8W 1003 lW 1203 )W lW 700 30 removeand Replace 6IXweway Square Yards 140 00 _ 460) RW 16 DO 55 DO 31 Remove and Replace Mama Curb&Gutter12Widef E000 2000 10 00 IOW 1000 IOW 32 Remove and Replan Pavement Square Yards 153M 1900 I 3600 1900 19W 19W 2200 1903 33 solid Sodding)Banma( Square Yards 50PO _ 5000 34 Solid Sodding(St Augwtlnel Square Yard, 95W ]&W-1 7B1) I 1300 I 3800 W 2000 I 2600 I MCC 1 2000 I 6'-00 85w 35 Smid wdemg(Zoysia) square rare. 5Bro Sow SCALE a;9ia CITY OF OCOEE PROJECT SHEET ENGINEER The Hammocks N T 9 Reclaimed Water Retrofit _ UTILITIES DEPARTMENT l8 SHEET S Q DATE H-T WA u Mims R9 5 sepmmbm zooOcoee,n 31761 Summary of Quantities uw:' .gild (407(905-316e 2 of 22 .7n„37<a N Ix al // revs Proposed ImpreremenIs RM MainDouble Reclaimed Wider,co„ water Ma E 'I tam=ji II •,•••-F.--•. s Simile Reclaimed Water Semite &� ve PPda„edF„Hormel P-5 F Flushing p_7 /111°. Existing Imprpaeme�le �w e ble dialer t �owatrS:ic`same i Potable Watev valve P8_ilrgr P-91110 -sit i E.Fpe,e iSeeites HAGaGodly Mari IIee.arOra„ Main - - - ooeek Salver Lateral Single Sewer LaImal img Se FoceMan I EthE e=iee„ .�e&Ma . ff Fri Storm=a:"Ma�ele W R Existlrie Reclaimed Male 8 SILa „sling Redemed Water Main Pi Existing Pl oCo Proposed Reclaimed Wale valve s„E ENGINEER ;`;E l ) CITY OF OCOEE PRO The Hammocks SHEET Reclaimed Water Retrofit UTILITIES DEPARTMENT DATE 1aoo0.o Mims Rd September 2019 Ocoee Fl 34761 Key Sheet it ]1,404PPP (001)9053159 3 of 22 ....e,ar. 4mml cemnvmen xmn calms shall be made against the CM or diminee.mrrondm notIlICaben to resmenn added MI days prim to mobinentingam madmay or drneway closure f op coordinating w.th mad,o.mry and be pll maim shall be construmed as wn e All work and requiremenia f min the nodes on this page shall he consiMrml requirementy of Mc me mmanv,at no aeenrooa mstto the ory a otaec lnnxn order ores and other autumvn construction hreM omnJnw temya,v suppon m, 6n136'I shall be maintained on ail tot.whine-pet mnern espmned cover the pia',sot ("tract and referred to a.the cyldi by armed by the anon177the[omen ell e. ee 3 ne,boo mat'mtembed 5paa the namtanoteta ammmeoded maomom l eflection t not limited tn dobdivisine Plans vl tap photgnpa, and bmmd field eermunon The pens improvements were sl" d moor hall complete al nosrmn inn wnhm the eight nt oae and ea emem as old sonevee mmmanaammt tnuna me nyY Ammo,Man omn three Irl dam pnn,m me l,ee,maarlvnr asspzvfed ht penal a r tavlWemtbRIM httOM the 2 C.tractor shall genem117 Follow the plans and II confficty a,ye,Mall wurt ds,te Cm. 32 Contm9er Mall be responsible r histher own emsme,for redtoration of a mas Ms�mFW'erni semna Contractor addle the o rmmed,at a one' me ma n n r. no al pe,mssoa inn"'Pen mrnet]A ba rod mg at eenmr, anal be wmbtunde,imam"n 6 Some((Honnnnl riCetrig tro any underground utilities shall be located e ry potential net t ate proMMY and dn.,eem,nb w-6minl mIC at no mErg mtrem omy to mu e Ms 3 If darected by Obey repreSentallve, the Contractor Malt be tegthred In C'"""n"PfCteddret add*Mt'Meddle h•de bed"'Hewett and p eenpvoa construct...placement ar,aeted Pm Is)v nulling nemnnotomphwt nnmmsstnyre(mamma atalmm nand.ma ins anessma PM shall be paid under pap nbm chm smdm dun No redo,. dniter qc eo alai! the proposed p pos maim']me arcemee b malew to pr r oe. mal, u ne bot not inseet ten, 'not mnne cnv lent nt servra and al saavas are vamenm mend r.w maepi be used,mvnm a xvmg and ace renr.aunn m nelor snepanon 'et""o.wmw metersryuee'and.amnry restarmisw of i s o r misting pmearmaim btt he 5 The urtn.eudmene enumbe etetan opaore,t sell be not MI53ns Utilities it ttnaomana men ummeemdrnn^M1 the Ott m the'tentonmmy main mak o, b E 34 Thematm tpnrwnioonmbmnamhhe Crty Mail remedy the submittal in nee MI dam of re,mine Me subrnittal A mage and inform thd(Entrada,regarding approval or fi The toy,Enable water wasrewater and reclaimed warm mires pump stations 7nd " NI'ta"rtn!rt atnt b"''nrie."'rn"'.6"'ll'bf the'''tran''r denial mg working mm,er acceptable!meets the ppmeenas andhr mtnax.nne ate to be speaae"It br uy "tint mq mean as dxnminedmby theeexv on owner MI mho vur.,..hall be made.17 at the agreed ll on dam an rote Peisonnel shall muse the repairs to the 'e.mnnma„'.non au.nmoir web mane zssss timrm cam nhv mama''induein aemrnnrame,oas maeHsnee me mmannr.altr hark Madded ur ereom,ed masm.aw.the tmne.non by fallowing n. manner the contiactm Mall 21 oW Fee and earemmm.n„mrmo tam Me State m """teatomldmoa - aml>socon at least oldnoother pnmla anal)rood, b m be timed NI amenmoll businessngac>mer "`r"'and e `a"p op tIcrIt.allce, .anabl Tam y nM To 5p etat mrogh tliday at pno32 Ono o, shall restore a I msstIng,MPfv4enenti and d Embed areas[nominal cpnc,bon. MI imparted23 med water ma m Shill be Fild to dted in mailboxes,damage/ dialinemit other wean Mon City) me general utilities that an the pes/Mainslepaatmn Requremem,[Mbiel oet�ceJNed ante@ ono'Detail Sheet of thew oral innmoll nhm rpaewa'w�emern and other edema Mall be mrvree to are mated x'mn the womawoman. m`"i° arcd pet the Restrained pipe table CA AD o�eer (407e905,303 e s and es!Willed Linder,gapt 555lo Rlldel ththepmrenlnv p spot aced teclsd a the General DailDailsnamphe Plan e am 30 heet of the plmd lo7 ypenfl•Moons and b xri hawse uno)76rv:u sine tot rn lanawdxanm ms uep for details or the material end cnnstmctim details the mp,memena rmmne m the e Lake AMMO nammGas IOJTl656 2734 emsumon emomem anises eohat"n e eenmry uve Im,I nit atM eliding our ma ten ee) tpm seen and structures a" demit7 as d brnu xr�tot Method-Ir Tlt lMoeleee mime the The ICI May not be all inclmme e n subject a Mange omanm shall M reasonable conducted by the City m Cites gzmeanmm tes,lnm me.ontnna Shall p peed at aon area 13 the ham turmmgt aaaut" uelw mlxal ha'tm smeeang M"'Et"'"le"the(tot aoe�bramwnm pu amn sane.a'mat with AMNIA m.nu.rs old otmTar6,cpenl oenas ne Hand for Manes a m mart orguarantied 25 n Pipe lengths na lm,n n on pens are appn imam and actual.nvma am In br determined memmnnvna FelpfffIblemr field dennumroo-a t nloamona doted tonnmmon II LOtatIOnS Of GIS{MP Wallies as Aluyrn are apprmicrcte The contractor shall Add a M lfi If provided on eld l construction OffsOffsetss Hood and eadeta.one utilities oueme(main shall Mau be pemen nla plamalmrmmes)p meocllanornm a u^easeire e 12 Contractor shall coordinate with all other MIA owners tor re,clution of conflict. Conti-duo({hall InVe IDM eight OBI hCCC tO drIPITHIP the IMOICt1011 or..,unirnrwrn dr 20 Local rebdential acces7 hall he mdleTammi at animas terrrearr.11311 pro.ide vaillen "kre""mnfl!"' Coat"tutted"ail be""by tadaY'"ner"di"t"ttact""d n© ni° SHEET ENGINEER 1 SCALE -Air, , CITY OF OCOEE PROJECT The Hammocks " HEET Reclaimed Water Retrofit G N 1 p UTILITIES DEPARTMENT i BOP a Mims Rd Ca glOPIP Octee Fi 34761 s General Notes sap mbm ml.a q hi a 011141 1407)9043159 4 of 22 't „n^tf,„,a N IV F�I ;� 1 WhieRood R- COSA//I �� See Match Line This Sheet ll E 'w—air� E 1r‘Nr.r.....0 1 It=496 i 1 'C. u s s1 11 I Reclaimed rrvarer M.m XXX 1 ; I Ora eastlr5 e'RM.m M n at. 1 ��Malr up ene omneu Ner Maln xlm yR Reclaimed ware.Mam 1 1 Siee.e neana .nevwe tOer 1 /—.iea sawv hC m Peciaman wem MrR.Namor War..Main—"\ TEE Feathereri �,cy ▪ arma al f e Marn r : , _to _ - -1e L'. Featherstone Dr I ,,, ,,,,:ii Conant in=Air II N,mrewamrM.m �} ( 60a--4ngsw'1 and• 4'Geeaa WO ''"—Consiordb5 of r HOPE See Malty Line This Sheet see sneer PS Reclaimed Water Main - SCALE i(a PRtl,ET, SriEET ENGINEER CITY OF OCOEE The Hammocks nm nern Nee Reclaimed Water Retrofit P 1 VTr TR`"so E __ UTILITIES DEPARTMENT Ili 1500 A O Mims Rd DruESevlemrver2ols °`_ Ocoee FI 34761 Plan Sheet 6INur 4661 14071 xusirsN 5 of 22 o'''""'. N j '� Mil I.I I I I ro LIT comwe Double s.uiw—''-TTTE ! 1 — I. s_ — — —I ER �c..r ye tma reds tens Constrict - vnis ;AZ sema Illii -------CC''Sn'Un2 Awvmwwem Man See sheet P3 � a CITY OF OCOEE PROr . SHEET ENGINEER <v The Hammocks mil . . --— - Reclaimed Water Retrofit !� T» ESOR E Or UTILITIES DEPARTMENT DEFT P 1800q D Mams Rtl s 1 L owe,n 34781 Plan Sheet 0„tmmeer 219 lunel:—",Eraoip t401)9053159 6 of 22 „IDti. i N jar w \ I/a g See Sheet PZ 7 CR Zelmed WmP,Mab Construct Dicuble See Ice �) nmud Svgle Lung [orsYutl _ Ceneeun Svrla Sunb D7rTis TEES RxiSmM Weer Main Serves F l © al NiMatiffl l. \ r 4 FmlYe •>rreG _ m : u \ I `V el Lon,wn � iMMINIIIMk � [stealer Dourly Shot Cc1aerd Service SErDIEE Service SCALE I° PPOJCST a::,re' CITY OF OCOEE The Hammocks SHEET "GINTER em nSen e Reclaimed Water Retrofit P 3 TJ DESIGNED BY UTILITIES DEPARTMENT SHEET 18l0A D Mims Rd DA" @cee,n 3961 Plan Sheet sePembermrs hrrn '=Ymxq (407)905a159 7 of 22 .K.a„eL N N 0 ilk £NI A\ See Match Line lles Sheet fly s � se„itrvct® nnd.:hun 1+ a� I w„tie et de hon¢— l7 Canyon Slope Loon 1111 l0 1 ;711 of r PE Reclaimed Water Mae 1 Combe Rttulm.dWateSlaPE I i Semre d =o Insert D.sN.MotorEn. Conot Ins°. __-ram - - I Rai.,e,.Cmnte W.o.,,ar 115 8 Rna.m,slcl �d. +s n ._ P' 1 119 conned= PE, , HOPE Sx,am 1 °ude loco • —Se..® nobI torn See Mall,one This Sheet e.mre Duda Short Conerict _LE skC� PROJECT The Hammocks SHEET ENGINEER 1"' CITY OF OCOEE !- Reclaimed Water Retrofit �� -t_" UTILITIES DEPARTMENT T II DESIGNED nmenEann eI SHEET 1800 A D Mims Rd o(oee.rI 34761 Plan Sheet SeOlurnbeR019 �V,mn.`£4IJIIIlu@ laonsosdlss 8 of 22 ucxo,xu N W nI ea Sheet P11 //^' ` E s 11/ z' ReclaimedReclaimedWater Waln eem IRS ed wale maE J Dal,.I se barytes • Constmet He al tl-HOPE Neer Melt c+ / air Gate ease `! P is, Reclaimed wMa gar (� See Sheet P6 SHEET ENGINEER 1 E,aE la CITY OFOCOEE PROJECT 1The Hammocks om mSon Reclaimed Water Retrofit P 5 T„SGNEOEI UTILITIES DEPARTMENT _ 1800 A 0 Mims Rd DATE — oeoee,rl 34161 Plan Sheet SeptamLar2019 likk‘Westnandfir (407i 905-3159 9 of 22 „t xo :,,, N N aE t �" see Match Line This Sheet s See Shaer Pe S ' it i O Servicewmi.me Genslersmee li Densestin at Main nn I �J.d ' E .�< TGatevalaeOt EL, oPa I eenebenY cl E Rmarvee wm,Mai. 1 I 1 „7"mr_-- _ 1 1 ' I rME 1 Sorriest Re of 4" Line This Sheet antra Geh ValMS R Gate aais iII Pools-nod yowls Men See match = eesheetPta Dashed Be er e HOPE Freclalmed Water Morn SCALE I SHEET ENGINEER I al;:� CITY OF OCOEE PROJECT The Hammocks 4. Reclaimed Water Retrofit P6 TJIDmineon El = UTILITIES DEPARTMENT EFiEET Cws 1600 AD Mires Re DATE Ocoee.Ei 34701 Plan Sheet SRvtemhm 2019 beiii ii.miYtl launausstss 10 of 22 ,K.n,».. N I �"+ ..� Muds lom Construct Rnglc Long IRO commaService (Ex s� .m Senics cm.m,a Double a3 dSi cmam.a —\\\ O' �N rilITMINIII ND' ll Rcoiisine"r'" I Construct Double dons I Service L1111. See Sheet PS SCALE a- I Re ec The Hammocks SHEET ENGINEER • 1„r_ CITY OF OCOEE I Reclaimed Water Retrofit P 7 TJTorpI nEl _ UTILITIES DEPARTMENT SHEET • 18D0a D Mims Rd Ocoee, 34161 Plan Sheet September 7019 iiiu. IIPnulkk MOD 905-3159 11 of 22 Inr: . ilN` n'I At pW. s WOO 1 See Sheet PT s coARAzDtairnliZA Nara MWn 11.11 5 :ervz we SA,/ A _ ID 2 Con,l,uc, m /cP�atmd,draape,maln OPE cl Lnn,wa ► �cii ServIco Cun.,Du blaLev Can.„� Service Spr ;`a0 —Ar CITY OF OCOEE PPOJEC, The Hammocks SHEETEN GINEER Reclaimed Water Retrofit ^ r°remonsno EI UTILITIES DEPARTMENT „F� 8 _A lawn o Flln3:aa Ocoee ilikk AU EI Maki Plan Sheet Septaombe,2019 @mid: " $i00 (407)905-3156 12 of 22 0,,a., N war ,re,Double Met. soHstsis m.l�e �� re.m,.,. cc,,,i DC m, .short � aue co. ,,.o rv, _— Service See Redam.n owe,mar . — 111. �J �`— aa.,o Long i z E„< HOPE o,e.�s o�bI L �aR„med Slater Man ar (�,4 a CITY OF OCOEE The Hammocks s I9 emmi Reclaimed Water RetrofitDESIGNE SHEET ENGINEER TimreinsoeE UTILITIES DEPARTMENT SHFn P9 180oA a Mims ftd DATEo(oea,Fi _31 Plan Sheet saoi.mea,zms MO: :"SuIAN @en ena 3159 13 of 22 -„.,,,.,s,. N / t: see sneer Ps el i le I n $ i n E FE Cons EMCEE per HOPE Ft alalmod Vial Or IMF pe L fSemra 'ma TEST ere 45' Vol [EEL*,Anire i l aMC 4'Gale Valve ndTEE r+enemm Waterman am— el (Ginger Ewa FE SEISE 1lill Reclaimed ConstricWater15 of Man 1. n, r See Sheet P12 SCALE ate CITY OF OCOEE PROJECT RrEr he Hammocks "° DES cnm et - Reclaimed Water Retrofit — O v Tomlinson ei UTILITIES DEPARTMENT SHEET -- - 1800 A D Mims Re Ocoee.liktPATE Fl Plan Sheet SePremhet 2019 urvA: _ '.mNi (4m)905-a4lss 14 of 22 „„ aseL SS//I cmevun sarv,w Colston Double �— w —w L%c 1 m 7 cuu to d2 O ur 4'HOPE—� PecIa,mea Water Mein croswn Long I () serv.re Double PAed.nateaeMain .race Recice 1 5 3 Frsn, y Los rn o U I Construct Single- WNW I I See Sheet PI2 Soso, PROJECT THECT ENGINEER r atb CITY OF OCOEE The Hammocks s r. Reclaimed Water Retrofit DESIGNED mml�so6 E1 UTILITIES DEPARTMENT wr_e. P 11 1800 A e MrmS Rd DATE Ocoee,F1 15 of 22 161 Plan Sheet I sevtmber 2oa puw m pnmllpl (a0n 905-3159 t,e.,.oaa I N See Sheet P10 s6i E male aeCalmae wae, n ,� sania nunlr Soon IlkHDPE ^_� � w, NBP m,.e1 o= Gona Redam:e'w;'MHDFE 1 . ip I/a Reclaimed ^ j nam R€d Fd naer Man a Reclaimed Water Main ii i ¶Ey New Ma'iwfe n6RMen, �mspruce� I m1i s.„,. _ . ---l -- u Sens 5 ouele mre 1 / A I .gym a m r Reducer1 Valve e51Sc end E'Gaze Valye inaiall a Gee valve Cmaven Single sw b xYn e cale VaIG(N1 ` Blue SWeu p, • DRE samae RedalmeewaN,mall rsiGNIEINGle Shod - _ ! _ _ SHEET CITY OF OCOEE P eCf The Hammocks ENGINEER Reclaimed Water Retrofit P 12 T II DESIGNED omlinson BY l UTILITIES DEPARTMENT NFFr 1000 A D Mims Rd DATE Ocoee Fl 34761 Plan Sheet sepmmee,2mv l4071905-3159 16 of 22 G,, fr N See sheet P12 AO _ H -tee cm weaaale PE Goanryn =er.�� I I 1 e ff1na Rea.imeowaerMar =:sW.rWol.=hP o riedE ao.r,.a cesmms \ 49M , l J P E P immimmommorl it P ��0 • se,„c. Doublesnoa Gale=""1 Cons rPo.eeShorl SerConstruct Reclaimed Se'l" Co.otr d Dodble LongJ Ser me P I(a CITY OF OCOEE 9 The Hammocks "r e Reclaimed Water Retrofit ^ w I'� DESIGNEDB1E' _ UTILITIES DEPARTMENT "FFT P 1 e( 1800A a MMmsRd 1 �.J o�oee,rl 14701 s Plan Sheet SaCnmb..r 2019 Ilun. liullN (0071905-3159 17 of 22 n'id111,2111121 nch in Existing Grade �mnl ` .ngra�SmmsS• Driveway ,Poer.agll.\ Trench eatment m aYllw .. -� inix `nr°°pn Bullreinl DWml iMA I rn/ rd,r G stage 1 } U - - Clean FY .4",:,�j 01/4 or Pipe Diameter wy am^ °N MIS Typal Crass Seder Rod Budding 13 Or Appm.ed A.pNmr Surf er.course (J e%sprayed Base Course � r.n6eGpBe. See Notes 2 and '�3'�''titxn�Vj�� St ,...coren.mwrr ?K$Lys Tt`e4rn't'_au'h;. I Baddllinp of trend,Moll be In sly Inch 1631 matrix',Ms km a proper mnwe I shell use proper mechanical In th wseopt Teri eeecg pyv Rrar'waY a Onn6raore Earth h diaries ge l eacq lina bunch in Saw 2 Molt be In noryom of%%grade I ndeM La See Note 3 O Dimmer approachand sidewalk d]Thidi yin e ce are mesh w WarrMnlerced oecres -yBPoparpv3 aevs NOTES NOTES PUSidewalk& rca-Id kJ 000 psi q 3 daisrcompared to 5% ro e commone;clean)Mil 190%In roadway Idimema*num eent per aR © Expansion tort LuYnoualner board maleul Ruex and bra -159 accordance with the most tam n gl_ Cgneennp Standards eel rack for ec w alert bedding maremn nnere Manual imallable al OCOEE RG1 p „pddummybedding does not provide soul,Melting orµnun Depth eh 2 Any wninot banyan, M sw{Faeon s specification shall Centlm�ng oalo Mu elrtlexatx) anal ll'droN minlmom materral shall be a minimum of 63 or Pipe be resolved by the more strhgeM mert supped for the plpe I unsultaNe matenal shall be trom snail r.WreN t lodh ay eESM n shel be ® Approach Transition Rah 3-Curb snail be&pomp a nor moomade Naleppune edbe by the teCCRY %per to We minimum requirements as RYN haunchm 4 Ball and base oo.open sacutl to cn3 pacton bu pipes iffis,',Ire maximum o+mM per PASHTOiaT.eyonlrrypn Notes 1 5 Base course 4 Water shall not be manatee In trench Me during[owl:rye/inn compad„ Curb shall be dropped NI be prepared in a'ins maximum and Nwougnly Cmewha lvrommwnrag,gh d sy wnh l Iramwre each C M of 5 Pipe 6 Grpele Mau be Inc/tailed irth hel Warm feting a h Where bench line abuts edffing curet& unstruel dmin bun Lola Min mrbiod ewnrRcu2 kP pmmm ened anom m orb In be ION a replaced 7 For Open Cut- r mpm ¢medSOSUN snail se mMI mn n elahe c in lush m^elM in place shall haver ormoe err RE pixilation MCC r r corm vhVo03 Open Cul-Ngrh Patement Sty/plowmen.ppll pr Open Cut-Playable Pavement Rplace nt Detail Driveway Approach Detail Pipe Bedding and Trench Detail N T S N T 5 N T S SCALE al tr, PRG3FCT The Hammocks SHEET ENGINEER NT5 Fe, CITY OF OCOEE 1— SIMET Reclaimed Water Retrofit D 1 UTILITIES DEPARTMENT DATElik 18.00 A D Mims Rd s=plamN,zmg Ocoee,Fl 34761 General Details /[1101n .inlUh (607)905-3159 18 of 22 uc uc rb F _ CO, emiumm r,m444mus PVC/FORE Restraint Table Fl O 2d embed Grade Gmw mi on eaMglst�erorlo be R`�1 m aed Early?Caning raps � 1N'R qv 4 . II PipeSze I I //Ls.m4/ ss x./.� // Filings ' wT G9ire C 1 Ma ximum mum I p'9aano 6 20 32 38 00 55 74 / % / I 05°BenE 10 10 13 16 10 23 31 der B� Valve IDo/ 2214°Bend 10 10 10 10 10 1 15 isee note°I E r5n nde 0l 11 1141BenE 10 10 10 10 10 10 ID \ j" PIo \ /% rancngolTea 30 07 64 61 98 133 167 Flnl-hoe Gm Cross Section Tt n luaen3 xm rg.vase ` \R' 'G\�2' \"/`/3/ 0T rnmrPo Ire :\ /Wynl.dv ashen /�I a"H"r ofPp, NOTES calm box sw >: '°� :ryahYhaY a.4:.' \\,,tie 341.105 DOSIPn engineer shall De and mate amuctramtu ®mdh,len ram.mrrg�mmmnq new rgndnen, M,n.unemer,q � �� to«.bedding rod.1 Ile restrain.velum es Indicated by Me'Rcatrahr Table'are minimum tales 4 plow not .au ) — /, \<i.�li.?yn NT��i��1f<Y:. i..� blab a fitting is greater tha,, Pee Maln� ! -e , n\' e in 4 (memo,provided ee`moe,,.Table' P�ilPn`.e use 9rea�r..ti.lm Length far e Fer in.line velem and thrOthqh run of fees rupee kras of restrained lows all •fl4L Transverse seeson �aa. iti at.. iza : procedures°ns. �ham e been stubs ruble connce p as .ah the `sa4.... ...8410 .-8 mows pae1N,deyDlPa,.4"te:b;P,°.;;a.°°.Ptrre':° capture nq.tie Worths Mamma 5a I SItyISend send-lr W.1 FFBOr b,lmm// racing be`svl be°hocattle e°Dlarnaw:e the transverse centMwe m the i ing °"air 5 3 ipannl nr tie I38ti343 es.,Nall se sum may Mre Can be aoseaaed e, d et tbe ete or pipe oaten.'not plearnelo',.sw:athonsdt be rwedbetheerse etermrneandarmey MOTES, aCIt, naay„amin9tapend�rewg;e�paOfpi. 1 PVC eMenslons shall not be used on valve bos shef 2 The sting nut for valves shall be no deeper than 20'from ultimate finishes grade she] the top of pica 3 Wheret valve nut Is more than 36" below grade false acsembb shall Include renter and shhaalt renal on the cop of the we dumb whailation spelt gulde Of extension 01.approved by Me CXy crehse oae erglpnW VGMgse on a he placed as detm ed In 4 Valve collar shop he20'a2f n 6'and Danube for coital shall he rc of 3,000 psi minimum emaciated Pith h Gomm twin cant '28 d non-pavement are ve gals gel a 5 Valve Marker shall be a 2'CDR&V Bronze Mather approved ual andshall include tested end verified Er continuity b,the Gain type size minimal turns to open or close value and dgeceon or r abwt aonmm pt ,to GM acceptance PVGH DPE Restraint TaHq Valve Box and Cover Detail Pipe Locating Wire Debt NTs NTS N T S SCALE ail(� CITY OF OCOEE g6LC The Hammocks ENGINEER Slarri ry T s r ° "F Reclaimed Water Retrofit G D 2 UTILITIES DEPARTMENT DATE 1B00 A D MIMS Rd September cola N� Oroee Fl 34761 s General Details M u G:411111 MIIn (407)905-3159 19 of 22 u-re awe LIMP \\- 'Tatezk M^ SNezmetW ring s¢. 'e{W'" pipes/Mains separation Reyurrment Table and infiPIPE LETTERING NOTES Potable Reclaimed Sanitary Sewer Storm Sewer I Lennon snall Deer me cL) 2 Lettering Man eamlmim�'a IInad;m sa;a eapr<upwnenr plpae ust penmor an, p dedto me w nD,axred a n.nPipa MaMn9lLellenrrymano rrvnx sxdnn�mSewerNT5Storm n a WfPP' M'.,re, panto, I DI NOTES 3 Tape centered along the by lw11 Os nanots A_(F C Th '1l shall between rosa (Daubed in rym pesped opine lie nand i . dam tart rearm rms. Dilating Cs proposed unIrtv lines Wecowl r+rv.,a wn Other unrostletod public —U access reuse water as dein.]by DOD type,of rerDaned Diameter or to 14 water not Dated 10 public canon lead, shall Iwo ya IUDs along both steed vl ap naXdpp NOTES. ene sewer Eal appvM considered raw sewage one 9 Alteinalre water sucn as steam water used or Myavv shalt be considered 1 All man shall be install.]with I* 10 DUN Road Dow tracing Do reclaimed seater for seperatrve rodulrements -n Tracing wire must be maered directly above the pipe in a mvevrwsanther r re adman, i 2 Demo wire s DI Gov nr am max pipe brsncne,io-aueln retail distance q ID nWrams) measured proPIGETT vided oul aboveimensin Death pPennala' sic uee rei awand I melmum d ID am re grade al moanedass one e e gth IR or o I P m„pariadan so.„pauuu ad to he p ossin a hal De 44 Diameter- ti 4 4 acing wire X be ceded pled x v alid thus and shall c eavq vent rover Or.er te bD eyserlorer Dal Three 131 s Tapes awe Tall andboth sues of tor heF or pbe aunessIble Ds measured van rrent or future gra]ing to ensure trie am senile.. Warning Taped N coverage sroded ca box(ValveBo and wire hCoesail sri Penevapmhrough ADM,sewer must roPerd by Me CM?and is subectm nv r aryovsery N T S ea sl Ynet castlpn ale sand p SETTINI WARNING TAPE NOTES Del asiv,mplre color 32 Tape!enema Del t In DogmaWarrelg rape anon extend lviaoentpndhPbt mm no greeter than 4 n Pipe Identification and Warning T Detail Tracna Wire Location Detail Pipes/Mains Separation Requirement Tabin NTS NTS N T S ail(u p,EG The Hammocks CHEST ENGINEER NT5 i CITY OF OCOEE Reclaimed Water Retrofit _ UTILITIES DEPARTMENT HEFT G D 3 iiiw 1500P D Mre cos lidsepal har 2010 L Dee Fl 34761 5 General Details IOax, iiiXiI114, (4071 905-3155 20 of 22 codex PE „ swm. Restraining DPEE„ein Double Meter DPEmeEM�_ Spud Piece n.am. &eel WeldedloHOFE Is !See H,a.ant Operating Nat S Mon H�aH.>:,.� gad^9s„e., Fi„en�G,a°.- �=alve,flnend Coo I w Min l„,R.staa NGrade an]Bottom°xe.n Between Fenetheed °' i�Erenwaw Dae a Tlb'tto piing co- I a..ta^„+w I Ho>E mreJ Pipe Near se°� se.Noes on '""-°6° t{ q -..q�y n f MI End a tai.e.End Compacted s, , il Hydmnt -- Seethe Wewa a tact - m //I _-.Blue'lle esi II Anthems Tee ,PPenEnrCeP T / NOTES / Resilient Sentare Bedding Roth—, I the Math shall be used nhen conneriing drethonal Jelledsat s oars te.e mat uro�, Cross Section together thins„hoes sleeves fillings or sporterian:th a In cases whore direclicenli dm!!mein must Oe offset Oy direct biro a a sorban et Po thin r may nag to use a Restrained End for than snonethons on s°2Eis mse used „eyes m,....�.,e°.,x°„sin r�.nm,°�.. ems — Dem Pad coderma�aaM.eaellkaffiei Ue anemse.°�t.n.l mammal be One Me coat enamel Pons f"teeth re bn used for camp,.".sstr Hydrant palsied Nll=omva:eeded TtHI^s Sla be in""clone wtMeth deeded hat.Smnda.°sp, preee ed 5 Gap ..^m .,narmr H.......ltee^rem,ter tan °eOOCH HDPEPta.UTeeee'deCS Se ;eoer°;:Deb° I Tree tbn end „decedents in r ..^ins°He For other ea„ecexe other are°eves oveceonamml HOPE Conned] Detail Furs 3123f estaveme a Detail 9ww°aAssemav Detail NTS ({J PRO EST NT s Nis SHEET ENGINEER Scs¢ a ie, CITY OF OCOEE P The Hammocks [Aj N*s lei HE Reclaimed Water Retrofit -- G D4 UTILITIES DEPARTMENT --- _ Teotl A D Mims Rd sePtemptK.zme �n Ocoee,Fl 14761 s General Details _^IIIIAMIm., '+"iluu (407)905d159 21 of 22 1..^,«,. Suation Brass II'Mlmn lI 'ampere,Lined M Doudr snnM nM nr„a,g niaana Brae, —-- w a• leservkn lanngaa ete,E. rRanrs unm WIrerMatiMUse �a,e,an.elaInnml rs7e am lai single m.kt __ ._._____ rvanazrnL u eau yn ° Tolle sm a Trying n.. /I axm.slreM nnom INtoPI'sarelwSalonM\all pFMF __Service Trete .IerWeMl rdth ling /� nanca 13.and Water Smal Cou bin Male(Con FVu anon � e C .1)_prwak Connection awwny city! eban Si Main IPLISemite m —I // ' Service Mem with Single Mele( Copomxn port xal Side Stele Mele(Ylsn t� a /'e s�Yo/moo / r nrea4n'Berea mek CC Threads SnakeVD THHN Wd� _ /\ To Maierrec,a Y. Van�CMgteraWneNon Ira ®� \�ke Tubing l mm is Missals,/J Meter LuceLon Plan View �_r�� Maier Maio M Saddle leer Y _ =\ TaPPmg Section m Pa t _ II II 4- lam I All lenges natal be beans with compre5skr-pad.ictit type Me i "Ewalt I__„ Dual Horn Owen with elT Curb IsnM Stelae uu.,._nNt terminate2 tan seance Ins seal extender \ 3 Meter end ekeeaitorvm. Curb`lap"0II I„Single net-race and anal err -Rpht WaLneand curb os t. Private Snakes Terry.auto/' Dual remNary 4 Meter end M serape„Mil template 3 past meter baryon at here samme shall unirys Typical Meer Layout Maki(PEI directed one mise miens IMbehurlocally]min all ,a • paintedn metier Slane NOTES or marker shall indffate s to de Nores 5 concrete curb shall be marked Iskmam mvnenywM Pipes man,in no detal are for rgmwrmnn prymee Refer m plan hi usea Smoke connection to Me main shall saddle and uppliggmaF.dneIIMM murn or merry tuwppehe In mawl In-Imam�N and e M9 nd Mt yams Meier and b stop 1 Water Senate shall sfihaM beaMM biked usng x�h Eid Msnufsdunng 3 Meter Bon s nu]Or Single Famly and UT208 for Mal II 13130 Bullet Slue altilliall and se 1321012D 13 Lowruhsna aired d bluetit uddie ,ay be usused on on Ductile tgema PmrdtlalmW x.n.( ceedlbytCy raga and potable meter poses snail separatedlbv Slem.mammon Mane finned nee shall Mmmnre than 2 Iran runt* property Imes cut a Meters should Do orytorry In prassry parkway If possible offset hom froni of mak(water a Reclaim)Service Conner Meter&Service Locauon Detail Single Family Residenre Meter Cnnlqurahon Detail NTS ` NTS NTS s _ aN ENOI kSHEET NTS (2 CITY OF OCOEE PNOLECT The Hammocks Reclaimed Water Retrofit UTILITIES DEPARTMENT SHE G D 5 1.800P D ['Alms Rd September Ocoee.Fl 34761 General Details D Nu 9+ellml (4071005-3159 22 of 22 tes Mayor Commissioners Rusty Johnson Larry Brinson,Sr,District 1 `` �k Rosemary Wilsen, District 2 City Manavea ___\_`\\\_�` �//� Richard Fuetner, District 3 Robert Frank George Oliver III,District 4 ocoee florido March 16. 2020 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB #20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for ITB #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of one (I) page. Respondents shall acknowledge receipt of this Addendum No. Ol in the space provided in Section 00300-1 of the bid documents.Failure to do so may subject the bidder to disqualification. The bid date remains the same. DUE TO CONCERNS OF HEALTH ISSUES INVOLVING THE CORONA VIRUS, THE CITY OF OCOEE IS TAKING PRECAUTIONS AND LIMITING ITS PUBLIC MEETINGS. AS A RESULT, THE PRE-BID CONFERENCE SCHEDULED FOR MARCH 24,2020 AT 2:00 P.M. HAS BEEN CANCELLED. Prospective bidders have the opportunity to submit questions in writing to the purchasing technician by e-mail to shoppert7,ocoee.org. All questions should be received by the purchasing technician no later than seven (7) calendar days prior to the bid opening date. Please refer to the invitation to bid documents for more information. 4 / ,A , IP Shannon er Purchasing Technician cc Charles Smith.P C. nilines Director Mayor Commissioners Rusty Johnson Larry Bnnson,Sr, District 1 `` �� Rosemary Wilsen,District 2 City Manager _—`_\` //�// Richard Firstner,District 3 Robert Frank George Oliver III,District 4 ocoee llorido April 1, 2020 ADDENDUM NO. TWO (2) CITY OF OCOEE ITB #20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for ITB #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of one (1) page. Respondents shall acknowledge receipt of this Addendum No. 2 in the space provided in Section 00300-I of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date has changed. DUE TO THE LOCAL STATE OF EMERGENCY AND CONCERNS OF HEALTH ISSUES INVOLVING THE CORONAVIRUS(COVID-19),THE CITY OF OCOEE IS TAKING PRECAUTIONS AND LIMITING ITS PUBLIC MEETINGS. AS A RESULT, THE BID OPENING SCHEDULED FOR WEDNESDAY,APRIL 8,2020 AT 2:00 P.M. HAS BEEN RESCHEDULED FOR TUESDAY, APRIL 28, 2020 at 2:00 P.M. LOCAL TIME. Prospective bidders have the opportunity to submit questions in writing to the purchasing technician by e-mail to shopper(aiocoee.org. All questions should be received by the purchasing technician no later than seven (7) calendar days prior to the bid opening date. Please refer to the invitation to bid documents for more information. Shannon Hopper Purchasing Technician cc.Charles Smith,P P,Uhlmes Director Mayor Commissioners Rusty Johnson Larry Brinson,Sr, District 1 `` �k Rosemary Wdsen,District 2 City Manager _—\\` //—// Richard Faetner, Dhstnet 3 Robert Frank George Ohyer III, District 4 ocoee florida April 22. 2020 ADDENDUM NO. THREE (3) CITY OF OCOEE ITB #20-007 THE HAMMOCKS RECLAIMED WATER RETROFIT This addendum shall modify and become a part of the original ITB documents for fl B #20-007 The Hammocks Reclaimed Water Retrofit. This addendum consists of two (2) page. Respondents shall acknowledge receipt of this Addendum No. 3 in the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to disqualification. The hid date remains the same. IMPORTANT BID SUBMISSION INFORMATION: In an effort to help promote the safety of our bidders and staff during the COVID-19 Public Health Emergency, the City has transitioned to Negometrix, an e-procurement platform. The City is ONLY accepting solicitation responses through the City's Negometrix platform online at https://app.negometrix.com/buver/748. This link can also be accessed through the City's website at https://www.ocoee.org/323/Purchasing under the Current Open Solicitations menu. All responses for this bid MUST be submitted through the Negometrix platform. Bid submissions received in any other format will not be accepted. There is no charge to use the Negometrix electronic bid submission platform. Registration with Negometrix is free and is required prior to submitting a bid response You will be required to register once you click the PARTICIPATE BUTTON in the solicitation file. It is suggested your company register no later than 24 hours in advance of the bid submission deadline to ensure proper registration. Should your company need assistance with registering, please contact the Negometrix Service Desk by calling (724) 888-5294 or by emailing servicedesk.us(lnegometrix.com. Once your company is registered with Negometrix,you will be able to submit your bid securely, anytime before the bid deadline, at https://aDD.negometrix.com/buver/748 by clicking the PARTIC IPAtE BUTTON under the solicitation. Bids submitted on Negometrix will remain locked and maccessihle by City staff until the current bid deadline date of TUESDAY, APRIL 28,2020 at 2:00 P.M. LOCAL TIME. On this date and time,a virtual bid opening will be held. Details on how to access the virtual bid opening are located on the City's website at https://www.ocoee org/959/Public-Bid-Meetings. ANSWERS TO BID QUESTIONS RECEIVED: Ql. Plans do not specify lengths of the directional bore. Al. All the Plan Sheets specify the directional bore lengths between each Supposed Pit Location. For example, on Plan Sheet PS, the directional bore length between Pit Location One and Pit Location Two is 213 liner feet of 8"HDPE Pipe. Q2. What's open cut? A2. If this is referring to Plan Sheet P12,the plans specify to construct 63" of 8" HDPE Pipe by open cut. This means that the HDPE Pipe will not be directional bored but will be installed by digging a trench per City Detail UT00I and laying the pipe from one pit location to the next Shannon Hopper Purchasing Technician cc Charles Smith,P t,Utilities Direuur Addendum#3 RFP20-007 The Hammocks Reclaimed Water Retrofit Page 2