Loading...
HomeMy WebLinkAboutItem 10 Approval to Award ITB #21-008 Downtown Master Stormwater Pond & Park ocoee florida AGENDA ITEM COVER SHEET Meeting Date: July 20, 2021 Item #: /0 Reviewed By: Contact Name: Joyce Tolbert/Shannon Hopper Department Director: Rebecca Robe Contact Number: 1516/1524 City Manager: Rob F n Subject: Award of ITB #21-008 Downtown Master Stormwater Pond&_Par Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors for furnishing, delivering, and installing all materials, equipment, incidentals, and services, including all labor for the work to construct the Downtown Master Stormwater Pond & Park Project. The project is a major element of the Ocoee Downtown Redevelopment Plan in order to support and facilitate the current and future development of the downtown. The Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W. Franklin Street between N. Kissimmee Ave and Bluford Ave. The stormwater system consists of two cascading interconnected urban ponds—a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave. will be milled and resurfaced. The project also includes improvements on N. Cumberland Ave between the pond and W. Oakland Ave. Finally, the project shall include removal of existing City utilities, removal and replacement of driveways and curb, sidewalk, and sodding and other restoration as may be required. The bid was publicly advertised on May 9, 2021, and opened on June 22, 2021. A total of five (5) bids were received. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed the bids received and all were considered responsive. Staff recommends awarding to the most responsive and responsible bidder Prime Construction Group for the low bid of $7,445,818.50, per the attached recommendation from Public Work's Director, Steve Krug. The following table is a listing of the bids received: Total Bid with Add Bidder Base Bid Alternate No. 1 1. Prime Construction Group $7,410,818.50 $7,445,818.50 2. Mercon Construction Company $7,838,789.94 3. Gibbs & Register, Inc. $8,020,000.00 4. Kiewit Infrastructure South Co. $9,234,560.45 5. Atlantic Civil Constructors Corp $11,893,157.00 Issue: Should the City Commission award the bid for the Downtown Master Stormwater Pond & Park to Prime Construction Group? Recommendations: Staff recommends the City Commission award solicitation ITB #21-008 Downtown Master Stormwater Pond & Park to Prime Construction Group and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required insurance is 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 Public Work's Director 2. Bid Tabulation 3. Prime Construction Group's bid response 4. Addendum 1, 2, 3 5. ITB #21-008 Solicitation 6. Plan Sheets Financial Impact: This project is adequately funded in the Public Works Stormwater Division. Type of Item: (please mark with an x) ❑ Public Hearing For.Clerk's Dept Use: ❑ Ordinance First Reading X Consent Agenda O Ordinance Second Reading 0 Public Hearing ❑ Resolution 0 Regular Agenda ® Commission Approval ❑ Discussion& Direction Cl Original Document/Contract Attached for Execution by City Clerk 0 Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. _Qk Reviewed by 2 ocoee florida Mayor MEMORANDUM Rusty Johnson Commissioners Date: July 8, 2021 Larry Brinson,Sr. District 1 Ocoee Public Works Team To: Shannon Hopper, Purchasing Agent Rosemary Wilsen r '' District 2 From: Stephen C. Krug, Public Works Direc or • s - � • Richard Firstner • _ District 3 Improving a great community RE: Contract Award Recommendation. George Oliver III ITB No. 21-008 Downtown Master Stormwater Pond Park District 4 City Manager Robert D.Frank Public Works recommends award of the Downtown Master Stormwater Pond Park, ITB No. 21-008, to Prime Construction Group, Inc., of Orlando, Florida, for the low bid of $7,445,818.50. The City received five (5) qualified bids from interested contractors ranging from $7.4 million to $11 .8 million. The two lowest bid prices were within 5% of each other. Prime Construction Group has been in business since 1991 and has successfully completed previous projects for the City. Public Works Team Members have also had successful projects with the Contractor before coming to the City. The contract is adequately funded through the Public Works Department Stormwater Division. • • City of Ocoee-301 Maguire Road • Ocoee, Florida 34761 Phone: (407) 905-3170•www.ocoee.org BID TABULATION ITB#21-008 Downtown Master Stormwater Pond Park June 22,2021 at 2:00 p.m. Cathcart Construction Kiewit Infrastructure South Mercon Construction Prime Construction Group, BID TAB Company-Florida LLC Gibbs&Register,Inc. Co. Company Inc. Acknowledgement of Addendum#1,2,3 ✓ ✓ / ✓ I Bid Security Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond License Check Active Active Active Active Active/Not Active Missing Form 00484-Requested Required Forms ✓ ✓ end received 6.25.21 ✓ I DESCRIPTION QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE General Conditions 1 $450,000.00 $450,000.00 $645,000.00 $645,000.00 $425,000.00 $425,000.00 $128,400.00 $128,400.00 $350,000.00 $350,000.00 Mobilization 1 $450,000.00 $450,000.00 $273,600.00 $273,600.00 $425,000.00 $425,000.00 $86,355.00 $86,355.00 $333,000.00 $333,000.00 General Liability Insurance 1 $14,000.00 $14,000.00 $15,000.00 $15,000.00 $2,000.00 $2,000.00 $37,450.00 $37,450.00 $20,000.00 $20,000.00 Bonds 1 $150,000.00 $150,000.00 $42,604.00 $42,804.00 $37,129.00 $37,129.00 $85,800.00 $85,600.00 $70,000.00 $70,000.00 Maintenance of Traffic 1 $125,000.00 $125.000.00 $70,000.00 $70,000.00 $8,400.00 $8.400.00 $48,150.00 $48,150.00 $34,000.00 $34,000.00 Electrical Service,Wiring&Infrastructure (Allowance for electrical service,panel,conduit& wiring) 1 $150,000.00 $150,000.00 $55,000.00 $55,000.00 $40,000.00 $40,000.00 $60,000.00 $60,000.00 $41,000.00 $41,000.00 Light A(Sternberg pole-top area lights throughout the park) 6 $8,000.00 $48,000.00 $11,000.00 $66,000.00 $1,330.00 $7,980.00 $8,000.00 $48,000.00 $7,500.00 $46,000.00 2.02 DELETED Light-A-(Stecnberrg-pole-tep-area kghtvttreugl>Wt-tflepark) $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Light C(Bega light in railing system) 120 $1,200.00 $144,000.00 $1,400.00 $168,000.00 $1,330.00- $1,100.00 $132,000.00 $1,600.00 $180,000.00 Light D(Bega light in stairs) 12 $1,200.00 $14,400.00 $1,050.00 $12,600.00 $1,850.00 $22,200.00 $1,100.00 $13,200.00 $1,500.00 $18,000.00 Retaining Wall(2/S1.02)10'Tall(Concrete ret. walls that make up the wet retention pond) 460 $2,000.00 $920,000.00 $1,500.00 $690,000.00 $1,300.00 $598,000.00 $1,125.00 $517,500.00 $850.00 $391,000.00 Retaining Wall(3/S1.02)7.5'Tall(Concrete ret. walls that make up the filter marsh) 1,430 $1,600,00 $2,288,000.00 $710.00 $1,015,300.00 $1,300.00 $1,859,000.00 $805.00 $1,151,150.00 $650.00 $929,500.00 Retaining Wall(7/S1.01)3'Tall(Concrete planter walls along the north sidewalk) 350 $700.00 $245,000.00 $325.00 $113,750.00 $1,300.00 $455,000.00 $560.00 $196,000.00 $400.00 $140,000.00 Retaining Wall(7/81.01)4.'Tall(Concrete planter walls along the north sidewalk) 276 $870.00 $240,120.00 $360.00 $99,360.00 $1,300.00 $358,800.00 $565.00 $155,940.00 $450.00 $124,200.00 Retaining Wall(2/S1.05)9'Tall(Conc weir walls across the stream) 213 $1,775.00 $378,075.00 $1,400.00 $298,200.00 $1,300.00 $276,900.00 $1,055.00 $224,715.00 $700.00 $149,100.00 Concrete Steps 535 $14.00 $7,490.00 $75.00 $40,125.00 $92.00 $49,220.00 $147.18 $78,741.30 $80.00 $42,800.00 Boardwalk Structure 10,618 $95.00 $1,008,710.00 $60.00 $637,080.00 $82.50 $875,985.00 $72.00 $764,496.00 $47.00 $499,046.00 Boardwalk Decking 10,618 $96.00 $1,019.328.00 $35.00 $371,630.00 $24.00 $254,832.00 $40.00 $424,720.00 $27.00 $286,686.00 Shade Structure(Per Plan) 1 $72,000,00 $72,000.00 $40,000.00 $40,000.00 $65,000.00 $85,000.00 $80,000.00 $60,000.00 $76,800.00 $76,800.00 Turbidity Barrier-Gabion Baskets 16 $300.00 $4,800.00 $2,000.00 $32,000.00 $580.00 $9,280.00 $1,650.00 $26,400.00 $760.00 $12,000.00 Silt Fencing 4500 $4.00 $18,000.00 $2.00 $9,000.00 $3.50 $15,750.00 $10.46 - $3.00 $13,500.00 Construction Entrance 2 $1,500.00 $3,000.00 $9,000.00 $18,000.00 $2,550.00 $5,100.00 $17,428.60 $34,857.20 $5,000.00 $10,000.00 Demolition of Existing Structures 1 $108,000.00 $108,000.00 $2,000.00 $2,000.00 $51,000.00 $51,000.00 $137,832.20 $137,832.20 $15,000.00 $15,000.00 Site Clearing 5.25 $22,000.00 $115,500.00 $15,000.00 $78,750.00 $6,000.00 $31,500.00 $15,986.47 $83,823.97 $40,000.00 $210,000.00 Site Grading 5.25 $3,600.00 $18,900.00 $15,000.00 $78,750.00 $25,000.00 $131,250.00 $17,728.13 $93,072.68 $34,400.00 $180,600.00 Pavement and Base Removal 845 $10.00 $8,450.00 $10.00 $8,450.00 $3.00 $2,535.00 $12.82 $10,832.90 $13.00 $10,986.00 Modify Existing Inlet DS-28 1 $4,350.00 $4,350.00 $14,000.00 $14,000.00 $12,100.00 $12,100.00 $7,541.78 $7,541.78 $5,600.00 $5,600.00 1 BID TABULATION ITB#21-008 Downtown Master Stormwater Pond Park June 22,2021 at 2:00 p.m. 1"Mill of Existing Pavement on Franklin Ave 1,530 $8.00 $12,240.00 $11.00 $16,830.00 $5.00 $7,650.00 $8.42 $12,88260 $12.00 $18,360.00 Removal of Existing Drain Pipes and Structures 200 $10.00 $2,000.00 $125.00 $25,000.00 $80.00 $16,000.00 $85.62 $17,124.00 $35.00 $7,000.00 Temporary Swale Construction 1 $6,00000 $6,000.00 $30,000.00 $30,000.00 $50,000.00 $50,000.00 $65,500.00 $65,500.00 $162,000.00 $162,000.00 Pond 2 Excavation 1 $1,450,000.00 $1,450,000.00 $324,000.00 $324,000.00 $145,000.00 $145,000.00 $462,340.00 $462,340.00 $430,000.00 $430,000.00 Pond 1 Excavation 1 8429,000.00 $429,000.00 $55,000.00 $55,000.00 $100,000.00 $100,000.00 $80,500.00 $80,500.00 $326,000.00 $326,000.00 Final Swale Construction 1 $12,000.00 $12,000.00 $47,500.00 $47,500.00 $69,834.00 $69,834.00 $105,138.00 $105,138.00 $85,000.00 $85,000.00 1"Asphalt(Franklin Ave&Cul-de-sac Parking Area) 3,886 $19.00 $73,834.00 $25.00 $97,150.00 $11.00 $42,746.00 $16.19 $62,914.34 $13.00 $50,518.00 8"Limerock Base 1,178 $38.00 $44,764.00 $25.00 $29,450.00 $27.00 $31,806.00 $18.83 $22,181.74 $21.00 $24,738.00 12"Sub Base 1,308 $12.00 $15,696.00 $18.00 $23,544.00 $38.00 $49,704.00 $5.07 $6,631.56 $13.00 $17,004.00 Conc Driveway(6",3,000 psi) 72 $108.00 $7,776.00 $72.00 $5,184.00 $73.00 $5,256.00 $109.32 $7,871.04 $120.00 $8,640.00 Curb Ramp(ADA Compliant) 3 $2,100.00, $6,300.00 $850.00 $2,550.00 $3,850.00 $11,550.00 $2,786.35 $8,359.05 5750.00 $2,250.00 Road Signage 4 $725.00 $2,900.00 $375.00 $1,500.00 $300.00 $1,200.00 $1,100.00 $4,400.00 $200.00 $800.00 Roadway Striping 1 $7,250.00 $7,250.00 $2,500.00 $2,500.00 $5,800.00 $5,800.00 $3,450.00 $3,450.00, $3,500.00 $3,500.00 Type Ribbon Curb 141 $36.00 $5,076.00 $25.00 $3,525.00 $31.25 $4,406.25 $25.66 $3,818.06 $65.00 $9,165.00 Type F Curb 971 $36.00 $34,956.00 $30.00 $29,130.00 $25.00 $24,275.00 $26.10 $25,343.10 $50.00 $48,550.00 Type Drop Curb 120 $36.00 $4,320.00 $34.00 $4,080.00 $32.00 $3,840.00 $24.51 $2,941.20 $60.00 $6,000.00 18"RCP 220 $64.00 $14,080.00 $165.00 $36,300.00 $161.00 $35,420.00 $105.39 $80.00 $17,600.00 24"RCP 95 $78.00 $7,410.00 $170.00 $16,150.00 $172.00 $16,340.00 $67.26 $8,291.60 $100.00 $9,500.00 30"RCP 410 $108.00 544,280.00 $220.00 $90,200.00 $207.00 $84,870.00 $160.92 $65,977.20 $285.00 $116,850.00 36"RCP 88 $142.00 $12,496.00 $310.00 $27,280.00 $220.00 $19,360.00 $208.01 $18,304.88 $340.00 $29,920.00 60"RCP 95 $303.00 $28,785.00 $500.00 $47,500.00 $680.00 $64,600.00 $593.85 $56,415.75 $500.00 $47,500.00 Type C Inlet 1 $6,350.00 $6,350.00 $3,500.00 $3,500.00 $7,660.00 $7,660.00 $3,432.58 $3,432.58 $8,000.00 $8,000.00 Bubble Up Structure(Mod Type E Inlet) 4 $7,100.00 $28,400.00 $7,500.00 $30,000.00 $9,375.00 $37,500.00 $6,100.76 $24,403.04 $9,000.00 $36,000.00 Drain MH 4 $6,380.00 $25,520.00 $11,000.00 $44,000.00 $8,070.00 $32,280.00, $9,591.00 $38,364.00 $7,000.00 $28,000.00 Specialized Curb Inlet 3 $6,380.00 $19,140.00 $30,000.00 $90,000.00 $2,885.00 $8,655.00 $27,026.11 $81,078.33 $11,000.00 $33,000.00 18"MES 2 $900.00 $1,800.00 $2,000.00 $4,000.00 $2,600.00 $5,200.00 $1,015.49 $2,030.98 62,000.00 $4,000.00 24"MES 1 $1,116.00 $1,116.00 $2,800.00 $2,800.00 $2,600.00 $2,600.00 $1,836.33 $1,836.33 $2,400.00 $2,400.00 30"MES 1 $2,247.00 $2,247.00 $5,500.00 $5,500.00 $4,000.00 $4,000.00 $2,540.13 $2,540.13 $3,100.00 $3,100.00 60"MES 1 $3,175.00 $3,175.00 $14,000.00 $14,000.00 $14,200.00 $14,200.00 $8,377.55 $8,377.55 $9,500.00 $9,500.00 Jack and Bore 30"Pipe 44 82,900.00 $127,600.00 $3,000.00 $132,000.00 $1,410.00 $62,040.00 $1,102.65 $48,516.60 $500.00 $22,000.00 Headwall 1 $6,890.00 $6,890.00 $13,500.00 $13,500.00 $7,400.00 $7,400.00 $38,573.79 $38.573.79 $30,000.00 $30,000.00 Rip Rap Rubble with Filter Fabric 35 $435.00 $15,22500 $85.00 $2,975.00 $728.00 $25,480.00 $185.20, $6,482.00 $140.00 $4,900.00 Drainage Connection to Existing Structure 2 $2,175.00 $4,35000 $13,250.00 $3,260.00 $6,520.00 $11,788.701 $23,577.40 66,000.00 $10,000.00 2 BID TABULATION ITB#21-008 Downtown Master Stormwater Pond Park June 22,2021 at 2:00 p.m. Pond 1 Orifice Structure 1 $4,712.00 $4,712.00 $15,000.00 $15,000.00 $3,645.00 $3,645.00 $34,748.54 $34,748.54 $15,000.00 $15,000.00 Open Cut and Repair 470 $108.00 $50,760.00 $45.00 $21,150.00 $50.00 $23,500.00 $106.41 $50,012.70 $40.00 $18,800.00 Water Main Removal 2,395 $7.00 $16,765.00 $20.00 $47,900.00 $36.00 $86,220.00 $11.03 $26,416.85 $15.00 $35,925.00 8"DIP Water Main(include all restraints,fittings, and bends) 465 $87.00 $40,45500 $100.00 $46,500.00 $136.00 $63,240.00 $87.69 $31,475.85 $65.00 $30,225.00 6"DIP Water Main(include all restraints,fittings, and bends) 264 $84.00 $22,176.00 $85.00 $22,440.00 $128.00 $33,792.00 $78.28 $20,665.92 $55.00 $14,520.00 Connect New Main to Existing Mains 3 $3,163.00 $9,489.00 $2,300.00 $6,900.00 $3,375.00 $10,125.00 $3,789.80 $11,369.40 $5,000.00 516,000.00 8"Gate Valve and Box 2 $2,000.00 $4,000.00 $2,200.00 $4,400.00 $2,500.00 $5,000.00 $1,579.40 $3,158.80 $2,000.00 $4,000.00 6"Gate Valve and Box 1 $1,534.00 $1,534.00 $1,600.00 $1,600.00 $2,085.00 $2,085.00 $1,213.02 $1,213.02 $1,600.00 $1,600.00 8"x 6"Reducer 1 $329.00 $329.00 $300.00 $300.00 $1,350.00 $1,350.00 $839.25 $839.25 $250.00 $250.00 New Fire Hydrant Assembly 1 $5,776.00 $5,776.00 $5,800.00 $5,800.00 $6,575.00 $6,575.00 $4,749.93 $4,749.93 $7,000.00 $7,000.00 2"Irrigation Connection and Meter Box 1 $27,550.00 $27,550.00 $1,500.00 $1,500.00 $575.00 $575.00 $10,000.00 $10,000.00 $3,990.00 $3,990.00 Site Irrigation 1 $100,000.00 $100,000.00 $130,000.00 $130,000.00 $183,000.00 $183,000.00 $126,295.00 $126,295.00 $100,000.00 $100,000.00 Florida Flame Red Maple 6 $1,300.00 $7,800.00 $1,300.00 $7,800.00 $1,360.00 $8,160.00 $1,600.00 $9,600.00 $1,450.00 $8,700.00 American Sweet Gum 5 $761.00 $3,805.00 $950.00 $4,750.00 $670.00 $3,350.00 $780.00 $3,900.00 $715.00 $3,575.00 Slash Pine-2.5" 27 $572.00 $15,444.00 $450.00 $12,150.00 $350.00 $9,450.00 $400.00 $10,800.00 $373.00 $10,071.00 Slash Pine-4" 16 $652.00 $10,432.00 $550.00 $8,800.00 $450.00 $7,200.00 $520.00 $8,320.00 $480.00 $7,880.00 Slash Pine-5" 14 $688.00 $9,632.00 $625.00 $8,750.00 $460.00 06,440 00 $520.00 $7,280.00 $505.00 $7,070.00 Southern Live Oak-5" 20 $1,522.00 $30,440.00 $3,000.00 $60,000.00 $1,910.00 $38,200.00 $2,200.00 $44,000.00 $2,035.00 $40,700.00 Southern Live Oak-10" 12 $4,785.00 $57,420.00 $7,000.00 $84,000.00 $5,315.00 $63,780.00 S6,200.00 $74,400.00 $5,675.00 $68,100.00 Cabbage Palmetto 23 $449.00 $10,327.00 $325.00 $7,475.00 $218.00 $5,014.00 $260.00 $5,980.00 $235.00 $5,405.00 Autumn Gold Bald Cypress 91 $449.00 $40,859.00 $585.00 $53,235.00 $866.00 $78,806.00 $1,000.00 $91,000.00 $925.00 $84,175.00 Stiff Dogwood 22 $23.00 $506.00 $250.00 $5,500.00 $45.00 $990.00 $60.00 $1,320.00 $48.00 51,066.00 Winged Sumac 44 $58.00 $2,552.00 $250.00 $11,000.00 $41.00 $1,804.00 $60.00 $2,640.00 $44.00 $1,936.00 Yellow Canna 195 $18.00 $3,510.00 $12.00 $2,340.00 $5.00 $975.09 $7.00 $1,365.00 $6.00 $1,170.00 Blue Flag Iris 467 $8.00 $3,736.00 $5.00 $2,335.00 $6.40 $2,988.80 $8.00 $3,736.00 $7.00 $3,269.00 Soft Rush 340 $8.00 $5.00 $1,700.00 56.40 $2,176.00 $8.00 $2,720.00 $7.00 $2,380.00 Lizards Tail 550 $23.00 $12,650.00 $5.00 $2,750.00 $10.00 $5,50000 $15.00 $8,250.00 $11.00 $6,050.00 Rosinweed 757 $8.00 $6,056.00 $5.00 $3,785.00 $7.50 $5,677.50 $15.00 $11,355.00 $8.00 $6,056.00 Iron Weed 47 $8.00 $376.00 $5.00 $235.00 $7.00 $329.00 $15.00 $705.00 $7.00 $329.00 American Beauty Berry 132 $24.00 $3,168.00 $14.00 $1,848.00 $35.00 $4,620.00 $20.00 $2,640.00 $16.00 $2,112.00 Dune Sunflower 191 $6.00 $1,146.00 $5.00 $955.00 $5.00 $955.00 $10.00 $1,910.00 $6.00 $1,148.00 Tickseed 91 $11.00 $1,001.00 $12.00 $1,092.00 $6.50 $591.50 $10.00 $910.00 $19.00 $1,729.00 Pink Muhly 1,559 $11.00 $17,149.00 $13.00 $20,267.00 $11.00 $17,149.00 $10.00 $15,590.00 $11.00 $17,149.00 3 BID TABULATION ITB#21-008 Downtown Master Stormwater Pond Park June 22,2021 at 2:00 p.m. Mexican Water Lily 1,246 $7.00 $8,722.00 $24.00 $29,904.00 $3.00 $3,738.00 $20.00 $24,920.00 $4.00 54,984.00 Duck Potato 8 Arrowhead 81 $8.00 $648.00 $5.00 $405.00 $3.00 $243.00 $10.00 $810.00 $3.00 $243.00 Great Bulrush 1,370 $14.00 $19,180.00 $5.00 $6,850.00 $3.00 $4,110.00 $10.00 $13,700.00 $3.00 $4,110.00 Saw Palmetto 326 $11.00, $3,586.00 $28.00 $9,128.00 $30.00 $9,780.00 $35.00 $11,410.00 $32.00 $10,432.00 Sand Cord Grass 2,778 $11.00 $30,558.00 $12.00 $33,336.00 $11.00 $30,558.00 $18.00 $50,004.00 $11.00 $30,558.00 Fire Flag 698 $11.00 $7,678.00 $10.00 $6,980.00 $17.30 $12,075.40 $18.00 $12,564.00 $7.00 $4,886.00 Dwarf Fakahatchee 1,041 $11.00 $11,451.00 $13.00 $13,533.00 $10.70 $11,138.70 $20.00 $20,820.00 $11.00 $11,451.00 TifTuf Bermuda Grass 11,181 $1.00 $11,181.00 $1.00 $11,181.00 $1.00 $11,181.00 $1.00 $11,181.00 $4.00 $44,724.00 Concrete Sidewalk 6" 15,700 $12.00 $188,400.00 $8.00 $125,600.00 $7.40 $116,180.00 $10.41 $163,437.00 $14.00 $219,800.00 Reinforced Lawn 1,037 $42.00 $43,554.00 $10.00 $10,370.00 $40.00 $41,480.00 $12.95 $13,429.15 $18.00 $18,666.00 Cable Railing 2,521 $93.00 $234,453.00 $215.00, $542,015.00 $282.00 $710,922.00 $168.00 S423,528.00 $166.00 $390,755.00 Boat Ramp 530 $13.00 $6,890.00 $20.00 $10,600.00 $32.00 $16,960.00 $65.58 $34,746.80 $50.00 $26,600.00 Installation of Bench SF1 provided by City 5 $362.00 $1,810.00 $500.00 $2,500.00 $700.00 $3,500.00 $2,500.00 $12,500.00 $400.00 $2,000.00 Bench SF2A(Rough and Ready 10'bench) 1 $3.262.00 $3,262.00 $4,500.00 $4,500.00 $6,325.00 $6,325.00 $7,189.00 $7,189.00 $3,800.00 $3,800.00 Bench SF2B(Rough and Ready 6'bench) 5 $2,200.00 $11,000.00 $3,800.00 $19,000.00 $6,325.00 $31,625.00 $5,706.00 $28,530.00 $3,700.00 $18,500.00 Installation of Waste Receptacles provided by City 4 $181.00 $724.00 $350.00 $1,400.00 $700.00 $2,800.00 $1,000.00 $4,000.00 5400.00 $1,600.00 Stabilization Fabric 38,952 $3.00 $116,856.00 $2.00, $77,904.00 $2.00 $77,904.00 $1.91 $74,398.32 $1.50 $58,428.00 FL Limerock Gravel(Streambed rock) 360 $55.00 $19,800.00 $275.00 $99,000.00 $182.00 $65,520,00 $176.10 $63,396.00 $148.00 $53,280.00 FL Fieldstone Boulders 95 $471.00 $44,745.00 $850.00 $80,750.00 $430.00 $40,850.00 $600.00 $57,000.00 $300.00 $28,600.00 Sediment Barrier 479 $4.00 $1,916.00 $2.00 $958.00 $3.20 $1,532.80 $17.77 $8,511.83 $2.50 $1,197.50 Inlet Protection System 6 $362.00 $2,172.00 $250.00 $1,500.00 $1,950.00 $11,700.00 $250.00 $1,500.00 $120.00 $720.00 Pavement Removal(Sawcut) 114 $10.00 $1,140.00, $10.00. $1,140.00 $55.00 $6,270.00 $23.47 $2,675.58 $26.00 $2,964.00 Regular Excavation 20 $11.00 $220.00 $85.00 $1,700.00 $215.00 $4,300.00 $287.23 $5,744.60 $32.00 $640.00 Embankment 20 $27.00 $540.00 $85.00 $1,700.00 $218.00 $4,360.00 $339.43 $6,788.60 $53.00 $1,060.00 Type B Stabilization(Lbr40)(12") 249 $13.00 $3,237.00 $35.00 $8,715.00 $30.00 $7,470.00 $78.22 $19,476.78 $18.00 $4,482.00 Optional Base Group 09 114 $40.00 $4,560.00 $30.00 $3,420.00 $27.00 $3,078.00 $75.32 $8,586.48 $28.00 $3,192.00 Milling Exist Asph Pavt,1"Avg Depth 603 $10.00 $6,030.00 $17.00 $10,251.00 $4.00 $2,412.00 $17.10 $10,311.30 $14.00 $8,442.00 Superpave Asphalt Conc.Traffic C,3.0" 119 $253.00 $30.107.00 $450.00 $53,550.00 $232.00 $27,608.00 $162.18 $19,299.42 $223.90 $26,537.00 Inlets,Type 9,J Bottom<10' 3 $6,887.00 $20,881.00 $8,500.00 $19,500.00 $14,733.00 $44,199.00 $10,023.66 $30,070.98 $6,000.00 $18,000.00 Inlets,Type 9,Partial 2 $3,407.00 56,814.00 $3,900.00 $7,800.00 $11,300.00 $22,600.00 $6,942.85 $13,885.70 $3,000.00 $6,000.00 Drop Curb Inlet 1 $6,162.00 $6,162.00 $5,500.00 $5,500.00 $2,883.00 $2,883.00 $10,725.78 $10,725.78 $3,200.00 $3,200.00 Curb And Gutter,Type F 513 $38.00 $18,488.00 $30.00. $15,390.00 $27.00 $13,851.00 $30.91 $15,858 83 $56.00, $28,215.00 Concrete Sidewalk,4"Thick 175 $87.00 $15,225.00 $50.00 $8,750.00 $54.00 $9,450.00 $71.76 $12,558.00 $110.00 $19,250.00 4 BID TABULATION ITB#21-008 Downtown Master Stormwater Pond Park June 22,2021 at 2:00 p.m. Concrete Sidewalk&Driveways,6"Thick 125 $108.00 $13,500.00 $72.00 $9,000.00 $88.00 $8,250.00 $106.24 $13,280.00 $126.00 $15,760.00 Performance Turf,Sod 551 $4.00 $2,204.00 $6.00 $3,306.00 $3.50 $1,928.50 $5.35 $2,947.85 $12.00 $6,612.00 Thermoplastic,Std,White,Solid,24" 12 $217.00 $2,604.00 $30.00 $360.00 $16.00 $192.00 $225.00 $2,700.00 $230.00 $2,760.00 Thermoplastic,Std,Open Graded,White,Solid,8" 0.1 $7.250.00 $725.00 $9,000.00 $900.00 $5,700.00 $570.00 $5,100.00 $510.00 $28,000.00 $2,800.00 Total Base Bid $11,893,157.00 $8,020,000.00 $7,410,818.60 3 2 1 Add Alternate No.1:Cost to construct Item 3.08 Shade Structure with tropical hardwood instead of plan material to match Bench SF2A. 1 $72.500.00 $72,500.00 $60,000.00 $60,000.00 $90,000.00 $90,000.00 $100,000.00 $100,000.00 $35,000.00 $35,000.00 'Bidders listed in alphabetical order 'Yellow highlighted amounts represent discrepancies on the bid form 'Missing forms considered a minor irregularity 5 From: Wyatt Hazy To: Hopper.Shannon Cc: Chase Brackett;Mark A.Allen Subject: FW:Request for Clarification ITS 21-008 Downtown Master Stormwater Pond&Park Date: Friday,July 2,2021 3:25:00 PM Importance: High Shannon: Thank you for reaching out for clarification on the add alternate bid item. We interpreted that all Southern Yellow Pine (SYP) Lumber called for in 6 columns above deck and shade structure roof level detail 3/S1.04 to be substituted with tropical hardwood to match the hardwood coloring on the bench SF2A. If the City selected this alternate material, it would be additional cost to bid item 3.08. Please do not hesitate to contact us with any further clarifications. We look forward to building this project with the City. Thank you, Wyatt Hazy :cONSTRIIMON !GROUPING j' _erving'Far 30 ints "Our People Make the Difference with Pride,Integrity and Quality" P.407.856.8180 ext 246 C.61_0.880.1738 whazyQ1primeconstructiongroup.com 1000 Jetstream Dr. Orlando.FL 32824 littps://link.edgepilot.com/s/eble2f73/NgB77jFu9Eu9Zo7Xatw81A? u=http://www.p imeconstructiongroup.com/ From: Estimating<estimating@pcginc.org> Sent: Friday,July 2, 2021 8:28 AM To:Wyatt Hazy<whazy@primeconstructiongroup.com>; Chase Brackett <cbrackett@primeconstructiongroup.com>; Mark A.Allen<mallen@primeconstructiongroup.com> Subject: FW: Request for Clarification ITB 21-008 Downtown Master Stormwater Pond & Park Importance: High Question about Ocoee Downtown Master SW Pond & Park From: Hopper,Shannon<shopperPci.ocoee.fl.us> Sent:Thursday,July 1, 20214:31 PM To: Estimating<estimating(pcginc.org> Subject: Request for Clarification ITB 21-008 Downtown Master Stormwater Pond &Park Importance: High Good afternoon, Mr. Hazy Prime is the apparent low bidder on the project for ITB 21-008 Downtown Master Stormwater Pond & Park. The City of Ocoee requests the following information by next Wednesday, July 7th, if possible: Please clarify your understanding of the Add Alternate, and how was it priced? Thank you, (afro of. ).)ber Purchasing Technician City of Ocoee 150 N. Lakeshore Drive Ocoee,FL 34761 it-PH: 407-905-3100 x 1524 ME-mail: shopper@ocoee.org Website:littps://1ink.edgepilot.com/s/8016be80/epIjs2t7i0uCKIJd6PrmicA? u=hftp://www.ocoee.org/ Florida has a very broad public records law(F.S. I I9). As a result,any written communication created or received by City of Ocoee officials and employees will be made available to the public and media, upon request,unless otherwise exempt.Additionally,under Florida Law email addresses are public records. CAUTION [EXTERNAL]:This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. CAUTION:This email originated from outside of the organization: Do not click links or open attachments unless you recognize the sender and know the content is safe. c SECTION 00300 REVISED BID FORM SUBMITTED: 06/22/2021 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID 1TB#21-008 Downtown Master Stormwater Pond&Park NAME OF BIDDER:Prime Construction Group,Inc. BUSINESS ADDRESS: 1000 Jestream Drive PHONE NO.: 407-856-8180 CITY, STATE,ZIP: Orlando,FL,32824 CONTRACTOR'S FEDERAL I.D.NUMBER 53-3210337 CONTRACTOR'S FLORIDA LICENSE NO.: CGC1526668 THIS BID IS SUBMITTED TO: City of Ocoee,Florida(hereinafter called Owner) I. 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 ninety (90) 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 6/1/2021 No. Dated: No. 2 Dated 6/8/2021 No. Dated: No. 3 Dated 6/16/2021 No. Dated: No. Dated No. Dated: 00300-1 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park (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 00300-2 REVISED ITB#21-008 Downtown Master Stonnwater Pond&Park Documents 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. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project 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 3.2 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: 1. Bid Forms(entire Section 00300, 00301, 00301A, 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(Section 00480a) 5. Certification of Non-segregated Facilities (Section 00481) 6. Sworn Statement on Public Entity Crimes(Section 00482) 7. Certification of Nondiscriminatory Labor Practices (Section 00483) 8. Certification Regarding Scrutinized Companies' List(Section 00484) 00300-3 REVISED ITB 421-008 Downtown Master Stormwater Pond&Park ai - TB'#2=1=. 08 =Bid:.Form� �Ra e��ti:of 5°aREVISED�., General Requirements •Item Description - • Quantity Unit Unit Price ° Total Price 1.00 General Conditions 1 LS $350,000.00 $350,000.00 1.01 Mobilization 1 LS $333,000.00 $333,000.00 1.02 General Liability Insurance 1 LS $20,000.00 $20,000.00 1.03 Bonds 1 LS $70,000.00 $70,000.00 1.04 Maintenance of Traffic 1 LS $34,000.00 $34,000.00 Electrical Electrical Service, Wiring& 2.00 Infrastructure (Allowance for electrical 1 LS $41000.00 $41,000.00 service, panel, conduit&wiring) 2.01 Light A(Sternberg pole-top area lights 6 EA $7,500.00 $45,000.00 throughout the park) 2 02 Light B(Duke pole top arcs lights 2.02 2.02 1-0 EA throughout the park) DELETED DELETED 2.03 Light C(Bega light in railing system) 120 EA $1,500.00 $180,000.00 2.04 Light D (Bega light in stairs) 12 EA $1,500.00 $18,000.00 Structural Retaining Wall (2/S1.02) 10'Tall $850.00 3.00 (Concrete ret.walls that make up the 460 LF $391,000.00 wet retention pond) Retaining Wall (3/S1.02)7.5'Tall $650.00 3.01 (Concrete ret. walls that make up the 1,430 LF $929,500.00 filter marsh) Retaining Wall (7/S1.01)3'Tall $400.00 3.02 (Concrete planter walls along the north 350 LF $140,000.00 sidewalk) Retaining Wall (7/51.01)4.'Tall 103 (Concrete planter walls along the north 276 LF $450.00 $124,200.00 sidewalk) 3.04 Retaining Wall (2/S1.05)9'Tall (Conc 213 LF $149,100.00 weir walls across the stream) $700.00 3.05 Concrete Steps 535 SF $80.00 $42,800.00 3.06 Boardwalk Structure 10618 SF $47.00 $499,046.00 3.07 Boardwalk Decking 10618 SF $27.00 $286,686.00 3.08 Shade Structure (Per Plan) 1 LS - $76,800.00 $76,800.00 Continued:Gn:Next-Sheet. : -. . 00300-4 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park .a:: :.:'.... C rr- Bt Form Page f:5)`;REVISED:;"; t:':,: �:'= `r :�:-, .,: e° :,: Civil Item.Oi Item Description - . . : . Quantity; Alojt Unit.Price Total;.Price 4.00 Turbidity Barrier-Gabion Baskets 16 EA $750.00 $12,000.00 4.01 Silt Fencing 4500 LF $3.00 $13,500.00 4.02 Construction Entrance 2 EA $5,000.00 $10,000.00 4.03 Demolition of Existing Structures 1 LS $15,000.00 $15,000.00 4.04 Site Clearing 5.25 AC $40,000.00 $210,000.00 4.05 Site Grading 5.25 AC $34,400.00 $180,600.00 4.06 Pavement and Base Removal 845 SY $13.00 $10,985.00 4.07 Modify Existing Inlet DS-28 1 LS $5,600.00 $5,600.00 1" Mill of Existing Pavement on Franklin 4.08 Ave 1,530 SY $12.00 $18,360.00 Removal of Existing Drain Pipes and 4.09 Structures 200 LF $35.00 $7,000.00 4.10 Temporary Swale Construction 1 LS $162,000.00 $162,000.00 4.11 Pond 2 Excavation 1 LS $430,000.00 $430,000.00 4.12 Pond 1 Excavation 1 LS $326,000.00 $326,000.00 4.13 Final Swale Construction 1 LS $85,000.00 $85,000.00 4.14 1"Asphalt(Franklin Ave& Cul-de-sac 3,886 SY $13.00 $50,518.00 Parking Area) 4.15 8" Limerock Base 1,178 SY $21.00 $24,738.00 4.16 12" Sub Base 1,308 SY $13.00 $17,004.00 4.17 Conc Driveway(6",3,000 psi) 72 SY $120.00 $8,640.00 4.18 Curb Ramp (ADA Compliant) 3 EA $750.00 $2,250.00 4.19 Road Signage _ 4 EA $200.00 $800.00 4.20 Roadway Striping 1 LS $3,500.00 $3,500.00 4.21 Type Ribbon Curb 141 LF $65.00 $9,165.00 4.22 Type F Curb 971 LF $50.00 $48,550.00 4.23 Type Drop Curb 120 LF $50.00 $6,000.00 4.24 18" RCP 220 LF $80.00 $17,600.00 4.25 24" RCP 95 LF $100.00 $9,500.00 4.26 30" RCP 410 LF $285.00 $116,850.00 4.27 36" RCP 88 LF $340.00 $29,920.00 4.28 60" RCP 95 LF $500.00 $47,500.00 4.29 Type C Inlet 1 EA $8,000.00 $8,000.00 4.30 Bubble Up Structure (Mod Type E Inlet) 4 EA $9,000.00 $36,000.00 4.31 Drain MH 4 EA $7,000.00 $28,000.00 4.32 Specialized Curb Inlet _ 3 EA $11,000.00 $33,000.00 4.33 18" MES 2 EA $2,000.00 $4,000.00 Continued;On_ .bit"Sheet`: _ _. - 00300-5 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park A . |tenn' - c ' ' nt�y� Unit: Unit '���� ' | Pr�e.c otk�n 4.34 24" K4ES 1 B\ $2,400.00 $2,400.00 4.35 30" ME3 l GA $3,100o0 m3,100.00 4.36 60" MES l EA $9,500.00 $9,500.00 4.37 Jack and Bore 30" Pipe 44 LF $500.00 $22,000.00 4.38 Headwall 1 EA %uo.u000n $30,000.00 ' 4.38 Rip Rap Rubble with Filter Fabric 35 TN $140.00 $4,900.00 Drainage Connection to Existing 4.4O 2 EA $a/m000 $10,000.00 Structure 4.41 Pond 1 Orifice Structure l EA $15.000.00 o15,000.00 4.42 Open Cut and Repair 470 SY $40u0 *18.e00.00 , . . Utilities 5.00 Water Main Removal 2,395 LF $15-00 $35,925.00 O" DIP VVoter;�ain (include allGOl 465 LF $0000 ' restraints,fittings, andbends) $30.225.00 6" 0PVVatcrK8nin (include all S.O2 ' 264 LF oon�oo restraints,� �ttin� and bends) $14,520z0 5.03 Connect New Main to Existing Mains 3 EA mo.nooun *15.000o0 5.04 Q" Gate Valve and Box 2 EA $2,000.00 $*.00000 5.05 G" Gate Valve and Box 1 EA $1.600o0 m1.600u0 5.06 8" x6" Reducer l EA $250.00 $250.00 5.07 New Fire Hydrant Assembly 1 EA $7.000.00 p7,00000 Landscbpe.8^.|rri! atio` 6.00 2" Irrigation Connection and Meter Box 1 EA $3,990.00 m3,99000 6.01 Site Irrigation 1 LS $1oo.mm.00 *1oo,0oo.ou 6.0I Florida Flame Red Maple G EA m1.*50o0 $8,700.00 6.03 American Sweet Gum S EA $715.00 $3,575.00 6.04 Slash Pine 2.5" 27 EA $373.00 o10.071o0 6.05 Slash Pine-4" 16 EA u480.00 $r.00u.00 6.06 Slash Pine-S" 14 EA $505.00 y7.070.00 6.07 Southern Live Oak'5" 20 EA $2,035.00 $40.700.00 6.08 Southern Live Oak' 1O" 12 EA *o.oro.00 *68.100.00 6.09 Cabbage Palmetto 23 EA $235.00 $5.405.00 6.10 Autumn Gold Bald Cypress 91 EA $925.00 m84.175.00 6.12 Stiff Dogwood 22 EA o48.00 $1.056.00 6.12 Winged Sumac 44 EA m44.00 m1,93*00 6.13 Yellow Canna 195 EA $6.00 m1.170.00 6.14 Blue Flag Iris 467 EA $/uo *3.269.00 _ 6.15 Soft Rush 340 EA $roo *u.uoo.00 `. htinued.OhN'extSh�et- 003OO-0}lEVIO8D IToxz/'oOx Downtown h)as/e,Smmunuu,Pond&Park - Item;No. -,Item.Description_ .. ,QuantityUnit' :Unit.Price;: Total Price. 6.16 Lizards Tail 550 EA $11.00 $6,050.00 6.17 Rosinweed 757 EA $8.00 $6,056.00 6.18 Iron Weed 47 EA $7.00 $329.00 6.19 American Beauty Berry 132 EA $16.00 $2,112.00 6.20 Dune Sunflower 191 EA $6.00 $1,146.00 6.21 Tickseed 91 EA $19.00 $1,729.00 6.22 Pink Muhly 1;559 EA $11.00 $17,149.00 6.23 Mexican Water Lily 1,246 EA $4.00 $4,984.00 6.24 Duck Potato&Arrowhead 81 EA $3.00 $243.00 6.25 Great Bulrush 1,370 EA $3.00 $4,110.00 6.26 Saw Palmetto 326 EA $32.00 $10,432.00 6.27 Sand Cord Grass 2,778 EA $11.00 $30,558.00 6.28 Fire Flag 698 EA $7.00 $4,886.00 6.29 Dwarf Fakahatchee 1,041 EA $11.00 $11,451.00 6.30 TifTuf Bermuda Grass 11,181 SF $4.00 $44,724.00 _ Site Hardscape.&Furnishings 7.00 Concrete Sidewalk 6" 15700 SF $14.00 $219,800.00 7.01 Reinforced Lawn 1,037 SF $18.00 $18,666.00 7.02 Cable Railing 2,521 LF $155.00 $390,755.00 7.03 Boat Ramp 530 SF $50.00 $26,500.00 7.04 Installation of Bench SF1 provided by 5 EA Samoa $2,000.00 City Bench SF2A(Rough and Ready 10' 7.05 bench) 1 EA $3,800.00 $3,800.00 7.06 Bench SF2B (Rough and Ready 6' bench) 5 EA $3,700.00 $18,500.00 7 07 Installation of Waste Receptacles 4 EA $400.00 $1,soo.o0 provided by City 7.08 Stabilization Fabric 38,952 SF $1.50 $58,428.00 7.09 FL Limerock Gravel (Streambed rock) 360 CY $148.00 $53,280.00 7.10 FL Fieldstone Boulders 95 TN $300.00 $28,500.00 . - : . : 1 N.Curn erland:AveRtiadway Improvements." 8.00 Sediment Barrier 479 LF $2.50 $1,197.50 8.01 Inlet Protection System 6 EA $120.00 $720.00 8.02 Pavement Removal (Sawcut) 114 SY $26.00 $2,964.00 8.03 Regular Excavation 20 CY $32.00 $640.00 8.04 Embankment 20 CY $53.00 $1,060.00 8.05 Type B Stabilization (Lbr40) (12") 249 SY $18.00 $4,482.00 8.06 Optional Base Group 09 114 SY $28.00 $3,192.00 8.07 Milling Exist Asph Pavt, 1" Avg Depth 603 SY $14.00 $8,442.00 ,Conti61.1ed-011:N:ext:.Sheet.-`: : - ' . _ -_. = _ 00300-7 REVISED ITB#21-008 Downtown Master Stonnwater Pond&Park �� �ITB�:#21�,008�:Bid.Form 'P`a"e%5::;of:5 E ISE Item No. . Item,Description`.:.. Quantity .Unit .,Unit:Price ;Total Price 8.08 Superpave Asphalt Conc.Traffic C, 3.0" 119 TN $223.00 $26,537.00 8.09 Inlets,Type 9,J Bottom<10' 3 EA $6,000.00 $18,000.00 8.10 Inlets,Type 9, Partial 2 EA $3,000.00 $6,000.00 8.11 Drop Curb Inlet 1 EA $3,200.00 $3,200.00 8.12 Curb And Gutter,Type F 513 LF $55.00 $28,215.00 8.13 Concrete Sidewalk,4"Thick 175 SY $110.00 $19,250.00 8.14 Concrete Sidewalk&Driveways, 6" 125 SY $126.00 $15,750.00 Thick 8.15 Performance Turf, Sod 551 SY $12.00 $6,612.00 8.16 Thermoplastic,Std, White, Solid, 24" 12 LF $230.00 $2,760.00 8.17 Thermoplastic,Std, Open Graded, 0.10 GM $2s,000.00 $2,soo.00 White,Solid, 6" Total Base Bid:$7,410,818.50 Written Total Base Bid: Seven Million Four Hundred Ten Thousand Eight Hundred Eighteen Dollars and Fifty Cents s;' "'c,i1� rU.'"-,"rt''' .�v,u "di•'": - i;t:�i i'-t", °r.,> s�. b-: �1vo- } Add Cost to construct Item 3.08 Shade Structure with tropical hardwood Alternate instead of plan material to match Bench 1 LS $35,000.00 $3s,0oo.00 No. 1 SF2A. LEGEND:AC=Acre;AS=Assembly;CY=Cubic Yard;GM=Gross Mile;EA=Each;LF=Linear Foot;LS= Lump Sum;SY=Square Yard;TN=U.S.Ton •Prime Construction Group,Inc. Company N Wyatt H. Hazy, Vice Presi t/COO Notes: 1.Pay items obtained from the Florida Department of Transportation(FDOT)Basis of Estimates(BOE)dated 2014. 2.Reference Specification Section 01025 Measurement and Payment for a detailed list of Bid Items. 3.All areas disturbed by construction are to be restored to match existing to equal or better condition. 4.The Contractor is to verify all quantities prior to BID. 5.Bidders must bid on all Base Bid Items and Add Alternate No.1 00300-8 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 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 shall not 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 listed manufacturers/suppliers, by circling "A", "B", "C", etc. 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 circle one of the-listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled 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 listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (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 building, additional pumps or tankage, etc., shall be borne by others and not the Owner. 00300-9 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park • 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 item and the proposed item. "Base 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. 00300-10 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount* Spec (Indicate Whether Item or Section Manufacturer/Supplier Lump Sum or Material (List One Only) Unit Price) None 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.) 00300-11 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park rike out(X)non-applicable signature block and complete applicable block. (ALL SIL NATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIG ATURES) If Bids-r is: SOLE PRO'IETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Na•i e) (General Partner's Signatu (General Partner's Name) Business address: Phone No.: Florida License No.: 00300-12 REVISED ITB#21-008 Downtown Master Storinwater Pond&Park 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 Prime Construction Group, Inc. (Corporation Name) Florida (State of Incorporation) By Mark Allen (Name of person authorized to sign) , Chief stimator ( Ale) ) (Aut orized Signature) (Corporate Seal) Attest y H. Hazy (Secretary) Business address: 1000 Jetstream Drive, Orlando FL 32824 Phone No.: 407-856-8180 Corporation President: Charles J. Brackett Florida License No.: CGC1526668 00300-13 REVISED ITB#21-008 Downtown Master Stonnwater Pond&Park Stri ,- out(X)non-applicable signature block and complete applicable block. (ALL SIG ;TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA URES) If Bidder i • A JOINT VENTU' By (Name) (Address) By ame) (Ad: ess) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each in..vidual,partnership,and corporation that is a party to the joint venture should be in the mann:•indicated above.) Florida License No.: 00300-14 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Travelers Casualty and Surety Company of America Surety's Address: One Tower Square, Hartford, CT 06183 14. Name and address of Surety's resident agent for service of process in Florida: M.E. Wilson Company, LLC dba Waldorff Insurance & Bonding 1110 NW 6th Steet Gainesville, FL 32601 00300-15 REVISED ITB#21-008 Downtown Master Stonnwater Pond&Park CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Prime Construction Group,Inc. ,a corporation under (Contractor's Corporate Name) the laws of the State of Florida , held on the 22 day of June , 2021, the following resolution was y assed and adopted: "RESOLVED,that Wyatt H.Hazy (sign re of individual (typed name of individual) as Vice President/COO 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 ITB#21-008 Downtown Master Stormwater Pond &Park 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 ;o,f34.. corporation this 22 day of June ,20 21. (CORPO SAL) s c (Corporate Secretary) �: �'. a Wyatt H. Hazy ice President/CO G • { :i • STATE OF Florida CITY OF Orlando The foregoing instrument was acknowledged before me this 22 day of June , 202./ by Wyatt H.Hazy (Warne of officer or agent,title of officer or agent), of Prime Construction Group (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. He/She is ersonall known to me or has produced identification (type of identification) as identification and did/did not take an oath. (Notary Public) l �arv�e.., ZACHARY DAVID FIELDS II My Commission Expires: �1 /l'/ `ter Notary Public-State of Florida 14. d�' Commission#HH 130374 END OF SECTION oF ;,:' My Comm.Expires May 16,2025 Bonded through National Notary Assn. 00300-16 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form ti'ith all information pertinent to his/her company. DATE:6/22/2021 PROJECT IDENTIFICATION: City of Ocoee ITB#21-008 Downtown Master Stormwater Pond&Park NAME OF BIDDER:Prime Construction Group, Inc. BUSINESS ADDRESS: 1000 Jetstream Drive Orlando, FL 32824 TELEPHONE NO.:(407) 856-8180 EMAIL estimating@pcginc.org CONTRACTOR'S FLORIDA LICENSE NO.CGC1526668 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? 30+ 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? Downtown CRA Area A Stormwater Treatment Improvements -Tavares, FL Final Completion : 12/31/2018 See attached project summary sheet. 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 of Tavares-Phil Clark-352-742-6485-pclark@tavares.org Seminole County-Stephen Miller-407-665-5654-smiller02@seminolecountyfl.gov City of Orlando-Howard Elkin-407-246-3751 -howard.elkin@cityoforlando.us 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? 00301-1 ITB#21-008 Downtown Master Stormwater Pond&Park Prime has inspected the site of the proposed work and does not anticipate problems with the site or proposed solutions. 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: MOT, Precon Video, Surveying, Material Testing, Asphalt Paving, CCTV, Clearing & Grubbing, Demolition, Erosion Control, Excavation, Fence & Gates Hardscape, Jack & Bore, Landscape, Sod, Striping, Concrete, Decking, Roofing, Painting, Electrical 7. What equipment do you plan on using to complete the Work? Prime Construction Group has over 80 pieces of equipment. See attached list. 8. State the true and exact, correct, and complete name under which you do business. Bidder is:Prime Construction Group, Inc. 00301-2 ITB#21-008 Downtown Master Stormwater Pond&Park PRIME CONSTRUCTION CROUP,INC. rAPAWAYAK riMarif.4 "Our People make the difference with Pride,Integrity and Quality" Similar Projects: Job# Project Name Project Amt Final Contract 691 Downtown CRA Area A Stormwater Treatment Improv $5,328,306 $7,241,245 %Complete NTP Final Completion 100 7/13/2016 12/31/2018 Owner: Engineer: City of Tavares , ARCADIS 201 East Main Street 14025 Riveredge Drive,Ste.600 Tavares,FL Tampa,FL 33637 Contact: Phil Clark Contact: Sean Chaparro Telephone: (352)742-6485 Telephone: (813)353-5808 E-Mail: pclark Javares.orq E-Mail: sean.chaparroearcadis.com Scope of Work The project consisted of nearly 4,000 LF of storm collection pipe including of 1,250 LF of 24"RCP,1,057 LF of 30"RCP,346 LF of 36"RCP,239 LF of 15"RCP&44 LF of 18"RCP,710 LF of various sized ERCP(12"x18"to 29"x 45"), 170 LF of 24" (42"casing)&117 LF of 30"(48"casing)jack and bores,4,536 SY of brick roadway and new concrete curb&gutter the length of the project.Installation of 600 LF of gravity system(8"to 15")and redirecting the force main from the lift station(900)LF of 8"PVC)with an excavation depth of 15'. Storm pipe out falls to the lake on one end of the downtown area and into a storm water treatment pond on the other. An 8 acre area was cleared and grubbed the storm water treatment pond was constructed of a series of cells that were specifically designed to treat the water prior to the out fall into the lake. Specific water plants were installed,along with a series of Bee Mats,a fountain,pedestrian bridge on piles,area lighting and security cameras,multiple landscape areas,park equipment and benches. Installed 4,606 LF of concrete curb(type F,D and Misc.),31 SY of 6"concrete sidewalks and 1,016 SY of 4"concrete sidewalks. Monday,June 21,2021 PRIME CONSTRUCTION CRaUP.JMC. v�ean�� r Aria "Our People make the difference with Pride, Integrity and Quality" Similar Projects: Job# Project Name Project Amt Final Contract 674 CC-0194-15 Soldier Creek Reg.Nutrient Rmv.Stormwater $6,696,716 $6,693,165 Complete Treatment Facility P NTP Final Completion 100 12/25/2015 3/23/2017 Owner: Engineer: Seminole County I England-Thims&Miller,Inc. 100 E.First Street 15265 E.Colonial Drive Sanford,FL 32771 Orlando,FL 32826 Contact: Stephen L.Miller Contact: Robert Weinbender Telephone: (407)665-5654 Telephone: (407)415-2274 E-Mail: smiller02(cr�.seminolecountvfl.go E-Mail: Scope of Work Site work included,clearing and grubbing for new(larger)storm water retention pond access roads and misc site improvements. Seminole County building permit were required and obtained for a new treatment structure. Retrofit the existing retention pond at CR427 and Country Club Road using an Aluminum Sulfate Injection system. Redirecting Soldiers Creek via a diversion weir and intake structure to the facility through a box culvert.Installation of 300 LF of 48"RCP with MES, storm manholes and control structures.Additional RCP pipe was installed from 18"to 60"with connecting structures and MES at outfall into pond.Concrete walks,driveways and truck loading area were also installed. 720 SY of ACB mat was constructed(open/closed cell)while riprap,headwalls and 3,200 SY of stabilized access road were installed. Monday,June 21,2021 PRIME CONSTRUCTION GROUP WC. /l/1Bir"fArAeda "Our People make the difference with Pride,Integrity and Quality" Similar Projects: Job# Project Name Project Amt Final Contract 669 Lake Angel Drainage Expansion $1,899,900 $2,125,198 %Complete NTP Final Completion 100 2/16/2015 9/30/2015 Owner: Engineer: City of Orlando WBQ.Inc. 400 S.Orange Avenue 201 N.Magnolia Ave.#200 Orlando,FL 32801 Orlando,FL 32801 Contact: Howard Elkin Contact: Jason Vargas Telephone: (407)246-3751 Telephone: (407)839-4300 E-Mail: howard.elkint ditvoforlando.ne E-Mail: jvaroasewbq.com Scope of Work Excavation to expand Lake Angel from 3.5 acres to 8.5 acres to support 1-4 expansion.linstallation of three(3)nutrient Separating Baffle Boxes with capacities of 533 CUFT storage,107 CUFT storage and 238 CUFT storage,restoration including sidewalk,curb.Construction of new drainage inlet,manholes and 107 LF of 18"RCP,40 LF of 15"RCP 12 LF of 42"RCP and 60 LF of 49"to 60"RCP with of depth of 13 feet. Adjustment of manhole top at 26th.Street&Lee Ave.Construct ditch pavement with 300 SY of rubble rip rap from existing headwall along 1-4. Modify existing drain well outfall structure with new control structures and removable stop logs. • Monday,June 21,2021 EM Eglripmenl ,[m?Ym®t.,:..,..-., ,..;DaF41y11MH 4- ,.._1: .. . '�NcBNH.''•-,*�tl� yIM/laW _ -eiF: `�R.m-•j•�.fi':iz _ .,.�,, :;:- -': .,r .. o:T.'?�;L:�_;:_.:r;uedvL..=' --.AT... ,•r-....,:...".:6-:.:_.::•.... ,,•iiaes. .�y,':i w.:;:.:i,` 1004-01 1025G COMPACTEKC '101111 DEERE 35G�,. .. IEF415G.11171391 NOR)RA%INC '-- 1014 tr414*1 (4"ARM,24"BW1.1425R.IIRIC TOR40,+ - 100403 1035G C0E3CTEJ0: 10H4 DEERE 35G fff013GKCE0272621 3ORTRUt Ulm. 2015 A.A. (4"611,23"BUO56232T03161C2111401 ID04-04 10350 COM.PACTEXC 10HN 0E@E 35G _]1OJ56R16ti069n NOR111.1110 2016 LMAMU.ne 66•AMU.B1.10Q5142064LIJC 0106 100605 30 36G COHPACT EXC MU DEERE 356 I0015010f277317 NOR71116INC. 2013 141Ae ((611,24'61RKE1'10403216C THUHB 10040 10 36G 0.2.065 JODI DEERE 35G IFF0356610029247 DO.EQUIPHEI4,LLC 207 4-466e 90 ARH,24'61KIE5.IDOMU*ICTHUHB 100407 30 35G C04060E0C JOHN D0112 35G 17F015(1V1.33493 D06E5 EQUIPMENT,TIC Ma 6156e 4'4'ARM,10 BUCKET,H9DRAU11C1HUFl3 100440 00160C016ACT 06 CASE 0660 I1611257166 TRERAER GROUP 2017 A.A. 100501 1/04500.3 C00PACTEXGIVATOR KOMATSU K45112-] 69SI WIDER 2014 A.A. 96'ARM.30 BUCKET 1005-02 K406•1 COMPACOE34YATCR 110MA15U K4516.3 33255 ALDER 2021 61164Ne 1010-01 PC70.6 IX4691011 400015U 12000E 2166 D011612 AER0530I4 CIX11ROL CORP 2007 A.A. ST133ONARY TI4A.B 30'BUO)ET 1016-01 PCI32 EXCAVATOR 1117)415U 0IISUDLIE0 40341 1150ER 2014 6006 151'13 MM 006 D%l0'MN 30"BUCKET - 10602 PC224135LC-3 EXCAVATOR 5094150 PC320UR63 31339 1.17J004 200 646.e )pC,IB'B'000M,9L'ARYL 1.SHOES 102.3 PC226USILb EXCAVATOR KOMATSU 0226URC•20 102E L176. 2016 AAMK HQC,I00'BOOK 96'ARM,3L55H0E5 1020-04 PC2201/50•10 EXCAVATOR K06U15U P025.0610 2330 WIDER 2016 tr4Nrc HQ6150'117O6.CALL"ARM,33.5 SNOf5 1066-03 20191R611 EXCAVATOR 5061l1U PC2661SIC-I1 7150 I1IDE4 2021 3.4Ne 103301 PC30011.700 EXCAVATOR 506.0 0300103E0 AMEl41 WIDER ZOOS 4-00AT HQC4U6'ARM 1013-02 K300L6110(4CAV4T0R 504/650 F000L67E0 A04294 UI0000 2006 4464 HQC,IO'O'ARM 1.001 03601.611 EXCAVATOR KO.TA1 P0601611 A35439 1010FR RVCR b1 A.A. 0 21.ARM4'BUCKE6JlS SHOES 1210-0I l0331K5W1RL lOAD[A IOLD(DEFAE li{R ILUI]{MXC20619)]0 NORi9A1I B3Gb16 0 4 H13C, E260955 1210-02 JD 3045 55M4L110A0ER 10611 DEERE 304 1W3010024040»0 WEBS EQUIP/616 2017 A.A. COUPLER.BUC3CF.FORKS - 1212.01 7242 0 0 0 0166/LOADER 00001511 _VM200.) BA366 2LroEA 3015 A.A. I/QC,00001t.FOa6 1113-02 W6146)WNE61.0.2R K0141SU V642063 00540 LINDER 2016 A.A. 11QC,61625E1/F0R55 1211-03 216200.)NME[2L00E11 501161SU V61067 01401 670ER 2017 664122e HQC,61102631 RK5 1214-01 WA236RWM21.1.040ER • KOMAISU 174250.51. A23821 U110ER 2005 A.A. 16C,116705404I6 12140I WA370056IEE2 LOADER 11000.35U Y4220-0 84566 RIDER 2010 66.E IRE CORER SERUt4Cn335 121464 V.V.W4EEI LOADER R0MA15U VFA2160 61824 {RIDER 2020 6A1tNe 1216-01 W3100.5551102 LOADER ROM. W4326R ♦52566 LAM 2005 6AAW4 HQC,OUKE),FOPJ6 1216-02 LIIOEVMEEL LOADER VOLYO ,LI20E 613M .0OICONSIPUCTON /007 A•Am*e HQC,0U0ET,ICR05 - 1256-01 269D 560 10 000.1940C 4IERPDIA¢ 269D CM 3AWV1912 RWG P05VFR 2014 6600E HQC,BUCKIT,F01116 165601 50700011 ROLLER 1NG69501Ra0 507076P 176561 LTIRJER 2003 6-464 165502 501184 ROLLER 01GERSOL0110 SDi5D1P IB5429 100ER 2405 A.A .F E-0 165I 01'A24 OH.ROLLER 00AL50 05W240H30 591651391114 11010265111101 2014 06616 166E-01 CC131 ROLLER 132112PAC CCIll 6011416/ F1A4LER COESIRUCI104 1999 .424444 101601 5300 FARM TRACTOR 10161 DEERE 5300 1.I000232065 HAa0VTRAROR I. 6I0)x • 101401 ROW 00.001 OROCE RU50 696559E RUIGRENT 1990 A-MNe 114*0 EI&OYE 6/17 141135:2509 ` 163601 01.1050.0011 4TM0R 234C 29019 MG POWER 2001 INU106 10360E 510000410014 UYPp0. SH300 4616E RING POWER 2015 Pk.1630-01 561000R004 LC.. 56300 36616 466 EL MER 3016 tr2LD•e 163601 5M300 BROOM 201. SH390 46369 N010 POWER 2031 440v4 - 184E01 11T50613 FOR10hT HYSTER 50 A11.166305 A.A. 113.01 G060 FORKLIFT CU. 6050 3I000009110 FLORIDA LIT SYSTEMS 1993 A.L - 1E6601 Ct.0.1IELT00. 0IE40C 6E25 3114P46 .7.9412 2001 A.A. 10660E 6R15 GENERATOR 0fl1E113C H3GI5405I112 2005412565 mono PEW. 2020 63ONe - 167611 165 COMM.. SVLNIR 155 1049261.1 mow RE4RAU 2000 A.ANre 107602 115 10447065001 04102210 407005164010241 201304020027 UNITED RE65015 2011 6210,4 IB6601 4'MV-161676 OD MP I4TERSSEIM 1156161676 941904057606 WILT*E01FN5 ODES 6At.x 160.02 4.MP LID4IIP IMRS5E111 1.-6-0034043* M7.1613n MYE05i••1M ENV 2012 3.At22 - 160603 4'I45P-3E1760001101E01.4G2112 nray.s.seni 145941/6N40 HSP.01.1760 0II14 RENTALS 2006 3.6H96 2010-01 SPARE RAH IS.SET 11UA00613 46V0 00DGE/01311LIR I.QUAD CA9 1C6a0JT165434339 ORWI900016.206 5/613EEP 1014 - 201004 HA RAH 1600 Rf0E1 CREW CAS 444 DODGE 1500 CRAW CAB 105116.7061536007 434E0713400010If IEEP DOEt3 2021 666E 2012-02 SVH SMLVEAAG0 1500 0004 4140 616.0IET 1500 XCAB IGC651913»509.U0 AVT014T01 CHEVROLET 2007 64e66 I2E12 EN0111E 4/14 111E5:171,463 2012-05 PH RAH 1600 QUAD CA34X4 DODGE/CHRVSIFA 1500 QUAD CAB IC66220116601947 020l166113004E 01.654E9 JEEP 1015 661. 2011-06 R RAM 15004WAD CAB 461 DODGE/D4251E11 15004M CAB 1C6RR)F21FS)05546 0R3AN00 DODOOIRTREA IEEP 1015 6A1NA 5/15/10:01161E REPLACED ten.q..TEO R /111111 4A64.24.00 2912-07 SPARE RAH 1500 QUAD CAB 424 000 RYSIFA GE/CH 1500 QUAD CR.9 106RR10316305347 0RWI601;CHRYSLER 366P 2015 A.A. W.when 5e1913 WOrtnm lea6e2112,297 101a when5el00 Wt.6666l I.,200 2012-01 SPARE RAH 1500 QVAD CAB 64 DODGE/CHRYS*ER 1500 QUAD CAD 000002E25E570650 ORANDO DODGE 01RY15ER 1QP 2015 A-Active 10DED INI2Y40 PURCHASE OF201,16-36600 FA VMAITRAM6E9RF0MN21A'P•120074 2012.10 VON IRO gUAD C.a. DODGE/CHMER ISO QUA RR CAB 106 )F15661.31 ORWIOO[M)DGE(HRYUE1 hEP 301) 4A05ve 1012.11 ' SHASHI50O Qt.CAR4K4 DODGE/CHRYSLER 1500 QUAD CAB 06RR621113)21290 ORUN00000GECHRT511311EFP 300 6ACO2 HIESWHENGMN10]AFL•31639 201E-12 CT RAH 1500 QUAD CO 4X4 DODGE/MIR15LER 150004066 1C6RR7F10351.14999 ORLANDO DOD.01RYSIERJEEP 20U 3.4964 • 201,12 MG 050511PERCA54. FORD F. 1FlE910511642921 RUU114R PO.OF 050E.OA 2020 66611 2012.14 MI 51505U100001V 62 FORD FI50 1.21710MKT9926 GREENWAY F0513 SSA - 1012.15 FORD F150 171E1V1E1)6F4481) GREEIMV6YWR0 2020 A.A. 1012.16 OP 515051/9E06EW 404 7000 7150507E600E50 16901400210030461 6165161/6 PoA0 2021 61404 1011•17 LK FI50 SUPERCL0304X. FORD 5150 SUPfRC4M IFIEW1WI06010006 GREO7V00000 2021 A... 201601 SPARE RAY MO QUAD CAB 04 DODGE/CHRYSLLII 12000.MD43 6616107F5105543 OR14NO0 DODGE CHIMER IEEP bU A-At. 201404 SPARE RAY 1500 CART C08454 DODGE/CHRYSLER 1500 CREW CAB 01.7070167046 066/000003 0045116hEP 2316 61164 201.7 AB RAM 1500 0189 CAB 434 DODGE/CMRYA➢4 1500 CREW CAB 30611701GG115474 0.60 DODGE 010251.E6IEID 23316 4.06.192 201400 SPARE F15051.11004 64 FORD F150 IFTR'AE46RF873369 14RRETT GORDON FORD 8319 61416e - 20I409 H6 PISD SUPERCRRV 461 FORD 1-156 IFTFYI1E110711)J01 SHEE54Y FORD OF 41011 10 2019 6.66, 201411 1115150812IX4 FORD 6150 0FlF011E6217030533 6260U1G0.1.ET 2019 636A6 P.M.PACE:135,34E-09 201412 IR F1504X4 FORD F.1.60 IF1/520676.13210 AU01421013 FOR05RNr4RD 3021 6.6 20160E CB TAHOE ISOMLT 4WD CHEVROIET ToMOE IT IGN5000ew406937 STARLING 00900L0T 2015 A-AHA5 _ 101.d2 IH RAH 1500 BIG MOa14X1 DODGE/0OIYRER 1500 BIG NO9 1C6RRf4143641)B4 ORLANDO DODGE CHR25L404040 2015 6A04e 201602 JAW EXPED0T10N 50.3 60R0 EX0E0071011K*2 04904*026EA91004 IRA13141(FORD 2020 A.A. 2210-01 EC-PVC 215C0I00211211M53 4438 P2EMl6l MODULAR 011501166.LC 1000 44M4 000n 6644 Ua.e - 221002 EC-RECORDS I0'CONTAINER 011210E 02003 PACOUC15.LTD. 2003 642036 2210-03 E1•5.11011E5 29 101631710 7150671 0D400 STORAGE 2006 6310e4 12160 6C•C.1I1139 30'C0112111R MP 239030 PREIOER MO0409 BUROD10.LC 2000 0.4. 1210-05 EC-L KANE 26'C0hA36TR 1010661 &0611.0114RM0061.5YSIE145 2004 6.6 221006 0•0.00000E3 230 10670006 515010020 00701.11111ERH0D.LI 2005 440110 - 2210d1 EC-M GLADDEN 20'021RADIEN 1050447 GULFSIRFAM 14042g0Al 1004 2.-6*009 221005 EC-A UEV25 26'CONTX0103 1200663 601103E/6100E0M.006 1003 '1620244 - 2210419 K-O.PETWAY 25 COMA01ER 2029549 4J*K@0A111N1ERM00A1 1004 66.5 221610 EC-SPARE b'COI?A11IEA213 213 CAR1R]513146 1415 4-66,4 - 2210-11 EC-CWE 2D=TRAINER 7150460 611010R541606 2006 66116 22161E EC-P.HOLM' 20.C0612AUIE17 7150692 AROHOR STORAGE 2007 A.A. 221611 EC-ILHO*IS 29 06026190 7150645 ADO.510066E 2004 0-3*40 22140] EC-6.FORGOES 20'CC4126.R 021U0241333 A.A*A1 - 2110.15 EC-SPARE b'C4AMUJER 12K124011216 AWE L01E E00P1012 1C30 A.A. - 2310-16 50.51201 29CIX1021140 0.0434145 610E 1JIL45t/DIE/E1R 2050 *2104. _� 114601 WELD ME 5 X I21TWUR•BLUE 55410 RILE 1012346E 100YI(H00002666425 261P213 CO. 1456 224602 S A U 91.3CK111106C1PE TM1216 ERAT 6905X110320004309 DAMS TR.. 2003 A.A. 2240-0) 15TM11SF00TT0WLER TALEERT T(000.5556MR41•T1 40.65.11020. 1110LYS TRAILERSA*ES,AC. 20Y1 A-6764 - 2140-04 1014215 4RCWT1T9ARER TRIPIECR0419319321ER IKMIUS9102010429» DAVIDS TRAILER 2011 11M74 224605 )21014171E CROWN 1W1.611 313165 CROVA119AIUR I0I:A107111017440 GULF TO 131E 9161504 TRIA{ERS 101.5 6613ee 1240-06 WA1ERI%I1ER GUHR.4C H05500 Ib{b6/11DV51102011.01 NFSF REI1201110. 2016 A.A{0re 22a007 MISR TRAILER 4F13FR0C 1.2500 3941109134/1.11103011640 11ETi RENT44111C 201E P.n.4 124000 EQ'3I4WJ1211.ER HO EMAOE TRAILER I10VU10201196455 KO FA341CATEO 20 224609 FARM 1R411ER 6 TON 03 trh)He BUR.TO NAIA PQS 40-10 I011112 RA.21 6P5 6361256 76.11212.0666) 1662162 TRAILERS 1020 .66 361601 6713 IRAMPORT MACX 671] 110636154X55300290 ORLA11D014CK 100 AIRY ENGINE IT,M6 HR.300.124 161l01 M R1'1101TIIILK HAFT MI] IH21G11[15MOII»f OD I2.5Q 3005 66026 trN.Va 161401 6500 DUHP47.004 94C 6500 161.1E YJ504034 VKRIOIEIIC 2800 6.,140rt 2620-00 60T3 F450 SERVICE'RUIX FORD MO.CO. F150 21556)R40FA12151 TROPICAL FORD 3000 32.64 - }.}}LONE 167 11112.05.0. 262E-02 01.06500114E TRU05 0/4550E6 6500 10I.112))0405B32 CLASSIC 0530101E) 2007 343303 .3600 R05B95R010R MI. 1462.4 01650.5 1M1P2070014pU1n OS..MA0 1999 ...re NEW611011E 3114 1411.55:24.940 1630-01 1000601109211184 1.52061211 T. 0100030M1106945 126161706111 OF 111071 FLORIDA 2017 A.A. - 264601 56001.41ER 1RUC0 FORD MOTORC0. F600 1FD0P.LC8VNA36164 RV.1.604N00 1993 MYVx 300E-01 61.000 ITI.IICUFT 303UI DEERE PARTFAT]16552G 15550547 1t0R1R4X 2016 70061 40*06.24' 000N DEERE 2014 63030 700101 13U06221' JOHIIGEEOE 1972221 63*v4 7002404 2U0E22( 10W10EERE 6.6 602.05 12155E224. 10Ht/DEERE AAme4 7002.06 0010E524" 61.9. A.A. 7202.07 6110E210.06CY CP 05341 4-AUre - 700.1 600.30' HEHS1El 00760 Bl)659 60. 70041 131.103606' 6E1114 • 2»3 A.k•e4 NOb10 9U(YEfN' Gem 89n7 uaP 4.11ae - )042.11 OVCKET4T1.16CY HERM/ 8605/0115020 7002.12 BUCKET{.LCY l4 161610 13194U 641Nrt _ ND2•I4 BURET54'2.56Y 004EY CAA B1105) A.A. 7001•15 BUD[ETOROI CLEOmK:W' A.A11he • - 7002.16 DVCKET N 26. 11E16122 46*U2 M02.17 WOFT24' 014631 100E-10 6'40.224' JR4 N0RTRA40304541 0600.6n9B 6A4Ua n)))> N00.TRAX EQUVMEMCO trAOFe - 1 of EM Equipment 700249 BUC4ET24' CD B293/ 6.10.0 700320 BUCKET24 JOHN DEERE 2017 6.6Re 7002-21 61/64E354'253CY ESCO 511119042/01005 6.8*07 700622 81703E421' ESCO 09110 R102512 WNW 2004 A.X. TN0 00.Ee1 was p.P2RAHd/a the 220.0a1730 also P4 the 220 7002323 911C0ET20' TAG 206196-06 00055 EQUIPMENT,TLC 2017 1.410e 700624 BUKKET DITCH 0E61DXl 75' COP D00066164I D0065 EQUPIUNT,TLC 201E 0.A[U+0 • 7042.25 DOCKET le 1.5•CT .coBKT.36P000 PHlil932 MOIR 201E 64.4 7002.26 61/CKLT2? 490 5174614 TFKKFR GROUT 4601ve 7002.27 NCKETor 1.39CY SJR(CKIW0 007474C300 12817.21M12 UNDER 2021 66/16< 7002-01 BUCKET24'0.60CY MUM. 00T-14 6200 95230 - UNDER 1021 AA[>he 7002.20 BUCKET21.0.16CY TAG ON6244C55 W1D1R 2021 0.446s0 - 700401 324 LOADER BURET hle. 7004-02 60LOAM4 LOAM FORKS 4Kbae -__ 7000-03 BUCKET2.SCO FOR W0200 246 WAD., B10522 - 700401 00'COUPLER FOR13 MDR WA300.7 NB YJA2067 4Actlx 7004 UCKET 45 O2.75CT 700.04260 JRB W117067 820066 3316 4110M - 700006 7S COUPLER FORKS FOR 4'/62067 JRB WA400.7 C10419 2016 61631,3 - 700407 BUCKETI.SCY KW 00350.5( /RE W6260.53 37499 4.41Bve 7D0406 7T COUPLER FORKS FO4 WA256A 160 1VA250.N C6076 LAMB 700413 SOCKET...NY FOR WU80 1. WA350 010006 4AOUve 700012 72.COMER F0R.Po4 WA180 168 _1VA350 R615 A.KN< 7004 3 LOCKET FOR L3106 _ALOE 4A1Ure 700414 71'COUPLER POWS FOR 1110E L110E 64084 - 700415 00'BURET FOR 2000 031424 ..We 700436 41-00071ER PO 6M 2660 6712927 A.A.0 - 7004 7 BUCKET 275tt FOR V812063 ROCKING/ 1.2A2063 078110E/620612 6.413ee 703418 71"COUPLER FOR73POI WASW.7 1CS 1VA200.7 67242/C19702 A.YOre 700419 ROOT RAKE FORW6L50 644 4R25724454 6A10A< • - 700420 BURET I.1CY FOR 30O( STOCK 0106615 00089 EQUIPMENT 0007 AKOm 700421 48'PALLET FORKS FORl04K 129363 00505 E131/1011D0T 2017 48O3 709422 BU K D(ET3LY 100WA2760 1R0 071695 LINDE4 2020 4N< - 700423 60'11 72'FORKS FOR W6270.2 DM C23150 UNDER 7820 6.610w - 700424 81.101E1147 FOR WA1)68 011614273.2/4 1.001E4 2020 6.441e _ - 700425 60'a 71'FORKS FOR 11162166 012614611.3/2 UNDER 2020 604tIrt - 7006-01 ECO-O UA SEEDER 104000 ICED-72 2006 6.6.3 - 700602 000 4441n0 . 7006.03 60'RDTARY MITER HOVARD HR.30 ORl.W0010RD NM HLH.WD,INC 1994 4A1the - 7006-01 6UO2 HOG CARL F.KUME IR. 1993 4.ANre 700605 LANOSC PE RE 7992 4Atlhe - RAKE 700606 BOX SIA02 WO. 967 1591 66EAe 7E0641 HYDRAULIC LINES FOR VIBRAT03YH171783t PIR1EK 4ARbe 700642 6005EMF01600MD(IFM30N TRAFSC TANK CORP 2003 6.6Nre 700011 HMVER 06160 6.6/18.0 704614 CONCRETE WRIER 6'0210FIJNG DEVICE 1.6 LS CMETA,LLC 2016 AAOh4 - 700615 PPE HOOK 1.160 6M30000 CSCO21001016 KFRKO 2017 46tl1e 55 700615 BUCKET SNVEL HEt6C PT.06 06670E 0000S EQUIPMENT,ICC 201E A-AAVe • 700601 RAI400W/54•HOOK ROKF1116W3 _ 2IAA.07 IAA 700.E-02 LIMBED W/54'Ib01 1036 2010 648the • 700626 8771077 VW 05/54 700061580 2011 434,40 700627 ROLL OPP CAN Y!/54.000115 TO 10360159195 1V757E3U4P 2014 - 700661 ROLL ON CAN 10 TO INDUSTRIAL MAZE SALES 2004 4-Active _ 700662 ROLL OR CAN 20 VD 2604 INDOORDL REFINE SALES 2004 AAN+e 700663 ROLL OFP CAN10 YD 7O0010211REUSE SALES 2006 6.041e 7009i R ON.1 ROLL OFF INDUSTRIAL REFUSE SALES 2006 444Ur4 - 700045 601.1.011 CAN 207D INDUSTRIAL REFUSE 51065 2006 644n0 700646 ROLL OR CO220 Y0 10060170911 WASTEQUN 2016 6mx.6 - 700667 201.1.013 05N20 TO 10064170945 01407332A7 2016 6643re 700668 MI OR CAN20 ID 0179656 1V3.51EQU3P 2016 64.r0 104669 ROLL OR CAN20 TD 0179660 14A07E@AP 2017 .ANre N601.1.0.601 0670 30 TD 1004016.56 \•lASTQVIP 5017 640.0e 70 ROIL 067E RO OR GUM 1D 1006-0184552 W0STEQULP 2017 A.A4We _ 700632 ROLL OR GAN20 Y0 10000164553 WASTQUIP 2017 448Ih0 700071 ROLL ORGN20 13 - 231121 LY30201711P 2030 04Ne 701043 ROLL.OR GAN 30 TO 103 Ix665113.4L REFUSE SALES 2000 A•ANeO - 7010-03 ROLL OR CAN30 YD 304 OID\4ST14L RENT 5e155 2000 6.4412re 701004 ROLL Off CAN 30Y0 INDUSTRIAL REPOSE541E4 2001 LAMB 701045 AOLLON CAN 20 TO INOL.51163.REFUSE SALES 2001 4A4U+e 701006 200.077661430 TO 18459E 116512001P 2017 0.A*Urt 7010.60 ROLLON 71.418E0 NM HARDEE MEMO 070E 2004 6.6t10.1 701641 ROLL OW PLATED 11113011066 81E22FRO 01031 2005 4.K1h4 703E-0I COJ@010M0RB That 4.1/PUMP BETTER BUILT 6W026255 N031RN TOOL 6 E161.11NION 2010 4.6/Ure - 701241 TAM FUEL 100 GAL SL'! PCW01 HGR1MERN TOOL 6 EQDP110N 2015 AM. 701242 TANS FUEL I00 G31.SW P06062 NORTHERN TOO.EQUIPMENT 2015 A•A10We 701243 TANS FUEL 100 GALS/ PC600 M1ORTM680 TOLL.EQUIPMENT 20(5 AA14+0 701244 TANK aft 100 G415W _ PC6004 NORTHERN TOOL 0FQDPMEIR 2015 A.Amre - 701245 13116141E1.100 Teal SY PC6005 I0R1MERII)00L 6 EQUEPHFI)T 2017 66,W0 701249 TAM Gk.SWA.66r0 TAM 7000 7012.50 TANK NEL500 GAL OW 7T-001 1999 460Px 7012.51 TANK NEL 500 GAL ON ONA01 1999 4818+4 7012-52 TANK MEL 500 GAL DV/VI/PUMP OW.016 2000 4.ANr4 70160 TA7%FUEL SOO GAL ONW/PUMP p.V-015 2001 6AMe 7012.54 TANK FUEL 500 GAL O1'AW/IU7P 77/L10 3001 6601ve RENR925NWIN NEW PUMP AND PA3IN(GREFN) 7012.55 T1KN6503 GILL['WWI PIMP OW.11 2001 6-6.0 7012.56 TANK 111EL500 GAL OWN/NW 200E 11-14. 7012.51 TMIC N71500 Gil MIN/PIP 00.007 2003 6-440s 701248 TAM PLIEL5 0 0 021 007V/PUMP OW-006 2006 A.N. RENABISH\'NIM NEW PUMOAN°PARR MEND - 7012.59 TANK Rh1500 GAL dW4V/NMP 076-012 2005 6440.e 70130E TANK OD 10006I514 210411011 TOOL 0 EQUIPIIEET 2020 AA.< 701001 MEET DOLLY I/1 T. 45'ES1WARD S9N1 00001002040 6.6 - 701042 COLL PRESS AA100 TABLE 6NOR11,MOTOR COMING APART 701042 SOUP PAH24' r<4A17Ae 100n 701045 NEAT WRINK GM IDEAL 46202 646100 - 7016C6 7441E0. - 6-6NR 701,07 ICE MACMRE MYNIOWIN 8-KO.e 7018-09 MBR0ULIC FLOOR ARI0 SON 66h4 - 7016-05 GREASE POPO SAM5011 NHa5A0T1A3 0503269 4AIAY 10.10 PARTS WASHER LEP 4A411re - 701611 CONCRETE HOPPER 1 tt CAMLEVER 06 PSEQ01RHLEASG CORP 19R0 5 ' 7024 E60702# 000650 91610 0005IFlEUND? IN NGS INC. 1997 1.409M0Nrz - J011101 YIBWllO0.T10010MA5gERIl1171/PLA11TE MDB GYT'7E0.UUR MOONS 970372V/360911P AMERICAN PILEORIWIG EQW99R 1367 AAChe REMIRBU11606/ll14 - 701,15 CONREIE HOPPER 3 ttW/PLAIT 66/4800 956E 1998 A-AOhe 701616 HOIST 2T51.11.711113 BEAM CAME. MODEL 16 16 1993 64.4100 701617 HOIST 1 TON UF2016 BLUE WI FORK POCKETS CALDWELL 20 20074 CERTIFIE05UNis5 1960 4A4hre - 701616 70400013,11101410 a 66. 2001 6400,e 101619 WET/DRY SHOPVICL/LLM 6.5 HP RI010 2005 6.740< 701030 BANDING 700LW/EMT - 2005 60Nre 7016-21 MOI BASKET 60'x10'1306I PLATFORM 101.2 7035 701672 BATTERY TESTER 1260 2006 648. 701623 CAUSE GUI 2606 AA.4 701834 01005E TOOL 2006 6.6440 741605 11110.6140111656 TESTER KgM1S11 • 2006 1A463 7016-26 R0115E2 POWER FAS7001E4 REMINGTON 1199346 2007 A-AEFe 701847 5u4571 GUN 17010 00674 426099 2007 414114 701679 30K0E70 12820700 WINO 993.406100 2007 1.641,E 701640 COIN..SLAB RETRIEVER 4'EORE HOLE 2010 AAOne _QUM172T,4 - 701631 10110063 TOPPER 100 _709012 249955/0W1901642111143C 061.000 2012 444014 701432 MAGNETIC 03111007050 AMP MILWAUKEE 1734013150223 MSC INOUSTM2L SUPPLY CO. W 2014 0-K < - 70160 ICE MACHINE HOSH124KI 04.2600.W 037557C SERINO APPLIANCE SALES SERVICE 2014 6A2U+3 7018-31 COIRRLTE BURRMA WALL SFHU1ULE PRFCASTMNIUFACT11R0NG 203E 644W0 10I4-QWI6LIT:49 4/5/18:31230537 3171 27 ,Id1/717 77 70I635 PAIITSRUTER GRACO M6GNU4 K7 HOME DEPOT 2015 AAOUrs 701616 PRESSURE WASHER NOROWTAR 157594 I1OR5MERM2OG6 44tlira 701637 MAN 020005 M4LL36'Y O'K40• 063E+e 701635 PRESSURE I'LLSNER PRESSURE PR0L5ER0E E4042HY 1619179 AMAZON/PRESSURE PRO 2010 04a-Lhe SS 701636 CAR LIFT 30(7060, 61.3009 15935-001-106 85117718 2020 6.402+4 701640 0.15301114600NE N08502 C107529 I503WOUSTRIE5113C 2020 A-A1>h0 SS 7020-01 MAKER P7NUMTIC PAVEMENT SUU61R MPB 11/4 256020066 A.A11Ae 1 CI EM Equipment 702602 DREAM PNEVMATC P.M. SULLOR NMI 1/4 52630016 2007 3./a0 4 7010.01 BREAKER 02772A'G SWEAR NOBS 70.11194166211 2007 A.2eehe 703501 14524I135 DRILL SAMPLE ROTARY 1-9/16 OSSWALT 025553 341446 4'Af0THACII01100LT A TOOL 2016 AA41Ne 703002 0210110 DRILL 00010.1 025113 050567 2013 53.5202 7030-03 INMMER ORAL C0410 PERFORMANCE IKG HIAT TE50 .01520E6E015 MT 1015 1.4We 7030-05 AMER 091LLSPLINE ROTARY 1.9J16 DEW2T 02555) 349013 _AMNR'1 2016 6,.. 703048 M..DR011.9T6 004AL7 025301 321464 MAMAACT0H0G1T 51001 CO. 2017 PAN. - 7030-07 NANNERDR015RINE ROTARY I.9/10 04/lOST 02555E 353246 ACTION 60LT6100l 2019 A-Amve • 70b-06 BUN L DRILL 691371E ROTARY 1.5/10 OEWALT 023551 350236 A01.160.6 TOOL 2013 5.2/0 • _ - 703009 MMIMM DRILL ROTARYI.0116 DESv4LT 025481Y 110357 MOM HARDWARE CORD 2020 AAONe 7034-01 COME RIG ORAL MI15'lAVCEE 40% 796016110011 fdll¢ACIORS TOOL SERVICE,INC 3016 AARke 703401 CORE RIG ORAL IMIWAVKEE 40% 7630115450070 CONTRACTORS TOOL SERVICE,1NC A-A0We MOTOR REPAIRED ON 2/4/16060170LLC10R5 TOOL SERVICES 1506.00 703103 CORE GRILLsir 10 WU611 AC70/I 60.57004 /014 AA./ 701404 COME DRILL MAID MN Y/EKA 00.11 03156I7.15 3015 AA., 701403 CORE OWL. DIAMOND PRODUCTS NIAR•16 023123 2016 5A4U0 703406 CORE ORAL WEEK UK-32 0314620 2016 AS4Pn 703407 CORE DRILL V//STAM1D MN 00200/00M300200 31132/1130236 MILT 2016 A - - A4Uv4 OWLLIl555.00 7042.01 61.MNE0. WATER 636045 20107M7 3012 6.1.0 3/14501 REPAIRED y20 PUT 802I6006E010 9111NM AK e.NM rn 104101e-ENO HM..7M2.05 13125,26 METER 6560•45 20240260 606400E MUNICo 1011 A... 7042-06 0315190 11404E71 660.45 202/0261 60601.7 OF08W100 2014 0420.e - 7042.03 023074R WACKER 35b-46 20240264 BOBCAT OFORW100 2014 50.0•e 704209 RAWER 5'/ACRR 6560-IA 20240257 BOBUST07061ANOO 2014 A.A911e 742.10 TUlMER WAIXIR ESA.. 202)INB 608CAT OP0RW300 2014 AIGNe 9/13/10-T02110 E10WNC8 T000'S COIIESL.WOE ACTTE AGAIN 7M1-ll RAMMER WACKER 66>4A 202)4809 3N01-5T01F11 OFORW2D0 2G15 AAmre 7042.11 RAMMER WACKIR GSM. 110277S 60037 CT ORLANDO 2013 AAGNe 042.13 AMER WACKER 636045 24305145 517IE40 RENTS 2416 4•A46re 7042.14 RAMMER WACKER 65664A5 24105141 51015GY RM. 2016 AA40ee 7YT•I7 Ry1BR V1AOt1R 6560-415 10916264 m1I7E0 RENTALS 1010 2420. 7012.15 RAMMER WACKER 8550.445 11135472 016TED RENTALS 2020 441N9 -� 7046U1 PLATE TAMP y W4.7450 15910001 3100013334 SOIF¢GY RE/T 2017 A.AG91e • 704A50 PLATE TAMP V/40E4 617134245A 102633/6 NER DENT. 2013 AARUve - 704651 PUT TAMP WACKER 6RN345A 10361072 006CA1 OF O41ARMO 2014 AMUre 70463E PUTETAMP WACKER 101140457 10337692 6030610F7RW00 2114 3.A40re - 704053 PLATE TAMP WAC4E0. 614W0460 14399939 BOBCATOP ORLANDO 2015 trARAR 7046.54 PLATE MD METER 0PLVA45A E040909) 002CLT OF ORWIDO 2015 A.Al0M9 704055 PULE TAMP main B11140.15A 106b063 611SR0¢ENTS 2017 AA4urc 7046.0 RATE TAMP WADER BR24G45A 10374.461 1220160 RENTALS 2013 1.-A45,2 • 70W59 PLATE TAMP WACKER SR2404f 1162161 1163760 WO. 2020 M4Nrt 70K59 NAB TAMP W4CKER e1U40TA 11191094 1L1TE0¢E1R4L5 2020 AAMAe 706E-01 COMPRESSOR MJSKY M57610YSy 1100119 AAM2 - 705E-02 COMPRESSOR ELECTRIC PORTER CAME OEN 7761013352 2007 A., - 705243 COMPRESSOR PORTER VELE 63101 1762013297 1007 A-420n TAKEN OUTOP SERVICE:4/23,19(WING FOR PART5l - 7942-04 COMPRESSOR 110U51R)ALy4 601505041261E P0161005U NORTNQRN 100E 6EQ111R40R 2015 A#Ore 7032-06 COMPRESSOR OAS INDUSTRIAL. CTA50904123R 13O]11u50)OD25B N0R)MERII TOOL 5E0UIR1ET 1016 4A4We 7052-07 00/006506 G. 010051144L AB 1935090411012 1103110.705% 1202511E401 1001 2016 AAO 705E-06 C0MPR6500.W1711.0I00ET5 10-T-N AC2-0N11.30H • 30013735 NEfE RENTAL EBBS ` N4 AANre 70520 COMPRESSOR eEI4037E 16314, 191461A8 2007 .4.11 e MS2.10 CONPRES50R 06403E 30200. 19492640 WAG POWER CORD 2007 AAR, - 7062.11 00205 WS 250US10141410. C 044 90 4 1 2 5M 1303110VN71 V31 N041ME017001.6 EQUIP/MT 2020 AAA 7053.11 COMPRESSOR G45 I10OA617710.AIR 0TA36904120:6 1101102011343 NORTHERN TOOL LS NM.. 3030 AAA.. 7032.13 COMPRESSOR OAS 11102510101 AIR 90111201E 130311041912477 NORM.TOOL 601121100T 2010 4.40765 - 705E-11 COWR650¢GAS 0401/676ULLAI0. 0745090112301E 13011100551109 10101HM1006 EQUIPMENT 3010 A.112 _ 70SI-15 COMPRESSOR G. 0/01.15IRUL AIR CIA509011200 1303110K26316T NORPER)ITOOL a EQUIPMENT 2020 5.1. - 705602 GENERATOR C01ENAf1 MN.. FIO6001V9 0107 AAR, - 705604 GENERATOR POYIERMO¢SE 5000 915V3226 I1ORTHEANTO1 O6EQII1PMOR 2014 'AA:. SS 705605 GTSIEPAIOR POYERN06E 9000 )IN910 NORD0UI TOOL 8EQ13PM011 )015 Ai4706 705003 GENERATOR P0510400LIE 5000 7114911 NORT03.70018 EQUVH0T `2015 J.4k0.e 10500 GENERATOR PO10ERHORSE 9000 6142643 Y.041MERI1 TOOL 6 EQUIPMENT NOIS 4.41M 705003 GENERATOR PO040tl¢SE S000 6134357 )OSCA9 GFNFRATOI PO.VER 20200 4000 10#10005 YODELS EQW14l4T 2013 A•A[Urt 42697 1b01MEAN 100LG EQUIP1E0R .U15 0400*0e 703010 GENERATOR POVT05947E BOOB 6142639 r3020901R IDOL 0 EQ10PAIVT 2015 A-A44be - 105611 GENERATOR MULTQNP GA25M S6ee4B1 3.6216.RUMS 2016 A-51146 705612 GENERATOR PO,VERMGRSE 9000 5141329 1100.511ERN TOM 0 EQUIPMENT E016 AAOWe - 70563 GENERATOR POWFRH06E 2000 ]561520 1016 A-ANre 706015 GENERATOR POV1E410.5E 9000 06190020 100.MEW11IX110 EQUPMENT 2013 A0209, - 706616 901061504 77315E101070 42411 01016223E 504114E6121008 5E77U/744E511 2019 A-/v24.e 55 705617 34111001}R PO 50200 ESE 42111 010193391 NORMERN EQUIPMENT 2019 01.1 0 10065 - 706613 GENERATOR POWER.. 13001 0202060 NORiME.TOOL 6 EQUIPMENT 2020 5.6 705619 GENERATOR PO'rtA13O SE 23001 01200604 NORT4E¢N 713086 EQU4'MENT 2020 A-ANTE 7066-20 GENERATOR POVERNO0.5E 23001 01202291 70.0121010015 EQUIPMET 2020 AAGrv4 - 705621 GENERATOR PWI0V0RSE 21001 07200343 NC4TMERNTl016 EQUIPMENT 10M3 4.0102E - 10Sn32 GENERATOR PUTRMORSE 23001 06201500 II00.11200114 TOOL 0 EQUIPMENT 2020 AANre - 705623 GENERATOR POWFRM045E 23001 06201079 1024M4ti TOOL B EQUIPMO. 2020 AA4Rve - 7062-03 MOM CAOOl3N4 IND.EQUIP. 05925 11803 GR011.16001A1AL EQ0IP341IT 2001 AA44Me 105E-01 134.50 SAW MAW.. 7.5413650967 3006 A14We - 10610 02001 55020- 7741524100 20123101064 2012 0.440. 706E-09 020010061E POLE SOW STINT. .-17r1101 500249124 SDNOET UM a TRACTOR,1/K 2014 ALARM 7062419 CMARI SAW 571101 119291 299144719E 2015 6.1413.e - >052.10 04015451 445Q4773/A 435 20163901/40 2015 4.60e - 7061.11 CHOP 541/l IT DESYRT 010174 419)3] CAW)GE4 2016 AAIOm - 7062.11 PIPE SAW 3'-14'W/STANDS EKAR 160E US3bl17 BCUNWRRW.SUPPLY,WL 2016 3-644, - 706b14 0MA04 SAW 16' sm. N535204 194229716 E4625106 EQUPIIENTG¢WP 2019 A.4U14 - 7062.15 40.650470 40420 20' HIISQVAOU E640016 20193000533 110R11.1170 55 1062.16 PIPE SAW RECO UPC634 040C EQmP14E7R 19 AA44re 03 4£4AO1 2019 AA0R 706601 SAIYCUNFF GAS IT ST11R 15TF13 V6999666 I.K L W1pXAPE SUPRY,MIL 3015 5471A•e 1061-22 SAW 0110M G4514' 51171. 13700.14 17699772/ 1.19.5WI00CNESUPIIY.INC. 3017 A.025re 7066-23 SAW CU1OPP GAS If 51045 10700.14 1332622. 2.KL W 05637E SUPPLY,I.X. 2017 6-44700 706-24 SOW CUIOW WS le STINE 15700.14 171.7690 BEL 0305Cl1E SUPPLY,INC. 201) AA1U.e 706625 141741u1001 GAS 14' SON. 1542014 162171145 IRA-WRMCAPESV190Y.INC. 2017 AA0We 7066-16 SAW 0.0001 GAS PT 01141 15410 191483971 IJCLWOSCAPE SUPPLE INC. 2013 A-RANMn • 706023 SAW OMIT GA514 51122 TSa<0 164187727 EELW05UPE SUPPLE INC. 2013 AA4WE 706630 SAW CUTOF W514' 51101 16420 164107720 3KL1.I0500PE341004 INC. 2019 - 1081.2 • 706031 SAWNT01 GAS 14. 64110 7670411 104250376 1.11.1ANIDSLWE SUPPLY,I/K 2010 AANNO 2066-32 SAW CUTOFF GAS I9' 51021E 07.14 126373030 EVERGLADES 2019 3-1417/E SS 406033 LW OJT.GAS14' STOM1 TS420 097174797 ....TOOL 2020 - 706614 SAW MOM CAS IVSOME 13420 136293541 E6165006 2020 A.A. - 706635 LW CUTOFF GASI4' MIL 75420 196913450 FERGUSON 20/0 A.025,5 706033 SAW MD.W514' STML 000 /66012625 FERGUSON 2020 06:121e 55 - 70W37 SAW WT.GAS 11• STD. T5420 168I2542 FFAGUSOI 2020 4-443Ne SS 706638 5400.0160514' STINE 15420 109041964 E5E0451226 NNre 2021 KA 700039 42200/1130 506147 37114. 1542E 169331056 02023331406E6 3021 7072.01 1617.76.111761.11314.1346 0IUIT000 51010I014 33I674 SWI641T0EITA05 1012 AJNre - 7072.0E PUMP TRASH 2'6136116I20.E HULTQUIP S934104 L 3373713 NOi emu 2014 014100 - - 7072.03 P1071¢ASM 1-57.0R1100E 741.511W3P 672007CVL 649737 NEf 664741 2014 54e0r4 707304 PUMPTA942'SOME20407 611147700IP 5T1010104/1 617367 000®REIM. 3016 A-ANNT SS - - 707305 PUMP TRASN 2708HER5200 MOLIIQUIP 5T201077111 617363 M.RENTALS 2031 3/4446 555 7072.30 PUMP IRASMAS I'C. NORTMSTAR 1D.. 10176971 NO/MIN100S a 5017ET 2016 4.110 707,1 PUMP 00116.1137 MAKER TRW .10709 MT.RFIMS 1003 A-A.Nlre _ 107,02 PUMP 01.704A 437 10001 PIM 339,18,0 3003 340ve 7074-04 PUMP CUPMRAGM 3' WAQER POOR 5004556 2445 444.0K 707405 PM 01AP1514013' WACKER FOUR 56505E4 2006 04479e 70A6 PUMP DURMPA143' 400.6 60RA 2026540/ FFRENTAL 2015 AAChe )0NA) PUMP 0WH4A3713. WROER PIMA 20250/54 BOBCAT OF ORLANDO 2015 7014-00 PUMP pDPM¢A614S WACKERM..4 SYAURGY REINS `2016 A447M - - 7409 PIMP 0.141pIT V>ACYER 01 PROM000 06 242925 3110.RENTS 2016 4AON4 70A10 PUMP 0101761MT WACKER POOR 24431135 OIOED RENTALS 8016 10A447. • 707503 PIMPT22410' WACKER PM S22414 2003 A-44Ure NM-.A PUMPTRASNI' WACKER FBA 5522851 IR)Rf0¢ERRS 3005 A-A0r• - 70160) PUMP 10A5M3' WACYER 073A 066159 100.9 AA4N2 107609 PUMP TRASH I' WACKER PT3A 20279311 _4/Efi RENTAL 20/5 AA40re 70700 PUILP1545N37 WACKEA 713A 24235436 SYNERGY RENT 2016 RAID, • 707011 PISNl' WACKER PTA 24797299 G06CAT OPORW/00 1016 AARNe - I01P1P 707612 PUMP TRASH 3' WACKER PTA 2411330 WTEO MT. 2020 444We 5S 7022-11 PUMP IRASN3' WACKER PTA 2432396/ O1IT0 REIM15 I01 AAt75K 707301 PUMP IRASM 4' GOOVIII G]Ob 140 %R 101216 [M.INC.N 20155 4•A4Ue 7073.02 PUMP TUSH4' GODVIN 7321b 140301341 KTET,INC. 20/S 0311.K 707603 PUMP TPA014• WACKER FF. 2/531675 u70150 RENTALS 2021 A-Ae - 1 G31 • 1 Qai !!!!!111_sw.,;:ii.Q api i ggiggg ggEt E g !!Eggg g1a1 1 $ i sag !!! !!ifill!!a p -esn�nnsvnsnsscngilcfg� p -��£fglNni M SS&' S. 'l L1`a CSt CQE �S�SEw R Y .Cr+. o$ C.G ....a &M .. G nG'J'Sr�tl'X.�. �+e �'d��Ca�:CG�5b8a bL6 6 �� o r$�� ee r 1`c�sg�g�$�g��s�11����a'� �� 91Di � gaggS ££££££€£££ 6 €i5"" 5" P ao h ! tllI fI H€ s�������� ����� � ��� �� � �� � ��a ��nil 1114411 ill 111011 11101i a i 1 lig ulis isiii ig ml a' '4..il tsn4 9a4a gg iii 11 I ill aillio ao1a1a11a 11,1A 1 iv 11p6s€naas"Iiiii ig u@j2iYme2as2 =Im.z m se ; ill Ill! 1 RRR R� �"� q � aogFFF666g6 igggiv w—r-N N R A m ai m Rs R R g 'q $00FggF' wail ^ H "£ saNN:Micas*s -inrr,9g ° 4 :ggIi k $ns S„G c- - 'fag gag g CG n A'a s _ sagas-vs a � s gg E gggg S 9&�..- - ticm @ ��s;� � g • aoaG G ''g "n. �� s se @ Milli ga,°aga$ac E� a =nR 111oonxmc1xg llnzl$i 1 eaa $ cllo£€iiiB g 9 gm a^ g. sgeec 1 . ga, . - wsg g 2g1sg�zv gg sgg���� s s sass as a sass s iiii sasses - cam, i 4 M4g§ - 5 �g ,� F a'�'" e • _ �q7e�� �v l �G '2 §§ ksl� gg g4 a 111111 d gl4 1e11/§s111 I 1111s till F1 f 11A1111/1'111° 1111i ggagHgaga p :l z 1n ' g q , EEgE 1pggE; 3E igaigi £ g lIgg g� a eei a ��e�u1mm11E ggg MI MI -. F 31 43 - 88 00111^aassa 8888 82888 08 8. as � 88 a� a s -g"agggmyg cam$ cccc la : V11:01 ggggg"sg `sgN""r4"a a"ga"gg g gintil a ig x-s�ooss"mge'ga $glilliE xaoa!xsaaP!gx c�a ooso'sgssmsa aazo cgs ., ed m .... Iii l 1 U U li lI IIU ll IIII IIEIIIiiiiiiIU iIiI1ii I DDIIUi I iIiEiii1 I11illill1IUUUUUIUUIIIIIUUffllli IUUIII IUU illi a -.. g e g Eg se g "s y I 1 0 2 A B EM Egwpment • 728610 SPREADER EMS 60' O,4.3140 TOTµ 221.16621TIY:4 QUU0HTY:1 RIACMASEO 2/7/10/104.30 . AM•IT 1260-15 SPREADER e365 R• 2017 4466 TOTAL QURNITIC 26 LAST704030SE0 3/23/104 WONT.()UDE7R014 PIPE MOUSED FROM TOM GAYSIEEU 6/1/17 51440.00 COUNT.311E1104 RATE AOrµ 1180 MCH/330 PLR FT 726620 SPREADER GARSSY 4µ.6T TOTAL QUMT01Y:0 - 1631 On 7.15 SP.D15I BIAS 96• I1f2C/1 FATE RENTµ CO HIB 44[W4 7160-35 3PR[UAA 6215 M. METED RENTALS 2014 41.ge • QUANTITY:12 7160.43 SPREADER 8JA51N• MD.FAME KKK 60 2018 A-ASNT TOTAL QUMIIITY:0 OUA0TTY:4 66101651D 3/23/18 TATM PUTS REMµ CO.2178920(YMTH SMOCK.HOLE 17/07 Bum,a 72465E 5P6UDE4R R e5166- 4-41We TOTAL QU4YRTY 1fPrvannn,ner3n .mnni•v<vOenv 7260-60 SPREADER MS le•• 2016 60N3e 10T616111222111Y:e USTKIROUSEEC wane.COME (4.1Oe PROM ME PUR0163[0 MOH TAMPA BAT 54304( 1/19/16•4 FCR SI./527 PER FT. 729601 PIPE SIOCC FOR AMMER PARS T4M➢A MY 5100 3010 A.ICW4 4127/18:0•X42 730601 1R0.0.-01608 10001010441E RENTAL CO 202E 0.40.004 7301.O1 10E110106164 SPEED 50100.E 414341T 97-1135 111E 77.4050 COMM 1997 A•4Me 730E-02 1REN0406161 SLTED SHORE 41654TT +91.1116 THE PUHK COHPANY 1997 6-42. - 730203 TREMN04264 5PEIO5NORE 4HOSV4 062075 TMe el4JR COIT7UTE 1998 4AEbra 7106I6 TMD.06-15.4 SPEED SHORE 61194 562331 131E Pl.C0MPµ0Y 1990 A-Aene 730M1 1REND.06164 SDEE0 SNORE 18-8161METT 07.1500 ME FUM COHPAHY 1597 6-1M2 BACK IN SERVICE 0(20(30 1302.5E T..06164 PK-E EFFICTE210' M-614 113715 (MM.SHDRIIIGO SUPPLY 2014 L621.. 7AYPtlOM[64MVNP 7MNe 7302.7O 1RE0KM06264•E EHICIESCE 916O2O 11260E TREIKH RATE REMµ CO 2015 A.M. 230602 MR(No416164 5PEEO3HO6e 10101230E 42012 100100 0010413 2004 A-AC0ve n14G3 TREN0116261 M.60519116E 1O20094KE 9.2074 URr1D RENE4IS 2009 6-1.4 730404 55000610.264 SPPEEDSMORE 1020015.6 9.2073 =MD RENT41s 0004 44M4 73044E 16E110410-16-4 570E0 SNORE 15-10160N42K 162697 05030 RENTALS 2016 41100e 030406 TREKS 0-164 5PEE0 SNORE 15-101.961E2 16.2618 UM.REMµ3 2016 462O0 130607 10200116164•e MICE. 10ri6101431 140523 6FIGIEJKY 5140R212G A SUPPLY CM 4A0v1 730608 1RE110116141NC•E EFFIGIES," 1111IO0.61014.33 156761 1R61201 PUTS RENTAL CO. 2017 4µWe • 7114IA 2HN0114.14.4 SPEED SNORE 15-1016OW4KE 13.2215 UIOIEO REIRLLS 2021 415O0e 7301-1O 1RE1CM 10464 SPPEDSMOPS TS-1O16OWEKE 162412 UNITED PINT. 2023 bAE1ne 7304.11 TRENO016164 CEROS C4MIDI0KE COMM 100001 PLATE RENTALS CO. 2021 A.AN.T 7301.50 MEJtCN2620;-e E/9Ta04CY _1516020 15602E 10000E ELM RF1rtµ CO. 2017 44E0Ne no4St TRQ201162Y6-e EFFICIENCY N160U20 256326 TRa.01 PUTT RENTAL CO. 2OU A.Artm 730441 1REJ5OE1610-4 MI COMA CoNOSISISCANRCl6 000620 TRE2CN PLATE RENTALS CO. H2O 6-12Uve 5-5M eo Tco 5123331M a R115 7I26-01 SCAFFOLD. 504'ELT 7.00 KKR 46.MO MN KIM DEERE 225SE 10O55.02085407 TILL LUIOSURE SUPPLY,INC. HIS AJ4AtlO4ctive • 7340-01 6A00AIXE1O7*0 STNL 611600 500438/90 1611915UVESUPPLT HIS 6-40.4 72464e3 NEDGE'671210R STNL 111.45 505299169 AK21•t1D.C.PE 5UPPLY•IIIC. 2016 46OMT 734604 TRMIER 5OUO SCOT snit F5902 50520192E 2016 40A41.133 7140-05 OUCMT 66603-182461 A.GULF CARTS 2017 4-61132 - 734Y06 EDGER 541111 K111 5119O50O JJCL LOIDXAP[3VP7L1,OK HIB 44NM • MAT TRIMMER SCUD FT SM. P570R 5185717M ACE HA010(420E 2019 66.3 - 714601 GAS CYUI0ER9 _ 411041 QVAIJ111Y;II YPRIWSSTIES -42 134E PLASM MC CUTTER C POWEAM 075 PH0J40006 HM0K M. 2002 AANre - 734E-03 KRIMTC/1NORA1.61C PRIM 55 MI OTC 1851 20OS 6.3.3 -04 7142 Wf1DER LDCOLN KAMR74G255 U1001U6811 2301 6.4N144 7342.05 WELDER ILILLDI 06SEIEI02452 1F35O0076 2005 6.3 _ 73461M NYORAOIIC PUNT PORTABLE corms 44900 2006 462Elve - 734L07 TORCH.TAUS 6 CULT 00Y-KETYLENE(2) 2007 46.0.9e 7242-0e 5U0 053456R 5 GAL 155341 II0127110O1 TOOL 0 EQUIPMENT 2009 1.2U194 7342.09 mi.I401O WIRE FEED LINCOL 1 I43100600552 2012 46N04 714210 WELDER 155TG M2IER 01986S100165 667106122 PAAKA.R 2015 44Oiv4 714611 0O1W4A1116018• SET 10010 15112158 6144201 2016 0-0054 134E-12 {,"[1084 1.19C01S RAKER 111020O2021 2003 040.40 - 2342-13 MUM 11110611 RAM.Ca U1051210151 2007 4.0469 - 7342-14 IUOE5KID Di0 - OF SQUIPMEr,VIC. POO 4IONe 134E-15 SNORT PRESS 201.1 FARM CSAINg4 2014 642Ove 740650 OFrl66 MUER 4O 1961-C.03.0WI1 OOASEY KM 1593 66..e 340651 OFMCE TRA111R EIORA0E 4T-N.BROWII FRUEI4UP 1.664110 1991 64.e 74065E OFFICE TRADER 49.1976-R.9MT GRUTO0ME 76158 199E 4µ 44 740651 OFFICE-MAIM 2.008 4aw 74045. OFFICE MULES 0 K M SWF 2003 -µthe 740655 C2IUIEYES STORAGE RAO:DG 665OLUTE STORAGE 2OD3 1.-A(t0e 740656 51107 S1♦$YDIG 201E 4ANx 740.57 SHOP SNELMS 2016 4-40.14e - 240659 PAAM RAMAT 611513112IE5160A41 1932 63O6e 740660 OFFICE 141100-E RANf0E2 PACE AMPRICW 9061V828266P1217I7 RIGSTMIZEt5 2006 I of SECTION 00301-A SUBCONTRACTOR&SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No X (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 all 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,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 Chinchor Electric Electric 1460 S Leavitt Ave, Orange City FL, 32763, (386) 774-1020 Tim Chinchor $250,000.00 2 Lakefront Designs & Services Landscaping 5462 Hoffner Ave, Orlando, FL, 32812, (407) 281-8877 Jeff Peterman $288,560.00 3 Integ-crete Construction, LLC Concrete 10550 W Midway Rd, Fort Pierce, FL, 34945, (772) 252-5285 _ Justin Drawdy $ 1,721,578.90 4 5 6 7 END OF SECTION 00301-A-1 ITS#21-008 Downtown Master Stormwater Pond&Park 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 (Description) (LF,SY) (Quantity) Cost Cost A Trench Box MO 8 $ 2,400.00 $ 19,200.00 B Lay Back Sides LS 1 $ 15,000.00 $ 15,000.00 C $ $ D $ $ TOTAL $ 34,200.00 BIDDER: Prime Con u ion r Inc. SIGNED: BY: Wyatt H. Hazy (Print or type name) TITLE: Vice President/COO DATE: 6/22/2021 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 00302-1 ITB#21-008 Downtown Master Stornrnater Pond&Park 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: 1. 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(1). 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. 00303-1 ITB#21-008 Downtown Master Stormwater Pond&Park As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder:Prime Constru ' n roup, Inc. Signed: By: Watt H. Haz (Print or Type Name) Title: Vice President/COO Date:6/22/2021 END OF SECTION • • 00303-2 ITB#21-008 Downtown Master Stormw•ater Pond&Park 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, Prime Construction Group, Inc. , as Principal, and Travelers Casualty and Surety Company of America 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)$_ % FIVE percent of amount bid • (written amount in dollars and cents) for the payment of which, well and frilly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed this 8th day of June , 20 21. 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:"ITB#21-008 Downtown Master Stonnwater Pond &Park". 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 attorney'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. 00410-1 ITB#21-008 Downtown Master Stormwater Pond&Park 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 00410-2 ITB#21-008 Downtown Master Stormwater Pond&Park of said statute shall govern and the remainder of this Bond that is not_in conflict therewith shall continue in fill force and effect. 11.. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WIT SS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such o. them as are corporations have caused their corporate seals to be hereto affixed and these presen 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 ,OLE PROPRIETORSHIP,complete this signature block • (1) (Individual's Signature (Witness) • (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) _ • • • 00410-3 ITB#21-008 Downtown Master Stormwater Pond&Park If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (Gen- <1 Partner's Signature) (Witness) (General Pa I er's Name) (SEAL) (Business Address (Telephone No.) (Florida License •.) 00410-4 ITB#21-008 Downtown Master Stormwater Pond&Park If Bidder is CORPORATION,complete this signature block. Prime Construction Group, Inc. (1) (Corporation Name) "----2"i4/(Witness) Wyatt H.Hazy,Vice President/COO Florida (2) (State of Incorporation) (Witness) Zachary Fields,Estimating Assistant By: Charles J. Brackett III (Name of Person Authorized to Sign-See Note 1) (SEAL) i;, President/CEO (Title) - ; ., - e, (Authorized Signature) Charles J. Brackett III, President/CEO (Corporation President) 1000 Jetstream Drive, Orlando, FL 32824 (Business Address) 407-856-8180 407-856-8182 (Telephone No.) (Florida License No.) • 00410-5 ITB#21-008 Downtown Master Stormwater Pond&Park SURETY Witness: (If agency is not a Corporation) Travelers Casualty and Surety Company of America (Surety Business Name) (1) Fa,4Q (1. /0c6.,cz One Tower Square (Witness) Hartford, CT 06183 42,6jetiL Wd /____ (Principal Place of Business) (2) By: cC� -— , .' -- (Witness) (Surety Agent's Signature-See Note 2) Attest (If Agency is a Corporation) Benjamin H. French (Surety Agent's Name) (Corporate Secretary Signature) Attorney-in-Fact & FL Resident Agent (Surety Agent's Title) (Corporate Secretary Name) M.E. Wilson Company, LLC dba Waldorff Insurance & Bonding (Business Name of Local Agent for Surety) ; (Corp orate:Sjeal.) 1110 NW 6th Street - • Gainesville, FL 32601 `., (Business Address) 860-277-0111 TBD (Telephone No.) (Bond No.) NOTES: (1) 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"Attorney-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. 00410-6 ITB#21-008 Downtown Master Stormwater Pond&Park ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF FL ) COUNTY OR CITY OF Alachua ) Before me, a Notary Public, by means of CO physical presence or 0 online notarization Benjamin H. French known to me, and known to be the Attorney-in-Fact of Travelers Casualty and Surety Company of America CT Corporation,which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Travelers Casualty and Surety Company of Amer were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Travelers Casualty and Surety Company of America (Surety Company) Given under my hand and seal this 8th day of June , 2021 TRAVA RIDLON NOTARY PUBLIC STATE OF FLORIDA NO.GG284959 � y MY COMMISSION EXPIRES DEC.17,2022 (Notary Public) My Commission Expires 12/17/22 END OF SECTION 00410-7 ITB#21-008 Downtown Master Stortuwater Pond&Park Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company - POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies'').and that the Companies do hereby make.constitute and appoint Benjamin H.French,Clyde D.Hare.K.Wavne Walker. L.Dale Waldorff,Pamela L.Jarman,Paul A.Locasclo,and Rebekah G.Wolf of Fort Walton Beach,Florida,their true and lawful Attorney-in-Fact to sign,execute,seal and acknowledge anyand all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thelrbusiness of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakingsrequired or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. • rtW'strcry b p`"AkD,a 1r IfA131MIR ` 2 ruaif M a b c It( Itcom State of Connecticut j �r City of Hartford ss. Robert L.Raney,Seer Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. G,riep My Commission expires the 30th day of June,2021 _ oJ1LR.. c. t �� o Mane C.Tetreault,Notary Public 0 This Power of Attorney is granted under and by the-authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America.Travelers Casualty and Surety Company. and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President,any Vice President,any Second Vice President.the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional under taking shall he valid mud hiut5uy upun rile Cunipeiiy when(a)siyneiJ Lry the PresidenL,ally Vice Cliaiuuan,ally EDieruiive Vice Pi esiliCIIl,ally seiliul Vice President or any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it Is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries orAttomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature'thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,vdhich remains in full force and effect. Dated this 8th day of June . 2021 t E 1 ff HAM MN, .1 '(//M MOM • . .!. _ , p r _ 4nE Hughes,Assistant Secretary To verily the authenticity of this Postrer rif..Attorneji oik se call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and.,tfre detijribfthe bond to which the power is attached, SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF Florida ) COUNTY OF Orange ) Wyatt H. Hazy , being first duly swore deposes and says: 1. He(it) is the Vice President/COO (Owner, Partner, Office, Representative or Agent) of Prime Construction Group, Inc. , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparationand 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, firm, 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 agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this.affidavit. By: 0V ---"\ Title: Wyatt H. Hazy,Vice President/COO 00480-1 ITB#21-008 Downtown Master Stormwater Pond&Park Sworn to(or affirmed) and subscribed before me by means of® physical presence or ❑ online notarization, this 22 day of June , 20 21 , by Wyatt H. Hazy in the state of Florida County of Orange :ai ;\ ZACHARY DAVID FIELDS I Notary Public-State of Florida . o�E Commission HH 130374 ov$, My Comm.Expires May 16,2025 I tart'Public Bonded through National Notary Assn. My Commission Expires: SAP/2-5 END OF SECTION • 00480-2 ITB#21-008 Downtown Master Stormwater Pond&Park I'yF ,3 Q A��^� Y. V c o e e florida BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All 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: X 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: Prime Construction Group, Inc. Firm Name Signature Wyatt H. Hazy, Vice President/COO Name and Title(Print or Type) 6/22/2021 Date 00480a ITB#21-008 Downtown Master Stormwater Pond&Park 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 exceeding $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 .S C. 1001. Date June 22 ,20 21 . By: Wyatt H. Hazy Vice President/COO (Title) Official Address (including Zip Code): 1000 Jetstream Drive Orlando, FL 32824 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00481-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00482 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 Prime Construction Group,Inc. by Wyatt H. Hazy, COO (Print individual's Name&Title) whose business address is 1000 Jetstream Drive Orlando, FL 32824 2. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), 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 1, 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(1)(a), 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 term "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 00482-1 ITB#21-008 Downtown Master Stormwater Pond&Park 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(1)(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 1, 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 6/22/2021 . 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 INFORMA 0 CONTAINED IN THIS FORM. ( gnature)Wyatt H. azy,Vice President/COO Date: 6/22/2021 00482-2 ITB#21-008 Downtown Master Stormwater Pond&Park Prime Construction Group, Inc. Name of Bidder(Contractor) STATE OF Florida COUNTY OF Orange Sworn to (or affirmed) and subscribed before me by means of El physical presence or 0 online notarization, this 22 day of June , 2021 by ZACIMgy &I LOS in the state of Florida County of Orange . ,.o0Pit:, ZACHARY _ �: Notary Public•State of Florida I Notary Public ;X Commission/HH 130374 S 1P 1 . ,F .` My Comm.Expires May 16,2025 My Commission Expires: �! �2� Bonded through National Notary Assn. END OF SECTION 00482-3 ITB#21-008 Downtown Master Stormwater Pond&Park 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 x have/ 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 X 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$10,000. I also agree that I will retain such ce i ati is in my files. Date June 22 ,2021 . By: (Signature f Authorized icial) wya H.Hazy Vicett Presid , ent/COO Prime Construction Group, Inc. (Name of Prospective Construction Contractor or Subcontractor) 1000 Jetstream Drive Orlando, FL 32824 (Address of Prospective Construction Contractor or Subcontractor) (407) 856-8180 59-3210337 (Telephone Number) (Employer Identification Number) END OF SECTION 00483-1 ITB 3121-008 Downtown Master Storntwater Pond&Park 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 furnish 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 Bidder:Pri e Construction Group, Inc. By: • (Authorized Signature) Title:Wyatt H. Hazy Date:6/22/2021 00484 ITB#21-008 Downtown Master Stormwater Pond&Park A`�®®� CERTIFICATE OF LIABILITY INSURANCE DATE 201 12/28/2020IM THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-813-229-8021 CONTACT NAME: Cierra Lewis, CISR M. E. Wilson Company, LLC PHONE 813-349-2240 FAX 813-354-4807 (A/c.No.Ext): ovc,ND): E-MAIL clewis@mewilson.com 300 W. Platt St. ADDRESS: Ste 200 INSURER(S)AFFORDING COVERAGE NAIC# Tampa, FL 33606 INSURERA: CHARTER OAK FIRE INS CO 25615 INSURED INSURER B: TRAVELERS IND CO OF AMER 25666 Prime Construction Group, Inc. TRAVELERS PROP CAS CO OF AMER INSURER C: 25674 1000 Jetstream Dr. INSURERD: FCCI INS CO 10178 INSURER E: Orlando, FL 32824 INSURER F: COVERAGES CERTIFICATE NUMBER: 61003704 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE .JNSD_WVD POLICY NUMBER IMMIDOIVYYY) (MMIDOIYYYY( LIMITS — A X COMMERCIAL GENERAL LIABILITY DTC05R235711C0F21 01/01/21 01/01/22 EACH OCCURRENCE g 1000000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 300000 MED EXP(Any one person) $ 5000 PERSONAL&ADV INJURY $ 1000000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2000000 X PRO- POLICY JECT PRO- POLICY PRODUCTS-COMP/OPAGG $ 2000000 OTHER: $ E AUTOMOBILE LIABILITY 8105R2360372126G 01/01/21 01/01/22 COa aecitlent)MBINEDSINGLELIMIT $ 1000000 (E X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY Per accident) $ AUTOS ONLY AUTOS ( X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) PIP $ 10,000 C X UMBRELLALIAB OCCUR CUP5R2368482126 01/01/21 01/01/22 EACH OCCURRENCE $ 5000000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5000000 DED X RETENTIONS 10000 $ D WORKERS COMPENSATION Y/N MO 100064192 00 01/01/21 01/01/22 PER ERH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE 1, N/A E.L EACH ACCIDENT $ 500000 OFFICERIMEMBEREXCLUDED7 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 500000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Bid Purposes c/o Prime Construction Group THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Jetstream Drive Orlando, FL 32824-7106 AUTHORIZED REPRESENTATIVE Orlando, FL 32824 �' 2 I USA \U 4—`�• l�t.�9�� _ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CL001 61003704 r - Form Request for Taxpayer Give Form to the (Rev.January2011) Identification Number and Certification requester,Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown on your Income tax return) Prime Construction Group,Inc. Business name/disregarded entity name,if different from above a, rn Q. c Check appropriate box for federal tax w classification(required): 0 IndividuaVsole proprietor ❑ C Corporation ❑✓ S Corporation 0 Partnership ❑Trust/estate ac ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► ElExempt payee e � p�, ❑ Other(see Instructions)P Address(number,street,and apt.or suite no.) Requester's name and address(optional) a 1000 Jetstream Drive a, City,state,and ZIP code cn Orlando,FL 32824 List account number(s)here(optional) :'Part 4i'F Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line I Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — — entities,it is your employer identification number(EIN),If you do not have a number,see How to get a - TIN on page 3. Note.if the account Is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. 5 9 — 3 2 1 0 3 3 7 I l I I :Part.il Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a U.S.citizen or other U,S,person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the iRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage Interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 4. Sign Signature of Here U.S.person P Data► C?(.12,`t- 2002,i General Instructions Note.If a requester gives you a form other than Form W-9 to request your TIN,you must use the requester's form if it is substantially similar Section references are to the Internal Revenue Code unless otherwise to this Form W-9. noted. Definition of a U.S.person.For federal tax purposes,you are Purpose of Form considered a U.S.person if you are: A person who is required to file an information return with the IRS must •An individual who is a U.S.citizen or U.S.resident alien, obtain your correct taxpayer identification number(TIN)to report,for •A partnership,corporation,company,or association created or example,Income paid to you,real estate transactions,mortgage interest organized In the United States or under the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation •An estate(other than a foreign estate),or of debt,or contributions you made to an IRA. •A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a U.S.person(including a resident alien),to provide your correct TIN to the person requesting It(the Special rules for partnerships.Partnerships that conduct a trade or requester)and,when applicable,to: business in the United States are generally required to pay a withholding 1.Certify that the TIN you are giving is correct(or you are waiting for a tax on any foreign partners'share of income from such business. Further,in certain cases where a Form W-9 has not been received,a number to be issued), partnership is required to presume that a partner is a foreign person, 2.Certify that you are not subject to backup withholding,or and pay the withholding tax.Therefore,if you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt partner in a partnership conducting a trade or business in the United payee.If applicable,you are also certifying that as a U.S.person,your States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership Income from a U.S,trade or business status and avoid withholding on your share of partnership Income. is not subject to the withholding tax on foreign partners'share of effectively connected income. Cal.No.10231X Form W-9(Rev.1-2011) viimisumwommumnimair'i .,. • „... ..: . . i .*.;f::-" "•,:844;.,• Ron DeSantis,Governor . Halsey Beshears,Secretary ••••,P.-*-.4` — !•4',_:••• ) • 7,1 Florida ..;.:1,..,-:.!-.:7-,k,.•,p----.......,,%.,. . , ,,,,,, : ,....'4"."-,2,0;P:.••'.• 1. i it '.:' Q. .4,1: •',4--$71'711 ( '. IIP v.:'' '''..`' ,:ri ' •C'''* ‘ -S5'4"-74# * ' '2'1'1 1'1 4,- ,, - I \ ,,ti :‘N.......-'. 1.-,••••• i ..,..,:....v.otgorxi;... . STATE OF FLORIDA ''''•'•.4........ .17: 145"2:-/ . i . 'C'Ciij" -•10.r• . . '.-----7''.--- DEPARTMENTOF BUSINESS PROFESSIONAL REG.ULATION, ,.. . . I CONSTRUCTIONINDUSTRYILICENSING BOARD . . • ...,-, ,14T ,' ,:s,„, --, ,,-,-,..„, c', 11..,, ,„1..v.,,,,.„ t.,) ,,,,,,• ..„.„ .,,z,. • THE UNDERGROUND UTILITYd'.66EXCAVATIONifCaliEREIN IS CERTIFIED UNDER THE ,... ,. ,..,,,,, ,,,1:‘,..f.',•S,; ,,,,-11",,,,.. •,.:—..---.".,,'•,,,'- 4.1,0,.• ,,,,4,, II . ,,c-5,.. `,0.',„..1-`,.e.:.:".•-,:.. ,-,,,21 -.4`;.;.---.--•••-••• --'4,-.)•%..",•• 'Q:.+, . •'P"'',t, ..,,--'-'• •• ','''..-- ""'"rt.c.':"'"!---• , e- -1'-'-r ' PROVISIONS 489-7F LORIIDA„i3STATUTES ; ....,,,,,,,,,..A..„........,y.,......., ...,.. ,..,,•,,-.f.„....--.. .., ,• •.,•,. • 1 . ,• tie .,.`5:,'Z'=":•-;"••::::=;-72:-----7----4',A7.!,•.4;•:):i%;;...,,•••••'•i:',....-7'----;;;—•••.•:'•.•"..'••,L.i. :....›),"..-.:12."..,1'2 , `ril•E`leCe.'•--••,. ..::••;...--••••r.;:ii 7,11q1:-1, , - r'':.---:-4-1",111"---::„,:i1;•i'=:,TX ' -,:::2f jr- ----7•44';r:ri .-.::,:-ti:?1 , Ay c.z,zi4-„p-i-:-...-_-:,.,,, ,:'.7.—;,-4,-;'.i.pi,..:.?,,f• 7.= :71:1 ::..-...- .7_:.....r__::...?„.1,. . ,,9l,.'i,d.-nr;5',4 P•.-.,,f.r,•„-,•t,--,i..-,,.-,„,..1.i.n„,1r',:,z.1.‘.r.,.•,4.),•:;•,.,f1•:,,,:..;1.,,f1';%'q,t':,p:7,,-:,:,,,,,.•..7.:-7:-,--..'..t1.z--511.-r,,,;,,4,,.:-i0,,i,L,fI.;.:,'5.s-i1,.-g,51-.::5':::7;iiM r:s:,;.ci;-:--:.:.t-•_-.7--;179Y-...:,f--7.?.-,:.,,:,:,,.:,,':!,..,'1,4;,.1.,.:,.-,;-;;,•.-:,„:,.,_:-,:.•.:.:-,.7,",:-,:•,:_.•,._:,.,`,jf;!f,i,:...ii,..--..;,7 ;;-_,k.,..,._.r,L4•A-s—:7-1*--g,-:,iv?';):.,:-:..•t,r-:,:":.-,:,:,:13-1'.-k11,.-t rL'i,„•-2•.....,,1 i )1zL4 -, - - p: , r -_ e ' 4 -L=7 ` _ ,1L * 7 zj,,,.;•-.•rz",).,:..'i - K p, 1•.i'1 B,..-HAZYAIWIttATTIMAY:.AIA.Im:-:Pi tii -t---:?-_-:-.,,....:,..-:7,,,cz,:zy p 4 '12..kLi77-PAT:;; --Z.--7-t--"...1-; a1'' ' '' 0 ' G 0 - -- ' ''''.--'' 1 V PRI.MaC.ONSTRU Q.-.V. N, ,-R0e,15-,,-TNC, , ,.':- ?f,„,,. ...„ , 1 ,,._,,,., .,,,,,,, '71,0000ETSTREAKDRIME, ,,,-.- i4.,11.,4-1 1 ,. ',-,'''• '...:,,:::,-.,,t-,_5,,,1-%.,.-_,,,,,,-.. ,,e.:.-,,,f•,..F.?,.T,A,T...,-41.. .,:::i,q37,-,,,K- r,',, 'ORLAND.0.-,- ?,',.T.',1.4,iikOlift--328241,- - 'if:.:' 116,,,:1,.".-.41:;.2,:,;.7),-4,1: :::;:t;'.;,' '. ,1‘,.., .?3,., ‘.-1•':..,,,,,..,,,,z,,,%---,-- 1,4::.,:;'."--:..,,-im ow,;f',:,:-..1,',--. „ 44-` • . ‘r,,!,).-,j;t' yl -4'i,,,-7,_:..:..z.:.-,..fiS,c,r., ,ii,vi'''2,11,-,," , ._. i.- ••,,, el. F' ' '''',..-. -m','•'1',,''','•'' '/fP '`.1.,' '9,1';',.. ,i1 ,--..4"-,C3.,"t"..':;.€'4,1,,,,i,l'.1.,t),;;;;:,,,%.)- ...,;..,:., 'Y,---',„•.'",r' !L .LICE•NSE-NUMBERL,Cy2— .. . , -•'' • ,_2-----..L.,,A.--2,-,.•- .---....., •,,," ii EXPIRATION,.DATE: AUGUST 31, 2022 •1 • • . • ,.: Always verify licenses online at MyFloridaLicense.com . .r.1 ., . • ., , ,,. . . • , ' rIVIiiii .714 • N. 54. Do not alter this document in any form,, ill '''' r_n•-• 'xii,''a• "ct• This is your license.-It is unlawful fcir anyone other than the licensee to use this document. 1 F.r 4-.6.ic • i„ • 1 I ... . I . ..„ . ,. .. . ...• . . . , . . .. .„. . . .. - II, • • .... ...;:&-lcliE.'sti? Ron DeSantis,Governor . ....i :-..,.c.- -------•-•*, Halsey Beshears,Secretary' p ' Florida •. . ...;, ,...„••.:.:i-g5.0-.,_...i . . • . . . • ,,,44,7-..!..,t.'''• - =7- ,-,,•,:*.,;15 , ii -i.,-'• '.'-'=-:-•"'.-1--, e sf '''..r.' ;i:• 1•';‘'''''',:,:' g • . . 11, Pk'V PO •: 1,;.....c. .,'"'..„5rAr., ... . . • ,, i FLORIDA STATE OF, ..:•,..i.,.., ,...-...0.4„:4c, . ...... ...... • 1 DEPARTMENT.p..F.,:.BILISINES .AND PROFESS.1,0, ,NAL REG.ULATION . . . , . .. , . • • • CONSTRUCTION. ,. .....„,. • .,....—.,- . ..,i..4.; .. ,,,, ,..„,....„. • .. :',INDUSTRrtICENSING.BOARD 1 1 g 4:+1`')•-s.,, . . - i • . 11 , . - THE GENERAL COHN17,RA6' 17-1.5,11R;;;7c.:,,,,H,7E7,R;71-E1-N1,..i11S.'„,..”:54--5'F,-TlIFiED,UNDER THE . .., 1 (A". ''=••- <''''1.2‘,..-k.ad,l'il-j14,rf.V.7``-'---- l' . ri \I' I g. O S 0 Klfl-SOF•I't HAPVER48•917,FL:011104,-STAT UT ES . .,.rR„, Al. '%.•A-r-/AL-.:-:•-.--,:-.---------4.0,f,,,q\p,,,. .' ----...--4,,g,• •-.).4.:`,Lc,-,•,,,L,--frie‘;•,:„.1-,:\ ••,. . q • • etr,„,,'/.,tp,-7---ges.:!......:, =,frIr.y.w't;pt.:: 7-7- ..,Fiya,;:z(-.4.1 .',';',...1yr,~ Y:\„ . ,, , ,,„, ; /..7-4n-r.,(1,1--z_--,:c1,-j,„___20,4,,i,,-,WT;',?1,— -A :•::-_•—.7-'''''r c'e?, lft? 1 ' .• . Pi pec."•;7:`te> -&,-k-7-7.7erlr''-',:04 7-- 7-11 — '----77".. i.--- ,...•1:1 I, ,4--- ,-,f tt,,,,,,,.„, •—----..,.- — 7,-,:,,,,i--" ___,.::.-”, .---'''''t."'1:':-----1,1'.11.4:',"-il-, - .--7'.--. ''.-.7-- '7:44'17 •— ; ''..P''1111";--,i;q1.1,,-- -,4,01. It.:-27— .,-, A.', -- T;.,,,..-,.._, • ,.... o...f,f.,'—,i.-,,,.1.1x,-.; ,..-- tr, --.,-,'.,..x tv.p,,,,q,„7-.,0;;,?1,,...,,,,---elt, t'.' i..z.,,,,21 ity.:TA;--:_011T.:::.:017:,..tr.iliq,..-.....""/:7-t! ....11-..-f.. ir-;-70-,7-, ,r--"' , 11' -- EgV-7!", .---,-Zd..;'" -"0...44,-:!--,1`..41'iW.'-c':-.7.r:/ `,4 -1.,:te.,44s-111'' '"1 'I , !,,,,,,,....,,,41.71".!,, ...s.4,":.1.):11i-,7).7"!;;±•;:t.: itl'Iltt::..1-944"5:7431,1411rmilim4'7114e1 11:11 • • . 1 riti:.! 4.:1{1 A.'"--=''''Cit,%•,-1.1,0?,'AZ.;,:rijite9ES.J.0.5-tirri—i.1 ill BRAcroxE7:.ittcyruAK-L, :---- ;- ,. .-- : - r r - , i ....,•,.3k "t•,..„_„-1,...1,1._„T.1,,..,„L=.,•..„......:. --06k,-,..,--z4.47:.21• 11 r;r.Z.74.1 1. . .• -''''I41 ''''''''lik0•;'''''f' 1.1111111'Of5.'ll'I''''-'77t:::.•-:'*71-`-i'lf:ifl!:,!.:,;,',1147-----saaFej t.,,,,,,,,,,hie 1 • V 7711-' ;'''.' '-filbert° G-!--. e' 't t-'' PR,i1N4Ei'CONS,','I ,--, ---t• R UrF4,4•,N10.,4,;t4 4, • t i. r,,,,,,r„=,,,,,4....';,•...,4.',4,,,,,,,.i ir„...-r..,,'-----,,r,-.,,,,4, ,,..t,,,,,, ,,••,-4-fr .=i)-,;,-• jit 1 . .. ''-'0' '11 '''''''' '''IbOti'IETSTREAMIDRLME.Ai?,,,,-22, i' . ,.. •. 1 , , .. . \‘‘'`'il5f '‘.4:•••,'.'11...:•-,',,,,,,I,•,,,,4 ,...4.,7"4-'irpl.-4-.,-",f.:•-rey441.‘,1i.,,-,,;;),:-,',;-4-t...;-•!---,p;-.4,,,,-----,,,,„e-er g 1 • , GR• ,•, 4,.,, .,„4,,,,,,,,,,,t% r,',...' -',. 1;frr,• 7•••( el , I ,, ',et':!,f.P•--1-7-,TA-,-214.-d.F..11302-,-..,5v1;7iTW''?..,0/ ,,,/ • ',e,`.• ,,''' ',.::-.L,ii.,--.7g.i ---ill'-':,,Izi.r,'aiii•,i':;•!,;;;3`,IP:.;-. ,;4:;:* ,c`-''' , :. , ,;,,,,, 41''';L ;-(7F-',„- ----::7-7-7-- ',40,,,,,..;•:,;: li••,q;`!f,,,I.Ip`-,,c,-.i.,,;-,;,,,„,;,',4,-' ,.,} ‘o,.'..,11] -1,-`,:: :",;;--7,-;:,,,'•'-' ••i'•?69-kAt.-' l'%,.D. ,,,,;;;,' .f • . . ' , ,L.c.,..j t,.1.,,,- ...:7•''''_, v.1:71 ,*%,. :.,.;:i., ..c, 1 I . 1 LICEhSENUMBERnCGC1526668 ., ,.. if '-''''""''' ''''''-'•'-*•'-',... ..1.-:,--- 022. . . EXPIRATIONIDATE: AUGUST 31, 2 . 1 Always verify licenses online,at MyFloridaLicense.com • 1 i!WI 0•.-• .'-' .. riZI '-• =I I ,1 1. -.1 ,. .0.1 •,., ii • d'F.,3...,. Do not.,alter„this,document in any form. „qv ll El 41. ° -,*Fall ri . L . This is your license...Itis unlawful for anyone other than thel!censee to use this document. ,., . . . , . .. . . _ . . . DBPR-HAZY WYATT HAYATO;Doing Business As:PRIM... https://www.myfloridalicense.com/LicenseDetail.asp?SID=&i... 4 • 3:09:28 PM 625t202f • Licensee Details Licensee Information Name: HAZY, WYATT HAYATO (Primary Name) PRIME CONSTRUCTION GROUP,INC. (DBA Name) Main Address: 8835 UPPER PERSE CIR ORLANDO Florida 32827 County: ORANGE License Mailing: LicenseLocation: 1000 JETSTREAM DRIVE ORLANDO FL 32824 County: • ORANGE License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225568 Status: Current,Active Licensure Date: 04/22/2019 Expires: 08/31/2022 Special Qualifications ' Qualification Effective Construction Business 04/22/2019 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395- The State of Florida is an AA/EEO employer.CQpyriaht 2007-2010 State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released In response to a public-records request,do not send electronic mall to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions, please contact 850.487.1395.*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an emailaddress if they have one.The emalls provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. 1 of I 6/75/7(191 1-n9 PM Licensing Portal-View Public Complaints. https://www.myfloridalicense.com/viewcomplaint.asp?SID=&li... 3:0933Pfd 6452o2: Complaint Details Below Is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints filed with the Department;for example,all complaints against Community Association Managers(CAMs)are available to the public,regardless of whether any appear below,and may be requested directly from the Department. The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against en individual or entity or to make a public records request for complaints listed please visit our Public Records page. You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Unlicensed Activity Cmmplaints pgge. For more Information about CAM complaints,please visit the f, page.. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back'button to return to the Licensee Details Screen. Number Class Incident Status Disposition Disposition Discipline Data Date Date-Description 25e1 alai.steee Read Tafehasend Fl 1,194:t Mood: renrn,t rennet;;Customer Contact Center:850.487.1395 The State of Ronda S an AA/QO eOpbyet ce53deht 20DZj01QteteofFlorida privacy siatement Under Fbrida Its,erred addresses are Fubac records,If you do not vaunt your erre,address released tt response to a pubsarecords request,do rot send electronic null to Ms entby.Instead,contact the office by phone or by Imdelenel Ref If you have any questions,please correct 850.a87.1395..PURlmrd to Seedon 455.275(I1,Fbrtle Statutes,effective October 1,2012,ace nsees licensed under rhapter455,F.S.msst proves the Oepanoors welt an email eadRis f they have one,The epees proe dad may be used for oflem cammrnicatbn fifth the @comae.fboeoer erred addressee are puts record If you do net Min to supply a pendrxl address,picric provide the Depnmrem with an teed eddmss which con be made areal*to the putelc. • • • 1 of 1 4/lc/MI1 -Z410 DIUf DBPR-BRACKETT,CHARLES JOSEPH III;Doing Business... https://www.myfloridalicense.com/LicenseDetail.asp?SID=&i... 238:03 PM 625/2021 Licensee Details • Licensee Information Name: BRACKETT, CHARLES JOSEPH III (Primary Name) PRIME CONSTRUCTION GROUP, INC. (DBA Name) Main Address: 1201 WATERWITCH COVE CIRCLE ORLANDO Florida 32806 County: ORANGE License Mailing: LicenseLocation: 1000 ]ETSTREAM DRIVE ORLANDO . FL 32824 County: ORANGE License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC1526668 Status: Current,Active Licensure Date: 07/10/2018 Expires: 08/31/2022 Special Qualifications Qualification Effective Construction Business 07/10/2018. Alternate Names • View.•Relat_ed License Information View License Complaint 2601.Blair Stone Road,Tallahassee FL 32399:: Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright 2007-2010 state of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic pall to this entity.Instead,contact the office by phone or by traditional nail.If you have.any questions, please contact 850.4B7.1395:*Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter455,F.S.rrwst provide the Department with an email address if they have one.The enails provided may be used for official communication with the licensee.However email addresses are public record.if you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. 1 of ncnm1 7•24 ME Licensing Portal-View Public Complaints https:l/wwwmyfloridalicense.com/viewcomplaint.asp?SID=&li... t , 23509 PM 6252021 Complaint Details Below Is a listing of public complaints regarding the person or entity selected.This may not reflect all public complaints flied with the Department;for example,all complaints against Community Association Managers(CAMS)are available to the public,regardless of whether any appear below,and may be requested directly from the Department The Department Is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed please visit our Public Records paeq. You can search.for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search unlicensed Activity tomp[ s saga, For more information about CAM complaints,please visit the CAMS page. Name: The Status and Discipline Description below is only the status of a complaint.To see the status of this license select the"Back"button to return to the Licensee Details Screen. Number. Class Incident Status Disposition Disposition Discipline Date Data Date-Description 2601 alai.Glens Rem,ranahees.r 5z19gr:1 Emal:%sctssss rnntart morn.::Customer Contact Canter:550.4e7.1395 The State at Flortla b en/NEED enplosc Se2eliettli21.Psivas steteenem UtderFlodda low,!eat adOessea ant poste rece do If you 0e not want lour mai antn.s ndaased to reopenm to a pubic-reeords,etryest,00 not land ebet'tc nod td tnb emfty.keno d,eentOU the bObe by phone Or by eradtknal,m0 0 you have any questions,please contact 1350.497.1395.•P rsumc to Seaton 455.725(1),Florida Statutes,effective October 1,2012,&ensues teemed uwrierehaptera..FS.need mottle the Department nth an tool/Whets f they have ene.Tbe ends provaed nay be used for ofrclal eomtun0atlon rah the here*.Weever email addresses are pubic rx9,d. you do not MO to supply a personal addless,please prowtle the Dapsmmr.t sash an eneta55ess which can be node available to the pubic, • • i of 1 .r/25no9.1.211R PM Detail by FEI/EIN Number http://search.sunbiz.org/Inquiry/CorporationSearcli/SearchResu... DIVISION OP CORPORATIONS tLff r DI VOW i'I if �ll�y. org vl(:) 2RJ2Arfrroq� UfJir1u1.5tare of Florida nebsitr pgpartment of State / Division of Corporations / Search Records / Search by FFIft;IN Number/ Detail by FEI/EIN Number Florida Profit Corporation PRIME CONSTRUCTION GROUP,INC. Filing Information. Document Number P93000078767 FEIIEIN Number 59-3210337 Date Filed 11/08/1993 Effective Date 01/01/1994 State FL Status ACTIVE Last Event 'AMENDMENT Event Date Filed 12/19/2003 Event Effective Date NONE Principal Address 1000 JETSTREAM DRIVE ORLANDO,FL 32824 Changed:01/20/2005 Mailing Address 1000 JETSTREAM DRIVE ORLANDO,FL 32824 Changed:01/14/2010 Registered Agent Name&Address BRACKETT,CHARLES J, III 1000 JETSTREAM DRIVE ORLANDO,FL 32824 Name Changed:03/05/2019 Address Changed:05/16/2018 Officer/Director Detail Name&Address Title VICE PRESIDENT AND SECRETARY HAZY,WYATT H 8335 UPPER PERSE CIRCLE 1 of3 6/25/2f)7.1 7.3R PM Detail by FEI/EIN Number http://search.sunbiz.org/Intiuiry/CorporationSearch/SearchResu... ORLANDO,FL 32827 Title PRESIDENT AND TREASURER BRACKETT,CHARLES J, III 1201 WATERWITCH'COVE CR ORLANDO,FL 32806 Annual Reports Report Year Filed Date 2019 - 03/05/2019 2020 01/09/2020 2021 01/14/2021 Documentimages 01/14/2021—ANNUAL REPORT View image In PDF format 01/09/2020—ANNUAL REPORT View image in PDF format 03/05/2019—ANNUAL REPORT View image in PDF format 05/16/2018—AMENDED ANNUAL REPORT View image in PDF format 01/10/2018•—ANNUAL REPORT View image in PDF format 04/17/2017—AMENDED ANNUAL.REPORT View image In PDF format 04/12/2017—AMENDED ANNUAL REPORT View image In PDF format 02/13/2017—ANNUAL REPORT View image In PDF format 02/09/2016—ANNUAL REPORT View image in PDF format 03/02/2015—ANNUAL REPORT View image in PDF format 02/11/2014—ANNUAL REPORT View image in PDF format 01/29/2013—ANNUAL REPORT View image in PDF format 02/10/2012—ANNUAL REPORT • View image in PDF format 02/18/2011—ANNUAL REPORT View image In PDF format 01/14/2010—ANNUAL REPOBt; View image in PDF format 02/14/20_19—ANNUAL REPORT View image in PDF format 01/14/2008—ANNUAL REPORT View image in PDF format 01/04/2007—ANNUAL REPORT View image in PDF format 01/20/2006—ANNUAL REPORT View image in PDF format 01/10/2005—ANNUAL REPORT View image in PDF format • 01/12/2004—ANNUAL REPORT View Image In PDF format 12/19/2003—Amendment View image in PDF format 01/10/2003—ANNUAL REPORT View image in PDF format 02/20/2002—ANNUAL REPORT View Image In PDF format 04/25/2001—ANNUAL REPORT View image in PDF format 02/26/2000—ANNUAL REPORT # View image in PDF format 07/15/1999—ANNUAL REPORT View image in PDF format 06/25/1998—Amendment View image in PDF format 01/20/1998—ANNUAL REPORT View image in PDF format 04/25/1997—ANNUAL REPORT View image in PDF format 02/14/1996—ANNUAL REPORT View image in:PDF format 04/25/1995—ANNUAL REPORT f View Image in PDF format 2 of 1 6/25/2021.2:38 PM Mayor Commissioners Rusty Johnson Larry Brinson, Sr, District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner, District 3 Robert Frank George Oliver III, District 4 ocoee florida June 1, 2021 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB #21-008 DOWNTOWN MASTER STORMWATER POND & PARK This addendum shall modify and become a part of the original ITB documents for the Downtown Master Stormwater Pond&Park. This addendum consists of one (1)page. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. The bid opening date has changed. Q1. Please extend the time for questions and bid date. Subcontractors and suppliers have requested additional time because material prices are taking longer to procure. Al. The bid opening scheduled for Tuesday,June 8,2021 at 2:00 p.m. has been rescheduled to Tuesday,June 15,2021 at 2:00 p.m. local time. The last day for questions has been extended until Friday,June 4,2021 at 12:00 p.m. Shannon Hopper Purchasing Technician cc:Steve Krug,Public Works Director Mayor Commissioners Rusty Johnson Larry Brinson, Sr,District 1 Rosemary Wilsen,District 2 City Manager Richard Firstner, District 3 Robert Frank George Oliver III,District 4 ocoee florida June 8, 2021 ADDENDUM NO. TWO (2) CITY OF OCOEE ITB #21-008 DOWNTOWN MASTER STORMWATER POND & PARK This addendum shall modify and become a part of the original ITB documents for the Downtown Master Stormwater Pond & Park. This addendum consists of twenty-five (25) pages including attachments. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. The bid opening date has changed. Q 1. An additional extension of the bid date is requested. Al. The bid opening date scheduled for Tuesday, June 15, 2021 at 2:00 p.m. has been rescheduled to Tuesday, June 22, 2021 at 2:00 p.m. local time. The last day for questions has expired. Q2. Please provide the Geotechnical Report and/or borings taken for this project. A2. See attached PSI Report No. 07572346. Shannon Hopper Purchasing Technician cc:Steve Krug,Public Works Director intertek Report Geotechnical Engineering Services Proposed Downtown Stormwater Pond Ocoee, Orange County, Florida PSI Report No.07572346 intertek Project Number:07572346 December 04,2019 Professional Service Industries, Inc. 1748 33`d Street,Orlando, FL 32839 Phone: (407)304-5560 Fax: (407)304-5561 Mr. Richard Campanale, P.E. City Engineer City of Ocoee 301 Maguire Road Ocoee, Florida 34761 RE: Report Geotechnical Engineering Services Proposed Downtown Stormwater Pond Ocoee,Orange County, Florida PSI Report No.07572346 Dear Mr.Campanale: In general accordance with PSI Proposal No. 0757-293210 and your authorization, Professional Service Industries, Inc. (PSI) has provided geotechnical engineering services in connection with the noted project. This letter report presents an overview of the fieldwork and laboratory testing completed by us in connection with the project as well as our opinion on the geotechnical aspects of the project. PROJECT INFORMATION The project site is located in Downtown Ocoee, Florida. More specifically,the project site consists of 6 locations near the west side of Starke Lake and within the future wet bottom stormwater pond. PSI was requested to conduct a geotechnical subsurface exploration program by performing auger boring at each requested location. PSI was provided with an exhibit indicating the location of the auger borings. Based on the exhibit provided to us,3 of the auger borings are located in the right of ways and 3 of them located on City owned properties. If any of the stated information is incorrect, PSI should be notified so appropriate changes to our evaluations/ recommendations can be incorporated in this report. FIELD EXPLORATION General Our field exploration,as requested,included six(6) hand auger borings at the locations provided by the City to a maximum depth of eight (8) feet below the existing grade to collect soil samples from the in-situ soils. Soil samples were recovered from the auger borings at each change in soil stratum. Borings were located in the field using handheld GPS equipment. Upon completion of hand auger borings, the borings were backfilled with soil cuttings.The approximate locations of the borings are presented on Sheet 1 in Appendix1. Engineering Certificate of Authorization 3684 www.intertek.com/building Project Number:07572346 City of Ocoee m December 04,2019 Page 2 of 3 The soil types encountered at the specific boring locations are presented in the form of soil profiles on Sheet 2 in Appendix 1. Included with the boring profiles is a legend describing the encountered soils in USCS format, measured groundwater levels and results of PSI's laboratory testing. Soil Conditions The results of PSI's hand auger borings are presented in the form of soil profiles on Sheet 2 in Appendix 1.The stratification presented is based on visual observation of the recovered soil samples, laboratory testing and interpretation of field log by a geotechnical engineer. It should be noted that variations in the subsurface conditions are expected and may be encountered between and away from PSI's borings. Based on the borings completed by PSI,the encountered soils generally consist of fine sand to slightly silty fine sand (SP,SP-SM materials)from the existing grade elevation to 2 to 7 feet below the grade elevation. Materials below the upper clean sand to boring termination depth (on the order of 7 to 8 feet) generally consist of silty fine sand to silty,clayey fine sand (SM,SM-SC materials). Groundwater Conditions Groundwater was observed in the borings at depth on the order of 3.5 feet to 4.5 feet below the existing grade at the time of our fieldwork. One boring(AB-1) did not encounter groundwater within the boring limits (8 feet). Soil Hydrologic Group Based on PSI's auger borings, as well as a review of the soil boring logs provided to PSI by the City of Ocoee and performed by others in the downtown area(Appendix 2),in general,the majority of the encountered soil profiles between approximately 5 to 6 feet (1 foot spacing) below the existing grade generally consist of silty sands, clayey sands and silty-clayey sands (SM,SC or SM-SC materials).The encountered soils are considered very low permeable materials and based on our experience;the permeability rate of those soils is expected to be on the order of one(1)foot per day or less.Therefore,based on the criteria determined by NRCS in our opinion the soils within the depth interval approximately 5 to 6 feet below the existing grade do not meet the requirements of soil Type A. It should be noted that,in general,those soil profiles with Type A soils within the referenced depth interval,were generally underlain by Type C or Type D soils. intertek www.intertek.com/building psA Project Number:07572346 City of Ocoee e December 04,2019 Page 3 of 3 REPORT LIMITATIONS Our professional services have been performed and our findings obtained in accordance with generally accepted geotechnical engineering principles and practices.This company is not responsible for the conclusions,opinions or recommendations made by others based on these data. The scope of the exploration was intended to evaluate shallow subsurface conditions in the vicinity of the proposed stormwater improvements and does not include an evaluation of potential deep soil problems such as sinkholes. If any subsoil variations become evident during the course of the project,PSI should be notified immediately so that it has an opportunity to observe the characteristics of the encountered conditions. The scope of our services does not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil,groundwater,or surface water within or beyond the site studied. Any statements in this report regarding odors,staining of soils,or other unusual conditions observed are strictly for the information of our client. CLOSURE We appreciate the opportunity to be of service on this project and we trust that the foregoing and accompanying attachments are of assistance to you at this time.In the event that you have any questions or if you require additional information,please call. Sincerely, PROFESSIONAL SERVICE INDUSTRIES,INC. Certificate of Authorization No.3684 Behnam Golestani, Ph.D., P.E. Robert A.Trompke, P.E. Principal Consultant/Senior Project Engineer Florida Geotechnical Practice Leader Florida License No.84787 Florida License No.55456 07572346 Report(City of Ocoee—Proposed Downtown 5tormwater Pond).doc Attachments • Appendix 1 • Appendix 2 intertek S I www.intertek.com/building `411' APPENDIX 1 intertek •www.intertek.com/building T; �r S;a«a N vti43+eveY - - 4. i 3 4 i ilEl. w*E SS Ali r tip► '. B 1 .St• tom ; .,r 7 , ,,to ., .. « ' , .:jT1T.e`, „- w, AB-3 ...., A LEGEND `Ey'�e St-r, ,` y y \ APPROXIMATE LOCATION OF r { �.{ { AUGER BORING ' w, �, a i T { '' j .1 uha_ •t to t%W#. } t - # • A6 " ,, rt , j I .. cl .. r #" II v.: ; e i t, �yAB6►i,.� . t • 4 . Ti M x M' anegnoM:. 17.`+4 I c wt, a ?, {S �,y 3tik S it -- -- — aY "y" , . GEOTECHNICAL ENGINEERING SERVICES 1. , ro ;3,a,c,te. .. __ ... 7 ----- PROPOSED DOWNTOWN STORMWATER POND n I T 't i., , ".'*`..,..a. _ , OCOEE,ORANGE COUNTY,FLORIDA rth --t,, \ ,.,:,;lk,5 intertek LOCATION PLAN FSI SCALE:1"=300' ''''s DJW '``n'-E NOTED "oy'''' 07572346 CHKH: VM °"TE: 11.15.19 SHEET: 1 LEGEND DARK GRAY FINE SAND TO SLIGHTLY SILTY FINE AB-1 AB-2 AB-3 AB-4 AB-5 AB-6 m 0 SAND,(SP),(SP-SM) Q _ .,: O tT-0 Otm OSILTYFINEND,(SP),I(SPS DTOSLIGHTLYI— _ O2GRAY SILTYFINE SANDTOSILTYCLAYEY FINELi O2 3.5/ .. O2 4.0yOOSAND,(SM),(SM-SC)z _. y11-14-19 O4,5 — 4.55 _ !- = 11-u-,D O3 (SP) UNIFIEDSOILCLASSIFICATION GROUPSYMBOL11-74-19 11-ta-7D 11-14-19~ O3i ~ O ~ O4.5DEPTH TOGROUNDWATERLEVELIN FEETWITH1t-14-19 DATE OF READING w — —-?0D-12 00=20 C2I — �=?5 J GNE auv )g GNE GROUNDWATER NOT EVIDENT IN UPPER 1 Q q-�e 8 FEET OF BORING SOIL PROFILES -200 FINES PASSING#200 SIEVE IN PERCENT SCALE:1"=5' LL LIQUID LIMIT IN PERCENT PL PLASTIC LIMIT IN PERCENT PI PLASTICITY INDEX GEOTECHNICAL ENGINEERING SERVIC ES PROPOSED DOWNTOWN STORMWATER POND OCOEE,ORANGE COUNTY,FLORIDA intertek psi DRAWN: DEW SCALE NOTED PRO).NO'. 07572346 CHRD: VM DATE 11-15-19 SHEET: 2 APPENDIX 2 N W D OD0 m ��1 0 .15' *E I'I '! o s o Z ^ O s RjC Y. ' 'A y -� I - sM► ' r— D �' m 'Qr.EI D i i 3 W Ott:,;$• i1 kit. ^ ' • i .. , I Ifir, '.4•-•• 1 kJ-V 4 • • - -I EI +D ��- )'NIs ! N II 11. I; D n- 7 ' + piIt m + *� — ._. 1.- t, X p; 0 t rE 11:1 l it r—17 11 iii, ._ ,c- .., . ,. Z T to P r v o -II. r i z -0D I 6 zso w ' z a,,,..•'./ ., 1 Al BECHTOL ENGINEERING GEOTECHNICAL SERVICES na. RK CT �� 4/11/18 AND TESTING,Inc. DOWNTOWN OCOEE - LP NOTED ROADWAY IMPROVEMENTS OEUEII LP I'D' G17175 LONS1I71I.0 6EOTELNNICAL ENVIROMIEMAL AND IN AN.TESTVI6 ENGINEERS OCOEE,FLORIDA .vno.Eoe Cm..olAwK.c„on U.ooxvsT TB SHEET Al SOIL PROFILES _ LI 0wIh VERTICAL SCALE:1'=5' a Z 8 2 y TB-1 TB-2 TB-3 TB-4 AB-1 AB-2 AB-3 AB-4 E . p N N N IN _ 9 16 I CD Ll 9� Q 24� 0 10't Q mL 0 0 .;: �,5 — .,. 1a III © 22 III Qj 9"?;: jO ”'" Ill O r22 32 6 .5: eW — 220' © 38� 8P LL _ 15� 37� 6� W0 10 23 01 Q24 10 0r: MOM 00 SOIL SYMBOL LEGEND— >� <x 15 ___ 25 © 14 12 or ■OPASPHALT OR BRICK PAVER PAVEMENT SECTION9® /01 ® ®OBSOIL-CEMENT OR LIMEROCK BASE SECTION = u'W�O<o8 '— 0 MIXED DARK BROWN TO BROWN AND GRAY-BROWN FINE r ;O — OQ © p1 SAND TO SLIGHTLY SILTY FINE SAND,(FILL],(SP),(SP-SM), w Z _ 6 LOOSE TO MEDIUM DENSEx20 _ _ 7 O8 7 o ZOLDSE ROWN TO GRAY-BROWN FINE SAND,(SP),VERYOwo — rejLIGHT BROWN TO BROWN AND LIGHT GRAY TO LIGHT_ 30GRAY-BROWN FINE SAND,(SP),VERY LOOSE TO MEDIUM y ® DENSE 25 8 8 6 DARK BROWN TO DARK REDDISH-BROWN SLIGHTLY p4 SILTY TO SILTY FINE SAND,(HARDPAN TYPE],(SP-SM), ( iQ / 1 (SM),MEDIUM DENSE TO DENSE— 8DARK BROWNTOBROWN FINESAND TOSLIGHTLY SILTY WS — ' OFINEG,(SP),(SPSM),MEDIUMDE (u,9®" ®� LIGHT GRAY TO GRAY AND LIGHT BROWN TO BROWNZ W3D5 6 15 i 6' Ei R AND GRAY-BROWN SLIGHTLY CUIYEY TO CLAYEY FINE C5 g OSAND.SOME WITH SANDY CLAY.(SRSC),(SC).LOOSE TO ,. 'g DENSE LL] S IZI 0 GRAY SANDY CLAY,(CL),MEDIUM O # UNIFIED SOIL CLASSIFICATION GROUP SYMBOL AS ~h ii (SP) DETERMINED BY VISUAL EXAMINATION ()ti i a , GROUNDWATER LEVEL,REFERENCED IN FEET TO Ill2 1.� EXISTING GROUND SURFACE,DATE OF READING m C `� 4A GROUNDWATER NOT ENCOUNTERED TO DEPTH OF o 1 GNE BORING ON DATE NOTED STANDARD PENETRATION RESISTANCE IN BLOWS PER '= N FOOT gi co w z SOIL PROFILES W VERTICAL SCALE: 1-=5' v Z 0 = CO AB-5 AB-6 AB-7 AB-8 AB-9 AB-10 AB-11 AB-12 S s o P _- o_ , z ° — —, 0 — � o f!O O O O F co '— a 0 Q a co r _ y :77t:,. DE ® vim. 6••• .44; ; ® .14 I: 10 0 it WVi2 SOIL & SYMBOL LEGEND .06o ■ OP ASPHALT OR BRICK PAVER PAVEMENT SECTION 8 Z a O ®0SOIL-CEMENT OR UMEROCK BASE SECTION ••E O R W O L MIXED DARK BROWN TO BROWN AND GRAY-BROWN FINE r ;O * 0 SAND TO SLIGHTLY SILTY FINE SAND,[FILL],(SP),(SP-SM), w 2 LOOSE TO MEDIUM DENSE 0 Y DARK BROWN TO GRAY-BROWN FINE SAND,(SP),VERY O LOOSE LIGHT BROWN TO BROWN AND LIGHT GRAY TO LIGHT G Oy GRAY-BROWN FINE SAND,(SP).VERY LOOSE TO MEDIUM DENSE DARK BROWN TO DARK REDDISH-BROWN SLIGHTLY [1:00 SILTY TO SILTY FINE SAND.[HARDPAN TYPE],(SP-SM), 0 i (SM),MEDIUM DENSE TO DENSE Z m5 DARK BROWN TO BROWN FINE SAND TO SLIGHTLY SILTY W QQ O FINE SAND,(SF),(SPSM),MEDIUM DENSE W y LIGHT GRAY TO GRAY AND LIGHT BROWN TO BROWN Z IZ B AND GRAY-BROWN SLIGHTLY CLAYEY TO CLAYEY FINE C9 5 SAND,SOME WITH SANDY CLAY,(SFSC),(SC),LOOSE TO Z • '' DENSE LV 1 0 0 GRAY SANDY CLAY,(CL),MEDIUM Q( t UNIFIED SOIL CLASSIFICATION GROUP SYMBOL AS Z 2 W (SP) DETERMINED BY VISUAL EXAMINATION B GROUNDWATER LEVEL,REFERENCED IN FEET TO Lu CO2 jj EXISTING GROUND SURFACE,DATE OF READING Q S g 4- GNE GROUNDWATER NOT ENCOUNTERED TO DEPTH OF »vie BORING ON DATE NOTED u STANDARD PENETRATION RESISTANCE IN BLOWS PER `v N FOOT `oi SOIL PROFILES - ° I- c VERTICAL SCALE:1'=5' O co lg. AB-13 AB-14 AB-15 AB-16 AB-17 AB-18 AB-19 AB-20 a 11 fl®1 0 f OO ©d o " �— 1-- 0 1,1 0 Q. �— N O ® ®F fill 5 09 =4 � Oal © ` E a3.W se ENE 'W z 10 -- O co V co SOIL & SYMBOL LEGEND O < 0 ■OP ASPHALT OR BRICK PAVER PAVEMENT SECTION w W Z>K a ri o •E 0SOIL-CEMENT OR LIMEROCK BASE SECTION i w O MIXED DARK BROWN TO BROWN AND GRAY-BROWN FINE I!!O O O 1O SAND TO SLIGHTLY SILTY FINE SAND,(FILL],(SP),(SFSM), w LOOSE TO MEDIUM DENSE Z OO DARK BROWN TO GRAY-BROWN FINE SAND,(SP),VERY LOOSE O LIGHT BROWN TO BROWN AND LIGHT GRAY TO LIGHT 0 0 GRAY-BROWN FINE SAND,(SP),VERY LOOSE TO MEDIUM DENSE DARK BROWN TO DARK REDDISH-BROWN SLIGHTLY ED pA SILTY TO SILTY FINE SAND,[HARDPAN TYPE],(SFSM), Z W (SM),MEDIUM DENSE TO DENSE 8 DARK BROWN TO BROWN FINE SAND TO SLIGHTLY SILTY LW LW 2 • FINE SAND,(SP).(SFSM),MEDIUM DENSE (Li E LIGHT GRAY TO GRAY AND LICHT BROWN TO BROWN ialAND GRAY-BROWN SLIGHTLY CLAYEY TO CLAYEY FINE C9 OB SAND,SOME WITH SANDY CLAY,(SP-SC).(SC).LOOSE TO Z u s DENSE ILI e 122 0 GRAY SANDY CLAY.(CO,MEDIUM O 2 k_ UNIFIED SOIL CLASSIFICATION GROUP SYMBOL AS I--.N (SP) DETERMINED BY VISUAL EXAMINATION T U� zP GROUNDWATER LEVEL,REFERENCED IN FEET TO m 2 ,. EXISTING GROUND SURFACE,DATE OF READING ^ ¢ e 1 GNE GROUNDWATER NOT ENCOUNTERED TO DEPTH OF ---1 d.g mne BORING ON DATE NOTED 11 N STANDARD PENETRATION RESISTANCE IN BLOWS PER o a FOOT s ANTILLIAN ENGINEERING ASSOCIATES, INC. AlIt B-22 B-21. 4- 0B-20 • B-19 .' B-18 B-17 B-1 B-2 B-3 B-4 • B-16 +4--.D+ 0 B-15' B-5 B-6 .` B-14 • B-13 .' B-12 �' B-11 B-10 r - B-9 B-7 ® - - B-8 LEGEND APPROXIMATE LOCATION OF SPT BORING Figure developed from site plan furnished by Client. TTTT BORING LOCATION PLAN 201512 OCOEE WEST SANITARY TRANSMISSION PROJECT FIG. 2 1-4 ANTILLIAN LOG OF BORING B-4 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: GNE DATE: 8/14/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w w w )- j J H ° w DESCRIPTION o 2 N U - a c� a z O o CO a ¢ w 0) 0 Dark brown fine SAND with silt(SP-SM) 8 SS -loose,light brownish gray - 5 SS -very pale brown 6 12 SS Medium dense,pale brown silty fine SAND(SM) 4.0 5 - 15 SS -brown 17 SS Medium dense,light brownish gray clayey fine SAND(SC) 7.0 / 23 16 19 SS 10 10.0 A-5 414, ,4NTILLIAN LOG OF BORING B-5 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: 3.2 DATE: 8/24/15 COMPLETION DEPTH: 30.0 LOCATION: See Figure 2 DRILLING METHOD: Mud-Rotary w a x W J I- D d 0 Q ,� o 0 0 I- a z Ill DESCRIPTION Wp c CO ov U d U o < H 2 to " O n. < w \ CO 0 HA Gray fine SAND with silt(SP-SM) *. :....., tOH SS -very loose 5 I � J 12 SS Medium dense,pale yellow clayey fine SAND (SC) 5.5 1 1 14 SS 25 SS -very pale brown • 12 10 _ A l2.0 18 SS Medium dense,very pale brown silty fine SAND(SM) 15 I 5 SS -loose 20 I 7 SS 25 27.0 10 SS Stiff,light greenish gray CLAY(CL) 69 33 30 A 30.0 A-6 ANTILLIAN LOG OF BORING B-6 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: 3.0 DATE: 8/18/15 COMPLETION DEPTH: 30.0 LOCATION: See Figure 2 DRILLING METHOD: Mud-Rotary w w a H a > a w DESCRIPTION p co N U - a U w < a v ¢ W Cl) O O C c° 0 10 SS Loose,gray fine SAND with silt(SP-SM) - 6 SS Y. 7 SS Loose,pale yellow clayey fine SAND(SC) 4.0 / 32 18 38 18 5 j - 16 SS -medium dense 16 SS 13 SS 10I '. : 12.0 11 SS Medium dense,very pale brown silty fine SAND(SM) 22 15 1 4 SS -very loose 20 1 6 SS -loose 25 - 27.0 16 SS Very stiff,light greenish gray CLAY(CL) 79 26 30 A 30.0 A-7 ANTILLIAN LOG OF BORING B-12 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: GNE DATE: 8/17/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w IA • a I W � J � ❑ a o Q „ o 0 0 a z w DESCRIPTION < p g N U -I d U In < 1_ , col— .J co O a .1w \ 0 0 Dark gray fine SAND with silt(SP-SM) 1 6 SS -loose -' 4 SS Very loose,light gray fine SAND(SP) 2.5 1 7 SS -loose,white 5 -I 9 SS Loose,yellowish brown clayey fine SAND(SC) 5.5 24 SS -medium dense,very pale brown 39 SS -dense f :•: 10 10.0 A-13 ANTILLIAN LOG OF BORING B-13 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: GIVE DATE: 8/17/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w w CO a F J I- a- W DESCRIPTION p 2 N U a U z a O o vai a a w 0 Gray fine SAND(SP) 1 7 SS -loose -' 9 SS -very pale brown 5 21 SS -medium dense,white 5 -' 55 SS Very dense,very pale brown clayey fine SAND(SC) 5.5 : 26 SS -medium dense 29 20 35 14 11 SS -light yellowish brown 10� 10.0 A-14 ANTILLIAN ALOG OF BORING B-14 SHEET 1 OF 1 NGINEERING ASSOCIATES,MC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: GNE DATE: 8/14/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w ui a I a > n w z a O 2 -� Q w 1— W 00 0 J a z J DESCRIPTION ❑ cv U .J n. U O < a . . Haio w 0 Gray fine SAND(SP) 1 2 SS -very loose -I 4 SS -very pale brown 4 1 6 SS -loose 5 -I 21 SS Medium dense,light gray clayey fine SAND(SC) 5.5 ,. -- 1 33 SS -dense,light gray and pink 29 SS -medium dense j 10 10.0 A-15 ANTILLIAN LOG OF BORING B-15 �'� SHEET 1 OF 1 .ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: 6.3 DATE:- 8/14/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w w u) a w F. a 0 J a z J DESCRIPTION ¢ 0 N 0 JJ a 0 w ¢ H , uu) O 0 w p a v� w \ Cl)CD 0 HA Light brownish gray fine SAND(SP) - -light gray 1 6 SS -loose 5 8 SS 15 SS Medium dense,light gray clayey fine SAND(SC) 7.0 5:;,,. 20 SS -with yellowish brown sand seams !.. 10 10.0 A-16 ANTILLIAN LOG OF BORING B-16 SHEET 1 OF 1 ENGINEERING ASSOCIATES,INC. PROJECT NO: 201512 SURFACE ELEVATION: Unknown PROJECT: Ocoee West Sanitary Transmission Project GROUNDWATER DEPTH: 3.5 DATE: 8/24/15 COMPLETION DEPTH: 10.0 LOCATION: See Figure 2 DRILLING METHOD: Continuous Split-spoon w cn ❑ a •c _ w J r ❑ a 0 nJ > n W 0 a z J DESCRIPTION p CO2 N U a O LIJ❑ < H Co O a w In 0 8 SS Loose,gay fine SAND with silt(SP-SM) - 7 SS 9 SS 5— - 40 SS Dense,yellow clayey fine SAND(SC) 5.5 yi 20 12 61 SS -very dense 37 SS -dense 10 13.0 4 SS Very loose,pale yellow silty fine SAND(SM) 18 5 SS -loose 6 SS 8 SS 30.0 A-17 �°i • r ~,. i ` N r ,4 --®`' ,g. E±5�5 er�slar•aa.-.. i r�- ,� Jeer-Sta ad _ { - `1, .rFrl ' t r f' a0 "V _ a W r �� '�!+ TM. SRf"` 61 � r� . _, � • S � •0kevr c l _ r 2i_� +-n ti thhi..........,..._,.....j tom. -i +'4, a.' . I i B-2 .� ',� B-5 r z - t i B-� ri.;,g 3 B-4 It ft �,• + LEGEND r •I B-g APPROXIMATE LOCATION OF .1 i . STANDARD PENETRATION i• ( „ 1, B_' B- TEST BORING ► a • 1 _- .• -' , _ r . . , . _ :,.. 'Y , # 1 ' E Ncre 3r F E,-12 rl 11 _ f.' k'e` I t � rI • `s' `3., �' •,k ;—,- {,.�1 • f' GEOTECHNICAL ENGINEERING SERVICES CIT OF OC• OEE M NICIPAL DE ELOPMENT t • i m PROPOSED E PANSIONS AND ADDITIONS 'f- t - jp;`, y•- OCOEE,ORANGE COUNTY,FLORIDA r` ; s a,:. - G In or-nzation { , •� I f"'�U To Build On LOCATION PLAN Engineering • Consulting • Testing oAwr. DJW SCALe. PkO1 A 07571836 SCALE:1"=300' cr.<�. MT DATE 9-13-17NOTED 4iEB: 1 _ LEGEND LIGHT BROWN TO BROWN FINE SAND TO B-1 B-2 B-3 B-4 B-5 B-6 m O SLIGHTLY SILTY FINE SAND,(SP),(SP-SM) 2.6'ASPN4L7 2.5 ,4$P/NC7 25'ASP,441r 6'&4SEC1N/RSE 6'BlSELYX/RSE 6'BASECXUNSE NA NA NA NA NA NA El O GRAY-BROWNCLAVEY FINE SAND,(SC) 0— 0w — w — w ?rR7--✓ 0 0 L Q j L ' j L �' b-7s w L 2.Si�r w r O3 GRAY-BROWN SILTY FINE SAND,(SM) aIL-25=a a 54.0 a O a -9-29-17<L 1,4 L it 5— 4 kv-22 6.0j -� 9-9-17 li ' _200-4 4 9-e-17 1 ® O GREEN-GRAY CLAY,(CH) - �'� — Q1 9-7-17 14 11 kv:72 B O - — 9-7-17 w=20 9-7-17 7 4 4 -200-17 (SP) UNIFIED SOIL CLASSIFICATION GROUP SYMBOL 10— 11-NP PC=NP ® STANDARD PENETRATION RESISTANCE IN eill 4 4 7 NA BLOWS PER FOOT USING AN AUTOMATIC 15— HAMMER - W 20- I OO 7/ �/ O0 _ DEPTH TO GROUNDWATER LEVEL IN FEET WITH 4 w=� 9-7-17 DATE OF READING 2D0-96/ O 7 1 0 W NATURAL MOISTURE CONTENT IN PERCENT 25_— I - -200 FINES PASSING#200 SIEVE IN PERCENT I- - L J 30_ 1T1e 14 Kv COEFFICIENT OF VERTICAL PERMEABILITY - IN FEET PER DAY W-J9 35_ _� Z8 LL LIQUID LIMIT IN PERCENT _40 1 26 0 PI. PLASTIC LIMIT IN PERCENT — - NP NON PLASTIC 45— a 0 50— 1 SOIL PROFILES SCALE:1"=1 d GEOTECHNICAL ENGINEERING SERVICES , CIT OF OCOEE MI INICIPAL DE ELOPMENT PROPOSED El 1PANSIONS AND ADDITIONS OCOEE.ORANGE COUNTY,FLORIDA / l Inform ldationOnrg To Bui Engineering • Consulting • Testing DRAWN- DJW SCALE: NOTED "01 N0. 07571836 CHSD MT DATE. 9-13-17 SHEEI 2 LEGEND LIGHT BROWN TO BROWN FINE SAND TO B-7 B-❑ B-9 B-10 B-11 B-12 m OO SLIGHTLY SILTY FINE SAND,(SP),(SP-SM) NA NA NA NA Ns NA 0— n r,[ 1.0 t — 0 — 0 — o t 51 o 0 O2 GRAY-BROWN CLAYEY FINE SAND,(SC) 3.0 t 09-20-17U O C9 O C2 LI O C8 O �J C 4.0 I S 4.0 y S 4,0 g 9-25-n8 1 Q O3 GRAY-BROWN SILTY FINE SAND,(SM) — 9-8-17a 1 O Kr�ls Q i 2 —.Q L®98u17 a 1 <9-15-17 - -5 5_ �I�I 3 _200-12 9 -aor�� 23 was K•-* 1 0 GREEN-GRAY CLAY,(CH) Ky./0 12 Kv-2J 1 1,j 10_ 1 i (SP) UNIFIED SOIL CLASSIFICATION GROUP SYMBOL w-n Q O 2L1�-Ja 1— STANDARD PENETRATION RESISTANCE IN Lit 15— le NA BLOWS PER FOOT USING AN AUTOMATIC Lk. _ 0 0 HAMMER -- 20— 1 O STANDARD PENETRATION RESISTANCE IN _ _ Q (� N S BLOWS PER FOOT USING A SAFETY HAMMER W 25— 1 0 1 0 4 3 7O t DEPTH TO GROUNDWATER LEVEL IN FEET WITH o - Qa 9-7-17 DATE OF READING -100•30— 1 I � 8 5 W NATURAL MOISTURE CONTENT IN PERCENT _ -200 FINES PASSING#200 SIEVE IN PERCENT 35— v li I COEFFICIENT OF VERTICAL PERMEABILITY IN - Kv FEET PER DAY 40— 5 9 SOIL PROFILES SCALE:1"=10' GEOTECHNICAL ENGINEERING SERVICES 1 CIT OF OCOEE MUNICIPAL DE JELOPMENT PROPOSED El IPANSIONS AND ADDITIONS OCOEE.ORANGE COUNTY,FLORIDA FFMInformation To Build On Engineering • Consulting • Testing DRAWN: DJW SCALE: NOTED mi"I° 07571836 °NCD: MT DATE: 9-13-17 L LLI 3 Mayor Commissioners Rusty Johnson Larry Brinson, Sr,District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank40 George Oliver III,District 4 ocoee florida June 16, 2021 ADDENDUM NO. THREE (3) CITY OF OCOEE ITB #21-008 DOWNTOWN MASTER STORMWATER POND & PARK This addendum shall modify and become a part of the original ITB documents for the Downtown Master Stonnwater Pond&Park. This addendum consists of forty-eight(48)pages including attachments. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification.The bid date of June 22,2021 at 2:00 p.m.local time remains the same. **Important Note: REVISED BID FORM ATTACHED** In accordance with the information contained within this addendum, the Bid Form has been revised. Bidders must use the attached revised Bid Form;your bid will be disqualified for failure to use the revised Bid Form. Answers to questions 1-47 received and or amendments to the bid documents and noted plans sheets are provided in the attached Memo from GAI Consultants and made part of this addendum. Also see the following additional answers to questions received. Q48. Please supply the specific backfill requirements for the Retaining Walls. The drawings reference the Geotech Report as a source, however the Report only addresses in-situ soils, and doesn't specify the specific backfill requirements. A48. Please reference the Retaining Wall section of the Andreyev Geotechnical Report attached to this addendum.The backfill soil needs to be free draining sandy soil. Q49. Reference the Type A Light Poles and Fixtures, please confirm these will be supplied by Duke Energy. The electrical subcontractors have received their scope of materials from the supply house and all the supply houses have stated they are excluded. A49. See the attached revised bid form and electrical sheets E-501 and E-902 have been updated to resolve conflicts on the plan. Shannon Hopper Purchasing Technician cc:Richard Campanale,City Engineer Steve Krug,Public Works Director Attachments:Geotechnical Investigation Report,Andreyev Engineering Revised Plan Sheets:XC-102,C-202,C-101,C-301,C-306,C-307,E-501,E-902 SECTION 00300 REVISED BID FORM SUBMITTED: (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID ITB #21-008 Downtown Master Stormwater Pond&Park NAME OF BIDDER: BUSINESS ADDRESS: PHONE NO.: CITY, STATE, ZIP: CONTRACTOR'S FEDERAL I.D.NUMBER CONTRACTORS FLORIDA LICENSE NO.: 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 ninety (90) 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. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: 00300-1 REVISED ITB#21-008 Downtown Master Stormwater Pond R:Park (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 00300-2 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park Documents 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. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project 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 3.2 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: 1. Bid Forms (entire Section 00300, 00301, 00301A, 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 (Section 00480a) 5. Certification of Non-segregated Facilities (Section 00481) 6. Sworn Statement on Public Entity Crimes (Section 00482) 7. Certification of Nondiscriminatory Labor Practices (Section 00483) 8. Certification Regarding Scrutinized Companies' List(Section 00484) 00300-3 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 1 of 5) REVISED General Requirements Item No. Item Description Quantity Unit Unit Price Total Price 1.00 General Conditions 1 LS 1.01 Mobilization 1 LS 1.02 General Liability Insurance 1 LS 1.03 Bonds 1 LS 1.04 Maintenance of Traffic 1 LS Electrical Electrical Service,Wiring& 2.00 Infrastructure (Allowance for electrical 1 LS service, panel, conduit&wiring) 2.01 Light A(Sternberg pole-top area lights 6 EA throughout the park) 2 02 Light B (Duke pole top area lights 2.02 2.02 throughout the park) DELETED DELETED 2.03 Light C(Bega light in railing system) 120 EA 2.04 Light D (Bega light in stairs) 12 EA Structural Retaining Wall (2/51.02) 10'Tall 3.00 (Concrete ret.walls that make up the 460 LF wet retention pond) Retaining Wall (3/S1.02) 7.5'Tall 3.01 (Concrete ret.walls that make up the 1,430 LF filter marsh) Retaining Wall (7/51.01) 3'Tall 3.02 (Concrete planter walls along the north 350 LF sidewalk) Retaining Wall (7/S1.01)4.'Tall 3.03 (Concrete planter walls along the north 276 LF sidewalk) 3.04 Retaining Wall (2/51.05)9'Tall (Conc 213 LF weir walls across the stream) 3.05 Concrete Steps 535 SF 3.06 Boardwalk Structure 10618 SF 3.07 Boardwalk Decking 10618 SF 3.08 Shade Structure (Per Plan) 1 LS Continued On Next Sheet 00300-4 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 2 of 5) REVISED Civil Item No. Item Description Quantity Unit Unit Price Total Price 4.00 Turbidity Barrier- Gabion Baskets 16 EA 4.01 Silt Fencing 4500 LF 4.02 Construction Entrance 2 EA 4.03 Demolition of Existing Structures 1 LS 4.04 Site Clearing 5.25 AC 4.05 Site Grading 5.25 AC 4.06 Pavement and Base Removal 845 SY 4.07 Modify Existing Inlet DS-28 1 LS 4.08 1" Mill of Existing Pavement on Franklin 1,530 SY Ave 4.09 Removal of Existing Drain Pipes and 200 LF Structures 4.10 Temporary Swale Construction 1 LS 4.11 Pond 2 Excavation 1 LS 4.12 Pond 1 Excavation 1 LS 4.13 Final Swale Construction 1 LS 1" Asphalt (Franklin Ave & Cul-de-sac 4.14 Parking Area) 3,886 SY 4.15 8" Limerock Base 1,178 SY 4.16 12" Sub Base 1,308 SY 4.17 Conc Driveway (6", 3,000 psi) 72 SY 4.18 Curb Ramp (ADA Compliant) 3 EA 4.19 Road Signage 4 EA 4.20 Roadway Striping 1 LS 4.21 Type Ribbon Curb 141 LF 4.22 Type F Curb 971 LF 4.23 Type Drop Curb 120 LF 4.24 18" RCP 220 LF 4.25 24" RCP 95 LF 4.26 30" RCP 410 LF 4.27 36" RCP 88 LF 4.28 60" RCP 95 LF 4.29 Type C Inlet 1 EA 4.30 Bubble Up Structure (Mod Type E Inlet) 4 EA 4.31 Drain MH 4 EA 4.32 Specialized Curb Inlet 3 EA 4.33 18" MES 2 EA Continued On Next Sheet 00300-5 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 3 of 5) REVISED Item No. Item Description Quantity Unit Unit Price Total Price 4.34 24" MES 1 EA 4.35 30" MES 1 EA 4.36 60" MES 1 EA 4.37 Jack and Bore 30" Pipe 44 LF 4.38 Headwall 1 EA 4.39 Rip Rap Rubble with Filter Fabric 35 TN 4.40 Drainage Connection to Existing 2 EA Structure 4.41 Pond 1 Orifice Structure 1 EA 4.42 Open Cut and Repair 470 SY Utilities 5.00 Water Main Removal 2,395 LF 8" DIP Water Main (include all 5.01 restraints,fittings, and bends) 465 LF 6" DIP Water Main (include all 5.02 restraints,fittings, and bends) 264 LF 5.03 Connect New Main to Existing Mains 3 EA 5.04 8" Gate Valve and Box 2 EA 5.05 6" Gate Valve and Box 1 EA 5.06 v 8" x 6" Reducer 1 EA 5.07 New Fire Hydrant Assembly 1 EA Landscape & Irrigation 6.00 2" Irrigation Connection and Meter Box 1 EA 6.01 Site Irrigation 1 LS 6.02 v Florida Flame Red Maple 6 EA 6.03 American Sweet Gum 5 EA 6.04 Slash Pine- 2.5" 27 EA 6.05 Slash Pine-4" 16 EA 6.06 Slash Pine-5" 14 EA 6.07 Southern Live Oak-5" _ 20 EA 6.08 Southern Live Oak- 10" 12 EA 6.09 Cabbage Palmetto 23 EA 6.10 Autumn Gold Bald Cypress 91 EA 6.11 Stiff Dogwood 22 _ EA 6.12 Winged Sumac 44 EA 6.13 ; Yellow Canna 195 EA 6.14 Blue Flag Iris 467 EA 6.15 Soft Rush 340 EA Continued On Next Sheet 00300-6 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 4 of 5 ) REVISED Item No. Item Description Quantity Unit Unit Price Total Price 6.16 Lizards Tail 550 EA 6.17 Rosinweed 757 EA 6.18 Iron Weed 47 EA 6.19 American Beauty Berry 132 EA 6.20 Dune Sunflower 191 EA 6.21 Tickseed 91 EA 6.22 Pink Muhly 1,559 EA 6.23 Mexican Water Lily _ 1,246 EA 6.24 Duck Potato &Arrowhead 81 EA 6.25 Great Bulrush 1,370 EA 6.26 Saw Palmetto 326 EA 6.27 Sand Cord Grass 2,778 EA 6.28 Fire Flag 698 EA 6.29 Dwarf Fakahatchee 1,041 EA 6.30 TifTuf Bermuda Grass 11,181 SF Site Hardscape & Furnishings 7.00 Concrete Sidewalk 6" 15700 SF 7.01 Reinforced Lawn 1,037 SF 7.02 Cable Railing 2,521 LF 7.03 Boat Ramp 530 SF 7.04 Installation of Bench SF1 provided by 5 EA City 7.05 Bench SF2A (Rough and Ready 10' 1 EA bench) 7.06 Bench SF2B (Rough and Ready 6' bench) 5 EA 7 07 Installation of Waste Receptacles 4 EA provided by City 7.08 Stabilization Fabric 38,952 SF 7.09 FL Limerock Gravel (Streambed rock) 360 CY 7.10 FL Fieldstone Boulders 95 TN N Cumberland Ave Roadway Improvements 8.00 Sediment Barrier 479 LF 8.01 Inlet Protection System 6 EA 8.02 Pavement Removal (Sawcut) 114 SY 8.03 Regular Excavation 20 CY 8.04 Embankment 20 CY 8.05 Type B Stabilization (Lbr40) (12") 249 SY 8.06 Optional Base Group 09 114 SY 8.07 Milling Exist Asph Pavt, 1" Avg Depth 603 SY Continued On Next Sheet 00300-7 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 5 of 5) REVISED Item No. Item Description Quantity Unit Unit Price Total Price 8.08 Superpave Asphalt Conc. Traffic C, 3.0" 119 TN 8.09 Inlets,Type 9,J Bottom <10' 3 EA 8.10 Inlets,Type 9, Partial 2 EA 8.11 Drop Curb Inlet 1 EA 8.12 Curb And Gutter,Type F 513 LF 8.13 Concrete Sidewalk, 4"Thick 175 SY 8.14 Concrete Sidewalk& Driveways, 6" 125 SY Thick 8.15 Performance Turf, Sod 551 SY 8.16 Thermoplastic, Std, White, Solid, 24" 12 LF 8 17 Thermoplastic, Std, Open Graded, 0.10 GM White, Solid, 6" Total Base Bid: Written Total Base Bid: Add Cost to construct Item 3.08 Shade Alternate Structure with tropical hardwood 1 LS No. 1 instead of plan material to match Bench SF2A. LEGEND: AC=Acre; AS=Assembly:CY=Cubic Yard;GM=Gross Mile; EA=Each; LF=Linear Foot;LS= Lump Sum: SY= Square Yard;TN=U.S.Ton Company Name: By: Notes: 1.Pay items obtained from the Florida Department of Transportation(FDOT)Basis of Estimates(BOE)dated 2014. 2.Reference Specification Section 01025 Measurement and Payment for a detailed list of Bid Items. 3.All areas disturbed by construction are to be restored to match existing to equal or better condition. 4.The Contractor is to verify all quantities prior to BID. 5. Bidders must bid on all Base Bid Items and Add Alternate No.I 00300-8 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 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 shall not 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 listed manufacturers/suppliers, by circling "A", "B", "C", etc. 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 circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled 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 listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (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 building, additional pumps or tankage, etc., shall be borne by others and not the Owner. 00300-9 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 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 item and the proposed item. "Base 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. 00300-10 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount Item or Spec Manufacturer/Supplier (Indicate Whether Material Section (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.) 00300-11 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 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) (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.: 00300-12 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park Strikeout(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 (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Authorized Signature) (Corporate Seal) Attest (Secretary) Business address: Phone No.: Corporation President: Florida License No.: 00300-13 REVISED ITB#21-008 Downtown Master Stoimwater Pond&Park 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 (Name) (Address) By (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.: 00300-14 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address: 14. Name and address of Surety's resident agent for service of process in Florida: 00300-15 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors,of , a corporation under (Contractor's Corporate Name) the laws of the State of ,held on the day of , 20_, the following resolution was duly passed and adopted: "RESOLVED,that (signature of individual) (typed name of individual) as 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 ITB#21-008 Downtown Master Stormwater Pond &Park 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 day of , 20_. (CORPORATE SEAL) (Corporate Secretary) STATE OF CITY OF The foregoing instrument was acknowledged before me this day of , 20_ by (name of officer or agent,title of officer or agent), of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced identification (type of identification) as identification and did/did not take an oath. (Notary Public) My Commission Expires: END OF SECTION 00300-16 REVISED ITB#21-008 Downtown Master Stormwater Pond&Park E IV 0 • •.gai,consuitatts Date: June 16, 2021 Project No. A180202.01 —Ocoee Downtown Stormwater Park&Pond To: Milen Womack From: Kevin Aust cc: Scott Land Subject: Bid RAI Responses Please find responses to the bid RAI's presented to date below. Bid RAI List— 5.27.21 1. Item 4.01 Silt Fencing, please provide a quantity. • Response:4500 LF 2. Reference Bid Form, please provide an excel version. • Response:An excel version is not available. Bid RAI List— 6.1.21 3. Item 4.08 of the bid form shows 1,530 SY of 1" milling, however the plan sheet C-201 does not indicate milling and resurfacing. The same only shows proposed asphalt. Per demolition plans, all related pavement is to be removed completely. Please clarify where the limits of any milling and associated resurfacing for Franklin Ave. • Response: Milling and resurfacing is proposed along Franklin Street and Kissimmee Avenue.This area is hatched on the demolition plan and site plan. 4. Item 4.14 of the bid form shows 3,886 SY of 1" asphalt. This quantity does not match the 1" milling item of 1,530 SY. Please advise the location of the remaining 1" paving. • Response: Franklin Street is to be milled and resurfaced. Remaining quantity of asphalt proposed along sections of Cumberland Ave and Kissimmee Ave shown on plans. 5. Asphalt Pavement Section detail on plan sheet C-306 shows 2.00"for the proposed parking area. The bid form does not provide a 2" asphalt item for new pavement. Please advise. • Response:The intent is to provide a 1" lift of asphalt in parking areas and another lift of 1"asphalt over the entire existing road and parking area to avoid any seams in pavement.Therefore,the quantity of asphalt required for the parking areas are included in the 1" asphalt line item. 6. Asphalt Pavement Section detail on plan sheet C-306 shows utilization of PG 76-22. Please confirm as this is not a typical application of PG 76-22. In addition,the asphalt does not match the type specified for N. Cumberland. Please confirm. 06/2019 Page 1 of 7 MEMO gaconsultants • Response:The callout on the asphalt pavement section on sheet C-306 has been revised to PG 67-22.A detail has been provided for the Cumberland asphalt pavement on sheet C-307. 7. Plan sheet XC-102 indicates milling and resurfacing for Kissimmee Ave. 1. Please confirm scope. The current hatching is for complete asphalt removal. 2. If milling and resurfacing is confirmed scope, please advise where contractor can expect payment. From milling and asphalt quantities it is unclear. • Response: Kissimmee Ave surface is currently millings. Resurfacing quantities are included in items 4.14 to 4.16. 8. Please provide the Geotechnical Report and/or borings taken for this project. • Response:Andreyev Engineering's report is attached hereto. Please see Addendum 02 for PSI's report. 9. Reference Plan Sheet S1.01 under the General Structural Notes,020000 Foundations, please provide the geotechnical data provided by Andreyev Engineering, Inc., reports No. GPGT-20-017 dated 3 April 2020 and 26 October 2020. • Response:Attached 10. Please extend the time for questions and bid date.Subcontractors and suppliers have requested additional time because of material prices are taking longer to procure. • Response: See Addendum 02 for current bid date. 11. Reference Plan Sheet S1.03, Detail 1, 2 and 3,it states"12" butt diameter timber pile driven per report in General Notes,Sections 020000&023500-Designated as"P-1" in plan,typ.".Then reference 023500(S1.01),"Install deep foundation units or systems only under the direct supervision of the Owner's Geotechnical Engineer,and consistent with the report and letter listed in section 020000 of the General Notes.Any information presented on the drawings indicating design,or predicted base bid pile tip elevations is based on those reports and letters, and is to be used only to define a base-bid quantity of work." Please clarify the base bid length versus driven to refusal as shown on Plan Sheet HA.14 and HS.15. • Response: Base bid pile tip elevation for"P-1" and "P-2" piles at shade structure is+86', base bid pile tip elevation for"P-1" piles at typical boardwalk is+84'.This represents a base bid pile length for all piles of 30',typically. 12. Note 12 under Excavation,Grading and Paving on sheet C-002 states that all testing will be paid for by the Contractor, but specification section 01450 states that the testing laboratory will be employed by the Owner. Who is to pay for the on-site quality control testing for this project, the Owner or Contractor? • Response:The City will use our Continuing Services contracts for Geotechnical Services to pay for the item. 13. On sheets HS.01&HS.02 there is a call-out for a retaining wall "W1". The note for"W1"on sheet HS.01 refers you to the structural drawings for details. These specific walls have no cut- through detail or call out on the structural plans. Please clarify the"W1"wall designs with details similar to all other planter and retaining wall shown on the structural plans. 06/2019 Page 2 of 7 • MEMO gai consultants • Response:W1 will match W2, bid per structural detail 7/S1.01. 14. Article 4.01.D states that the Contractor shall start work on land acquired by Owner is not all land as shown in the design has been acquired at time of start. Are there any parcels on this project that have NOT been acquired by the City of Ocoee for completion of this project? • Response:All work shown on this plan is on land that has been acquired by the City, except the railroad right-of-way.Work in the railroad right-of-way is permitted with Florida Central Railroad. 15. Article 4.07.J states the Contractor shall be responsible for all safety measures concerning the handling of asbestos pipe during removal,and Article 26.03.02 states all tapping saddles or sleeves shall be full-bodied when connecting to asbestos pipe. Plan sheet XC-103 callsout the existing 6"water main as PVC. Are the existing water mains to be removed on this project asbestos cement pipe or other material? • Response:The existing 6"water main is Class PVC 16. Note#7 on plan sheet XC-102 states that the"structures shall be tested for hazardous materials prior to demolition...", has the City completed any hazardous material testing for the structures to be demolished? If not,who will perform the testing? • Response:The City has demolished all above ground structures shown "to be demolished" on the plans.The remaining structures should not contain any hazardous materials to the best of our knowledge. 17. Please provide a manufacturer for the stainless-steel guardrail,sliding gate and handrail for the boardwalk,items R1, R2 and R4 on plan sheet HS.01. • Response: No specified manufacturer,these are all anticipated to be fabricated items specific to the project. Bidder shall be responsible to provide fabricated product to include the materials specified in the finish schedule and include shop drawing review in the process of executing the work. 18. Please provide elevations for the top and bottom of the separator walls for the outfall structure shown in Detail 1/S1.05 on sheet S1.05. The elevations on the plan sheet S1.02 and scaling on this detail at the 3/4"=1'don't seem to match. • Response:Top elevation of separator wall is+111.50', bottom elevation is+102'-0" at each of these walls. In addition, bottom of pond elevation at left side of detail "1/S1.05" is incorrect,and should read+106', and top of footing at lower left of detail "1/S1.05" is also incorrect, and should read+98.5'. 19. Please provide the structural detail as called out for S4—PIP Concrete Maintenance Ramp on plan sheet HS.01. No detail is provided in the structural plans. • Response: Provide 6"thick concrete slab w/#4@16"O.C.E.W.at mid-depth of slab at this location. Provide(2)#4 continuous bottom bars in bottom of thickened edge as shown in detail 3/HS.12,with 3"clear concrete cover to bottom of these bars,typically. 20. Please clarify"Heavy Exposed Aggregate Deep"and the concrete retarder for S4 as shown on sheet HS.01. 06/2019 Page 3 of 7 MEMO gai•consultants • Response:This is specialty concrete work, requiring mock-ups for review to confirm the finish prior to executing the in-place work. We expect a heavy concrete retarder will be necessary to achieve the level of exposure necessary to provide the desired look and grip on the ramp surface. A local example of the exposure we're trying to achieve are the Lymmo bus lanes on Magnolia Ave. in downtown Orlando. 21. Due to the volatility in the lumber and utility market,will the Owner consider adding an allowance item to the schedule of values for material escalation? • Response:The City will not consider adding an allowance. 22. On plan sheet C-202 the detail for the jack-and-bore under the railroad calls for a HDPE internal liner fused to the steel pipe. The specifications reference a carrier pipe with casing spacers, sand infill and masonry plugs. Please clarify the design intent of the steel casing and lining or carrier pipe for the jack-and-bore scope of work. • Response:The design intent is to use only one pipe as the casing and the carrier for the jack and bore instead of two separate pipes.The note on sheet C-202 has been revised. 23. Would the Owner/Engineer be open to consider Cured-In-Place Pipe(CIPP)as an alternate internal lining system to the HDPE liner.The CIPP system is learned to provide better flow capacity compared to the HDPE lining system. If CIPP is allowed as an alternate, please provide a design specification/criteria. (City Note:where does it call for HDPE on the plans?) • Response: Please see updated note on sheet C-202 for material type. 24. Note 9 on sheet C-202 references railroad company special insurance requirements and other related costs including permitting. Please provide these insurance requirements, permit requirements and fees,type of rail traffic utilizing this line, number of trains per day and schedule, as well as the owner of the rail line for cost estimating purposes. • Response:All permitting for the railroad crossing has been finalized by the City. 25. Will railroad flaggers be provided by the City of Ocoee for work performed within the railroad right of way? • Response: No,any flagging or TTC services should be provided by the contractor 26. Please clarify-based on the contract documents stating that the Contractor is required to test for hazardous materials and dispose(XC-102) along with drilling to determine the geotechnical properties is not normal industry practices to bid a project. Please confirm the City of Ocoee wants all bidding entities to do exploratory geotechnical and hazardous testing for this project prior to bid along with take full responsibility for it. • Response:The City's geotechnical contractor will evaluate any hazardous material properties and geotechnical properties. Contractor does not need to drill to determine geotechnical properties. 27. Reference the Jack and Bore under the CSX Railroad, please clarify who is responsible to apply for the permit under the CSX Railroad. • Response:The permit has been approved by Florida Central Railroad Company 06/2019 Page 4 of 7 MEMO gai-consultants 28. Reference the contract time schedule of 210 CD, has permit time been accounted for and what if the permits are delayed because of the number of applications currently being submitted to all permit entities? • Response:Should the permitting process for any of the elements cause a time delay,the City would consider extending the contract time. 29. Please provide CAD files. • Response: CAD files will be provided after the contract has been awarded. Bid RAI List— 6.4.21 30. Reference C-002,General Notes,#21: "Unsuitable material,as indicated by the geotechnical report,encountered within the project shall be hauled from the site and properly disposed of by the contractor at the contractors expense. Please provide a unit quantity and price line to specifically haul off-site and dispose of the unsuitable material based on the geotechnical engineer analysis. • Response: Removal of unsuitable material should be included in the 4.04 Site Clearing line item. 31. Reference existing electrical poles and wiring, please provide clarification on which pay item it is to paid under or has City of Ocoee determined that the contractor only needs to do the coordination with the local electrical company? • Response:The electrical pole removal should be included under line item 4.03 "Demolition of Existing Structures".An additional note has been added to the demolition plan for clarification. 32. Please provide the Trek representative and contact information.Trek has no knowledge of this project when called the national and local office. Please provide the specification for the Trek system:thickness,tread width. • Response:The project has not been directly coordinated with a Trex representative to date. Please refer to sheet HS.01,finish schedule items P2A and P2B,which call for Trex 'Select' model in Pebble Gray color,to be fastened with their hidden fasteners. Therefore,the decking spec is: i. Brand: Trex ii. Style: Select®Composite Decking iii. Type: 1"Grooved Edge Boards, installed with Trex Hideaway® Hidden Fastening System iv. Length:Select best fit for the layout to minimize end-to-end joints v. Color: Pebble Gray 33. There is not a Bid Item that is specific to Retaining Wall Section 6/S1.01 Please supply some clarification in this regards. • Response:See RAI and response#13 above. 6/S1.01 was intended to apply to hardscape designation 'W1',which no longer applies. Disregard 6/S1.01 for the bid. 34. Reference HS.14 and HS.15,all piles on this sheet are shown as an 8" dia butt pile,then on S1.02 Boardwalk Details the piles are shown as 12" round and 15"square. Please clarify. 06/2019 Page 5 of 7 MEMO ti gai consultants • Response: Bid the structural eng. design. 35. Bid date has been pushed to June 15th,however with no clarifications received,we hereby request an additional extension. • Response: City has approved a time extension on the bid date. 36. The retaining wall section details on sheet S 1.02 states"12-#5 cont.footing reinf—provide bars at all corners typ."This note is pointing to an intersection of two bars. Does the EOR want a#5 bar at all reinf intersection or 90 degree turns.There is not a bar shown on all 90 turns in the detail. • Response:This note circles a longitudinal bar that runs along the length of the footing— intent is to provide corner bars in plan where continuous footing and longitudinal footing reinforcing changes plan direction,typically. 37. On sheet HS-15 the Boardwalk Section calls out Strong-tie connection.Can the EOR detail the gauge required for this connection? • Response:See detail 3/S1.03;joist hanger to be Simpson Strong Tie"LU210" Double- Shear Joist Hanger, Galv. 38. The detail on sheet HS-15 for the connection to the wall with the strong-tie connection conflicts with the detail on sheet S 1.03 that calls for a "heavy duty angle bracket". Please clarify? • Response: Bid the structural eng. design. 39. Sheet S 1.03 please provide required thickness or gauge of the"heavy duty angle bracket" • Response: Provide 1/4"thick galvanized brackets at these locations,typically. 40. The plans only provide elevation for the boardwalk at locations where it meets sidewalk and the boardwalk overlook section. Elevations are required for the remainder of the boardwalk. • Response:Spot elevations are provided on sheet C-201 as described in your question. Most of the boardwalk"rides"on top of the pond retaining wall,which is itself level with a TOW elevation shown on the same sheet. The boardwalk elevation along the wall is therefore a function of the build-up above that wall. Deviations only exist at the boardwalk overlook area, as described on C-201 and in detail 3/HS.16, and at the section over the stream connecting to the sidewalk at the SW side of the cul-de-sac; which should be completed in a constant slope from the sidewalk to the boardwalk. 41. The elevations show that the boardwalk is only 1.17'above the T.O.W.. If this is the case is a the C-1 will only be 1.045'in length.Would it be necessary to install this pile? • Response: Bid short pile section acting as a stub column—we can entertain a mutually acceptable alternate at these locations if stub column becomes too cumbersome or awkward to construct and connect. 42. Sheet HS-15 the wall connection for the cross members call for a stainless steel bracket attached to the wall with a hot dipped galvanized bolt. Is this correct?Typically the material would be the same for both components. • Response: Please provide both as HD Galvanized. 43. On sheet HS-15 the Boardwalk plan calls a single joist and sheet S 1.03 Boardwalk Framing plan calls out a double joist at each bent. Please clarify this conflict. 06/2019 Page 6 of 7 MEWO 'gai.consultants • Response: Bid the structural eng. design. 44. Please verify the length of the Jack&Bore the plan and bid form show 44 linear feet but the detail shows a minimum of 84 If to maximum of 90 If? • Response:The Jack&Bore length is 44 LF. Detail has been revised accordingly. 45. Sheet HS-15 details 8" Dia. Butt pile but S-1.02 states P-1 is 12" round, P-2 is 15 square and C-1 is 12 round. Please clarify the correct diameter of the pile • Response: Bid the structural eng. design. Bid RAI List— 6.7.21 46. Should detail 7 on sheet C-306 call for the same binder requested on the new pavement detail on sheet C-307? • Response:The binder used on all new pavements should be PG 67-22. Refer to updated detail on sheet C-306 47. Sheet C-101 calls for Asphalt Pavement in the cul-de-sac but section C-C on sheet C-301 says "Concrete Pavement See Detail". Please clarify this on the plans. It might be clearer to title the detail on C-307 "Cul-de-sac Parking Asphalt Pavement detail".Also,the asphalt for the cul-de- sac should be two lifts for 1"SP-9.5. • Response: Detail and section revised accordingly. 06/2019 Page 7 of 7 Andreyev SANFORD OFFICE Engineering, 4055 St.John's Parkway Sanford,Florida 32771 Inc. 407-330-7763 V Groundwater V Environmental V Geotechnical V Construction Materials Testing April 3, 2020 GPGT-20-017 To: GAI Consultants, Inc. 618 East South Street, Suite 700 Orlando, Florida, 32801 Attention: Mr. Kevin Aust, PLA, LEED AP Subject: Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Dear Mr. Aust: Andreyev Engineering, Inc. (AEI) has completed a geotechnical investigation for the above referenced project location. At the time of this investigation, the area planned for construction of the Ocoee Stormwater Park is an existing residential neighborhood, with single-family residences and associated ancillary structures. In addition, a portion of North Cumberland Avenue extends through the proposed stormwater park location. We understand that the proposed site improvements for the stormwater park will include a boardwalk, supported on driven piles, that will extend outward, into the water body that is planned for construction. In addition, sheet pile walls, retaining walls, and paved parking/drive areas are planned for construction as part of the proposed site improvements. The boring locations and purpose of the borings were selected by representatives of GAI. At this time design plans for the proposed site improvements have not been provided to AEI for review. Once design plans for the proposed site improvements have been prepared, AEI should be afforded the opportunity to review the plans to confirm our geotechnical recommendations. AEI can perform additional engineering analysis and prepare supplemental recommendations at that time, if needed. This report presents the results of our geotechnical investigation along with an evaluation of the. soil and groundwater conditions encountered. SITE LOCATION AND DESCRIPTION The subject site is located in Section 18, Township 22 South, and Range 28 East, in Ocoee, Orange County, Florida. We have included the U.S.G.S. Topographic Map, which depicts the location of the site, on the attached Figure 1. In addition, the U.S. Department of Agriculture, Natural Resources Conservation Service (NRCS) map for the subject site has been included on the attached Figure 2. The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 2 PURPOSE AND SCOPE OF SERVICES The purpose of this study was to explore subsurface soil and groundwater conditions at this site for evaluation along the proposed boardwalk alignment that is planned to be supported on a system of driven piles. In addition, the soil and groundwater conditions at the proposed sheet pile wall locations, proposed retaining wall locations, and at the proposed paved parking/drive areas were investigated at this time. Also, the insitu soils within the proposed wet stormwater retention/detention pond area were evaluated for fill suitability. As previously noted, the boring locations and purpose of the borings were selected and described by representatives of GAI and some design details and concepts have not been finalized at this time. The scope of this investigation included: • Drilled one(1) Standard Penetration Test(SPT) boring, designated TB-1, to a depth of 35 feet below ground surface, at the proposed boardwalk observation deck location for pile foundation evaluation. • Drilled eight(8) Standard Penetration Test(SPT) borings, designated TB-2 through TB-9, to a depth of 25 feet below ground surface along the proposed boardwalk alignment for pile foundation evaluation, along the proposed sheet pile wall alignment for sheet pile foundation evaluation, and/or along the proposed retaining wall alignment for foundation evaluation. • Drilled two (2) machine auger borings, designated AB-1 and AB-2, to a depth of 25 feet below ground surface, within the proposed stormwater retention pond area, for fill suitability evaluation. • Drilled two (2) manual auger borings, designated HA-1 and HA-2, to a depth of 7 feet within proposed paved parking/drive areas to assist with pavement section design recommendations. Samples were recovered from the borings and returned to AEI's laboratory for visual classification and stratification. Soil strata were classified according to the Unified Soil Classification System (USCS). Approximate boring locations are shown on Figure 3, and results of the soil borings, in profile form, are presented on Figures 4 and 5. On the profiles, horizontal lines designating the interface between differing materials represent approximate boundaries. The actual transition between layers is typically gradual. NATURAL RESOURCES CONSERVATION SERVICE SOIL SURVEY The publication titled "Soil Survey of Orange County, Florida" published by the U.S. Department of Agriculture, Natural Resources Conservation Service (NRCS) was reviewed. For your reference, we have included a portion of the NRCS Soil Map which depicts the location of the subject site on the attached Figure 2. The two soil map units for the subject project location are identified as: Soil Map Unit 48: Tavares Fine Sand— Urban Land Complex Brief Description: "This complex consists of Tavares soil that is nearly level to gently sloping to moderately well drained and of areas of Urban land. This complex is on low ridges and knolls. on the uplands and on the flatwoods. This map unit consists of about 50 percent Tavares soil The Villages St.Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 3 that about 40 percent Urban land. The included soils make up about 10 percent of the map unit. Typically, the surface layer of Tavares soil is dark gray fine sand about 6 inches thick. The upper part of the underlying material, to a depth of about 10 inches, is grayish brown fine sand. The middle part, to a depth of about 48 inches, is pale brown fine sand. The lower part to a depth of about 80 inches is very pale brown fine sand that has common dark brown mottles. In most areas, the soils in this map unit are artificially drained by established drainage systems. However, the depth to the water table is dependent upon the functioning of the drainage system. In undrained areas, a seasonal high water table is at a depth of 40 to 80 inches for more than six months, and it recedes to a depth of more than 80 inches during extended dry periods. The permeability of Tavares soil is very rapid throughout. The available water capacity is very low. These soils have moderate limitations for septic tank absorption fields. Water control measures should be used to minimize the excessive wetness limitation." Soil Map Unit 55: Zolfo— Urban Land Complex Brief Description: "This complex consists of Zolfo soil that is nearly level and somewhat poorly drained and of areas of Urban land. This complex is in broad, slightly higher positions adjacent to the flatwoods. The slopes are smooth and range from 0 to 2 percent. This map unit consists of about 50 percent Zolfo soil and about 40 percent Urban land. The proportions and the patterns of Zolfo soil and Urban land are relatively consistent in most delineations of the map unit. Most areas of the soils in this map unit are artificially drained by established drainage systems. However, the depth to the water table is dependent upon the functioning of the drainage system. In undrained areas, a seasonal high water table is at a depth of 24 to 40 inches for 2 to 6 months and is at a depth of 10 to 24 inches during periods of high rainfall. It recedes to a depth of about 60 inches during extended dry periods. The permeability of Zolfo soil is rapid in the surface and subsurface layers and moderate in the subsoil. The soils in this map unit are well suited to dwellings without basements, small commercial buildings, and local roads and streets. Water control measures should be used to minimize the excessive wetness in undrained areas." SOIL AND GROUNDWATER CONDITIONS The soil types encountered at the boring locations are presented in the form of soil profiles on the attached Figures 4 and 5. The stratification presented is based on visual examination of the recovered soil samples and the interpretation of the field logs by a geotechnical engineer. In general, the borings encountered the following soil Strata: • Dark Gray to Dark Grayish Brown Fine Sand (Stratum 1) • Gray to Brown to Grayish Brown Fine Sand (Stratum 2) • Light Gray to Light Brown to Light Grayish Brown Fine Sand (Stratum 3) • Light Brown to Light Grayish Brown to Brown to Dark Grayish Brown to Dark Brownish Gray Slightly Clayey to Clayey Fine Sand (Stratum 4) • Light Brown to Light Grayish Brown to Brown to Dark Grayish Brown Silty Fine Sand (Stratum 5) • Greenish Gray to Grayish Brown Silty to Clayey Fine Sand (Stratum 6) The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 4 Standard Penetration Test (SPT) borings measure soil density using a split spoon sampler advanced by a 140-pound hammer dropped repeatedly a distance of 30 inches. The N-value, which is shown next to the corresponding depths of the boring profile, is the number of blows by the hammer required to advance the split spoon sampler one (1) foot. Split spoon sampling was conducted continuously in the upper 10 feet and at 5-foot intervals thereafter. Also included, adjacent to the SPT borings, are the blow counts or "N" values. The "N" values have been empirically correlated with various soil properties and are considered to be indicative of the relative density of cohesionless soils and the consistency of cohesive material. Upon completion of drilling, the SPT boreholes were backfilled with additional bentonite and soil materials. Correlation of the SPT-N values with relative density, unconfined compressive strength and consistency are provided in the following table: Coarse-Grained Soils Fine Grained Soils Unconfined Penetration Penetration Compressive Resistance N Relative Density of Resistance N Strength of Clay Consistency (blows/ft) Sand (blows/ft) (tons/ft2) of Clay 0-4 Very Loose <2 <0.25 Very Soft 4-10 Loose 2-4 0.25-0.50 Soft 10-30 Medium-Dense 4-8 0.50-1.00 Medium 30-50 Dense 8-15 1.00-2.00 Stiff >50 Very Dense 15-30 2.00-4.00 Very Stiff >30 >4.00 Hard Please refer to Figures 3, 4, and 5 for boring locations, strata depths, and encountered soil conditions. The stratification lines represent the approximate boundaries between soil types. The actual transition may be gradual. Minor variations not considered important to our engineering evaluations may have been abbreviated or omitted for clarity. Groundwater Conditions Groundwater was encountered between depths of 3.5 and 6.7 feet at SPT borings TB-1 through TB-4 and at TB-6 through TB-9. Groundwater was not encountered between the ground surface and a depth of 10 feet at SPT boring TB-5. The groundwater level was not measured below the 10-foot depth at TB-5, due to the drilling method mud rotary, which uses a thick bentonite drilling slurry to maintain an open borehole. At auger borings AB-1, AB-2, and HA-1, groundwater was encountered between depths of 4.2 to 7.3 feet. Groundwater was not encountered within the drilled depth of 7 feet at manual auger boring HA-2. Based on the encountered subsurface conditions, our local experience, review of the NRCS Soil Survey, and antecedent rainfall conditions, the normal seasonal high groundwater level is estimated to exist about two feet above measured levels at TB-1, TB-2, TB-3, TB-6, TB-7, TB-8 and at HA-1. At TB-4, TB-5, TB-9, AB-1, AB-2, and HA-2, the normal seasonal high groundwater The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 5 level is estimated to exist in a temporary perched condition, slightly above the Stratum 4 slightly clayey to clayey fine sand, during periods of heavy or extended rainfall. Laboratory Test Results The results of the laboratory classification tests selected for moisture content and percent of fines passing a U.S. #200 Sieve are shown adjacent to the corresponding soil profile and depth on Figures 4 and 5 and are also presented as follows: TB-1 TB-1 Sample Depth: 9.0 feet Sample Depth: 14.5 feet Classification: S.C. to Clayey F.S.* Classification: S.S. to Silty Fine Sand** Moisture Content: 18.4% Moisture Content: 33.4% Percent of Fines: 23.9% Percent of Fines: 14.1% TB-5 TB-9 Sample Depth: 7.0 feet Sample Depth: 4.0 feet Classification: Fine Sand Classification: S.C. to Clayey F.S.* Moisture Content: 2.1% Moisture Content: 17.9% Percent of Fines: 3.0% Percent of Fines: 27.4% AB-1 AB-1 Sample Depth: 7.0 feet Sample Depth: 12.0 Feet Classification: S.C. to Clayey F.S.* Classification: S.C. to Clayey F.S.* Moisture Content: 17.6% Moisture Content: 25.1 Percent of Fines: 24.5% Percent of Fines: 35.2% AB-2 AB-2 Sample Depth: 9.0 feet Sample Depth: 16.5 feet Classification: S.C. to Clayey F.S.* Classification: S.S. to Silty Fine Sand** Moisture Content: 16.7% Moisture Content: 39.3% Percent of Fines: 15.8% Percent of Fines: 11.4% * Slightly Clayey to Clayey Fine Sand **Slightly Silty to Silty Fine Sand EVALUATIONS AND RECOMMENDATIONS General Based on the results of this investigation and our evaluation of the encountered subsurface conditions, it is our opinion that the site soils generally appear suitable for the proposed stormwater park site improvements that are planned to include construction of a wet stormwater retention/detention pond, a boardwalk supported on a system of driven piles, driven sheet pile walls, and associated retaining walls. No unsuitable soils, such as shallow clays or shallow/buried organic soils were identified to exist, at TB-1 through TB-9, to the drilled depths of 25 to 35 feet. Dependent on planned site grades, AEI recommends that a two-foot separation be maintained between the bottom of the retaining wall foundations or bottom of the proposed pavement section base coarse and the top of any Stratum 4 slightly clayey to clayey fine sand. Due to the close proximity to the proposed water feature and dependent on planned site grades, dewatering may The Villages St.Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 6 be necessary to properly excavate, compact, and construct the retaining wall foundations, at this project location. As previously mentioned, once design plans for the proposed stormwater retention pond, boardwalk, sheet pile walls, and retaining walls have been prepared, AEI should be afforded the opportunity to review the plans, to confirm our geotechnical recommendations and prepare supplemental recommendations, if needed. Site Preparation The retaining walls and pavement areas, including any other proposed structural support area, plus a minimum margin of 5 feet beyond their outer lines, should be cleared and stripped to remove all surface vegetation, roots, topsoil, organic debris, or any other encountered deleterious materials. A two-foot separation be maintained between the bottom of the retaining wall foundations or bottom of the pavement section base coarse and the top of any Stratum 4 slightly clayey to clayey fine sand. The exposed subgrade should then be improved by proof rolling, to provide uniform subgrade conditions and densify or improve the deeper sands, in order to limit total and differential settlements. The foundation subgrade soils should be proof rolled and compacted to a minimum of 95% of the soil's modified Proctor maximum dry density as determined by ASTM Specification D-1557 before any fill material is placed. Compaction should be completed to a depth of 2 feet below exposed subgrade. Dewatering may be necessary to properly excavate, compact, and construct the stormwater pond and construct associated retaining wall foundations in some areas. All imported fill required to bring the site to final grade should be inorganic, non- plastic, granular soil (clean sands) with less than 10% passing a U.S #200 sieve. In structural areas, the fill should be placed in level lifts not to exceed 12 inches loose and should be compacted to a minimum of 95% of the soil's modified Proctor maximum dry density as determined by ASTM Specification D-1557. In-place density tests should be performed on each lift by an experienced engineering technician working under the direction of a registered geotechnical engineer to verify that the recommended degree of compaction has been achieved. This compacted fill should extend a minimum of 5 feet beyond all proposed structural support areas to prevent possible erosion or undermining of foundation bearing soils. Further, fill slopes should not exceed 2 horizontal to 1 vertical (2H: 1V). All fill placed in utility trench excavations and adjacent to footings beneath slabs on grade should also be properly placed and compacted to the specifications stated above. However, in these restricted working areas,compaction should be accomplished with lightweight, hand-guided compaction equipment and lift thicknesses should be limited to a maximum of 4 inches loose thickness. Sheet Pile Walls For preliminary planning and design purposes, no unsuitable soils or very dense soil conditions were encountered at the boring locations along the sheet pile wall alignment. Once design plans have been prepared for the proposed sheet pile walls, AEI would be happy to review the sheet pile wall plans and provide supplemental evaluations and recommendations, if needed. Retaining Walls AEI assumes that the proposed retaining walls will be about 4 feet in height. We recommend that the concrete retaining walls be designed for a lateral earth pressure of'equivalent fluid pressure' (Terzaghi and Peck, 1967) of 45 lb/ft2. The recommended maximum allowable bearing pressure for the wall foundation is 2,000 lb/ft2. For calculation of sliding resistance along the base of the wall, we recommend friction coefficient, `f value of 0.35. The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 7 In addition to the internal stability of the wall (i.e.thickness of wall and reinforcement),the stability of the walls must be checked against overturning, sliding and bearing capacity. The backfill soil needs to be free draining sandy soil with provisions for proper drainage with weep holes or perforated drainage pipes as directed by the designer. The top surface of the backfill should be properly sloped and well maintained to prevent siltation and cause accumulation of water behind the wall. In view of the significant lengths of the walls, geogrid reinforced mechanically stabilized earth (MSE) retaining walls can be an economical alternative to concrete retaining walls. It should however be emphasized that MSE walls such as Keystone Compac Wall, are proprietary products and are usually constructed as design-build projects. The design of the MSE walls will be carried out by the manufacturer of the MSE walls selected for the project. We recommend the use following soil properties for the MSE wall design: Reinforced Compacted Soil : ymoist = 110 Ib/ft3, ysat = 120 lb/ft3, c' = 0, 4)' = 32°; Retained Soil : ymoist = 105 Ib/ft3, ysat = 115 Ib/ft3, c' = 0 lb/ft2, 4)' =30°. It is imperative that proper drainage facilities be provided to eliminate the possibility of build- up of hydrostatic pressure behind the wall. Retaining Wall Foundation Design Once the existing subgrade and new fill soils in the proposed wall foundation areas have been prepared in accordance with the preceding recommendations, the proposed retaining walls can be constructed on a system of conventional shallow spread or strip footings bearing at minimum depths below the bottom of retaining wall elevations. As• noted, a two-foot separation be maintained between the bottom of the retaining wall foundations and the top of any Stratum 4 slightly clayey to clayey fine sand. Dewatering may be necessary to properly excavate, compact, and construct the retaining wall foundations in some areas. Footings, which bear in densified existing soils or in new structural fill, may be designed based on a maximum allowable bearing pressure of 2,000 pounds per square foot. Footings should bear at least 12 inches below finished exterior grades. Footing subgrade soils should be approved by the geotechnical engineer prior to placement of concrete and steel. As a minimum acceptance criterium, the footing subgrade soils should be compacted to a minimum density of 95% of the soils modified Proctor maximum dry density to a depth of 24 inches. Paved Areas In general, the compacted subsurface soils will be suitable for support of a flexible (limerock) or semi-flexible (soil-cement) type pavement base after subgrade preparation. The use of one system over another is normally governed by the depth to the encountered and/or seasonal high groundwater table. Soil cement is typically used in areas where the wet season groundwater table levels are within 12 inches of the proposed bottom of the pavement subbase. A two-foot separation should be maintained between the bottom of the pavement base course and the top of any encountered Stratum 4 slightly clayey to clayey fine sand in order to prevent perched groundwater from affecting the pavement section and causing premature pavement section failure.As a possible pavement design alternative,AEI also presents recommendations for a rigid pavement section. If adequate separation cannot be maintained between the bottom of pavement base and the seasonal high or perched groundwater table, then pavement underdrains may be necessary. The Villages St.Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 8 Typical flexible and semi-flexible pavement sections are as follows: Limerock Base 1-1/2"to 2-1/2" asphaltic concrete wearing surface 6"to 8" limerock base course, quality of limerock to be in accordance with current Florida Department of Transportation specifications and compacted to a minimum density equivalent to 98 percent of the modified Proctor maximum density (AASHTO T-180). 12" stabilized subbase with minimum Limerock Bearing Ratio (LBR) of 40 percent. The subbase should be compacted to a minimum density equivalent to 98 percent of the modified Proctor maximum density (AASHTO T-180). The subgrade material, below the subbase, shall be compacted to minimum density of 98% of the modified Proctor maximum density of the soil. Soil-Cement Base 1-1/2"to 2-1/2" asphaltic concrete wearing surface 6" to 8" soil-cement base designed and constructed in accordance with current Portland Cement Association recommended methods. 12" subgrade consisting of free draining natural fine sand or fine sand fill with less than 7 percent passing a U.S. #200 sieve. Subgrade to be compacted to a minimum density of 98 percent of the modified Proctor maximum density(AASHTO T-180). Crushed Concrete Base 1-1/2"to 2-1/2" asphaltic concrete wearing surface 6" to 8" crushed concrete base with the quality of crushed concrete to be in accordance with current Florida Department of Transportation specifications and should have a minimum Limerock Bearing Ratio (LBR) of 150 and be compacted to at least 98 percent of the Modified proctor maximum dry density per ASTM D-1557 12" stabilized subbase with minimum Limerock Bearing Ratio (LBR) of 40 percent. The subbase should be compacted to a minimum density equivalent to 98 percent of the modified Proctor maximum density per ASTM D-1557. The subgrade material, below the subbase, shall be compacted to minimum density of 98% of the modified Proctor maximum density of the soil per ASTM D-1557. Type of Development ADT Base Wearing Surface Thickness (average daily Thickness traffic) Municipal Park < 1,500 6" 1 1/2" >1,500 8" 2 %2' The pavement section should be designed based on expected traffic including truck loads. Traffic should not be allowed on the subgrade prior to placement of the base to avoid rutting. The final pavement thickness design should be checked by the project civil engineer using data contained in this report and anticipated traffic conditions. The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 9 As a possible pavement section design alternative, AEI presents recommendations for a rigid pavement section as follows: Rigid Pavement 6"reinforced concrete wearing surface: Designed to withstand the design traffic loads and jointed to reduce the chances for crack development. The concrete should have a minimum unconfined compressive strength of 3,000 psi. 12" subgrade: consisting of free draining natural fine sand or fine sand fill. Subgrade to be compacted to a minimum density equivalent to 98 percent of the modified Proctor maximum density(AASHTO T-180). Fill Suitability Based on the results of machine auger borings AB-1 and AB-2, performed to evaluate soils planned to be excavated from the proposed wet stormwater retention/detention pond area for fill suitability, AEI presents the following evaluations and recommendations for fill material preparation and fill placement. In general, and dependent on planned depths of excavation, the majority of soils encountered at the proposed stormwater retention pond area borings appear suitable for use as fill material to raise site grades at the proposed Ocoee Stormwater Park or for use offsite. Strata 1, 2 and 3 fine sand will be suitable for use as general fill with minimal soil preparation efforts provided root content is minimal. If the Strata 1, 2, and 3, fine sands exist at or below the existing site's groundwater table level, the fine sand soils will need to be properly dried, in order to control the soil's moisture content, near the laboratory modified Proctor test result for optimum moisture content, prior to fill placement and compaction. Excavated Stratum 5 slightly silty to silty fine sand may also be used as general fill material, however; additional soil preparation efforts should be anticipated. Due to the high percent of fines content of this soil, this soil type will exhibit a high level of moisture retention characteristics. Additional soil preparation efforts, in order to properly dry the silty fine sand and maintain the moisture content near optimum, will be needed prior to fill placement and compaction of any excavated Stratum 5 soils. The excavated soil type with the most limitation for use as general fill will be the encountered Stratum 4 slightly clayey to clayey fine sand. The Stratum 4 clayey fine sand soils should not be used for direct foundation support or placed in near-surface areas, due to their moisture retention properties, difficulties with compaction, and drainage issues associated with higher surface runoff volumes, from the poorly permeable soils, when compacted. In addition, the Stratum 4 clayey soils can expose overlying supported structures to increased levels of differential settlement. Excavations All excavations should be constructed in accordance with applicable local, state and federal regulations including those outlined by the Occupational Safety and Health Administration (OSHA). It is the contractor's sole responsibility for designing and constructing safe and stable excavations. Excavations should be sloped, benched or braced as required to maintain stability of the excavation sides and bottoms. Excavations should take into account loads resulting from equipment, fill stockpiles and existing construction. Any shoring needed to maintain a safe The Villages St,Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 Geotechnical Investigation, Proposed Ocoee Stormwater Park, Ocoee, Orange County, Florida Page 10 excavation should be designed by a professional engineer registered in the State of Florida in accordance with local, state and federal guidelines. LIMITATIONS This report has been prepared for the exclusive use of GAI Consultants, Inc., and their designers, based on our understanding of the project as stated in this report. Any modifications in design concepts from the description stated in this report should be made known to AEI for possible modification of recommendations presented in this report. This exploration was performed in accordance with generally accepted soil and foundation engineering practices. No other warranty, expressed or implied, is made as to the professional advice presented herein. Statements regarding all geotechnical recommendations are for use by the designers and are not intended for use by potential contractors. The geotechnical exploration and recommendations submitted herein are based on the data obtained from the soil borings presented on Figures 4 and 5. The report does not reflect any variations which may occur adjacent to, between, or away from the borings. The nature and extent of the variations between the borings may not become evident until during construction. If variations then appear evident, it will be necessary to re-evaluate the recommendations presented in this report. An on-site visit may be required by a geotechnical engineer to note the characteristics of the variations during the construction period. This geotechnical study investigated the soil conditions to drilled depths of 25 to 35 feet below ground surface and was not intended to investigate deeper soil conditions with regard to the presence or absence of Karst activity. CLOSURE AEI appreciates the opportunity to participate in this project, and we trust that the information herein is sufficient for your immediate needs. If you have any questions or comments concerning the contents of this report, please do not hesitate to contact the undersigned. Sincerely, ANDREYEV ENGINEERING, INC. �•``��Or .... This item hes been digitally signed ° p2/? - end sealed by Ray Jones, P.E. orer • .. 5807 • minted copies of this damn ":are -;1 S TE OF ; not consldsred signed and( �� �Z a-1Q�:•°` end the nature must be veljRsd on Mark L. Jung Y any�a�anla�pi�. Ra mond_W_ .�fdL nlP► �\\`\ Senior Project Manager Vice President Florida Registration No.58079 The Villages St. Petersburg Clermont 352-751-2478 727-527-5735 352-241-0508 FIGURES Am; � �� D 4 ' Nr BLV c‘Air, -au. ��maw ter. � � -- rrr-f. ------ MARtENE DR 4,4 a. Ci' La w . �tc 6:\ I '",. ite 4,1 : T.-) ',, ,,_ ' ) 1) , _ IR a WURST R, t ' w I om`.= Ci =-� <, Peach 1 — 111111m1 44 Lake Ds �`��t . =‘,___ �' ... "` 'ed j 1, —f LEwELerNe AVE I .1-.",...„......„1- , ./ \ ,t I ..... APRICOT DR a4I W �'J .` - ,.6'��) Ot 'a EE o- J �_ ;`` 4,4 , RE*11 S{ - \,cENTE N 'fy PROJECT w SHIVER STAR RD rJ —_ I -r 91 �ola Starke y ram., Lake - ` - 1 Cl -" -OAK ST IQ �, _ iii2, _ ._ L - 1-4•Si- m ..:. ,1 ` c I a ENTER R:5E ST A_ E ORLANDO AVE �p ci i - WHITE {' & CAPITOL cr j 1 - .+� / ' C j �- j west Orange Ocaee `v' t i Mekt anal STORY RD 'GENEVA'ST�'Cafh -4"" 4N g W I I I' - r t. J I ta � ,wsrNf-sF Lake ti ✓/ 1� � �' Jr [3ern�et -*� -,r.. --- , - , R 1' la a CI REFERENCE: Andreyev GEOTECHNICAL INVESTIGATION U.S.G.S. WINTER GARDEN, FLA.QUADRANGLE MAP En ineerin PROPOSED OCOEE DATED 2018 g g, STORMWATER PARK SECTION 18 Inc. OCOEE, ORANGE COUNTY, FL TOWNSHIP 22 SOUTH RANGE 28 EAST APPROXIMATE SCALE: DATE: 03/25/20 ENGINEER:RJ U.S.G.S. TOPOGRAPHIC MAP 1''=2000' PN:GPGT-20-017 DRAWN BY:DLS FIGURE 1 ale fr i Liam �° I. :, # C * 4.f6',- 0 0 0 a }} a,, rr i _.Y. �'' { Om : . k n ^ Ie 4iiip. _ ^"r' ��r' .a.v __-.»� M —. •- 4 ` '$r,; Imo` _ a. ti i 4 • 4A TM t Ilia 1 nnn aaa 4 ' 1.4tkceVIeW St PROJECT 1.„4 i ! . ,u a r£ w L, , 52 OP' , . 1 f * iiii - 1 4p111401 i NOV ,. • ,4 )f _ Imo, t� 9 F 4g1e), m•, . .., , . , , N\ .,, 7„,,,f 'VA...14,411r 4 - 41 ' 00,44 ' w ca ` fit., .=t + '''''' l... ' c ,,14 . ,,, 1 ii;_,---., 1 ...... .. , a. ..±.. ' 4,4 ,,.. : iis, i Li , .., - A. ..,., REFERENCE: U.S.D.A. N.R.C.S. WEB SOIL SURVEY .. • — 1 LEGEND. GEOTECHNICAL INVESTIGATION 47 TAVARES—MILLHOPPER Andreyev PROPOSED OCOEE COMPLEX Engineering, 48 TAVARES FINE SAND—URBANSTORMWATER PARK LAND COMPLEXImmiiiimmmr Inc. OCOEE, ORANGE COUNTY, FL 52 WABASSO—URBAN LAND COMPLEX APPR"MATE SCALE' DATE: 03/25/20 ENGINEER:RJ N.R.C.S. SOIL SURVEY MAP 55 ZOLFO—URBAN LAND COMPLEX 1"=300' PN:GPGT-20-017 DRAWN BY:DLS FIGURE 2 q..SOON,PAGE,EA I I111 m 11 ! --_ o..gyrgly—- __-_ .I� :ARIGHT •.. `— R GHT OW„ mr a, o. Ligai /7. &I A PAGE 1W I 1�._ 14 KtCNGw o —� S i y.i. / - nP / JuI wiiiiii; i iiii‘orazial4 -.-___ , _ „..-mht._____,-.7- ,„ ... , , .. gv,, ---.---- ,..." 1 -.%••'-1 _ 1 I_. w WEST . 1 Nit' PowD x I L I 4, 111 1 r ii ...14::Z I r.I� _ ra�•_S erw; I S w , i- _= AB-11 ... 'k [ /POINT OF BEGINNING HMI�'n-2 ow 01.ex-01-152 Y 1 in Y; TB- •.: �,,. 1, p ..., n 17-n.ur an. wra Iao k':19 _ `� wo. .... — ———— o r ..,:: ,/ , • .., -—I.. .,s 4 2 .7fr- ''''''m) —C=,:::1°4'''' row \F\ I 1:6 • • f /POINT OF COMMENCEMENT / _-aa.• — �� • st In(2)9oue.u[V.s.t0et t Fi I 0.40 L LEGEND, And reyev GEC/TECHNICAL INVESTIGATION PROPOSED OCOEE -4:- APPROXIMATE LOCATION OF SPT BORING 0 30 60 120 Engineering, STORMWATER PARK 4- APPROXIMATE LOCATION OF MACHINE AUGER BORING I gwr Inc. OCOEE,ORANGE COUNTY,FL GRAPHIC SCALE 1„,50, BORING LOCATION PLAN • APPROXIMATE LOCATION OF HAND AUGER BORING ArvRamuTE�'DATE: os/2s/zo ENGINEER:RJ 1rr=fi0r PN:GMT-20-0117 DRAWN BY:DLS FIGURE 3 TB-1 TB-2 TB-3 TB-4 TB-5 TB-6 TB-7 TB-8 TB-9 O N I N 1 N N N I N N N N HA 18'.'.': 4 7 5 5 3 13 8 ® 7 0 s Oj 5 0 9 O 5 O 17 13 0 HA 27 11 9 3 B 14 21 10 HA 0 1s 14 12 FA 5 11 4.0' 18 --27 O 16 7... W=17.9 5 7 5.0'1 10 "'• ® 5.0' 8 2 14 5 5.0' 17® ® 12 19 5.O'T 19 -200=27.4 10 15 O 15 O 5.• 4 15� 10 O3 15 � ® O /17 22.':.' 2J • 6�-5 O J9 i:' 78® O3 TS® O 11 :.� 20 21 79 22/ W=2.1 —_T' 2 15 lig 13 /5 200=3.0 "27 9A 20 60, O4 24 O 17 • 22 14/ W=18.4 21 18 9 21fr' 36 26 P r9 10 O 18 1 1✓�, -200=23.9 24O 15 O 9010 ' i . ��/ 0 ® 0 ® - ivA W 1 L- 00=5 5 ' w214.1 9 8 12 " 12 5 8, : 5 14 • i — — —✓- ' O O 20 11 9 0 73 : O 6 S 9 15 O 7 O B - O • — 25 11 0 13 24 • 15 15 if : 17 : 11 ® 13 GNE to 10' LEGEND: 0 O DARK GRAY TO DARK GRAYISH BROWN FINE SAND (SP) /2 0 0 GRAY TO BROWN TO GRAYISH BROWN FINE SAND (SP) 30 — Q0 LIGHT GRAY TO LIGHT BROWN TO LIGHT GRAYISH BROWN FINE SAND (SP) LIGHT BROWN TO LIGHT GRAYISH BROWN TO BROWN TO DARK GRAYISH BROWN ®®TO"DARK BROWNISH GRAY SLIGHTLY CLAYEY TO CLAYEY FINE SAND (SP-SC)(SC). LIGHT BROWN TO LIGHT GRAYISH BROWN TO BROWN TO 35 8 O DARK GRAYISH BROWN SLIGHTLY SILTY TO SILTY FINE SAND (SP-SM)(SM) Ea GREENISH GRAY TO GRAYISH BROWN SILTY TO CLAYEY FINE SAND (SM)(SC) (SP)UNIFIED SOIL CLASSIFICATION SYSTEM GROUP SYMBOL 1A DEPTH TO GROUNDWATER, MARCH 19, 20 & 26, 202D ONE GROUNDWATER NOT ENCOUNTERED OEOIECHNICAL INVESTIGATION Andreyev ,,,Z , N STANDARD PENETRATION RESISTANCE, IN BLOWS PER FOOT • PROPOSED PAR HA BORING ADVANCED USING HAND AUGER Engineering, STORMWATERPARK nc. 000EE,ORANGE COUNTY,FL W MOISTURE CONTENT, IN PERCENT APPROXIMATE SCALE:DATE:03/30/20 ENGINEER:RJ SOIL PROFILES -200 PERCENT OF FINES PASSING THE U.S. No. 200 SIEVE "=5' pN;Gper=20-017 DRAWN ERA ols FIGURE 4 AB-1 AB-2 HA-1 HA-2 0 I I. -::::: O -:::::: 5 _r. 5 4.2'� O 2 6.9'__y_ 7 ,' --® - -/ GNE / W=17.6 4 .• -200=24.5 O LEGEND: W1 0 / • 00 DARK GRAY TO DARK GRAYISH BROWN FINE SAND (SP) bJ -� W=16.7 — -200=15.8 O GRAY TO BROWN TO GRAYISH BROWN FINE SAND (SP) Z DO LIGHT GRAY TO LIGHT BROWN TO LIGHT GRAYISH BROWN FINE SAND (SP) _ W=25.1 LIGHT BROWN TO LIGHT GRAYISH BROWN TO BROWN TO DARK GRAYISH BROWN 15 -200=35.2 ®O TO DARK BROWNISH GRAY SLIGHTLY CLAYEY TO CLAYEY FINE SAND (SP-SM)(SC) W=39.3 W di-200=11.4 5 LIGHT BROWN TO LIGHT GRAYISH BROWN TO BROWN TO m O DARK GRAYISH BROWN SLIGHTLY SILTY TO SILTY FINE SAND (SP-SM)(SM) a — E 6O GREENISH GRAY TO GRAYISH BROWN SILTY TO CLAYEY FINE SAND (SM)(SC) 05 05 (SP) UNIFIED SOIL CLASSIFICATION SYSTEM GROUP SYMBOL — 1.0 T DEPTH TO GROUNDWATER, MARCH 19, 20 & 26, 2020 20 GNE GROUNDWATER NOT ENCOUNTERED N STANDARD PENETRATION RESISTANCE, IN BLOWS PER FOOT HA BORING ADVANCED USING HAND AUGER W MOISTURE CONTENT, IN PERCENT 25 -200 PERCENT OF FINES PASSING THE U.S. No. 200 SIEVE An rays Y GEOTECHNICAL INVESTIGATION PROPOSED OCOEE _ Engineering, STORMWATER PARK Inc. OCOEE, ORANGE COUNTY, FL APPROXIMATE SCALE: DATE: 03/30/20 ENGINEER:RJ SOIL PROFILES 1"=5' PN:GPGT-20-017 DRAWN BY:DLS FIGURE 5 d I NOTE: 1. SEE TOPOGRAPNC SURVEY PLAN FOR EXISTING FEATURES IEOEO AND R. STRUCTURES WALL BE TESTED FOR HAZARDOUS MATERIALS PRIOR TO DEMWTON 12 ALL NPROLEMENTS TO BE DEDICATED AND/OR MAINTAINED BY NE CITY WALL BE C Cl 1.11,1 U N I T Y ABBREVIATIONS. AND PROPER PREGUTIOSS WALL BE TAKEN AS REWIRED BY LAW. IN CONFORMANCE TH CONFORMANCE WE CURRENT cm OFOCOEE ENGINEERING STANDARDS SOLUTIONS-w�-,. MANUAL. W L. N S MATERIALS LIST, 0 DETAIL FI AL APPROVAL DOES NOT PROVIDE FOR AREAS MERE ASPHALT IS TO BE REMOVED,CWIRACTOR SHALL SA WT B. ALL STRUCTURES BUIONOS LANDSCAPE AREAS. TREES, UTTUTIES DRAINAGE EXEMPTION TO THESE REQUIREMENTS RFMOVEABLUNGS AS NECESSARY AND 2 EXISTING ASPHALT AND MAINTAIN A Cl£AN LNNE UN1A CUR&TUG IS PWRED ALONG PIPES MD STRUCTURES, CONCRETE, FENCES, ETC_ SHALL BE REMOVED AND RESURFACE SECTION OF KISSIMMEE SAW CUT. DISPOSED OF OFF-SITE UNLESS OTHERWISE DIRECTED ON THE PLANS 13.ANY DEVIATION FROM THE CITY OF OCOEE ENGNEERNC STANDARDS MUST BE MERE^AFTER PRNNG INSTALLATION. APPROVED IN WUTNO PRIOR TO CONSTRUCTION SEE ORO CUT DETAIL. 3. EXISTING CONCRETE 1O BE REMOVED SHALL BE SAW CUT TO THE NEAREST'JOINT 9. PAVEMENT ROAOVAL MARKED FULL DEPTH STALL INCLUDE ALL BASE MATERIAL / _ W TO PROVIDE CLEAN EDGE. TRACTR CORdNA TE WM THE UTUtt PRpNDER FR TI vv .IF EXISTING PVC POE TO RREMAINM NOT RESTRAINED. CONSTRUCT POST 0.CO ro E REMOVAL RERESTRAINTS. B18 E.SOUTH STREET it (••`� 1 A. DEWAIER AS NECESSARY FOR POND AND DITCH Cousmucnon. ( UTUTY D SERVICE LINES ONCE SERVICE/POWER ES HAVE BEEN REMOVED, 1 SUITE TOO S. CONTRACTOR TO PROVIDE SETTUNG POND FOR CLEAN DISCHARGE INTO EXISG CONTRACTOR SHALL REMp�V•-POLES AS PART R MOUTON. � DO FLWW1 •A,' ••C C DITCH. 11,CONTRACTOR TO CONDUCT TURBOUT TEST AT THE DITCH DISCHARGE POINT AT WO 0383911 Ht I S. CONCRETE ASH OUT SHALL iY1 L BE CONSTRUCTED BY CONTRACTOR FOR BLUER.AVENUE AND AT STARKE LAKE. T SHALL BE THE UFSPONSOUTY OF v.'s:swwnnmwnm vv. CONSTRUCTION EQUIPMENT WASH DONN i LOCATION DETERMINED BY THE THE CONTRACTOR TO MONITOR THE DOWNSTREAM WATER QUALITY CONDITIONS AND \• • CONTRACTOR. TREAT THE DITCH AND LAKE 5 EWWED. S MAY INCLUDE E SE OF EL000UUNTS AND OTTER METHODS OF MAINTAINING CLEAN MLR, V. n • k ROOT CONSTRUCTION.TRANCE(M) SWAGE LINE TO BE REMOVED P"'JRC+ HYDRANT TO BE OFMWSIIED DOWNTOWN RMILL 1•AND RESURFACE SECTION Or W. STORMWATER LN STREET PER ATE DETAIL SHEET POND O PARK -F I SEANCE PE AND STRUCTURES TO B W E DEMSHED T LINES TO BE REMOVED 9Li F.�(TYP) WATER LANES TO BE • I IneE RES i0 REMOVED.COORDINATE WITH wP+ // SRVICE PaE AND BE DE DISHED MUTUTY PROVIDER SEE, b C -E / LIMES TO BE REMOVED \ 1\ OE W110H STAGING PUN re / ,;'/ ,����/////��/f CITY OF OCOERN R• I v, LL �� j�,1������I /�� /�/''''.•� _ -- ___-4__-Y -_u—=-v— -- n,�mTlmw ,__, Fs A ..... J__�_� IA. ':rl;I D `MAINTAIN ACCESSI.�;I�I+ I AT Au Hues 'l�''�� W ICI. ':+' b 1111, �/ / 1111 W 4 FULL DEPTH I '' . i PAVEMENT REMOVAL r IR r�Pr D BE DEMOLISHEDr >; 1 .K❑� I M'-it-Y 1 r�}}� Ik r' • / / 1 room ARG TO BE CLEARED j i SERVICE POLE AND BE REMOVED EN FENCE UNES TO BE REMOVED .......-- TO �pR ('r W /f FENCE TO BE REMOVID Aj/'I OM='RA: n Jg� CONCRETE i0 BE REMOVED d TO BE REMOVED ,� /� /�s/ A&W BASKETS iKRAPVE FILTER Ar ETUDD URF*PP �s mum, /ii .sue //�\ FABRIC TO AN ELEVAIKRN a IDT.p I•re� UnuTY POE TO BE REMOVED "P—Ill_ /i 90'����// /4 `DITCH TO BE REALIGNED I�¢8r /ill I I '��`r�� COMBINATION RE RO POLE %. � ,' 9 W 0 LINES TO BE REMOVEp L 1 f'� _ �i I 1F' / / Ir(F�' I ' WOODED AREA TO BE CLEARED W UTUtt POE,SRNCE POLE AND UNES TO BE REMOVED i +++iii / ALA at 7 .1 __. __ ___ I A ..eac+.ra nteomxnl STRUCTURES TO h DAM wa � g .r<_y -� BE ORWSIED ROa+x.u. vsL p N•RCP AND DRAINAGE STRUCTURES TO BE REMOVED suumo...mom OUCH TO BE RELOCATED i •�0 9WWWW MT GRATE MET TO BE REPLACED NTH MANHOLE TOP.SEE LEGEND Ai4�� DRAINAGE PLAN FOR ADJUSTED STRICTURE TOP LOCATION —v— SILT FE,. �iWW, WATER UNE TO BE REMOVED BETWEEN W.FRANKLIN ❑ WOODED AREA TO BE CLEARED W. '. _ STREET AND W GKUuO AVENUE INLET PROTECTION i T�('rr A /'yr E .MITAN A(;E55 EK ALL TIMES X TREE TO BE REMOVED j NORTH SCALE 15J0'aT' fF'f l't •W� it I Cate ROa(CONSTRUCTION ENTRANCE �+ R:� COOfDNAE WM E1xCTRIC PROVIDER 10 GABON BASKET S ioloo J N SERVICE TO EKSTING RESIDENTS • ® ASPHALT PAVEMENT TO BE REMOVED '6 DEMOLITION AND I EARRING CONCRETE DRIVE WITHIN WORT-OF-WAY TO BE tJ 4REMOVED AND REPLACED WITH MEW CONWETE DRIVE TO msimqCONCRETE PAVEMENT TO BE REMOVED EROSION CONTROL MUCH PROPOSED GRADES. I . • I MILLINGS TO BE REMOVED z PLAN GUTTER CURB AND GUTT TO BE REMOVED O ....+..NW. 9LT FENCE(TON) 1 ® WOODED AREA TO BE CLEARED XC-102 1 a unutt Pax TO BE REMOVED L 1 COMMUNITY NOTES SOLUTIONS ORANAGE STRUCTURE TABLE 1 ALL IMPROVEMENTS TO BE DEDICATED AND/OR MAINTAINED BY THE CITY STRUCTURE STRUCTURE N08043 � R SHALL BE IN CONFORMANCE WITH THE CURRENT CITY OF OCOEE NAME DERUCNRE GSTNG OEVA110, PIPE INVERT CNGNEER.STANDARDS MANUAL MATERIALS UST,AND DETAILS. FINAL APPROVAL DOES NOT PROVIDE EXEMPTION TO THESE REQUIREMENTS. 1376.85 610 E.SOUTH STREET OD F]LL OF 30 RCP w 0.30R OS-T STORM MANHOLE ,AB0T16.BR 120.30 NV 5E-112.01 2. ANY DEVIATION FROM THE CITY OF OCOEE ENGINEERING STANDARDS • MUST BE APPROVED IN ONTING PRIOR TO CONSTRUCTION. SUITE 20D 05-6 STORM MANHOLE INV ORLANEIO.FL 321201 7DS-20) [:1<BOTJLIO HB.13 NV[�110.50 3. IF S%ATNC PVC PIPE TO REMAIN IS NOT RESTRAINED.CONSTRUCT POST 407 423� � � F—-// os-R TYPE B INLET W/J ROTE 6 SCREEN E:1AB002S.0 11WT1 IUV 5E-11W 3• RESTRAINTS. I DS-1S STORM MANHOLE 1541,90.e1 11RA0 INV W.110.00 8400725.67 INV SE•10B.50 L Ds-xA STORM MANHOLE E486 7326 12o.0 INNV s-i111..1::A DOWNTOWN STORMWATER 13E✓oF 3o•RCP w OCDR POND&PARK I ...ROWMA 44 LF OF 3P STEEL PPE W 114R CITY OF OCOEE STEEL PIPE TO SE INSTALLED VA JACK AND BORE METHOD.SEE DETAIL. ,,,.E 39 LE V 3R RN w 0.211R CIIIID DB-el I L _ CS%RAILROAD /—RROTOR TO FINISHED GRADE ano r(SINGLE LINE) APPROXIMATE IM PLAN I ,__I� 1 JOWLS TO BE WELDED...1 ONES TO BE WELDED �� i --_�.. CARRIER PPE EX15TNp RAILROAD- ]0'W SiCEI \ I / 1 30Y STEEL n \ i PIPE—VV 1 I It: PPE 19 T-----7----. 111=EME m ' • / 41141..4 // ok RECEIMNG PIT 1 DRILLING PIT ,� , �— LI ] L L J / CTMLY WATER SEWER APPLICATION Nil' /(77.,<, / `CASINO ORP�PE 70 BE UNNCD WITH THE [!\ 'PA. / crap IN9TK SYS APPROED EQUAL` Otl DS-10 T DS-16 THIS�l BE I paA / USED INSTEAD OF A`CARRIER PPE. 1 e�c�»werns MYNA, SPECIFICATIONS FOR CASING PIPES R/W __--C CATER PIPE 1 I 'L' LOu1FNT5 TO BF xANOLED S1dLL1 wn1ERI WLSIpC DIAMETER SEE DRAINAGE PLANPIPE MAIERUL STEEL{ S9ECIDGATOu AND CRADE ASTM A11B.ORADE'B'i PRESSURE C1A55/WALL THMKNE55 D500'I ACTUAL WORKING PRESSURE t0-R NEPD WATER �xT�n Ale0m201 I TYPE of JaNT wElofo1I j I / / coenxc BULW BINMINWS .•A METHOD a wslALunON JACK AND BORE PROTECTION Ai ENDS OR CASING CONCRETE ENCASENENI AOL 1 tl MA. Ls232m0 �� �j 1. CEASING PIPE TO BE INSTALLED UNDER RAILROAD BY JACKING AND BORING �AnO- STRMGHi CONCRETE f43 WALL I \ _� } AL2. L WORK WORK SHALL BE DONE IN ACCORDANCE WITH CURRE SITNIN RAILROAD RiGHT OF WAY IS NT CANNA!STANDARDS FOR PIPE IECT/.AND NESF THEN CONVEYING NONFLAMMABLE Awwaw. 1VN PER FDOi INDEX A3D-0]0 L H L 1 A N SUBSTANCES REQUIREMENTS AND TS OR REW RENENTS AS PER UTUTY AC COMMODATION ATOR APPLY.LATEST VER50N.WNEUEVER THERE S A DIFFERENCE NA/un u•Pmwo _ --'� REQUIREMENTS SI ME SHOP CASINGDRAVANGS THE MORE CONFORM O M SHALL APPLY I FIELD AND SHOP WELDS D THE CASING PIPES SHALL CONFORM NTH AW5 STANDARD BPCOF CATIONS FIELD WELDS SMALL BE A COMPLETE PENETRATIONS,SINGLE BEVEL GROOVE TYPE JOINTS� _ 5 L CASING SHALL CONFORM TO THE REQUIREMENTS OF ASM DESIGNATION A139.THE CASING PIPES SHALL HAVE THE MINIMUM OM MINIMUM N L DIAMETER AND MINUM ALL THICKNESS AS SHOMM \ ^"� 6. CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL EXSTING DOUSES PRIOR TO STARING ACING AND BORING 9 MINIMUM VERTICAL CLEARANCE BETWEEN PROPOSED CASING PP ME AND OTHER EXISTING UTILISES SHALL BE 120 MINIMUM. . W RMI WHEN CSTRUCT IS WITHIN FOOT OR RAILROAD JURISDICTION,ADDITIONAL REQUIREMENTS OF THE UTTUTY ACCOMMODATION f NORTH SCALE:1,3CW MANUAL SHALL BE MET 7 B CONTRACTOR SHALL MEET THE RAILROAD COMPANY SPECIAL INSURANCE REQUIREMENTS AND AU.OTHER RELATED COST INCLUDING }a( PERMITTING __ �/ I \ 7 O JACK AND BORE DETAIL X.T.S. RAILROAD E CROSSING r R C-202 _I i L - I COMM U N IT Y — SOLUTIONS r J/\ PLANTER WALL SEE HARDSCAPE RAN. RETAILING WALL SEE HARDSCAPE PUN. TALL INLET SCREEN PER DETAIL SHEET OR LANDSCAPED AREA 818 E.SOU.STREET L APPROVED EQUAL.INLET SCREEN TO BE INSTALLED £tilt)W \ PER MANUFACTURER RECOMMENDATIONS. MKTM to AND RESURFACE E%15181G STRREET ORLAHpp FL 33B01 1 A HALT IL T DETAIL 6•WHITE PARKING STALL STRIPING(TYP) iRAN5111W i0 DROP CURB IL „. _..�N J ,...rHITIRANI ASSEMBLY(n., ADA COMPLIANT STALL STRIPING ARO 61GNAGE.SEE DETAIL SHEET. 6•X B'REDUCER 818•TEE DROP CURB REFER TO HARDSCAPE RAN FOR INSTALL NEW B'O.i.MAIN AS SHOWN. TRANSIT.10 FOOT TYPE•F•CURB SKATING PREVENTION ELEMENTS ONCE CLEARED,CONNECT Al EITHER DETECTABLEINSTAL INLET SCREEN PER DETAIL SHEET CR D AND SERVICE 10 THE NORM. WA RNING STRIP APPROVED EQUAL.INLET SCREEN TO BE INSTALLED B WHITE PARKING STALL STRIPING(TTP) INSTALL 8'CV AND BOX.CONNECT PER MANUFACTURER RECOMMENDATIONS. POMMY LANDSCAPED AREA MAIN FROM ME FLORIN TO ME NEW DONMTONM IP WATER MAIN.SEE SHEET XC-103 FOR ADDITIONAL NOTES. PORT TYPE•F•CURB(TV) 6'A5'BEND 6 PONDDMWA '11.26 BEND FOOT TYPE'f•CURB(TYP) PER FOOT IRO. PON 8 PARKRK PER FOOT INDEX 520-001. 1 COT EXISTING WATER MAN F. 0mL[naum INSTALL OUT SCREEN CONNECTION PROPOSED STALL G GIVE AND PPE PER DETAILN APPROVED EQUAL INLET RESTRAINTS ON EXISTING PVC WATERMAN Run I SCREEN TO BE INSTALLED A TER ISOLATION.SEE SHEET WC-I03 PER MANUFACTURERI �•. '�� CITY OF OCOEE W.rR HKL Si s ��� FOR ADDITIONAL NOTES. 6•D WATER MAN L L RECOMMENDATIONS. _ IY I�/— _ — Ilk _—— ——— 1w./ t�----- ��-' �auxesz �� - �iy coNFIECT TO EXISTING RETAINING WALL.SEE �- \ wIA•�+ � CURB AND SMEWALK IMROSLAPC RAN. _� \_1-6�`� .� I Anam.Mma RANTER WALL SEE _\1 /�'W• �B_\_I I1I v.� -+ Rf n Iro -INSTALL 16'WOE DR VEWATTO AL CN MM IL.SHEET HARDSCAPE P.N. /- �� \_'�( lM'... I AO AMP PER MOT- �MSnINSTALL PROP NG LOCATION PCURB AAI DRIVEWAY. l�:I� ,/ v L� __ NON szz-ozx(TIP / 301 TRANSITION TO �� I : El ADA RAIN PER FOOT INDEX 522-022(TIP) EXISTING CURB �� �'`� —��\\ - ___-______ I� I rpR KJ4UUREPCCESSDE CUT EXISTING 8•WATER MAIN P •• / Foe CONNECn.TO PROPOSED \� +r'4IF lAn ,R Lh in �, /� STANLZED TURF 8•WATER MAN.INSTALL 6'WIE / 6 5 BEND I VALVE AND PIPE RESTRAINTS ON _ - E%IS11NC PVC WAIERN ISOLATION. f \ �//�/' F'Tl GI — TM� // // REiAINNG LL Uo MAINILNAHLE RAMP SEE / n - NAROSCAPE PLAN FOR DETAILS. EXISTING RAILROAD / /// / ,- 10'WALKWAY.SEE HARDSCAPE // //// // PUNS P05 DEIK _ �� PUN FOR DETAILS. ; / / �/� / / / / 'fa% Dx Ia L �5 • �_.�/• 1.1.19.14, / i/ - TOP 1)60C' ` / 4 WO Wnwml I ' Sol u0 Do• „� A rFRewroM.eos mono, I • / /. --L_- � TOOTS of co SOCAUloNNNI /i ' _q - ' ti - �� -° MP AP RUBBLE f ' 4. I MTI MITER IAMK ' j !, �i ADA• MONOAD Imo/,/ � ACES PER MOT INDEX T520 f !; •— / -U I I it\ STRAIGHT CONCRETE ENO WALL ID WALKWAY.SEE HARDSCAPE /0� \\ , / _- I giCH WEIR N.SEE DETAIL ON SHEET C-103 CONNECT TO EXISTING 2•VALVE.CONTRACTOR TO PER FOOT INDEX A]O-OJO M\ RAN FOR DETAIL q� It - \ ` �- _ I FIELDVERIFYE%NCOLOCAMXIOF''.REFERr0 .Ps.Wrs AlewoROl ` IIRRIGATION PLANFCKMOREDETAILD ANTENNTCE ACCESS.- �,..' 9- /.• dry / ,�, in SEE ioEiilTiiL oNR SHEET o-JOz \T— LEGEND W.wwm v.ISL\ 0 , INSTALL FLU...VALVE ArMDilllllllllllll BonapwaKM�„m. Pam,J /�'.' caREc To ucOIF EDTi•vE�F•cuRa siAeluzEDo*cNAs ROPEEauwT"HENr. I1ASPHALTvnvENENru.,.Wlr,w.�,....a,c6otEzmE sine LZAI wR FAewc.M O RECCISlN11Cl OItNEWAY RRSEE NARDSCAPE PLAN. I I CONCRElf PAVENENI DETAA.ON SHEETCSOA."STALLREC CURB AT ORIVEAY•\ - ' � �.` OCINECT TO MODFED ttR T'CURB NOTE _ I. ALL MEASUREMENTS ARE TO ME FACE OF CURB ETCH WEIR PT NM 2 ALL IMPROVEMENTS TO BE DEDICATED AND/OR MAINTAINED BY ME COY AMINIIIIIN I'-' "' SEE OCTAL ON SHEET C-J03 -� ��� 12'RIBBQ!CIMB SHALL DE CONFORMANCE H MC CURRENT CITY Q< OCOEE Z • 6'WHITE PARKING ENGINEERING STANDARDS MANUAL.MATERIALS L51.AN DETAILS. FINAL NOR1Nt SCALE.TYTOCOD IP ` STALL SiRIPRG(TTP) • APPROVAL DOES NOT PROVIDE EXEMPTION TO THESE REQUIREMENTS ADA COLNCANT STALL STRIPING TOOT TYPE CR-E CURB RAMP 3. ANY DEVIATION FROM ME OTY OF OCOEE ENGINEERING STANDARDS MUST PROPOSED STREAM REAUCNMENT.O'E 150E AND AGNAGE SEE DETAIL SHEET. i AND DETECTABLE WARNING BE APPROVED IN WRITING PRIOR TO CONSTRUCTOR. SITE DITCH SLOPES M GEOIE%1EE STABUZA'T. INSTALL FILTER BASKET BY SCP TECHNOLOGES OR I 6'WIDE SPECIAL EMPHASIS CROSSWALK SITE PLAN FABRIC,SEE HARDSCAPE PLAN OVEO Di INTER BASKET TO BE INSTALLED A. P MISTING PVC PIPE TO RERAN IS NOT RESTRAINED,CONSTRUCT PPE U PER MANUFACTURER RECOMMENDATIONS I FDO!TYPE CR-E CURB RAMP RESTRAINTS. ASPHALT PAVEMENT AND DETECTABLE WARNING MODIFIED F001 TYPE•F'CURB PARKING COUNT: ^''+' (TIN).SEE DUAL SKEET. I t ^iANDARD 31 C-1 O1 REMOVE AND REPLACE EXISTING SIDEWALK I I TOTAL.25 AS NEEDED TO MATCH PROPOSED SIDEWALK. I I ARWmaar.rs wewnaxmule L NOTE: COMMUNITY BOARDWALK NOT SHOWN FOR CLARITY 1O'WAIKWAO HANDRAIL SEE NARDSCAPE PLAN. SOLUTIONS TOP-115.00' TOP.115.0C EMU (SEE NARDSCAPE PLAN) 10011//2911R-119.52' 25YR/2111R.111.15' 101W/21HR.113.89' HEIR...11100' [L.119.00 MEAN ANNUAL.113.21' ES181.2 100YR/2MW.11118' 619 E.SOUTH STREET 25YR/21NR.111.12. SUITE 700 10YR/2.R.113.85' ORLANDO,FL 329D1 MEAN ANNUAL.MALT RETAINING WALL.SEE STRUCTURAL PLAN. EOBLL2 O 162,630 DOI-110.GO 100YM/29MR.111.19' ..xn.rcwrlarxnromArKx rI __....._. 25M/2MN.119.12' V NV&.109.00' 10M/21NR.113.65' _ MEAN ANNUAL.112.112' 2' Mk.lOtl B 2 RIP RAP DOWNTOWN RUBBLE NTH F:, VARIES STORMWWTER RETAINING STRUCTURAL WALL.SEEAN. 1 FILTER FABRIC LITTORAL SHELF POND d PARK smucTURAL PLAN. t_ 0...naw BOT.92.00' IT, } BOT pl. CITY OF OCOEE SECTION A-A SECTION A-B NoNtamlNystrA.DRIVE VARIES VARIES VARIES 5' 9' 15' 10 29' I., 10.15' RIP.IIS' SIDEWALK PARKING DRIVE LANE 117.ttl 11100' 1WYR/21E R.118.52' 113.Otl 1.5L 25YR/391R.118.16' BBBB� 112.Stl 10YR/29HR.113.119' ! 111 BY TOP EL.111.50' MEAN ANNUAL.1112Y _— Dt0111ID EL.II1.Otl 3 mom TYPE I ROT.110. (IMk) OMB.SEE DETAIL. 1 ASPHALT PAVEMENT. - //r .1 ' SEE OFTM. l2'X 12.— I I 1� RIBBON CURB /ia— TIRE C PLET \- (MAX) SOT=106'S RETUNING WALL.SEC STRUCTURAL PLAN. ' SECTION C-C "" v1/10.21 NOM BOARDWALK NOT SHOYM FOR CLARITY NORTH C/TLE,IT=3.0, p. R1.. T TYPICAL E SECTIONS b C-301 8 f I DIMENSIONS & QUANTITIES COMMUNITY ___.. •RAp115(TwJ SOLUTIONS M GRATESIZES leCONCRETE (Cu. Quad SODDING (Sq. Yd6J VEHICULARSEE A SHEET. 6r OR�� RN GRADE.SEE PUNS.AD.MT v01t SOD D % A B C E F C Single Double Triple Quad N Standard EA(W Single Double Triple Good Single Double Triple Quad SEE DETAIL SHEET. Pipe Pipe Pipe Pipe Weight Pipe Strong Pipe Pipe Pipe Pipe Pipe Pipe Pipe Pipe Pipe .711Y r /Jr ADE Y 1. Ikl' )S' k11' 12SY I.IK 0.0 1.16 IA1 IN $ IO - 1 12 i1{ E'-le' LN' I.IY so Y 111 eat i.Tj' Igld ISA�' ttl 6J6 I.s jrI 21T 6 16 I2 U RIB E.SOUTH STREET .Y pp 2D� ).1 4 I IAp01}k 1 1.)Y 6!C 6DYlYY ILet 13..A 1ST IN lie 9I5 L. pp 12 13 16 3' Y-Y LN 6.US IJ4 1{I Oct 6.v' IRO neat .2Y 21/Y Y 133 Ise 2. Me 12 IS 17 SUIE>0o .16' 6'-I' Ut 11.1 HMO 16 2„ U'1' ;1.19' IROa1.eY 1.3T 2 Jr IAp eat 333 ISI M i6 5` ORIANDO.FL J2BD1 it 11}P' Y-A' WAY 1031 10.N' 12J61 IY LW 226' JSs I 2320 LW 2(if 2�• IS 213 MN !t$ N ) 1 USE E.0.09.CUSS I CONCRETE(3•000 Pg). 901122d3Y6 !1' I-r 3JY 13a6• BA6 01. 11 et 23Y RAT 160Y 23,. I.M 2Y 2� 2Af 316 yy 111 U m 223 ClOURS CR POUR .r.rnv..rraun•ow.r..r elrr qY LW MS 14311. BOW SW lit 3. trta6 2. SAW Nl C5NIN0L JOINTS N NEW CURB U1HN 21 WY V-6' 3AW DAY 23.1 tT SAY 2T 3AY SAD 1T30' X. 31JY 1.W r i 2t6 1.A 0.l1 3SD Ti 22 26 $ A WE A LW unwwW pm..Ws we el t.1WK.PM MWIN. 01090. O 10.10. Wm*Lamb.N M w.I IY slordonl Po MOM AOCm*.NM M Wm*M We YL}w ewn M qA 2m Umw W. LITE.STABILIZED 5 RIBBON CURB DETAIL .RAMP. SUBCIADE BEYOND N.TS. DOWNTOWN h 2 Nl CURING(1YPJ STORMWATER P M so. PPOND1d&PARK Y C - �+•+ro RET CITY OF OCOEE IN N.WALL SEE (_ I I cl 76 1 I 'P 1' hi SHIMMER SW/CNN.PLAN. _ I � � 1Tf EL',SPYBAFFLE BOX.SEE wNe �. BAFFLE � SIlIUC1URAL P.N. I , nd ®MEMMIN��•� ,� SKINNER �' TOP EL III.lp' •craw Hww sL • N_ N I en/0rr.1r w N W L - - - Im� Y SOD ( WERE 112.55' ii ROW BOL SKIN EL 111,50' �1 TOP NEW-SINGLE PIPE WnW Wu1 U rR w • i eiR.•..R.r ® RE k CAP Y SECTIIN! X O SIDE DRAIN MES DETAIL « R S• & Iw EL 109.00' I .I A GROUND EL t0J.S0' DRILL r.s•Nat[N CAP - ---® BOnp1 OF TEE PLOW nN.GRADE DN.GRADE i ,eR.,RR.RR • 2N YR.O' IIIIIW SEE NOTE 1 SEE NOTE 1 AIL_ MIIIIIIIM Zx Tm. H T t SbO. nl t )#'sip. ,ra�e 6'MIN. �,I • 6'MN. PIAN LB WEICI VWW O OUTFACE STRUCTURE DETAIL m_4 6'STABILIZED 6'STABILIZED AT ALLx.TP.T.S. mrru ern crwarns IS'..--_�MIN. S AT ALL B•MIN' SUBGRADF AT l wmulmR SWIM. CURBS(TT.) CURBS(TM.) I WHEN USED ON HIGH SOE OF ROADWAYS.THE CROSS SLOPE OF ME I. WHEN USED ON HIGH SIDE OF ROADWAYS. TIE CROSS SLOPE OF THE SAW CUT EDGE OF EXISTING ASPHALT GUTTER SHALL MATCH THE CROSS SLOPE OF TIE ADJACENT PAVEMENT. GUTTER SHALL NAT.THE CROSS SLOPE OF THE ADJACENT PAVEMENT. AND TIE NEW PAVEMENT INTO EXISTING. THE TRIMNESS OF THE LIP SHALL BE 6'.UNLESS OTHERWISE SHOWN W THE THICKNESS OF THE LIP STALL BE 6'.WLESS OTHERWISE SHOWN W PUNS. PUNT CNISTINO ASPHALT ROAD PROPOSED PARKING ARM 0.O�/ I. USE FDOT LASS CONCRETE(J,000 PS)CONFORM.TO MOT SPEC. 2. USE FDOT L CO ASS H NGREIE(J,DOO PSI)CO.i0R111NG i0 FOOT SPEC. DM 3 AW S CUT CMITVOL JOINTS IN NEW CURB AT 10'C/C OWN 21-HRS.OF 3. BAx'CUT CONTROL ARMS IN NEw CURB Al tY HR C/G UMW 21- S OF MAL OVERLAY TO PROVIDE A SMOOTH EVENLY POW. PCIR. GRACED SURFACE. PROVIDE ADOITIONAL ASPHALT a. CONFORM W/FOOT INDEX 300. 1. CONFORM W/FOOT INDEX.0. AS NEEDED TO LLL MINOR LOW AREAS AND DIPS 1-MILT AND RESURFACE poor TYPE F CURB PPOACT 01 O FDOT TYPE F CURB DETAIL O MODIFIED FDOT TYPE F CURB DETAIL III ...eR A�6om1� PPM N i x s p.m ApL EXISTING ASPHALT J Mow. NSL EXISTING BASE�f /ii Sr; -"" Ammo WEL 1 • EXISTING SOMA.-/ srwwuANwr.rAwv ND1E-3 9 sIj 6'UMEROM BASEWN LW -7' '■�P M COMPACTED WE MO TO A PROCTOR / 1 �WTIEN USED H HGN OS OF ROADWAYS.THE CROSS ACEN ROPE W WITH MAX 9DR D ME MODIFIED PROLTC) IL TYPE Y ACTED YO 3uaAID 1.wINL1 SLOPF 1D MATCH 9DEwALx SHALL MATCH ME CROSS SLOPE K 111E ADJACENT VEMCNt TH YAnYUu DRY DENSITY(AA6NT0 i-t6O) Or IA E INE LOW.PROCTOR DOOM HAMAN 6 SLOPE.(MAX.SLOPE 2.0R) SLOPE OF 2.0i THE THICKNESS OF THE UP SHALL BE 6'.UNLESS 01WWISE DAY DIM NIA ITY(,A(AWL,TWO) E WOW ON PUNS __-- t. USE FOOT CLASS N SS I CONCRETE(1U PSI)CONFORMINGSP CONFORMING TO FDOT EC.310.r LOj I 3 PROVIDE I/2-SEALED EXP.JOINT WEN ABUT.CONCRETE. S 1. PROVIDE SAW CUT CONTROL JOINTS AT 10'C/C MAX.NINON POUR.THIN 21-HRS.OF PO . O eaTrLA STABILIZED SUBORN.A SITE DETAILS 6•Ibl. I A ALL NOBS(TW.) U • - • O FRANKLIN STREET ASPHALT PAVEMENT SECTION s O DROP CURB DETAIL b C3n 06 B L I POND WALL FuSTaG INLET TOP COMMUNITY TOP EL 110.00 PROPOSED CURB SOLUTIONS POND WALL TEE:CAP 3' DRILL5'HOLE M CAP WEIR EL 113.00. --- AT BOTTOM a T¢ REMOVE EXISTING INLET STRUCNRE TOP. 01B F.SOUTH STREET POND I 1 REPLACE MTH ECCENTRIC MANHOLE TOP SUITE TOO I10.00' 6 A'L_9P.L..—.. POND 2 B.PVC PIPE AND MATCH PROPOSED GRADE. ORLANDO,FL 32801 AN EL 110.00 00]A2JA3B8 s.nxwrE w.o.,..xx..., fi'WALL NWT EL- 09,00' InI i • I /A REBAR EVERY EX:50HG B-BOTTOM INLET NIesR B'EACH WAY DOWNTOWN / 1 STORMNNTER 12' POND 1 POND 2 _�0RCP , \I POND b��ARK POT EL-BI00' ,S7 STONE I CITY OF OCOEE SEPT,*YIT DAN_NEY/ EX15US$AB'PIPE TO BE J J' RCMOVFD.BRICK AND WNW GROUT HOLE. mom IL PM O POND 1 ORIFICE DETAILS mob"NO" 2 DS-28 MODIFIED STRUCTURE TOP DETAIL TWO UFTS ASPHALT COURSE: C .0'SP-9.5 ASPHALT KARNG COURSE /EACH UFT.FOOT TRAFFIC LEVEL C.USE SAWCUT OF EXISTING I BINDER PG 37-22. ASPHALTI _ B'LNERAQC W/MIN.UM O 100. ��� 12'FOOT TYPE 9•STABILIZATION W/MIN PS.LBR AO(En- PSC 7——7��—/(� COMPACTED IN-SOU SgLS DR COMPACTED SUBGRADE FILL TO 9BR DENSITYPER AASHTO i-180 / PANNG NOTES I. ASPHALT CONFORMING TO FOOT INDEX 334'SUPERPAVE' S{ 2. MILLING AND OVERUY REQUIREMENTS:LOCAL ROAD.ALLEY WAYS AND PARKING AREAS- 1.0-IN USE RESPECTIVE FRICTION COURSE FOR OVERLAY WI FOOT APPROVED TACKING meow AND BINDER MATEMALS.CONFORM TO FOOT STANDARD SPECIFICATION SECTION32). �� CUL-DE-SAC ASPHALT PAVEMENT DETAIL �J Nts WE IMPROVED Wal. scut SITE DETAILS C-307 COMMUNITY SOLUTIONS LEGEND -IOW ET/MIVINIT sos) RS @ I 111 II ...Ass. s•so, MRS pi ,I P E.SOUTH STREET AUITE TOO 11.11,0PBBRI , ()ROWELS.SE 32801 , • sLAA.,...,,,,, . CLIPARBLI SAS Of IBMS MR FEF-DER S9HE2ULEm. LOT 42.1BSOB .'. r.:, ......, . . . ISTIOSSESIHISSOLIPSPASEINSWE BBIZIAMBE 1 rs ..." . .t:A., I : 1 30101,10R1 • SURGE PROTECTION LEGEND I W'''''''''''''''''''''' DSTOORNZN ATER POND&PARK mu..sue Mad 7 PO PPOSOICRICOR.MAN °A‘).sc... ilKEYED NOTES 0 CITY OF OCOEE 1 SIAS MAW,LOLL WORLD S.M.. LIGHT FIXTURE SCHEDULE 0 ii,,,„.11,,, L LILL)BUSBANOS,Bli OTRIBINW Mrs.,.PHASERYERS •_......,..• 1 WOW nano,SEE ESAVALEXI IS IEPIEECEIPPLE WOOL, SOIRPOORUY W.COCROINER ILOBRIS OBEISTOI LOSTRO1.970 ST SI ISIB CLLALSEINE)NKR BB IACLOBULL VOLT4,-4=111z1 0 '. ---- B. BAIIRMSS WSW°BE:ELMER,AR ROWEL wen...sow , s ii2111 5. C.5.5 -55.55s.5,55,5.5.55.51,51.ACI.,/{501,50455r.p..0.5555.5.15.5.-nr .',I—Irill'ai RA.Parkway SO.AB 11115rrI MOSE'Ws NALLAREBE Awes.COrP11,510 9.01.11550551puCiOlts Odancio,Florae 12937 . esz...,......, .....r..i.F.,:÷:::±T,...., , „.„.. „ P.R.,.5,111.115e r'..E.1.1,11,5(11.5.P151,Arr9.0515,0155.10.,.15 321 E22-2290 „Sim ,.....• I 1116,L1,130X Al 15.F5555f.Jr IMF P,E.411 cnatrr,(WILLL'OPLALI WASP I I . 1 CD 5—i 1 [.1.72 s. BEERS 5,55,5555.1,15OPMF1.51,,51,REM..EQUINSlir AS 15.5,56,55,15555555 5555.55.55,5,r5r,tp pro,,,rrrrfi,,,,,r.5,5,.555.51551, 55,5,55,55...55,55,-,5555555,55 555-.5,055,55,55555.0 555,,,,,,,,.., L.F.D.C.0,1.51,51,11K05.11. U 154.111r.r.55{7.55.(1155,5.,55..,...05lpEr USE 0.1.5.1r,s,s4.55r5r5555.5 r.tirr,r1.1151.1511t 51/14551A51,I kg...MC,,,ESS)BRAWL PLO BOWEL ..k7:1, .1.,....fr..MACK 5511,15 5YrrEMm BE swam rot LWOW. MOP To rwLyor 7. P..lot 120V.....P.I.E./WMEIRPX00(I.. 4 1114.F.IITIONVENC,,ESOEMILS,ItEr E.e.FON USTA,TIMPEOL4.1.114, ...)*:"'ITP4,BA RISER DIAGRAM•ELECTRICAL • „..1 . ). IA .a ,,,,,,,,..e.,9,4,• ,..... . „.., I 1 1 , i I i 5,...,5... L...., '-,J• . ,,,.. ...TED 1 I 15Krr r.,... III..../. q T. r..... ..'W, I +rm.v a SC 1 1 i § ri , ....... 2 RISER i :ILAEGCTARFACAL i I PI 1 9 1 6 ISEL30211-- I E-501 if 8 COMMUNITY I 174OLEDCHATEAUSERIES am -15" 7.4 1.1� w M t .A B T * .-... Bid E.80UTN STREET "IMF , • BURETUB 117aart unar.-i_twmw a DRIANDO.F132B01 M1 �w oYM( ro_ f �i.a9�nwv.m.xw, — SPacMbrM� 1.46.MM.WIU.. . ...,, .rs. m.itby _� r .�c"r.'.S'.:▪ x.mwl...�~ .r._r r r - - ra.n i..W...r1h .irrc0. r, w w._.._ ......r""y"1110" ti..r. DOWNTOWN r....r.rb..wq. e..w,1Wn 12,1T.xi.so .... 'ter"•.w•,r�••••�• ,...==cww:'�r _ •` POND&YATK rwrr........) _.. _... ..... ..... ......."...... mr..w..r"=" ..b.-mr.br.rr .._.w.r. •� - POND BrPARK ,........w r n....rrw..r .Vr.®.rrur.rr. vm uw �s.r.... .a i...•n r..,;:::... ��� r...raerwrrr 7.0 Ms .0111.1001166111. '°" ""'.' _` "` -- _..e,.r_:.•.•tif.,• : CITY OF OCOEE Pm 1111111111111111, ...... r .. .. .. =—— :::..-r.,,—.1.:.T.,== 1.... , . .. . .....„1..:,... �.. '"' VOLTTFIHR ..*- •�. .., '� r. 21BOCsnbNM:itla PrxwPY w '_._."�.rtm Sub A9 • w..===fir r_ cxPa r.r�.a ]�21822.2230aHcx..a.w lr ',E4i;......,, ENERGY. ®SternbergLighting .._ w _,. LUMINAIRE TYPE 13' LUI HIRE TYPE'A' LUMINAIRE TYPE'C' ID'+�.,... --_. - .;roarb .ri .i.....w...:....m .II, 1mie..e.rrrw•rol...ra...... NYI :•,.*.,: tt 000.0101/1 y ......r.._rr.� r...r.wr�i ...ter_. ..... 111.1.061 Z =i.'Cw.. 1.11.0 s _ 011,11920 ..,. ,. i K p I w SI .r.`S.iCa W '_ _,....�........._..�.._.-.__..:a: w.ww, ..__._.........-...................._..........�� ...,,. rn rn CrnT...:.E[TS Rw..r... ._.m re,r. ....w...._ t E-902 LUMINAIRE TYPE'C' LUMINAIRE TYPE'D' PROJECT MANUAL ITB #21-008 DOWNTOWN MASTER STORMWATER POND & PARK ocoee florida April, 2021 Prepared by: City of Ocoee,GAI,and CPH CITY OF OCOEE ITB#21-008 Downtown Master Stormwater Pond &Park TABLE OF CONTENTS DIVISION 0—BIDDING AND CONTRACT REQUIREMENTS SECTION TITLE 00010 Legal Advertisement 00020 Invitation to Bid 00100 . Instructions to Bidders 00200 Information Available to Bidders • 00300 Bid Form 00301 Questionnaire 00301a Subcontractor& Supplier List 00302 Compliance with Florida Trench Safety Act 00303 Drug-Free Workplace Certification 00410 Bid Bond 00480 Non-Collusion Affidavit 00480a Conflict of Interest Disclosure 00481 Certification of Nonsegregated Facilities 00482 Sworn Statement on Public Entity Crimes 00483 Certification of Nondiscriminatory Labor Practices 00484 Certification Regarding Scrutinized Companies' List 00500 Contract for Construction 00610 Performance Bond 00620 Statutory Payment Bond 00630 Construction Performance and Payment Bonds 00640 Waiver of Right to Claim Against the Payment Bond (Final Payment) 00650 Insurance Certificates 00710 Standard General Conditions of the Construction Contract 00840 Notice Award 00841 Notice to Proceed 00842 Change Order 00843 Certificate of Substantial Completion 00844 Non-Compliance Notice 00845 Field Order&Directive Form 00847 Request for Proposed Change 00848 Daily Construction Report 00861 Application and Certificate for Payments 00863 Contractor's Final Release of Lien 00864 Shop Drawing Submittal 00865 Certificate of Final Inspection 00868 Contractor's Request for Information 00879 Waiver and Release of Lien Upon Final Payment 00881 Waiver and Release of Lien Upon Progress Payment' 00883 Contractor's Final Affidavit 00885 Contractor's Interim Affidavit 00900 Addenda(s) TOC-1 ITB#21-008 Downtown Master Stormwater Pond&Park DIVISION 1 - GENERAL REQUIREMENTS 01001 General Requirements 01010 Summary of Work 01025 Measurement and Payment 01027 Payment App 01040 Coordination 01220 Meetings 01340 Shop Drawings 01380 Construction Photographs 01390 Audio Visual 01500 Facility Control 01567 Temp Barriers 01600 Material &Equipment 01700 Contract Closeout 01720 Record Does 01730 Data 01800 Cleanup 01450 Quality Control 01550 MOT 02100 Technical Specs DIVISION 2—SITE CONSTRUCTION 02100 Specific Technical Specifications (Engineering Standards Manual) DIVISION 3 APPENDIX A 03100 SJRWMD Permit Issuance DIVISION 4—MISCELLANEOUS FORMS FORM 00840 Notice of Award FORM 00841 Notice to Proceed FORM 00842a Change Order- City Commission FORM 00842b Change Order- City Manager FORM 00843 Substantial Completion FORM 00844 Non-compliance FORM 00845 Field Order&Directive FORM 00846 Schedule of Values FORM 00847 Proposed Change FORM 00848 Daily Construction Report FORM 00861 Pay App -Application for Payment FORM 00863 Final Release of Lien FORM 00864 Shop Drawings FORM 00865 Final Inspection TOC-2 ITB#21-008 Downtown Master Stormwater Pond&Park FORM 00868 Request for Info FORM 00879 Waiver&Lien Release FORM 00881 Progress Lien Release FORM 00883 Final Affidavit FORM 00885 Interim Affidavit END OF TABLE OF CONTENTS TOC-3 ITB#21-008 Downtown Master Stormwater Pond&Park • • SECTION 00010 LEGAL ADVERTISEMENT Invitation to Bid The City of Ocoee, Florida (the "City") is soliciting sealed bids for the following project: ITB #21-008 DOWNTOWN MASTER STORMWATER POND & PARK. Proposals will only be accepted electronically through Negometrix4, a free e-Procurement platform, until 2:00 pm, local time, on June 8, 2021.Bids received after that time or through any other method will not be accepted under any circumstances. Bids that have been timely received will be publicly opened,virtually online and the names of the bidders read aloud at that time; instructions will be provided at https://www.ocoee.org/959/Public-Bid-Meetings. All questions regarding this ITB should be in writing to Shannon Hopper, Purchasing Technician, Finance Department/Purchasing shopper@,ocoee.org.No Pre-Bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid at no charge through Negometrix4 by accessing the City's published solicitation page at https://app.negometria.com/buyer/748. For more information,please visit https://www.ocoee.org/323/Purchasing.Prospective bidders will be provided with all information regarding this ITB, addenda,and changes to the project requirements through the Negometrix4 platform. Melanie Sibbitt, City Clerk, Orlando Sentinel,May 9, 2021. • 00010-1 • SECTION 00020 INVITATION TO BID ITB#21-008 DOWNTOWN MASTER STORMWATER POND &PARK OCOEE, FLORIDA Sealed bids will be received by the City until 2:00 pm, local time, on June 8, 2021. The City utilizes Negometrix4, an e-procurement platform. The City is ONLY accepting electronic solicitation responses online through the City's Negometrix4 platform at https://app.Negometrix4.com/buyer/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 Negometrix4 platform. Bids received in any other format will not be accepted;no paper,fax,or e-mailed submissions will be accepted.There is no charge to use the Negometrix4 electronic bid submission platform. Registration with Negometrix4 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 emailing servicedesk.us@Negometrix4.com or by calling(724) 888- 5294. Once your company is registered with Negometrix4, you will be able to securely submit your company's bid any time before the bid deadline, at https://app.Negometrix4.com/buyer/748 by clicking the PARTICIPATE BUTTON under the solicitation. Bids submitted on Negometrix4 will remain locked and inaccessible by City staff until the bid deadline.Bidders are encouraged to allow ample time to upload and submit a bid as the system will automatically lock bids upon the bid deadline. A virtual public bid opening will be held on the date and time indicated above.Details on how to access the virtual bid opening will be located on the City's website once available at https://www.ocoee.org/959/Public-Bid-Meetings. Questions regarding this bid are to be submitted within the Negometrix4 platform in the Question& Answer tab or through written inquiry directed to Shannon Hopper,Purchasing Technician, email shopper(c�ocoee.org.The deadline for receipt of questions is June 1,2021 at 2:00 p.m.,local time. Any clarifications/changes will be only through written addenda issued by the Purchasing Technician. Respondents should not contact City staff, with the exception of the Purchasing Technician, or other City consultants for information regarding this bid before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification. Bidders shall submit one(1)complete electronic copy,preferably in a single file,of their bid package on the Negometrix4 platform. Bid packages must be received by Negometrix no later than 2:00 p.m.,local time,on June 8,2021.Any bid package received after the aforementioned date and time will not be accepted under any circumstances. Any uncertainty regarding the time a bid package is received will be resolved against the bidder. It shall be the sole responsibility of the bidder to have • 00020-1 ITB#21-008 Downtown Master Stormwater Pond&Park the bid package uploaded and submitted on the Negometrix4 e-procurement platform prior to the due date and time. 1 File Uploads - All electronic files uploaded must be in a common format accessible by software programs the City uses. Those common formats are generally described as Microsoft Word(.doc or .docx), Microsoft Excel (.xls or .xlsx), Microsoft Power Point (.ppt or pptx), or Adobe Portable Document Format(.pdf). Respondents will not secure,password protect or lock uploaded files;the City must be able to open and view the contents of the file. Respondents will not disable or restrict the ability of the City to print the contents of an uploaded file. Scanned documents or images must be of sufficient quality,no less than 150 dpi,to allow for reading or interpreting the words,drawings, images or sketches. The City may disqualify any Submittal Response that does not meet the criteria stated in this paragraph. Description of Work: All work for the project shall be constructed in accordance with all of the drawings and specifications included with this Project Manual. The proposed projects will be awarded and constructed, if an award is made, in conformance with the plans and specifications. 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: • Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W Franklin Street between N Kissimmee Ave and Bluford Ave. The stormwater system consists of two cascading interconnected urban ponds—a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave will be milled and resurfaced. Pipe diameters for the stormwater system include 18- inch, 24-inch, 30-inch, 36-inch, and 60-inch RCP. The project also includes improvements on N Cumberland Ave between the pond and W Oakland Ave. Finally, the project shall include removal of existing City utilities, removal and replacement of driveways and curb,sidewalk,and sodding 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 be required to be done while maintaining the functional operation of the existing utilities. Prospective bidders shall_prepare their bids by reviewing complete, full-size contract documents. Addenda will be posted on Negometrix and transmitted to all bidders. It is be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. 00020-2 ITB#21-008 Downtown Master Stormwater Pond&Park Pre-bid Conference: None scheduled at this time. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent(5%)of the bid price,and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety(90) days after bid closing time. 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. Bidders should acknowledge receipt of all addenda in the prescribed bid form. Bids must be' signed by an authorized representative of the bidder. Failure to comply with either condition may be cause for bid disqualification. By entering into this contract, the awarded bidder is obligated to comply with the provisions of §448.095,Florida Statutes,"Employment Eligibility."This includes,but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with,or subcontract with,an alien unauthorized to work in the USA.Failure to comply will lead to termination of this contract, or if a subcontractor knowingly violates the statute, the subcontractor must be terminated immediately. 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 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 an award with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in§287.017, Fla. Stat.for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. See § 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 00020-3 ITB#21-008 Downtown Master Stormwater Pond&Park 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 END OF SECTION 00020-4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00100 INSTRUCTIONS TO BIDDERS ITB#21-008 TABLE OF CONTENTS ARTICLE DESCRIPTION 1 Defined Terms 2 Copies of Bidding Documents 3 Qualifications of Bidders 4 Examination of Contract Documents and Site 5 Availability of Lands for Work,Etc. 6 Addenda and Interpretations 7 Bid Security 8 Contract Time 9 Liquidated Damages and Indemnity 10 Substitute Material and Equipment 11 Subcontractors, Etc. 12 Bid Form 13 Submission of Bids 14 Modification and Withdrawal of Bids 15 Opening of Bids 16 Bids to Remain Open Subject to Acceptance 17 Award of Contract • 18 Taxes 19 Organization of Drawings and Specifications 20 Required Disclosure 21 Qualifications of Surety Companies 22 Qualifications Submittals 23 Interpretation of Quantities 24 Drug-Free Workplace 25 Construction Safety 26 Special Warranty, Performance Bond, Insurance and Correction Period Requirements 27 Signing of Agreement 28 Bid Protests 29 Unit Prices Information 30 Licenses and Permits 31 Retainage 32 Stored Material Allowance(s) 00100-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00100 INSTRUCTIONS TO BIDDERS ARTICLE 1 -DEFINED TERMS 1.1 Terms used in these Instructions to Bidders that are defined in Section 01001 — General Requirements have the meanings assigned to them in that Section,as supplemented. Terms defined here for general application within the Project Manual are: 1.1.1 "Apparent low Bidder"means the Bidder submitting the lowest bid at the bid opening without correction of numerical discrepancies, consideration of alternates, or determination of responsiveness and responsibility. 1.1.2 "Bidding documents" consist of the Project Manual and related drawings, both as may be modified by addenda. 1.1.3 "Contract Documents" are described in Section 00500, Article 8, and generally include the Scope of Work Agreement(Section 00500),performance bond(Section 00610), payment bonds (Section 00620), certificates of insurance (Section 00650), Notice of Intent to Award (Section 00840), Notice to Proceed (Section 00841), General Conditions(Section 00700), Supplemental Conditions(Section 00800),the complete Project Manual (including Section 00020—Invitation to Bid and Section 00100 — Instructions to Bidders), drawings, any addenda issued by Owner or Engineer,Contractor's bid(Section 00300),and documentation submitted by Bidder prior to the Notice of Intent to Award being issued. 1.1.4 "Contractor"refers to the corporation,firm,or person who is authorized to undertake the work. 1.1.5 "Engineer" refers to the City Engineer of the City of Ocoee, or his designee, who shall act as Owner's representative and serves as project engineer for all decisions and actions requiring action by"Engineer." 1.1.6 "Owner" is the City of Ocoee, Florida. 1.1.7 "Owner's representative" is the Public Works Director of the City of Ocoee or his designee. 1.1.8 "Project Manual" refers to the complete document set, including "Engineering Standards Manual," issued by Owner, as may be amended, not including the drawings, and consisting of Divisions 0 through 4, inclusive. 1.1.9 "Purchasing Technician" for this project is Shannon Hopper, Finance Department/Purchasing, City of Ocoee, shopper0,ocoee.org. 1.1.10 "Successful Bidder" means the Bidder to whom Owner awards or expects to award the contract. The apparent low Bidder is not necessarily the successful Bidder. 1.2 The work, as defined in Section 00500 — Scope of Work Agreement, is governed by the requirements of Section 00700 — General Conditions and Section 00800 — Supplemental Conditions. 00100-2 ITB#21-008 Downtown Master Stormwater Pond&Park ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.1 Prospective respondents may secure a copy of the documents required for submitting a proposal at no charge through Negometrix4 by accessing the City's published solicitation page at https://app.negometrix.com/buver/748. Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of an incomplete set of bidding documents. 2.2 Complete sets of bidding documents shall include 11"x 17"drawings. 2.3 Owner, in making copies of the bidding documents available on the above terms, does so only for the purpose of obtaining bids on the work and does not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS Each Bidder shall complete the questionnaire (Section 00301) included in the Bid Form. To demonstrate qualifications to perform the work, each Bidder must be prepared to submit, within seven(7)days of Owner's request,the additional qualifications submittals set forth in Article 22 of the Instructions to Bidders. ARTICLE 4- EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a bid to: (a)examine thoroughly the Contract Documents and other related data identified in the bidding documents;(b)visit the site to become familiar with the general and local conditions that may affect cost,progress, performance, or furnishing of the work; (c) consider federal, state, and local laws and regulations that may affect cost,progress,performance,or furnishing of the work; (d)study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; and (e) promptly notify Purchasing Technician of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in or between the Contract Documents and such other related documents or conditions prior to submitting a bid. 4.2 Information and data shown or indicated in the Contract Documents with respect to existing underground facilities at or contiguous to the site are based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. 4.3 Contractor shall perform exploratory excavations for the purpose of locating underground pipelines, conduits, cables or structures in advance of the construction. 4.4 Before submitting a bid, each Bidder will be responsible for obtaining 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 00100-3 ITB#21-008 Downtown Master Stormwater Pond&Park relate to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder,and safety precautions and programs incident thereto or that Bidder deems necessary to determine its bid for performing and furnishing the work in accordance with the time, price, and other terms and conditions of the Contract Documents. 4.5 Each Bidder has access to the public portions of the construction area to conduct such examinations, investigations,explorations,tests,and studies as each Bidder deems necessary for submission of a bid. Bidder must fill all holes and clean up and restore the site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.7 The submission of a bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4;that without exception the bid is premised upon performing and furnishing the work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents; that Bidder has given Purchasing Technician written notice of all conflicts, errors,ambiguities,and discrepancies that Bidder has discovered in the Contract Documents and the written resolutions thereof by Purchasing Technician are acceptable to Bidder; and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work. 4.8 The submission of the Bid shall be an indication that the Bidder has considered normal local weather conditions(daily and monthly variations)and accounted for these circumstances in the preparation of the bid and schedule of construction. ARTICLE 5 -AVAILABILITY OF LANDS FOR WORK,ETC. 5.1 The lands upon which the work is to be performed, rights-of-way and easements for access thereto, and other lands designated for use by Contractor in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 5.2 Each Bidder is instructed to fully acquaint himself or herself with the status of easement acquisitions by the Owner at the time of submission of his or her bid and the possibility that additional parcels may remain to be acquired. The Contractor shall sequence and schedule the work to delay schedule impacts caused by un-acquired easements so as not to interfere with the progress of the work in other areas of the Project. The Owner shall not be liable for any damage that may occur to the Contractor for any and all delay through delay of the Owner in securing the necessary right-of-way. The Owner agrees that it shall make every effort to acquire such easements, if any,with all reasonable speed and diligence. 00100-4 ITB#21-008 Downtown Master Stormwater Pond&Park ARTICLE 6 -ADDENDA AND INTERPRETATIONS 6.1 Bidders shall promptly notify Purchasing Technician of any ambiguity, inconsistency, or error that they may discover upon examination of the bidding documents or the site before submitting a Bid. 6.2 All questions about the meaning or intent of the bidding documents are to be submitted through the Negometrix4 platform in the Question&Answer tab or written inquires directed to Shannon Hopper, Purchasing Technician shopperaocoee.org. Bidders shall not contact other City staff, members of the City Commission, or City agents or consultants before the award date with reference to this Invitation to Bid. Any contact with other members of City staff,the City Commission,or their agents or consultants during the bid,award, and protest period may be grounds for Bidder disqualification. 6.3 Submitted questions and their replies considered relevant to other Bidders, if any, will be published through addenda posted on Negometrix4 no later than twenty-four (24) hours before bid time. Questions received less than seven (7) calendar days prior to the date for opening of bids may not be answered. Only questions answered by formal written addenda shall be binding. Prospective Bidders are warned that no source other than formal written addenda is authorized to give information supplementing,explaining,or interpreting the Bidding Documents. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from its terms and requirements. 6.4 Owner reserves the right to suspend,cancel,or postpone bid opening without prior notice in response to emergencies, loss of funds,and other unexpected conditions. An addendum will be published at the earliest reasonable opportunity notifying bidders of such an event and the time of any new bid opening date. ARTICLE 7-BID SECURITY 7.1 Bid security shall be submitted in the form of a cashier's check/certified check or company check upon an incorporated bank or trust company or a Bid Bond made payable to Owner in an amount not less than five percent(5%) of the Bidder's contract price.A combination of any of the former is not acceptable.Cash will not be accepted as Bid Security. Any bid bond submitted shall be issued by a surety company having a registered agent in the State of Florida and meeting the requirements of Article 21 of this section and Article 5 of the General Conditions. 7.2 The bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award will be retained by Owner until the City and successful bidder have executed the contract for work or until the ninety-first (91') day after the bid opening, whichever is earlier. Bid security, in the form of a cashier's check, of other Bidders will be returned approximately thirty(30) days after the bid opening.Bid security, in the form of a bid bond, will be returned upon request following the same criteria as the cashier's check. The bid security of the successful Bidder shall be retained until such Bidder has executed the 00100-5 ITB#21-008 Downtown Master Stormwater Pond&Park Agreement and furnished the required payment and performance bonds,whereupon the bid security shall be returned. If the successful Bidder fails to furnish the required qualifications or submittals; or fails to execute and deliver the Agreement and furnish the required bonds within ten(10)days of the Notice of Award,Owner may rescind the Notice of Award and the bid security of that Bidder shall be forfeited. 7.3 A copy of the bid security is to be included with the bid submitted electronically on Negometrix4.The original bid security is to be mailed within five(5)business days after the bid opening to:City of Ocoee,Finance Department/Purchasing,Attention: Shannon Hopper, Purchasing Technician, 150 North Lakeshore Drive,Ocoee,FL 34761.Failure to provide the original may cause your bid to be deemed non-responsive. - ARTICLE 8 - CONTRACT TIME The number of consecutive calendar days within which, or the date by which, the work is to be completed (the Contract Time) is set forth in the Scope of Work Agreement(Section 00500). ARTICLE 9-LIQUIDATED DAMAGES AND INDEMNITY 9.1 Provisions for liquidated damages are set forth in the Scope of Work Agreement (Section 00500, Article 3). 9.2 The liquidated damages amount of Section 00500 has been established in accordance with the Florida Department of Transportation's Standard Specifications for Road and Bridge Construction, 2004 Edition, and supplements and revisions thereto. ARTICLE 10 - SUBSTITUTE MATERIAL AND EQUIPMENT The work, if awarded, shall be awarded on the basis of material and equipment described in the drawings or given in the specifications with consideration of possible substitute items identified by the reference,"or equal." Whenever it is indicated in the drawings or stated in the specifications that a substitute item of material or equipment may be furnished or used by Contractor, if acceptable to Owner's representative, then application for such acceptance shall not be considered by Owner's representative until after the effective date of the Agreement. If a substitution list is provided as part of the prescribed Base Bid Form, Bidders must identify proposed substitute materials. These substitute materials and equipment shall be evaluated after the effective date of the Agreement.Only the proposed alternatives and substitution items listed on the Substitution List shall be evaluated by the Owner's representative. The cost of changes in related work and/or production of additional drawings that may be required to illustrate or define the alternate equipment and its relationship to the other parts or portions of the work shall be paid by Contractor. No change shall be made in the amount of time in which to complete the work or in the liquidated damages. If the proposed substituted material or equipment is found to be unacceptable to the Owner's representative as an "equal" item, then the base bid material or equipment named in the specification or the bid form (circled item) shall be furnished by the Contractor. 0.0100-6 ITB#21-008 Downtown Master Stormwater Pond&Park ARTICLE 11 - SUBCONTRACTORS,ETC. 11.1 Each bid must identify the names and addresses of the subcontractors listed in the bid form titled, "Subcontractor/Supplier List (Section 00301-A)." If requested by the Purchasing Technician,the Bidder,and any other Bidder so requested,shall,within seven(7)days after the date of the request, submit to Owner an experience statement with pertinent information as to similar projects and other evidence of qualification for each such subcontractor,person, and organization. If Owner or its representative, after due investigation, has reasonable objection to any proposed subcontractor, other person, or organization, then Owner may, before giving the Notice of Award,request Bidder to submit an acceptable substitute without an increase in contract price or contract time. If the Bidder declines to make any such substitution,Owner may elect not to award the work to such Bidder. A Bidder's declining to make any such substitution shall not constitute grounds for sacrificing his bid security. No Bidder shall be required to employ any subcontractor, other person, or organization against whom Bidder has reasonable objection. 11.2 Procedures for approval of other subcontractors after execution of the Agreement are through written submittal to and approval by Owner's representative. 11.3 No more than thirty percent (30%) of the dollar value of the total bid amount for the work shall be performed by subcontractors, excluding supplying of material. The balance of the work must be accomplished by the Bidder's own forces. Each Bidder must complete the bid form titled, "Subcontractor/Supplier List"(Section 00301-A)listing each item of work to be subcontracted and the estimated not-to-exceed cost of these items. (Work in this respect does not include cost paid to suppliers for materials and equipment furnished for this project.) ARTICLE 12 -BID FORM 12.1 The Bid form may not be completed in pencil. A11 entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation,to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price;the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict,between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation,to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However,the City reserves the right to reject as non-responsive Bid • forms that are incomplete or contain information that is not required. 00100-7 ITB#21-008 Downtown Master Stormwater Pond&Park 12.2 Bids by corporations must be executed in the corporate name by the president or a vice- president(or other corporate officer, if accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary of the corporation. The corporate address and state of incorporation must be shown below the signature. If requested, the person signing a bid for a corporation or partnership must produce evidence satisfactory to Owner of the person's authority to bind the corporation or • partnership. If the Bidder is a corporation,and if the bid is executed by someone other than the President or Vice President of the corporation, attach to the bid a certified copy of corporate resolutions of the board of directors of the corporation authorizing the person to execute the bid on behalf of the corporation. 12.3 Bids by partnerships must be executed in the partnership's name and signed by a partner, whose title must appear under the signature. The official address of the partnership must be shown below the signature. 12.4 All names and titles must be typed or printed below the signature. 12.5 The bid shall contain an acknowledgment of receipt of all addenda (the numbers of which shall be indicated on the bid form). 12.6 The Bidder's address to which communications regarding the bid are to be directed must be shown. 12.7 Evidence of authority to conduct business in the State of Florida as an out-of-state corporation shall be provided in accordance with Paragraph 12.2,above. Florida contractor's license number, if any,must also be shown. 12.8 Bids must be priced on a lump-sum basis for the base contract and include a separate price for each line item, as provided in the bid form. Some line items on the bid form are for unit prices with a bid quantity stated. The actual installed quantity may differ,with the unit price being multiplied by the actual number of units required. However,the Owner reserves the right to renegotiate the unit price whenever the installed quantity is significantly different from the bid quantity. In this context, "significantly different" is defined as being of sufficient magnitude so as to alter the price basis of the materials and/or services supplied to the Contractor, either up or down, for the line item. 12.9 The bid price shall include such amounts as the Bidder deems proper for overhead and profit on all line items. There is no additional line item on the bid form for these elements of the total price. 12.10 Bids that are incomplete or conditional,or that contain additions not called for,alterations,or irregularities of any kind, may be rejected. 12.11 Indemnification shall be incidental to the contract and no direct pay shall be made for indemnification. 00100-8 ITB#21-008 Downtown Master Stormwater Pond&Park 12.12 The bid price for Mobilization/Demobilization may not exceed five percent(5%)of the total bid price less this bid item. ARTICLE 13- SUBMISSION OF BIDS 13.1 The City utilizes Negometrix4, an e-procurement platform. The City is ONLY accepting electronic solicitation responses online through the City's Negometrix4 platform at https://app.Negometrix4.com/buyer/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 Negometrix4 platform. Submissions received in any other format will not be accepted; no paper, fax, or e-mailed submissions will be accepted. There is no charge to use the Negolnetrix electronic bid submission platform. 13.2 Each bid must contain the forms as stated in Section 300. 13.3 More than one bid received for the same work from an individual, firm, partnership, corporation, or association under the same or different names shall not be considered. Reasonable grounds for believing that any Bidder is interested in more than one bid for the same work shall cause the rejection of all such bids in which the Bidder has an interest. If there are reasonable grounds for believing that collusion exists among the Bidders,the bids of participants in such collusion shall not be considered. ARTICLE 14-MODIFICATION AND WITHDRAWAL OF BIDS 14.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and delivered to the place where bids are to be submitted at any time prior to the deadline for submitting bids. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so;and,in case it is signed by a deputy or subordinate,the principal's proper written authority to such deputy or subordinate must accompany the request for withdrawal or modification. Withdrawal of a bid shall not prejudice the rights of a Bidder to submit a new bid prior to the bid date and time. After expiration of the period for receiving bids,no bid may be withdrawn,modified, or explained. 14.2 Within twenty-four(24)hours after bids are opened,any Bidder may withdraw its bid and the bid security shall be returned, provided that Owner is not materially prejudiced, and the Bidder files a duly signed written notice with Owner. Any such withdrawal is conditioned on Bidder demonstrating within forty-eight(48) hours to the reasonable satisfaction of Owner that: (a)there has been a material and substantial mistake in the preparation of the bid;(b)the mistake is of such great consequence that to enforce the bid would be unconscionable; and (c)the mistake occurred notwithstanding the exercise of reasonable care in the preparation of the bid. 00100-9 ITB#21-008 Downtown Master Stormwater Pond&Park 14.3 Following the 24-hour period during which a bid may be withdrawn as a result of one of the three causes noted above in Section 14.2, bids may not be withdrawn without being subject to the loss of bid security, regardless of the cause, including the discovery of a mistake resulting from Owner's correcting bid item prices and/or the total bid price. ARTICLE 15- OPENING OF BIDS 15.1 Except for bids that are facially or patently non-responsive, bids shall be virtually opened publicly and read aloud at the time and place indicated in the Invitation to Bid (Section 00020). 15.2 Owner reserves the right to suspend,cancel,or postpone bid opening without prior notice in response to emergencies,loss of funds,and other unexpected conditions. An addendum will be published at the earliest reasonable opportunity notifying bidders of such an event and the time of any new bid opening date. 15.3 An abstract(tabulation) of the amounts of the bids received will be prepared by the Owner and made available to all Bidders within ten (10)days of the bid opening. Owner reserves the right to modify the bid abstract at any time subsequent to posting in order to reflect issues that may arise up to the time of award. ARTICLE 16 -BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE 16.1 All bids shall remain open for delivery by Owner of the Notice of Award for ninety (90) calendar days after the day of the bid opening. 16.2 Extensions of time when bids shall remain open beyond the ninety(90) day period may be made only by mutual agreement between Owner, the Bidder, and the surety, if any, for the Bidder. ARTICLE 17-AWARD OF CONTRACT 17.1 To the extent permitted by applicable state and federal laws and regulations and Owner's purchasing rules and procedures,Owner reserves the right to reject any or all bids,including, without limitation,the right to reject any or all nonconforming,non-responsive,unbalanced, or conditional bids and to reject the bid of any Bidder if Owner believes that it would not be in the best interest of the project to make an award to that Bidder,whether because the bid is not responsive, the Bidder is unqualified or of doubtful skill or ability, the Bidder fails to meet any other pertinent standard or criteria established by Owner, or the bid is irregular. Bids may be considered irregular and subject to rejection if they show serious omission, unauthorized alterations of form,unauthorized alternate bids,incomplete or unbalanced unit prices,excessive loading of project costs on fixed-cost(lump sum)components of the work, or other irregularities of any kind. Owner also reserves the right to waive all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the Bidder. (Discrepancies between the multiplication of units of work and unit prices will be 00100-10 ITB#21-008 Downtown Master Stormwater Pond&Park resolved in favor of the unit prices.) (Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.) Bids may be corrected or rejected by Owner at any time prior to award. 17.2 Invited Alternate Bids, if any, that are determined by Owner, in its sole discretion, to be acceptable may be considered in determining the lowest responsive and responsible Bidder. In evaluating bids,Owner may consider the qualifications of the Bidders;and the prescribed requirements, bid alternates, unit prices, and other information, as may be requested in the Bid Form or by other means prior to the Notice of Award. 17.3 The Owner shall award the contract pursuant to applicable law. Owner specifically reserves the right to award the contract to a Bidder other than the lowest responsive Bidder when, in Owner's sole discretion, Owner determines that action to be in its best interests. Owner, in its sole discretion, reserves the right to reject any and all bids and to waive any informality concerning bids whenever such rejection or waiver is in the best interest of Owner. If all bids exceed the amount of funds estimated by Owner to be available to finance the project,Owner may reject all bids. The Owner reserves the right to rescind any award of a contract if anticipated funding for the project becomes unavailable.The ability of a Bidder to obtain a performance and payment bond shall not be regarded as the sole test of such Bidder's competency or responsibility. Nothing contained herein shall place a duty upon Owner to reject bids or award a contract based upon anything other than its sole discretion, as described herein. By submitting a bid,Bidder recognizes and accepts that Owner may reject the bid based upon the exercise of Owner's sole discretion, and Bidder waives any claim it might have for damages or other relief resulting from the rejection of its bid based on these grounds. 17.4 Owner may consider the qualifications and experience of subcontractors proposed for those portions of the work for which the identity of subcontractors must be submitted in conformance with Articles 11 and 22 of these Instructions to Bidders (Section 00100). 17.5 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any bid and to establish the responsibility,qualifications,and ability of Bidders,proposed subcontractors,and other persons and organizations to perform the work in accordance with the Contract Documents within the prescribed time to Owner's satisfaction. Owner reserves the right to reject the bid of any Bidder that does not pass any such evaluation to Owner's satisfaction. 17.6 The responsive Bidder must complete the bid schedule for the contemplated work. Owner intends to award one (1) contract, if any award is made, to the lowest responsible and responsive Bidder. The successful Bidder shall be required to perform the work as a prime contractor. No assignment of the contract shall be allowed without the prior written permission of Owner. 17.7 If a contract is to be awarded, Owner will give the successful Bidder a Notice of Intent to Award not later than ninety(90) days after the date of the bid opening. 00100-11 ITB#21-008 Downtown Master Stormwater Pond&Park ARTICLE 18 -TAXES Contractor shall pay all applicable sales, consumer, use, and other similar taxes required by law. Contractor shall comply with all applicable federal, state, and local requirements. ARTICLE 19 - ORGANIZATION OF DRAWINGS AND SPECIFICATIONS Drawings and specifications for the work are incorporated as: 19.1 Project Manual,consisting of Division 0-Bidding and Contract Requirements,Division 1 - General Requirements, and Division 2 — Site Construction, Division 3 — Appendix A, Division 4—Miscellaneous Forms. 19.2 Drawings,separately bound and with the title,"Downtown Master Stormwater Pond&Park" 19.3 Technical specifications may also be reflected or identified on the Drawings. ARTICLE 20 -REQUIRED DISCLOSURE 20.1 Any contractor submitting a bid in response to this invitation must execute form PUR.7068, SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES,including proper check(s),in the space(s)provided,and enclose it with his or her bid. The required disclosure form (Section 00482) must be completed by the appropriate individual within the organization, include a notarized signature of an authorized person,and be provided with the Bid. Corrections to the form will not be allowed after the bid opening time and date. Failure to complete this form in every detail and to submit it with the bid may result in disqualification. 20.2 Owner has the sole discretion to reject any Bidder whose present or former employees, officers, directors, stockholders, partners, or owners are found by Owner to lack high standards of honesty, integrity,or responsibility. The discretion of Owner may be exercised based on the disclosure required herein, Owner's own investigation, public records, or any other reliable sources of information. Owner may also reject any Bidder failing to make the disclosure required herein. By submitting a bid, Bidder recognizes and accepts that Owner may reject the bid based upon the exercise of its sole discretion and Bidder waives any claim it might have for damages or other relief resulting from the rejection of its bid based on these grounds. ARTICLE 21 - QUALIFICATIONS OF SURETY COMPANIES In order to be acceptable to Owner, a surety company issuing bid guaranty bonds, or 100 percent performance/payment bonds,or 25 percent maintenance bonds called for in the bidding documents shall meet and comply with the following minimum standards: 21.1 Surety company shall comply with the provisions of Section 255.05, Florida Statutes. 00100-12 ITB#21-008 Downtown Master Stormwater Pond&Park 21.2 Surety companies executing bonds must appear on the United States Treasury Department's most current list(Circular 570, as amended). 21.3 Attorneys-in-fact who sign bid bonds or performance/payment bonds must file with such bond a certified copy of their power of attorney to sign such bond. 21.4 Agents of surety companies must list their name, address. and telephone number on all bonds. 21.5 Surety shall have at least the following minimum ratings: CONTRACT AMOUNT BEST'S RATINGS to 50,000 Class IV B+or better 50,000 to 500,000 Class V A or better 500,000 to 2,500,000 Class VI A or better 2,500,000 and over Class VII A or better RATINGS SCHEDULE (net worth of bonding company) Class IV 3,750,000 to 5,000,000 Class V 7,500,000 to 12,500,000 Class VI 25,000,000 to 50,000,000 • Class VII 75,000,000 to 100,000,000 21.6 All bonds must be provided on the forms contained in the bidding documents. Failure to provide bonds on Owner's forms may result in the rejection of the bid and the forfeiture of the bid security. ARTICLE 22- QUALIFICATIONS SUBMITTALS 22.1 It is the intention of Owner to award this contract to a Bidder competent to perform and complete the work in a satisfactory manner. Accordingly,Owner shall require the successful Bidder to submit prior to award of any contract: (a) evidence of Bidder's certification and license to perform the work and services;(b)experience statement;(c)a preliminary progress schedule; (d) a preliminary schedule of values; and (e) such business references as may be required to evaluate the Bidder's performance on work of a similar nature. 22.2 The experience statement shall provide data additional to that information provided in the bid form pertaining to Contractor's adequacy of plant and equipment, organization, and prior experience. Owner may specifically request certain items to be addressed in the experience statement. 22.3 The preliminary progress schedule shall consist of three copies of a diagram and a narrative prepared in accordance with the formats set forth in Paragraph 2.05 of Project Manual 00100-13 ITB#21-008 Downtown Master Stormwater Pond&Park Section 00700 —General Requirements for an initial work schedule and written narrative. (Note that the preliminary progress schedule is only prepared in a manner consistent with the initial work schedule; it does not constitute the initial work schedule, which is prepared within twenty-one (21) days following contract execution.) Activities in the diagram shall show the order in which the Bidder proposes to perform the work within the constraints and sequencing conditions set forth in the specification and shall indicate starting and completion dates for key milestones and work pertaining to each division of the specifications within each major structure or geographical area of work. Activities shall further identify • significant submittals/approvals, major deliveries, testing, Owner's responsibilities, and responsibilities of affected utilities and other similarly involved third parties. The preliminary progress schedule shall not replace, but serve as a basis for, the progress schedule submittals to be developed later in conformance with the requirements of Paragraph 2.07 of Project Manual Section 00700—General Requirements. 22.4 It is assumed that the schedule of values under which progress payments and change order negotiations will be based is the same as the bid prices. If this is not the case,the preliminary schedule of values shall consist of an itemization of the unit-price bid items listed in the bid form. It may also modify lump-sum items when the nature of the work changes to such a degree as to affect that part of the project. 22.5 The successful Bidder and its surety, if any, hereby agree that any delays within Bidder's control in the delivery of these qualifications submittals shall constitute a request by Bidder for an extension of the time during which the bid shall remain open for Owner's acceptance. Should Owner agree to such extension, Bidder shall be required to comply with this submittal requirement within five (5) additional days. At Owner's option, failure by the successful Bidder to deliver these qualifications submittals within the extended period shall void evaluation of the bid and shall constitute proof that the successful Bidder has abandoned his bid,the Bidder's bid security may be declared forfeited to Owner as liquidated damages, and the work may be awarded to another Bidder. 22.6 If, upon receipt and evaluation of the submittals, the successful Bidder does not pass the evaluations to Owner's satisfaction, Owner reserves the right to reject the bid. ARTICLE 23 -INTERPRETATION OF QUANTITIES In the case of unit-price items, the quantities of work to be done or materials to be furnished, as identified in the bid form provided in the bidding documents, are to be considered as approximate only and are to be used solely for the comparison of bids received. The Owner and/or its representative do not expressly,or by implication,represent that the actual quantities involved shall correspond exactly therewith;nor shall the Bidder plead misunderstanding or deception because of such estimate or quantities or of the character, location, or other conditions pertaining to the work. Payment to the Contactor shall be made only for the actual quantities of work performed or material furnished in accordance with the Drawings and other Contract Documents,and it is understood that the quantities may be increased or decreased,as provided in the General Conditions,without,in any 00100-14 ITB#21-008 Downtown Master Stormwater Pond&Park way, invalidating any of the unit or lump-sum prices bid, provided that the parties may negotiate changes to unit prices under the provisions of Section 12.8, above. ARTICLE 24-DRUG-FREE WORKPLACE Provide a certification on the form provided (Section 00303) indicating whether the Bidder has implemented a drug-free workplace program pursuant to the requirements of Section 287.087, Florida Statutes. Preference in the award process shall be given, according to the statutory requirements, to a business that certifies it has implemented a drug-free workplace program. ARTICLE 25- CONSTRUCTION SAFETY 25.1 In instances where such is applicable due to the nature of the work matter with which this bid is concerned, all materials, equipment, etc., as proposed and offered by Bidders must meet and conform to all Occupational Safety and Health Act(OSHA)requirements. The Bidders' signature upon the bid form (Section 00300) is considered certification of conformance to such requirements. 25.2 In the event this contract requires trench excavation, the requirements of Florida Statutes 553.60, et seq., shall be adhered to by all Bidders and acknowledged on Form 00302. All costs associated with complying with these requirements shall be included in the offered price for any applicable bid item(s). ARTICLE 26 - SPECIAL WARRANTY, PERFORMANCE BOND, INSURANCE, AND CORRECTION PERIOD REQUIREMENTS Detailed requirements pertaining to warranty,performance bond,insurance,and the correction period are described elsewhere in the bidding documents. Bidders are hereby notified that, in the event of an overpayment to Contractor as a result of an error on the part of either party in the preparation and/or processing of change orders, invoices, or other documents affecting the cost of the work, Contractor will refund any such overpaid amount within ten (10) calendar days of notification by Owner via certified U.S.mail of the overpayment. This obligation of Contractor is not limited to the term of the construction project. ARTICLE 27- SIGNING OF AGREEMENT 27.1 When Owner gives a Notice of Intent to Award to the successful Bidder,Owner will provide one(1)unsigned Agreement and all other Contract Documents shall accompany it. Within ten (10) days of receipt, successful Bidder shall sign and deliver the Agreement to Owner together with the required bonds,insurance certificates,and endorsements. Owner must be satisfied with regard to the submitted documents prior to its execution of the Agreement. In addition,the award is contingent upon action of the City Commission of the City of Ocoee, at which time the Mayor of the City of Ocoee may be authorized to sign the Agreement. Within ten (10) days after Owner signs the Agreement, Owner shall deliver a fully signed copy of the Agreement to the successful Bidder(Contractor). 00100-15 ITB#21-008 Downtown Master Stormwater Pond&Park 27.2 A successful Bidder that is awarded the work and fails to execute the Agreement or furnish the required bonds or insurance certificates and endorsements within the period specified in Paragraph 27.1,above,shall have its Notice of Intent to Award rescinded and shall forfeit its bid security to Owner as liquidated damages for its failure to enter into a contract with Owner. ARTICLE 28 -BID PROTESTS All Bid Protests shall be submitted in the following manner to the Purchasing Technician at shopper@ocoee.org: 28.1 A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 28.2 A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or(b)applicable federal,state,or local law. No bid protest may be based upon questions concerning the design documents(drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 28.3 The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 28.4 The bid protest shall be filed with the Purchasing Technician and Procurement Manager not later than three (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 28.5 The Purchasing Technician,on behalf ofthe Owner,shall make a determination ofthe merits of the protest not later than five(5)business days after receipt ofthe protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. ARTICLE 29 -UNIT PRICES INFORMATION 29.1 Within thirty(30)days after the effective date of the Agreement,the Contractor shall submit a detailed list of unit prices (schedule of values) to be used as a basis to negotiate change orders, if such prices are proposed to differ from the unit prices included in the Bid Form. Otherwise, the bid unit prices will be used for change orders, subject to the provisions of Section 12.8,above. The successful Bidder shall submit a detailed breakdown of unit costs for performing additional work or deleting work of the types requested by Owner or Owner's representative. 29.2 The information supporting the proposed unit prices proposed in a schedule of values shall be submitted in sufficient detail to allow comprehensive analysis and review,shall show all 00100-16 ITB#21-008 Downtown Master Stormwater Pond&Park "Cost of the Work,"as defined in Article 11 of the General Conditions(Section 00700),and shall be in accordance with generally accepted accounting principles and applicable government regulations. Owner and the appropriate State agency(ies)shall have the right to audit these costs. 29.3 If Owner accepts such proposed unit prices, in whole or in part,they shall be binding on the Contractor for change orders to the extent of such acceptance and subject to any ancillary terms and conditions such as escalation clauses. However, if the Owner rejects all or any portion of such proposed unit prices,the parties shall rely on the provisions of Article 11 of the General Conditions(Section 00700), as supplemented, for changes in contract price(to the extent of such rejection). Owner may accept or reject such unit prices at its sole discretion. ARTICLE 30 -LICENSES AND PERMITS 30.1 The contractor shall obtain and pay for all necessary building permits and all right-of-way utilization permits utilizing an allowance provided in the bid schedule (see Division 1 — General Requirements ofthe bidding documents). However,any permit required from the City of Ocoee shall be provided by Owner without payment of the usual and customary fee. 30.2 The contractor shall obtain and pay for all other federal, state, and county permits, licenses, and other authorizations required for the prosecution of the work, including the cost of all work performed in compliance with the terms and conditions of such permits, licenses,and authorizations, whether by itself or others. ARTICLE 31 -RETAINAGE Provisions concerning retainage and contractors'rights to deposit securities in lieu of retainage are set forth in the Proposed Scope of Work Agreement, Section 00500. ARTICLE 32—STORED MATERIAL ALLOWANCE Provisions concerning stored material allowances are set forth in Sections 00710 & 01025. END OF SECTION 00100-17 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00200 INFORMATION AVAILABLE TO BIDDERS 1. Utilities: The location and existence of such utilities has not been verified by the Owner or Engineer. The contractor is responsible to verify all existing utilities located within the right-of-ways. If conflict(s) arise requiring modification of the project elements, the contactor's compensation will be based on adjusted unit quantities as measured in-place. The Contractor shall identify and verify the location of all existing utilities and preserve as necessary, applicable existing utilities required to be preserved under The Contract, whether shown on the Drawings or not. If the Contractor encounters utility conflicts during construction, the Contractor shall give sufficient notice to the Owners so that they may make the necessary adjustments. Damage to any utilities that is caused by carelessness of the Contractor shall be repaired at the Contractor's expense. Any delays ensuing from this damage shall be considered a delay that is within the Contractor's control. 2. Permits: The Contractor shall obtain all necessary building permits from City of Ocoee. However, any permit required from the City of Ocoee shall be provided by Owner without payment of the usual and customary fee. The Contractor shall obtain and pay for all other federal, state, and county permits, licenses, and other authorizations required for the prosecution of the Work, including the cost of all Work performed in compliance with the terms and conditions of such permits, licenses, and authorizations, whether by himself or others. The Contractor shall strictly adhere to the specific conditions or requirements of all such permits issued by the governmental unit(s) or agency(ies)having jurisdiction over the Work. Whenever there is a difference in the requirements of a jurisdictional body and these Specifications,the more stringent shall apply. 3. SJRWMD Permit 162778-1 dated November 09, 2020. 4. Field Trailer: No field trailer is required for the contract. 5. Bid Form for ITB #21-008 Downtown Master Stormwater Pond & Park: The enclosed Bid Form is a Unit Item bid form. The Contractor's Bid Bond shall be five percent (5%) of the total of the Bid Form. END OF SECTION 00200-1 ITB #21-008 Downtown Master Stormwater Pond&Park SECTION 00300 BID FORM SUBMITTED: (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID ITB #21-008 Downtown Master Stormwater Pond &Park NAME OF BIDDER: BUSINESS ADDRESS: PHONE NO.: CITY, STATE, ZIP: CONTRACTOR'S FEDERAL I.D.NUMBER CONTRACTOR'S FLORIDA LICENSE NO.: 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 ninety (90) 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. Dated No. Dated: No. Dated No. Dated: No. _ Dated No. Dated: No. Dated No. Dated: 00300-1 ITB#21-008 Downtown Master Stormwater Pond&Park • (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 00300-2 ITB#21-008 Downtown Master Stonnwater Pond&Park Documents 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. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project 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 3.2 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: 1. Bid Forms (entire Section 00300, 00301, 00301A, 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 (Section 00480a) 5. Certification of Non-segregated Facilities (Section 00481) 6. Sworn Statement on Public Entity Crimes (Section 00482) 7. Certification of Nondiscriminatory Labor Practices (Section 00483) 8. Certification Regarding Scrutinized Companies' List(Section 00484) 00300-3 ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 1 of 5) General Requirements Item No. Item Description Quantity Unit Unit Price Total Price 1.00 General Conditions 1 LS 1.01 Mobilization 1 LS 1.02 General Liability Insurance 1 LS 1.03 Bonds 1 LS 1.04 Maintenance of Traffic 1 LS Electrical Electrical Service, Wiring & 2.00 Infrastructure (Allowance for electrical 1 LS service, panel, conduit&wiring) 2.01 Light A (Duke, City standard street lights 6 EA along Franklin St.) 2 02 Light B (Duke pole-top area lights 10 EA throughout the park) 2.03 Light C (Bega light in railing system) 120 EA 2.04 Light D (Bega light in stairs) 12 EA Structural Retaining Wall (2/S1.02) 10'Tall 3.00 (Concrete ret. walls that make up the 460 LF wet retention pond) Retaining Wall (3/S1.02) 7.5' Tall 3.01 (Concrete ret. walls that make up the 1,430 LF filter marsh) Retaining Wall (7/S1.01) 3'Tall 3.02 (Concrete planter walls along the north 350 LF sidewalk) Retaining Wall (7/S1.01) 4.'Tall 3.03 (Concrete planter walls along the north 276 LF sidewalk) 3.04 Retaining Wall (2/S1.05) 9'Tall (Conc 213 LF weir walls across the stream) 3.05 Concrete Steps 535 SF 3.06 Boardwalk Structure 10618 SF • 3.07 Boardwalk Decking 10618 SF 3.08 Shade Structure (Per Plan) 1 LS Continued On Next Sheet 00300-4 ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 2 of 5) Civil Item No. Item Description Quantity Unit Unit Price Total Price 4.00 Turbidity Barrier- Gabion Baskets 16 EA 4.01 Silt Fencing LF 4.02 Construction Entrance 2 EA 4.03 Demolition of Existing Structures 1 LS 4.04 Site Clearing 5.25 AC 4.05 Site Grading 5.25 AC 4.06 Pavement and Base Removal 845 SY 4.07 Modify Existing Inlet DS-28 1 LS 4.08 1" Mill of Existing Pavement on Franklin 1,530 SY Ave ' Removal of Existing Drain Pipes and 4.09 Structures 200 LF 4.10 Temporary Swale Construction 1 LS 4.11 Pond 2 Excavation 1 LS 4.12 Pond 1 Excavation 1 LS 4.13 Final Swale Construction 1 LS 1" Asphalt (Franklin Ave & Cul-de-sac 4.14 Parking Area) 3,886 SY 4.15 8" Limerock Base 1,178 SY 4.16 12" Sub Base 1,308 SY 4.17 Conc Driveway (6", 3,000 psi) 72 SY 4.18 Curb Ramp (ADA Compliant) 3 EA 4.19 Road Signage 4 EA 4.20 Roadway Striping 1 LS 4.21 Type Ribbon Curb 141 LF 4.22 Type F Curb 971 LF 4.23 Type Drop Curb 120 LF 4.24 18" RCP 220 LF 4.25 24" RCP 95 LF 4.26 30" RCP 410 LF 4.27 36" RCP 88 LF 4.28 60" RCP 95 LF 4.29 Type C Inlet 1 EA 4.30 Bubble Up Structure (Mod Type E Inlet) 4 EA 4.31 Drain MH 4 EA 4.32 Specialized Curb Inlet 3 EA 4.33 18" MES 2 EA Continued On Next Sheet 00300-5 ITB#21-008 Downtown Master Stonnwater Pond&Park VITB#21-008 Bid Form (Page 3 of 5) Item No. Item Description Quantity Unit Unit Price Total Price 4.34 24" MES 1 EA 4.35 30" MES 1 EA 4.36 60" MES 1 EA 4.37 Jack and Bore 30" Pipe 44 LF 4.38 Headwall 1 EA 4.39 Rip Rap Rubble with Filter Fabric 35 TN 4.40 Drainage Connection to Existing 2 EA Structure 4.41 Pond 1 Orifice Structure 1 EA 4.42 Open Cut and Repair 470 SY Utilities 5.00 Water Main Removal 2,395 LF 8" DIP Water Main (include all 5.01 restraints,fittings, and bends) 465 LF 6" DIP Water Main (include all 5.02 restraints,fittings, and bends) 264 LF 5.03 Connect New Main to Existing Mains 3 EA 5.04 8" Gate Valve and Box 2 EA 5.05 6" Gate Valve and Box 1 EA 5.06 8" x 6" Reducer 1 EA 5.07 New Fire Hydrant Assembly 1 EA Landscape & Irrigation 6.00 2" Irrigation Connection and Meter Box 1 EA 6.01 Site Irrigation 1 LS 6.02 Florida Flame Red Maple 6 EA 6.03 American Sweet Gum 5 EA 6.04 Slash Pine- 2.5" 27 EA 6.05 Slash Pine-4" 16 EA 6.06 Slash Pine-5" 14 EA 6.07 Southern Live Oak- 5" 20 EA 6.08 Southern Live Oak- 10" 12 EA 6.09 Cabbage Palmetto 23 EA 6.10 Autumn Gold Bald Cypress _ 91 EA 6.11 Stiff Dogwood 22 EA 6.12 Winged Sumac 44 EA 6.13 Yellow Canna 195 EA 6.14 Blue Flag Iris 467 EA 6.15 Soft Rush 340 EA Continued On Next Sheet 00300-6 ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 4 of 5') Item No. Item Description Quantity Unit Unit Price Total Price 6.16 Lizards Tail 550 EA 6.17 Rosinweed 757 EA 6.18 Iron Weed 47 EA 6.19 American Beauty Berry 132 EA 6.20 Dune Sunflower 191 EA 6.21 Tickseed 91 EA 6.22 Pink Muhly 1,559 EA 6.23 Mexican Water Lily 1,246 EA 6.24 Duck Potato &Arrowhead 81 EA. 6.25 Great Bulrush 1,370 EA 6.26 Saw Palmetto 326 EA 6.27 Sand Cord Grass 2,778 EA 6.28 Fire Flag 698 EA 6.29 Dwarf Fakahatchee 1,041 EA 6.30 TifTuf Bermuda Grass 11,181 SF Site Hardscape & Furnishings 7.00 Concrete Sidewalk 6" 15700 SF 7.01 Reinforced Lawn 1,037 SF 7.02 Cable Railing 2,521 LF 7.03 Boat Ramp 530 SF 7.04 Installation of Bench SF1 provided by 5 EA City 7.05 Bench,SF2A(Rough and Ready 10' 1 EA bench) 7.06 Bench SF2B (Rough and Ready 6' bench) 5 EA 7 07 Installation of Waste Receptacles 4 EA provided by City 7.08 Stabilization Fabric 38,952 SF 7.09 FL Limerock Gravel (Streambed rock) 360 CY 7.10 FL Fieldstone Boulders 95 TN N Cumberland Ave Roadway Improvements 8.00 Sediment Barrier 479 LF 8.01 Inlet Protection System 6 EA 8.02 Pavement Removal (Sawcut) 114 SY 8.03 Regular Excavation 20 CY 8.04 Embankment 20 CY 8.05 Type B Stabilization (Lbr40) (12") 249 SY 8.06 Optional Base Group 09 114 SY 8.07 Milling Exist Asph Pavt, 1" Avg Depth 603 SY Continued On Next Sheet 00300-7 ITB#21-008 Downtown Master Stormwater Pond&Park ITB#21-008 Bid Form (Page 5 of 5) Item No. Item Description Quantity Unit Unit Price Total Price 8.08 Superpave Asphalt Conc.Traffic C, 3.0" 119 TN 8.09 Inlets,Type 9,J Bottom <10' 3 EA 8.10 Inlets,Type 9, Partial 2 EA 8.11 Drop Curb Inlet 1 EA 8.12 Curb And Gutter,Type F 513 LF 8.13 Concrete Sidewalk, 4" Thick 175 SY 8.14 Concrete Sidewalk& Driveways, 6" 125 SY Thick 8.15 Performance Turf, Sod 551 SY 8.16 Thermoplastic, Std, White, Solid, 24" 12 LF 8.17 Thermoplastic, Std, Open Graded, 0.10 GM White, Solid, 6" Total Base Bid: Written Total Base Bid: Add Cost to construct Item 3.08 Shade Alternate Structure with tropical hardwood 1 LS No. 1 instead of plan material to match Bench SF2A. LEGEND:AC=Acre;AS=Assembly;CY=Cubic Yard;GM=Gross Mile;EA=Each;LF=Linear Foot;LS= Lump Sum; SY=Square Yard;TN=U.S.Ton Company Name: By: Notes: I.Pay items obtained from the Florida Department of Transportation(FDOT)Basis of Estimates(BOE)dated 2014. 2.Reference Specification Section 01025 Measurement and Payment for a detailed list of Bid Items. 3.All areas disturbed by construction are to be restored to match existing to equal or better condition. 4.The Contractor is to verify all quantities prior to BID. 5.Bidders must bid on all Base Bid Items and Add Alternate No.1 00300-8 ITB#21-008 Downtown Master Stormwater Pond&Park 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 shall not 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 listed manufacturers/suppliers, by circling "A", "B", "C", etc. 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 circle one of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled 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 listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (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 building, additional pumps or tankage, etc., shall be borne by others and not the Owner. 00300-9 ITB#21-008 Downtown Master Stonnwater Pond&Park 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 item and the proposed item. "Base 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. 00300-10 ITB#21-008 Downtown Master Stormwater Pond&Park SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Alternative Deductible Amount Item or Spec Manufacturer/Supplier (Indicate Whether Material Section (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.) 00300-11 ITB#21-008 Downtown Master Stonnwater Pond&Park 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) (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.: 00300-12 ITB#21-008 Downtown Master Stormwater Pond&Park 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 (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Authorized Signature) (Corporate Seal) Attest (Secretary) Business address: Phone No.: Corporation President: Florida License No.: 00300-13 ITB#21-008 Downtown Master Stonnwater Pond&Park 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 (Name) (Address) By (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.: 00300-14 ITB#21-008 Downtown Master Stonmvater Pond&Park 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address: 14. Name and address of Surety's resident agent for service of process in Florida: 00300-15 ITB#21-008 Downtown Master Stormwater Pond&Park CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of . a corporation under (Contractor's Corporate Name) the laws of the State of , held on the day of , 20 , the following resolution was duly passed and adopted: "RESOLVED,that (signature of individual) - (typed name of individual) as 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 ITB#21-008 Downtown Master Stormwater Pond &Park 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 day of , 20_. (CORPORATE SEAL) (Corporate Secretary) STATE OF CITY OF The foregoing instrument was acknowledged before me this day of , 20 by (name of officer or agent, title of officer or agent), of (name of corporation acknowledging), a _ (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced identification (type of identification) as identification and did/did not take an oath. (Notary Public) My Commission Expires: END OF SECTION 00300-16 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company. DATE: PROJECT IDENTIFICATION: City of Ocoee ITB #21-008 Downtown Master Stormwater Pond&Park NAME OF BIDDER: BUSINESS ADDRESS: TELEPHONE NO.: EMAIL CONTRACTOR'S FLORIDA LICENSE NO. 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? 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? 3. Have you ever failed to complete work awarded to you? If so, where and why? 4. Name three (3) municipalities for which you have performed similar work and contact person: 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? 00301-1 ITB#21-008 Downtown Master Stormwater Pond&Park 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: • 7. What equipment do you plan on using to complete the Work? 8. State the true and exact, correct, and complete name under which you do business. Bidder is: • • 00301-2 • ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00301-A SUBCONTRACTOR& SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No (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 all 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 FORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE) OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 2 3 4 5 6 7 END OF SECTION • 00301-A-1 ITB#21-008 Downtown Master Stormwater Pond&Park 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 (Description) (LF,SY) (Quantity) Cost Cost A $ $ B $ $ C $ $ D $ $ TOTAL $ BIDDER: SIGNED: BY: (Print or type name) TITLE: DATE: 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 00302-1 ITB#21-008 Downtown Master Stormwater Pond&Park 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: 1. 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 (1). 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. 00303-1 ITB#21-008 Downtown Master Stormwater Pond&Park As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: Signed: By: (Print or Type Name) Title: Date: END OF SECTION 00303-2 ITB#21-008 Downtown Master Stormwater Pond&Park 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, , as Principal, and 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) $ (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 day of , 20 . 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: "ITB #21-008 Downtown Master Stormwater Pond &Park". 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 attorney'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. 00410-1 • ITB#21-008 Downtown Master Stormwater Pond&Park 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 00410-2 ITB#21-008 Downtown Master Stormwater Pond&Park 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. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) 00410-3 ITB#21-008 Downtown Master Stormwater Pond&Park If Bidder is PARTNERSHIP,complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) 00410-4 ITB#21-008 Downtown Master Stormwater Pond&Park • If Bidder is CORPORATION,complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign-See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) 00410-5 ITB#21-008 Downtown Master Stormwater Pond&Park SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature- See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (Telephone No.) (Bond No.) NOTES: (1) 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"Attorney-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. 00410-6 ITB#21-008 Downtown Master Stormwater Pond&Park ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, by means of ❑ physical presence or ❑ online notarization known to me, and known to be the Attorney-in-Fact of , a Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires END OF SECTION 00410-7 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF ) COUNTY OF ) , being first duly swore deposes and says: 1. He (it) is the (Owner, Partner, Office, Representative or Agent) of , 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, firm, 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 agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. - By: Title: • • 00480-1 ITB#21-008 Downtown Master Stormwater Pond&Park Sworn to (or affirmed) and subscribed before me by means of❑ physical presence or ❑ online notarization, this day of , 20 , by in the state of County of Notary Public • My Commission Expires: END OF SECTION 00480-2 ITB#21-008 Downtown Master Stormwater Pond&Park oco e florid° BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All 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: 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: Firm Name Signature Name and Title(Print or Type) Date 00480a ITB#21-008 Downtown Master Stormwater Pond&Park 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 exceeding $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 , 20 . By: (Title) Official Address (including Zip Code): ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00481-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00482 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 by (Print individual's Name &Title) whose business address is 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), 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 1, 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(1)(a), 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 term "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 00482-1 ITB#21-008 Downtown Master Stormwater Pond&Park • 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(1)(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). 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 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 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 1, 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 . 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. (Signature) Date: 00482-2 ITB#21-008 Downtown Master Stormwater Pond&Park Name of Bidder(Contractor) STATE OF COUNTY OF Sworn to (or affirmed) and subscribed before me by means of❑ physical presence or ❑ online notarization, this day of , 2020, by in the state of County of Notary Public My Commission Expires: END OF SECTION 00482-3 ITB#21-008 Downtown Master Stormwater Pond&Park 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: (1) I have/ • 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$10,000. I also agree that I will retain such certifications in my files. Date , 20 . By: (Signature of Authorized Official) (Name of Prospective Construction Contractor or Subcontractor) (Address of Prospective Construction Contractor or Subcontractor) (Telephone Number) (Employer Identification Number) END OF SECTION 00483-1 ITB#21-008 Downtown Master Stormwater Pond&Park 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 furnish 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 Bidder: By: (Authorized Signature) Title: Date: 00484 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00500 CONTRACT FOR CONSTRUCTION THIS AGREEMENT is dated as of the day of in the year 20 by and between the City of Ocoee, a Florida municipal corporation,hereinafter called Owner, and ,a Florida corporation,hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: ITB #21-008 Downtown Master Stormwater Pond&Park General Scope of Work: In conformance with the plans and specifications for this project: furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: • Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W Franklin Street between N Kissimmee Ave and Bluford Ave. The stormwater system consists of two cascading interconnected urban ponds—a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave will be milled and resurfaced. Pipe diameters for the stormwater system include 18- inch, 24-inch, 30-inch, 36-inch, and 60-inch RCP. The project also includes improvements on N Cumberland Ave between the pond and W Oakland Ave. Finally, the project shall include removal of existing City utilities, removal and replacement of driveways and curb,sidewalk,and sodding 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 00500-1 ITB#21-008 Downtown Master Stormwater Pond&Park will be required to be done while maintaining the functional operation of the existing utilities. ARTICLE 2. ENGINEER The Project has been designed by GAI and CPH;however,the City Engineer(within here and other references in the contract documents as "Engineer") or his designee is to act as Owner's representative,assume all duties and responsibilities of the project engineer,and have the rights and authority assigned Director in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete within Two Hundred and Ten (210) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within Two Hundred and Forty (240) calendar days. All time periods begin from the effective date of the Notice to Proceed,as provided in paragraph 2.03 of the General Conditions (Commencement of Contract Time;Notice to Proceed). 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty(30)calendar-day period provided the work is considered to be Substantially Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above,plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay(but not as a penalty).Contractor shall pay Owner Five Hundred Dollars ($500.00) for each day that expires beyond the date specified in paragraph 3.1 above for substantial completion and Five Hundred Dollars($500.00)for each day that expires beyond the date specified in paragraph 3.1 above for final completion(readiness for final payment). 3.4 In addition to the liquidated damages,there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include,but not be limited to, delay damage settlements or awards owed by Owner to others,inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies,contract damages,and professional fees(including attorneys' fees)incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective 00500-2 ITB#21-008 Downtown Master Stormwater Pond&Park actions undertaken by Owner to resolve construction defects. Such corrective actions include,but are not limited to,restoration of damaged areas,clearing of customer facilities to remove construction debris, repair and replacement of damaged customer equipment, and emergency repairs to the distribution and/or collection system during the one-year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, ($ ), which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents,subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the General Conditions. Applications for payment will be processed by Engineer, as provided in the General Conditions. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment,as recommended by Engineer,not later than the Twenty-fifth(25th)business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price,work based on the number of units completed) and included in Contractor's qualifications submittals. 5.1.1 Owner shall submit a monthly"Certificate of payment based on the provided Paid to Date Summary may withhold, in accordance with the Division 1:General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to one hundred percent(100%)of the value of work completed to date and Ongoing Stored Material Allowance as defined in Section 01025 Measurement and Payment less retainage. 5.1.3 Retainage shall be ten(10)percent of work to date based on the progress payment up to fifty (50) percent of the contract amount, including all change orders, and then shall be reduced to five(5)percent of the total work to date(including the first fifty (50) percent.) 00500-3 ITB#21-008 Downtown Master Stormwater Pond&Park 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent(2%) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals,are delivered to and accepted by the Engineer. ARTICLE 6. INTEREST All monies not paid when due,as provided in Division I General Conditions,shall bear interest at the rate of 3% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor 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 or subsurface structures at or contiguous to the site(except Underground Facilities) that are identified in Section 00200 "Information Available to Bidders". 7.5 Contractor has obtained and carefully studied(or assumes responsibility for having done so) all such additional 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 costs, 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 Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price,within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 00500-4 ITB#21-008 Downtown Master Stormwater Pond&Park 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor,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 data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor,and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50%) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement (Section 00500). 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Performance Bond, Payment Bonds and Certificates of Insurance(Sections 00610, 00620, 00630 and 00650, respectively). 8.4 Notice of Award and Notice to Proceed. 8.5 General Conditions (Section 00710 -NSPE -ACEC Document 1910-8 (1996 Edition), as modified and supplemented. 8.6 Supplementary Conditions (Section 00800) (If Applicable). 8.7 Specific Technical Specification(Engineering Standard Manual) (Section 02100). 8.8 SJWMD Permit Issuance (Section 03100). 8.9 Project Manual bearing the general title"City of Ocoee,Florida,ITB#21-008 Downtown Master Stormwater Pond&Park"and consisting of Divisions 0 through 4,as listed in the Table of Contents thereof,including the Invitation to Bid(Section 00020)and Instructions to Bidders (Section 00100). 00500-5 ITB#21-008 Downtown Master Stormwater Pond&Park 8.10 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee Downtown Master Stormwater Pond &Park 8.11 Addenda numbers_to_, inclusive. 8.12 Contractor's Bid (Section 00300). 8.13 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended,modified,or supplemented,as provided in paragraphs 3.04 of the General Conditions. ARTICLE 9. MISCELLANEOUS 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions,as may be modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under,or interests in,the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation,moneys that may become due, and moneys that are due,may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment,no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing,the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. • 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements,and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial;Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action,proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 00500-6 ' ITB#21-008 Downtown Master Stormwater Pond&Park 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor,who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.7 PUBLIC RECORDS COMPLIANCE The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service. 2.Upon request from the City's custodian of public records,provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3.Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4.Upon completion of the contract,Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service.If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City. 5.A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-905-3100, EXTENSION 1022, CCDL@ci.ocoee.fl.us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761. 00500-7 ITB#21-008 Downtown Master Stormwater Pond&Park 9.8 By entering into this contract, the awarded bidder is obligated to comply with the provisions of Section 448.095,Fla.Statutes,"Employment Eligibility."This includes,but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an alien unauthorized to work in the USA.Failure to comply will lead to termination of this contract, or if a subcontractor knowingly violates the statute,the subcontractor must be terminated immediately. (Remainder of page left blank intentionally) • • 00500-8 ITB#21-008 Downtown Master Stormwater Pond&Park IN WITNESS WHEREOF,the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE,FLORIDA ATTEST: APPROVED: BY: BY: Melanie Sibbitt,City Clerk Rusty Johnson,Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE THE CITY OF OCOEE,FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , under Agenda Item . this day of SHUFFIELD,LOWMAN& WILSON,P.A. BY: Scott A. Cookson,City Attorney END OF SECTION 00500-9 ITB#21-008 Downtown Master Storinwater Pond&Park SECTION 00610 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal"), and , a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety"), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter • referred to as "Obligee"), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract") with Obligee for the construction of ITB#21- 008 Downtown Master Stormwater Pond & Park (hereinafter referred to as the "Project") in accordance with the plans and specifications prepared by City of Ocoee Public Works Department, dated November, 2017; and NOW,THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. 00610 • ITS#21-008 Downtown Master Stormwater Pond&Park In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney-In-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION 00610 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00620 STATUTORY PAYMENT BOND Bidder shall provide the City with a Statutory Payment Bond in the amount of the contract bid. Statutory Payment Bond Pursuant to Florida Statutes,255.05, et seq. KNOW ALL MEN BY THESE PRESENTS,THAT (hereinafter called the "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety"), as Surety, are held and firmly bound unto the City of Ocoee,. Florida, (hereinafter called the "Obligee"), by bond number in the sum of Dollars and Cents ($_ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. • 00620-1 ITB#21-008 Downtown Master Stormwater Pond&Park IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Principal) By (Name&Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name&Title*) (Signature) Witness or Secretary's Attestation *Attach Power-Of-Attorney END OF SECTION 00620-2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00630 CONSTRUCTION PERFORMANCE AND PAYMENT BONDS CITY OF OCOEE ITB#21-008 Downtown Master Stormwater Pond &Park I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Construction Performance and Payment Bonds; that , who signed the said Bonds on behalf of the Principal, was then of said corporation; that I know (his, her) signature, and (his, her) signature thereto is genuine, and that said Bonds were duly signed, sealed, and attested for and in behalf of said corporation by authority of its governing body. Secretary • (Corporate Seal) 00630-1 ITB#21-008 Downtown Master Stormwater Pond&Park (SURETY COMPANY LETTERHEAD) , 20 Shannon Hopper Purchasing Technician City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761 (407) 905-3100 X 1524 RE: Construction Performance and Payment Bonds Authority to Date Bond and Power of Attorney Bond No.: Project Name: CITY OF OCOEE ITB#21-008 Downtown Master Stormwater Pond &Park Dear Ms. Hopper: Please be advised that as Obligee on the above referenced bond executed in your behalf for the captioned project, you are hereby authorized to date the bonds and the powers of attorney concurrent with the date of the contract. Best Regards, (Surety Company's Name) Attorney-in-Fact City of Ocoee END OF SECTION 00630-2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00640 WAIVER OF RIGHT TO CLAIM AGAINST THE PAYMENT BOND (FINAL PAYMENT) (Section 255.05) The undersigned, in consideration of the final payment in the amount of$ hereby waives its right to claim against the payment bond for labor,services,or materials furnished to insert the name of your customer) on the job of (insert name of the owner), for improvements to the following described project: DESCRIPTION OF PROJECT: • Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W Franklin Street between N Kissimmee Ave and Bluford Ave. The stormwater system consists of two cascading interconnected urban ponds — a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave will be milled and resurfaced. Pipe diameters for the stormwater system include 18-inch, 24-inch, 30-inch, 36-inch, and 60-inch RCP. The project also includes improvements on N Cumberland Ave between the pond and W Oakland Ave.Finally,the project shall include removal of existing City utilities,removal and replacement of driveways and curb,sidewalk,and sodding 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 be required to be done while maintaining the functional operation of the existing utilities. DATE (Claimant) By: END OF SECTION 00640-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00650 INSURANCE CERTIFICATE Bidder is to provide City of Ocoee with completed Certificate Liability Insurance listing City of Ocoee as a Certificate Holder, and listing the City of Ocoee as Additional Insured. ACORD_ OP ID JC DATE(MWEID/YYY'7 CERTIFICATE_ OF LIABILITY INSURANCE FRAZE_1 11/04t04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. • INSURERS AFFORDING COVERAGE NAIL# 'INSURED INSURER A: ss nose sotinv A- or Setter INSURER B: Contractor's Name INSURER Address INSURER 0: • INSURERS COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND COMMONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN RFT,ICED BY PAID CLAIMS. H.,_wwUBy POLCY EFFECTIVE POLICY EXPIRATION LIMITS LTR INTRO TYPE DF INSURANCE POLICY NUMBER DATE(MWDWYY) DATE(MMIDDIYY) GENERAL.LIABILITY EACH OCCURRENCE '51,000,000 UAMRbt'LA Hera I el./ 550,000 X X COMMERCIAL GENERAL LIABILITY PREMISES(Ea ocvrence) CLAIMS MADE n OCCUR MED EXP(Any one person) 5 5,000 PERSONAL&ADV INJURY •s 1,0 0 0,0 0 0 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG:52,000,000 —I POLICY IT-1 JPREei n coo • AUTOMOBILE LIABILITY COMBINED SINGLE LIAR 51,000,000 (Ea accident) X ANY AUTO --ALL OWNED AUTOS BODILY INJURY 5 (Pet person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY S (Per accident) X NON-OWNED AUTOS , PROPERTY DAMAGE 5 (Per acddem) AUTO ONLY-EA ACCIDENT 5 I GARAGE LIABILITY EA ACC i 5 l ANY AUTO OTHER THAN AUTO ONLY: AGG.5 E%eESSNMBAELLIA�LIABILITY EACH OCCURRENCE 51,000,000 X OCCUR I I CLAIMS MACB AGGREGATE 52,000,000 •LI DEDUCTIBLE S RETENTION 5 •5 . YVI:,IAI U- UiH- WORILERS COMPENSATION AND X ITORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT 5 500,000 I ANY PROPRIETOR/PARTNER/EXECUTIVE FICER/MEMBER ELL DISEASE-LA EMPLOYEE 5500,000 OFFICER/MEMBER EXCLUDED? SPEC3L PROOVISONS below E.L.DISEASE-POLICY LIMIT•s 500,000 OTHER Builders Risk Any 1 Loc 100,000 Any 1 OcO 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability & IImbrella Liability. Workers' Compensation, Employers' Liability & General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a G Ed 1I d frr lItTilelor5 Risk_ CERTIFICATE HOLDER CANCELLATION OCOBE01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO DO SO SHALL City of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 150 N: Lakeshore Drive REPRESENTATIVES- AUTHORIZED Ocoee FL 34761-2258 AUTHORIZED REPRESENTATIVE ®ACORD CORPORATION 198E ACORD ZS(2001f08) p� IMti.P , 00650-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00710 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT City of Ocoee (Revised May,2010) Notice: This section of the Project Manual is derived and adapted from the EJCDC C-710 Standard General Conditions of the Construction Contract,Funding Agency Edition,but has been substantially modified to conform to the needs of the City of Ocoee. The City does not represent or imply that this is an EJCDC document. Those portions included from EJCDC publications are copyrighted and subject to the terms and conditions of a license granted to the City of Ocoee for their use. Portions Copyright©2002 National Society of Professional Engineers for EJCDC.All rights reserved. • 00710- 1 ITB#21-008 Downtown Master Stormwater Pond&Park TABLE OF CONTENTS Page Article 1 -Definitions and Terminology 5 1.01 Defined Terms 5 1.02 Terminology 8 Article 2-Preliminary Matters 9 2.01 Delivery of Bonds and Evidence of Insurance 9 2.02 Copies of Documents 10 2.03 Commencement of Contract Times;Notice to Proceed 10 2.04 Starting the Work 10 2.05 Before Starting Construction 10 2.06 Preconstruction Conference 10 2.07 Initial Acceptance of Schedules 10 Article 3-Contract Documents: Intent,Amending,Reuse 11 3.01 Intent 11 3.02 Reference Standards 11 3.03 Reporting and Resolving Discrepancies 11 3.04 Amending and Supplementing Contract Documents 12 3.05 Reuse of Documents 12 3.06 Electronic Data 12 Article 4-Availability of Lands;Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Pointsl3 4.01 Availability of Lands 13 4.02 Subsurface and Physical Conditions 13 4.03 Differing Subsurface or Physical Conditions 14 4.04 Underground Facilities 15 4.05 Reference Points 16 4.06 Hazardous Environmental Condition at Site 16 Article 5-Bonds and Insurance 17 5.01 Performance,Payment,and Other Bonds 17 5.02 Licensed Sureties and Insurers 18 5.03 Certificates of Insurance 18 5.04 Contractor's Liability Insurance 18 5.05 Owner's Liability Insurance 211 5.06 Property Insurance 21 5.07 Waiver of Rights 22 5.08 Receipt and Application of Insurance Proceeds 22 5.09 Acceptance of Bonds and Insurance;Option to Replace 23 5.10 Partial Utilization,Acknowledgment of Property Insurer 23 Article 6-Contractor's Responsibilities 23 6.01 Supervision and Superintendence 23 6.02 Labor;Working Hours 23 6.03 Services,Materials,and Equipment 25 6.04 Progress Schedule 25 6.05 Substitutes and"Or-Equals" 25 6.06 Concerning Subcontractors,Suppliers,and Others 27 6.07 Patent Fees and Royalties 29 6.08 Permits 29 6.09 Laws and Regulations 29 6.10 Taxes 29 00710-2 ITB#21-008 Downtown Master Stormwater Pond&Park 6.11 Use of Site and Other Areas 29 6.12 Record Documents 30 6.13 Safety and Protection 30 6.14 Safety Representative 31 6.15 Hazard Communication Programs 31 6.16 Emergencies 31 6.17 Shop Drawings and Samples 32 6.18 Continuing the Work 33 6.19 Contractor's General Warranty and Guarantee 33 6.20 Indemnification 34 6.21 Delegation of Professional Design Services 34 Article 7-Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 7.03 Legal Relationships 35 Article 8-Owner's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Replacement of Engineer 36 8.03 Furnish Data 36 8.04 Pay When Due 36 8.05 Lands and Easements;Reports and Tests 36 8.06 Insurance 36 8.07 Change Orders 36 8.08 Inspections,Tests,and Approvals 36 8.09 Limitations on Owner's Responsibilities 36 8.10 Undisclosed Hazardous Environmental Condition 37 Article 9-Engineer's Status During Construction 37 9.01 Owner's Representative 37 9.02 Visits to Site 37 9.03 Project Representative 37 9.04 Authorized Variations in Work 40 9.05 Rejecting Defective Work 40 9.06 Shop Drawings,Change Orders and Payments 40 9.07 Determinations for Unit Price Work 41 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 41 9.09 Limitations on Engineer's Authority and Responsibilities 41 Article 10-Changes in the Work;Claims 42 10.01 Authorized Changes in the Work 42 10.02 Unauthorized Changes in the Work 42 10.03 Execution of Change Orders 42 10.04 Notification to Surety 42 10.05 Claims 42 Article 11-Cost of the Work;Allowances;Unit Price Work 43 11.01 Cost of the Work 43 11.02 Allowances 45 11.03 Unit Price Work 46 Article 12-Change of Contract Price;Change of Contract Times 46 12.01 Change of Contract Price 46 12.02 Change of Contract Times 48 12.03 Delays 48 00710-3 ITB#21-008 Downtown Master Stormwater Pond&Park Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work 48 13.01 Notice of Defects 48 13.02 Access to Work 48 13.03 Tests and Inspections 49 13.04 Uncovering Work 49 13.05 Owner May Stop the Work 50 13.06 Correction or Removal of Defective Work 50 13.07 Correction Period 50 13.08 Acceptance of Defective Work 51 13.09 Owner May Correct Defective Work 51 Article 14-Payments to Contractor and Completion 52 14.01 Schedule of Values 52 14.02 Progress Payments 52 14.03 Contractor's Warranty of Title 54 14.04 Substantial Completion 54 14.05 Partial Utilization 55 14.06 Final Inspection 55 14.07 Final Payment 56 14.08 Final Completion Delayed 57 14.09 Waiver of Claims 57 Article 15-Suspension of Work and Termination 57 15.01 Owner May Suspend Work 57 15.02 Owner May Terminate for Cause 57 15.03 Owner May Terminate For Convenience 58 15.04 Contractor May Stop Work or Terminate 59 Article 16-Dispute Resolution 60 16.01 Methods and Procedures 61 Article 17-Miscellaneous 60 17.01 Giving Notice 60 17.02 Computation of Times 60 17.03 Cumulative Remedies 60 17.04 Survival of Obligations 61 17.05 Controlling Law 62 17.06 Headings 61 Article 18-Federal Requirements 62 18.01 Agency Not a Party 62 18.02 Contract Approval 62 18.03 Conflict of Interest 62 18.04 Gratuities 62 18.05 Audit and Access to Records 63 18.06 Small,Minority and Women's Businesses 63 18.07 Anti-Kickback 63 18.08 Clean Air and Pollution Control Acts 63 18.09 State Energy Policy 63 18.10 Equal Opportunity Requirements 63 18.11 Restrictions on Lobbying 64 18.12 Environmental Requirements 64 00710-4 ITB#21-008 Downtown Master Stormwater Pond&Park GENERAL CONDITIONS ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters,the teens listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined,terms with initial capital letters in the Contract Documents include references - to identified articles and paragraphs,and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agency—The Federal or state governmental agency named as such in the Agreement,which in this instance is the City of Ocoee. 3. Agreement — The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 4. Application for Payment— The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 5. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder — The individual or entity who submits a Bid directly to Owner in accordance with the Bidding Documents. 8. Bidding Documents — The Bidding Requirements and the proposed Contract Documents (including all Addenda). This may include the Invitation To Bid and the Instructions to Bidders 9. Bidding Requirements — The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form,if any,and the Bid Form with any supplements. 10. Change Order — A document recommended by Engineer which is signed by Contractor and Owner and Agency and authorizes an addition,deletion,or revision in the Work or an adjustment in the Contract Price or the Contract Times,issued on or after the Effective Date of the Agreement. 11. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times,or both,or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Claim. 12. Contract— The entire and integrated written agreement between the Owner and Contractor concerning the Work.The Contract supersedes prior negotiations,representations,or agreements,whether written or oral. 00710-5 ITB#21-008 Downtown Master Stormwater Pond&Park 13. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents.Approved Shop Drawings,other Contractor's submittals,and the reports and drawings of subsurface and physical conditions are not Contract Documents. 14. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement(subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 15. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any, (ii)achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 16. Contractor—The individual or entity with whom Owner has entered into the Agreement. 17. Cost of the Work—See Paragraph 11.01.A for definition. 18. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 19. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 20. Engineer—The individual or entity named as such in the Agreement. 21. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requirements—Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 23. Hazardous Environmental Condition — The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act(42 USC Section 6903)as amended from time to time. 25. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes,and orders of any and all governmental bodies,agencies,authorities,and courts having jurisdiction. 26. Liens—Charges,security interests,or encumbrances upon Project funds,real property,or personal property. 27. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 28. Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 29. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 00710 -6 ITB#21-008 Downtown Master Stormwater Pond&Park 30. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. For purposes of this Agreement,the Owner is the City of Ocoee,referred to either as the City or the Owner. 31. PCBs—Polychlorinated biphenyls. 32. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 33. Progress Schedule—A schedule,prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 34. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole,or a part. • 35. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual,which may be bound in one or more volumes, is contained in the table(s)of contents. 36. Radioactive Material—Source,special nuclear,or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 37. Related Entity—An officer,director,partner,employee,agent,consultant,or subcontractor. 38. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 39. Samples—Physical examples of materials,equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 40. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 41. Schedule of Values—A schedule,prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 42. Shop Drawings — All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 43. Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed,including rights-of-way and easements for access thereto,and such other lands furnished by Owner which are designated for the use of Contractor. 44. Specifications — That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. The Specifications are included in the Project Manual for the project. 45. Subcontractor — An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 00710 -7 ITB#21-008 Downtown Master Stormwater Pond&Park 46. Substantial Completion—The time at which the Work(or a specified part thereof)has progressed to the point where,in the opinion of Engineer,the Work(or a specified part thereof)is sufficiently complete,in accordance with the Contract Documents,so that the Work(or a specified part thereof)can be utilized for the purposes for which it is intended.The terms"substantially complete"and"substantially completed"as applied to all or part of the Work refer to Substantial Completion thereof. Final Completion shall be achieved only be acceptance of all of the Work by the Owner, as evidenced by its signature on the Final Certificate of Completion,which, in any event, shall only occur after the Owner has observed and approved such demonstration testing of the Project or has otherwise assured itself that all of the provisions and requirements of the Contract Documents have been fully satisfied. 47. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 48. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 49. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or any Subcontractor. 50. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television,water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 51. Unit Price Work—Work to be paid for on the basis of unit prices. 52. Work— The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 53. Work Change Directive — A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and Agency upon recommendation of the Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect,if any,on the Contract Price or Contract Times. 1.02 Terminology • A. The following words or terms are not defined but,when used in the Bidding Requirements or Contract Documents, have the following meaning. B. Intent of Certain Terms or Adjectives 1. The Contract Documents include the terms"as allowed,""as approved,""as ordered","as directed"or terms of like effect or import to authorize an exercise of professional judgment by Engineer.In addition,the adjectives "reasonable," "suitable,""acceptable,""proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general,the Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents(unless there is a specific statement indicating otherwise).The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work 00710- 8 1TB#21-008 Downtown Master Stormwater Pond&Park or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day 1. The word"day"means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents,or b. does not meet the requirements of any applicable inspection,reference standard,test,or approval referred to in the Contract Documents,or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish,Install, Pet form,Provide 1. The word"furnish,"when used in connection with services,materials, or equipment,shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word"install,"when used in connection with services,materials,or equipment,shall mean to put into use or place in final position said services,materials,or equipment complete and ready for intended use. 3. The words"perform"or"provide,"when used in connection with services,materials,or equipment,shall mean to furnish and install said services,materials,or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor,"provide"is implied. F. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish in accordance with applicable Florida Law.. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. • 00710-9 ITB#21-008 Downtown Master Stormwater Pond&Park 2.02 Copies of Documents A. After the Contract has been executed,the Contractor will be furnished one(I)complete set of reproducible plans in electronic format, three(3) signed and sealed full-size prints, and one (1) 11".x17"print of the Drawings, one(1) complete set of the Project Manual (Contract Requirements and Specifications), and one (1) complete set of all addenda. The Contractor shall furnish each of the subcontractors,manufacturers,and material men such copies of the Contract Documents as may be required for their work. All copies of the Contract Documents shall be printed from the reproducible sets furnished to the Contractor. All costs of reproduction and printing shall be borne by the Contractor. The Contractor shall submit a complete set of reproducible Mylar ® sepias back to the Engineer as Project Record Drawings,as addressed in Section 1.07.E of the Contract General Requirements. 2.03 Commencement of Contract Times;Notice to Proceed A. A Notice to Proceed may be given to Contractor at any time within thirty(30) days after the Effective Date of the Agreement. The Contract Time will commence to run on the date specified in the Notice to Proceed. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run.No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 21 days after the Contract Award,but in any event no later than the Preconstruction Conference,Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule; 2. a preliminary Schedule of Submittals;and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference A. Before any Work at the Site is started, a conference attended by Owner, Contractor,Engineer,Agency, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A,procedures for handling Shop Drawings and other submittals,processing Applications for Payment,and maintaining required records. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule,for sequencing,scheduling,or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 00710- 10 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary;what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards,Specifications,Codes,Laws,and Regulations 1. Reference to standards,specifications,manuals,or codes of any technical society,organization,or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification,manual,code,or Laws or Regulations in effect at the time of opening of Bids(or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner,or Engineer,or any of their Related Entities,any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies - A. Reporting Discrepancies 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If,during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A)until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 00710- 11 ITB#21-008 Downtown Master Stormwater Pond&Park 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents);or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized,by one or more of the following ways: I. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample;(Subject to the provisions of Paragraph 6.17.D.3)or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications,or other documents(or copies of any thereof) prepared by or bearing the seal of Engineer or Engineer's consultants, including electronic media editions;or 2. reuse any of such Drawings, Specifications,other documents,or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaption by Engineer. B. The prohibition of this Paragraph 3.05 will survive final payment, or termination of the Contract.Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator,the party receiving electronic files agrees that it will perform acceptance tests or 00710- 12 ITB#21-008 Downtown Master Stormwater Pond&Park procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred.Any errors detected within the 60-day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format,the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems,or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent,if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof,Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. If all lands and rights-of-way are not obtained as herein contemplated before construction begins,CONTRACTOR shall begin the Work upon such land and rights-of-way as OWNER has previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should OWNER be prevented or enjoined from proceeding with the Work, or from authorizing its prosecution, either before or after the commencement, by reason of any litigation, or by reason of its inability to procure any lands or rights-of-way for the Work,CONTRACTOR shall not be entitled to make or assert a claim for Additional Compensation by reason of said delay,or to withdraw from the Agreement except by consent of OWNER.Time for completion of the Work will be extended as provided in Article 12, to such time as OWNER determines will compensate for the time lost by such delay." An extension of Contract time will be Contractor's sole and exclusive remedy of delay. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Contract Documents may identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents;and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)that Engineer has used in preparing the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such"technical data" is identified in the Supplementary Conditions.Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 00710- 13 ITB#21-008 Downtown Master Stormwater Pond&Park 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor,and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: I. is of such a nature as to establish that any"technical data"on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature,and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A),notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith(except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A,Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto,and advise Owner in writing(with a copy to Contractor)of Engineer's findings and conclusions. C. Possible Price and Times Adjustments I. The Contract Price or the Contract Times,or both,will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for,performance of the Work;subject,however,to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A;and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract;or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the 00710- 14 ITB#21-008 Downtown Master Stormwater Pond&Park • • Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment;or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs)sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction,and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated I. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any,to which a change is required in the Contract Documents to reflect and document the consequence of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times,or both,to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any,of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 00710- 15 ITB#21-008 Downtown Master Stormwater Pond&Park 4.05 The Contractor shall have no claim for an adjustment in Contract Price or Contract Times(or Milestones)under this Article 4 unless (1) CONTRACTOR has given the written notice required in as set forth herein not later than thirty (30) days after the event giving rise thereto), and (2) within sixty (60) days after the event giving rise thereto, CONTRACTOR shall submit to OWNER a detailed claim setting forth CONTRACTOR'S right to an increase in Contract Price or extension of Contract Time. No claim by the CONTRACTOR hereunder shall be allowed if asserted after final payment under this Contract. 4.06 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments,and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations,and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. B. Engineer may check the lines, elevations, reference marks, batter boards, etc., set by Contractor, and Contractor shall correct any errors disclosed by such check. Such a check shall not be considered as approval of Contractor's work and shall not relieve Contractor of the responsibility for accurate construction of the entire Work. Contractor shall furnish personnel to assist Engineer in checking lines and grades." 4.07 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site,if any,that have been utilized by the Engineer in the preparation of the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such"technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor,Subcontractors,Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition;(ii)stop all Work in connection with such condition and in any area affected thereby(except 00710- 16 ITB#21-008 Downtown Master Stormwater Pond&Park in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer(and promptly thereafter confirm such notice in writing).Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take cotTective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor written notice: (i)specifying that such condition and any affected area is or has been rendered safe for the resumption of Work;or(ii)specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent,if any,of any adjustment in Contract Price or Contract Times,or both,as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,,or does not agree to resume such Work under such special conditions,then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work,then either party may make a Claim therefor as provided in Paragraph 10.05.Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible.Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To.the fullest extent permitted by Laws and Regulations,Contractor shall indemnify and hold harmless Owner and Engineer,and the officers,directors,partners,employees,agents,consultants,and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.Nothing in this Paragraph 4.06. H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02,4.03,and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. J. Contractor shall be responsible for all safety measures concerning the handling of all asbestos pipe to be removed as relocated under This Agreement. Contractor shall indemnify the Owner, its agents, employees, and officials from and against all claims,costs,losses and damages, including but not limited to attorneys'fees and other professional fees,arising out of and relating to the removal and/or relocation of asbestos pipe. ARTICLE 5—BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds,each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents all in accordance with applicable Florida Statutes, including but not limited to, Florida Statutes, 255.05, et seq. . These bonds shall be in form and content as identified in the Instructions To Bidders or otherwise in the Contract 00710- 17 ITB#21-008 Downtown Master Stormwater Pond&Park Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. The City of Ocoee has specified a form of a performance bond which shall be used for this project. B. All bonds shall be executed by such sureties as are named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury.All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification,provide another bond and surety,both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions or below. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured identified below in this Article or in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured)which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured identified as identified below or in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured)which Owner is required to purchase and maintain. 5.04 Contractor's Liability Insurance A. Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of'or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable: 1. claims under workers'compensation,disability benefits,and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor,or b. by any other person for any other reason; 00710- 18 ITB#21-008 Downtown Master Stormwater Pond&Park • 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located,including loss of use resulting therefrom;and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership,maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified below or in the Supplementary Conditions,all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided below or in the Supplementary Conditions or required by Laws or Regulations,whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified below or in the Supplementary Conditions to whom a certificate of insurance • has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing,or replacing defective Work in accordance with Paragraph 13.07;and 7. with respect to completed operations insurance, and any insurance coverage written on a claims-made basis, remain in effect for at least two years after final payment. C. Contractor shall furnish Owner and each other additional insured identified below or in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. D. The limits of liability for the'insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Workers' Compensation, and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: a. State: Statutory b. Applicable Federal(e.g.,Longshoreman's): Statutory c. Employer's Liability: *** 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care,custody and control of Contractor: a. General Aggregate 2,000,000 00710- 19 ITB#21-008 Downtown Master Stormwater Pond&Park b. Products-Completed Operations Aggregate 1,000,000 c. Personal and Advertising Injury 1,000,000 d. Each Occurrence(Bodily Injury and Property Damage) 1,000,000 e. Personal Injury Liability Coverage will include Claims arising out of Employment. f. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. g. Excess or Umbrella Liability 2,000,000 1) General Aggregate 2) Each Occurrence 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily Injury: Each person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 OR c. Combined Single Limit of $1,000,000 4. The Contractual Liability coverage required by paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Accident $1,000,000 Annual Aggregate $2,000,000 b. Property Damage: Each Accident $1,000,000 Annual Aggregate $2,000,000 5. Additional Insureds: Pegasus Engineering,LLC 301 W. SR 434, Suite 309 Winter Springs,FL 32708 City of Ocoee 150 North Lakeshore Drive Ocoee,FL 34761 Others,as may be identified by the OWNER 00710-20 ITB#21-008 Downtown Master Stormwater Pond&Park 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04,Owner,at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. The Owner shall not have the duty or obligation to purchase or maintain such insurance and nothing herein shall be so deemed to require same. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof(Contractor shall be responsible for any deductible or self-insured retention.).This insurance shall: 1. include the interests of Owner,Contractor, Subcontractors,and Engineer,and any other individuals or entities identified in the Supplementary Conditions,and the officers,directors,partners,employees,agents,consultants and subcontractors of any of them,each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk"all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work,temporary buildings,falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage,theft,vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property(including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work,provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup;and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner,Contractor, and Engineer with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance(and the certificates or other evidence thereof)required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible 00710-21 ITB#21-008 Downtown Master Stormwater Pond&Park amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts,each may purchase and maintain it at the purchaser's own expense. E. Where applicable,the Contractor shall purchase and maintain adequate flood insurance for work within designated flood hazard areas as defined by P.L.93-234(Flood Disaster Protection Act). 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby.All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition,waive all such rights against Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Contractor as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees,agents,consultants and subcontractors of each and any of them for: 1. loss due to business interruption,loss of use,or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner;and 2. loss or damage to the completed Project or part thereof caused by,arising out of,or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05,after Substantial Completion pursuant to Paragraph 14.04,or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss,the insurers will have no rights of recovery against Contractor, Subcontractors,or Engineer,and the officers,directors,partners,employees,agents,consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Contractor and made payable to Contractor as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Contractor shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest-may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof. B. Contractor as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Contractor's exercise of this power. If 00710-22 ITB#21-008 Downtown Master Stormwater Pond&Park such objection be made, Contractor as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. 5.09' Acceptance of Bonds and Insurance; Option to Replace A. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with this Article 5 on the basis of its not complying with the Contract Documents,Owner will notify Contractor in writing thereof within ten days of the date of delivery of such certificates to Owner. Contractor will provide such additional information in respect of insurance provided by him as Owner may reasonably request. 5.10 Partial Utilization,Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05,no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise,inspect,and direct the Work competently and efficiently,devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work,Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent(which will not be unreasonably withheld)given after prior written notice to Engineer. C. Except in the event of an emergency, no work shall be performed (I) before sunrise and after sunset, (2) nor between the hours of 7:00 p.m.and 7:00 a.m.(3)nor on Saturday and Sunday and(4)nor on any holiday of the Owner "Regular Working Hours" shall be between 7:00 a.m. and 7:00 p.m. and shall be established by the Contractor at the Pre-construction Meeting,provided the total working hours shall not exceed eight(8)hours per day and forty(40)hours per week. If construction or maintenance work requires operations during other than Regular Working Hours, the Contractor shall obtain written permission of the Owner at least forty-eight(48)hours in advance of starting such work, and shall set forth the proposed schedule for overtime to give Owner ample time to arrange for his personnel to be at 00710-23 ITB#21-008 Downtown Master Stormwater Pond&Park the site of the work. Contractor shall pay for the additional charges to the Owner on account of such overtime work. Such additional charges shall be a subsidiary obligation of Contractor and no extra payment shall be made by Owner on account of such overtime work. D. This Agreement is subject to the applicable provisions of the Contract Work Hours and Safety Standards Act, Public Law 87-581, 87th Congress. No Contractor or Subcontractor contracting for any part of the Work shall require or permit any laborer or mechanic to be employed on the Work in excess of forty hours in any work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked in excess of forty hours in such work week,as the case may be. E. Except as may be otherwise required by law, all claims and disputes pertaining to the classification of labor employed on the project under this Contract shall be decided by Owner's governing body or other duly designated official. F. Contractor shall employ only competent persons to do the work and whenever Owner shall notify Contractor, in writing,that any person on the Work appears to be incompetent,unfaithful,disorderly,or otherwise unsatisfactory,such person shall be removed from the Project and shall not again be employed on it except with the consent of Owner. G. Contractor and Subcontractors shall, insofar as practicable,give preference in the hiring of workers for the Project to qualified local residents with first preference being given to citizens of the United States who have sewed in the armed forces of the United States and have been honorably discharged therefrom or released from active duty therein. H. Contractor shall reimburse the Owner the reasonable and customary amounts the Owner incurs for additional engineering and/or inspection costs incurred as a result of overtime work in excess of the regular working hours. Overtime costs shall be deducted from the Contract amount by written Change Order(Contract Modification). Overtime costs for the Owner's personnel shall be based on the individual's current overtime wage rate and shall include labor burden,etc. Overtime costs for personnel employed by the Engineer or Owner's independent testing laboratory shall be calculated in accordance with the terms of their respective contracts with the Owner 1. No work shall be performed on legal holidays of the Owner,which for the Work are defined as follows: Holiday Calendar Date CITY OF OCOEE TO CONFIRM HOLIDAYS Holiday Calendar Date New Year's Day January 1 Martin Luther King Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4(may be observed on the prior Friday or following Monday) Labor Day First Monday in September Thanksgiving Day 4th Thursday in November Day after Thanksgiving 4th Friday in November Christmas Eve December 24 Christmas December 25 00710-24 ITB#21-008 Downtown Master Stormwater Pond&Park If Christmas and Christmas Eve fall on a weekend, the preceding Friday and following Monday will be observed as holidays. If Christmas falls on a Monday, the preceding Friday will be observed as a holiday. If Christmas falls on a Saturday,the preceding Thursday will be observed as a holiday. • 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance,testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees • required by the Specifications shall expressly run to the benefit of Owner.If required by Engineer,Contractor shall furnish satisfactory evidence(including reports of required tests)as to the source,kind,and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12.Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name - of a proprietary item or the name of a particular Supplier,the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like,equivalent, or"or-equal" item or no substitution is permitted,other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal"Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be'considered by Engineer as an"or-equal"item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 00710-25 ITB#21-008 Downtown Master Stormwater Pond&Park 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that,if approved and incorporated into the Work: I) there will be no increase in cost to the Owner or increase in Contract Times,and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an"or-equal"item under Paragraph 6.O5.A.l,it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor.Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The procedure requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented in the General Requirements and-as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use.The application: 1) shall certify that the proposed substitute item will: a) will perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified,and c) be suited to the same use as that specified; • 2) will state: a) the extent, if any,to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time; b) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents(or in the provisions of any other direct contract with Owner for other work on the Project)to adapt the design to the proposed substitute item;and c) whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified,and b) available engineering,sales,maintenance,repair,and replacement services; 00710-26 ITB#21-008 Downtown Master Stormwater Pond&Park . 4) and shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item,including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means,method,technique,sequence,or procedure of construction is expressly required by the Contract Documents,Contractor may furnish or utilize a substitute means, method,technique,sequence,or procedure of construction approved by Engineer.Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion,to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents.The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item.Engineer will be the sole judge of acceptability.No"or equal"or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an"or equal."Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute; and all costs resulting from any delays in the Work while the substitution was undergoing reviews. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Equipment specifications containing experience clauses requires equipment manufacturers to have a record (min. number installations and years of operation) of satisfactory operation. In lieu of experience, a manufacturer/supplier may provide the equipment with the mutual understanding of all parties that no payment shall be released for such equipment including installation costs until it is demonstrated that the equipment meets the specific design performance requirements. All such monies retained shall be held by the Owner in an interest bearing escrow account from the date of application for payment for such work until the date of demonstrated conformance. All such retained monies and accrued interest shall be released to the Contractor upon demonstrated conformance. All monies not paid by the Owner shall bear interest a 7 percent per annum or the maximum rate provided by law,whichever is less. Where the equipment has failed specified tests to demonstrate conformance to the design requirements, the Contract shall remove said equipment and shall substitute the equipment as approved by the Owner/Engineer as specified having the required experience. The Contractor shall install the substituted equipment as required to provide a complete and functional system without cost to the Owner. (Refer to GC- 13.07). No experience restriction will be permitted which unnecessarily reduces competition or innovation. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor,Supplier,or other individual or entity(including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor,Supplier,or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Instructions to Bidders or the Invitation To Bid requires the identity of certain Subcontractors, Suppliers,or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior 00710-27 ITB#21-008 Downtown Master Stormwater Pond&Park to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with those requirements, then any such Subcontractor, Supplier, or other individuals or entities so identified and not objected to in writing by Owner or Engineer prior to the execution of the Agreement will be deemed acceptable to Owner and Engineer. All other Subcontractors, Suppliers, or other individuals or entities so identified shall be deemed to have been accepted if Owner or Engineer deliver no written objection thereto within forty-five (45) days after Contractor's written identification of such Subcontractors, Suppliers, or other individuals or entities. However, if within said forty-five (45) day period, Owner or Engineer has reasonable objection to any Subcontractors, Suppliers,or other individuals or entities whether previously identified or subsequently,Contractor shall submit an acceptable substitute without entitlement to any change in Contract Price. If Owner or Engineer demands the substitution at any time and it is determined that the Owner or Engineer did not have a reasonable objection, the Contractor shall comply with the demand for substitution and shall be entitled to an adjustment in the Contract Price (by appropriate Change order or Written Amendment) for the difference in cost resulting directly from such substitution. After acceptance by the Owner or Engineer of any particular Subcontractor, Supplier, or other individuals or entities,the Contractor shall make no substitution without written approval of the Owner,which may be granted or withheld at Owner's sole discretion. No acceptance by Owner or Engineer of any such Subcontractor, Supplier or any other person or organization shall be deemed to constitute a waiver or an estoppel of any right of Owner or Engineer to reject defective work performed in whole or in part by any such Subcontractor, Supplier,or other individual or entity. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions.Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor,Supplier or other individual or entity,nor 2. shall anything in the Contract Documents create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier,or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06,the-agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner,Contractor,and Engineer,and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds(and the officers,directors,partners,employees, agents, consultants and subcontractors of each and any of them)for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier. Contractor will obtain the same. 00710-28 ITB#21-008 Downtown Master Stormwater Pond&Park 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention,design,process,product,or device which is the subject of patent rights or copyrights held by others.If a particular invention,design,process,product,or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations,Contractor shall indemnify and hold harmless Owner and Engineer,and the officers,directors,partners,employees,agents,consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. Reference is made to the Bidding Requirements of the Contract Documents for a list of permits and licenses obtained by the OWNER before the bid advertisement. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations,neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work.However,it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent,if any,of any such adjustment,a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 00710-29 ITB#21-008 Downtown Master Stormwater Pond&Park 1. Contractor shall confine construction equipment,the storage of materials and equipment,and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. Use of Owner's existing buildings or lands by the Contractor for storage of materials and equipment will not be permitted. Use of existing washrooms, lavatories,sanitary facilities or plumbing facilities by the Contractor or any of his employees or Subcontractors will not be permitted. 2. Should any claim be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations,Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors,partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs)arising out of or relating to any claim or action,legal or equitable,brought by any such owner or occupant against Owner,Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials,rubbish,and other debris.Removal and disposal of such waste materials,rubbish,and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work, Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery,and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders,Work Change Directives,Field Orders,and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating,maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein,whether in storage on or off the Site;and • 00710-30 ITB#21-008 Downtown Master Stormwater Pond&Park 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. 4. In the event of temporary suspension of the Work, or during inclement weather, or whenever Engineer may direct; Contractor shall,and shall cause Subcontractors,to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of Engineer, any portion of Work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any Subcontractors to so protect the Work,such Work and materials shall be removed and replaced at the expense of Contractor. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property,or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them,and shall cooperate with them in the protection, removal, relocation, and replacement of their property. Contractor shall comply with the Trench Safety Act, Florida Law,Chapter 90-96 (CS/SB2626); OSHA(P.L. 91-596);the Contract Work Hours and Safety Standards Act(P.L.91-54);and the Federal Register 29 CFR part 1926,OSHA Subpart P as well as all other local, state and federal ordinances,laws,and regulations regarding safety. C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly,in whole or in part,by Contractor,any Subcontractor, Supplier,or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or,or anyone employed by any of them,or anyone for whose acts any of them may be liable,and not attributable,directly or indirectly,in whole or in part,to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph I 4.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, • Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract . Documents have been caused thereby or are required as a result thereof.If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 00710-31 ITB#21-008 Downtown Master Stormwater Pond&Park 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. - 1. Shop Drawings a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services,materials,and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals,any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures 1. Before submitting-each Shop Drawing or Sample,Contractor shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements,materials,catalog numbers,and similar information with respect thereto; b. the suitability of all materials with respect to intended use, fabrication, shipping, handling, storage, assembly,and installation pertaining to the performance of the Work; c. all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction,and safety precautions and programs incident thereto;and d. shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review • 00710-32 ITB#21-008 Downtown Master Stormwater Pond&Park 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will,after installation or incorporation in the Work,conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto.The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.I7.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers,or any other individual or entity for whom Contractor is responsible;or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 00710-33 ITB#21-008 Downtown Master Stormwater Pond&Park 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by Owner. 6.20 Indemnification A. The Contractor shall indemnify and hold harmless the City of Ocoee,and its agents,officials and employees,from liabilities,damages,losses and costs,including,but not limited to,reasonable attorney's fees,to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor or persons employed or utilized by the Contractor in the performance of the construction contract. B. In any and all claims against the City of Ocoee or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers'compensation acts,disability benefit acts,or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers,directors,partners,employees,agents,consultants and subcontractors arising out of: 1. the preparation or approval of,or the failure to prepare or approve,maps,Drawings,opinions,reports,surveys, Change Orders,designs,or Specifications;or 2. giving directions or instructions,or failing to give them,if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems,materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy.Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations,specifications,certifications, Shop Drawings and other submittals prepared by such professional.Shop Drawings and other submittals related to the Work designed or certified by such professional,if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. D. Pursuant to this Paragraph 6.21,Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. • 00710-34 ITB#21-008 Downtown Master Stormwater Pond&Park ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or via other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents,then: I. written notice thereof will be given to Contractor prior to starting any such other work;and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract,each utility owner and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work,and shall properly coordinate the Work with theirs.Contractor shall do all cutting,fitting,and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work.Contractor shall not endanger any work of others by cutting,excavating,or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected.The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. D. The Contract Time stipulated for this Construction Contract may also include the time required for utility construction by others as addressed by any Utility Relocation Schedule(s)included within the Contract Documents or Information Available to Bidders, and/or pursuant to referenced utility relocation period(s) detailed under the Contract General Requirements 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions,Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. 00710-35 ITB#21-008 Downtown Master Stormwater Pond&Park B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's actions or inactions. C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's action or inactions. ARTICLE 8—OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection,whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements;Reports and Tests A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05.Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections,tests,and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise,direct,or have control or authority over,nor be responsible for,Contractor's means, • methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto,or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 00710-36 ITB#21-008 Downtown Master Stormwater Pond&Park 8.10 Undisclosed Hazardous Environmental Condition - A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 9.0] Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and will not be changed without written consent of Owner and Engineer. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations,Engineer,for the benefit of Owner,will determine,in general,if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations,Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09.Particularly,but without limitation,during or as a result of Engineer's visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. Owner will furnish a Resident Project Representative to observe the performance of the Work. The duties, responsibilities and limitations of authority of this Resident Project Representative(and assistants)are as follows: B. The Resident Project Representative(RPR)will act as directed by and under the supervision of OWNER,and will confer with Owner and Engineer. RPR's dealings in matters pertaining to the on-site work shall,in general,be only with Owner, Engineer, and Contractor, and dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. C. DUTIES AND RESPONSIBILITIES OF RPR I. Schedules: Review the progress schedule, schedule of Shop Drawing submittals, and schedule of values prepared by Contractor and consult with Owner and Engineer concerning the acceptability of these submittals. 2. Conferences and Meetings: Attend meetings with Contractor, such as pre-construction conferences, progress meetings,job conferences,and other project-related meetings. 3. Communications by the RPR 00710-37 ITB#21-008 Downtown Master Stormwater Pond&Park a. The RPR shall communicate with the Contractor on the site working principally through the Contractor's project manager and superintendent to facilitate communications between the Engineer and the Owner and to advise the Contractor and the Engineer when the construction operations need to be adjusted to serve the purposes of the Owner on the site. b. As requested by Contractor obtain from Owner and Engineer additional details or information, when required for proper execution of the work. 4. Shop Drawings and Samples a. Record date of receipt of Field Shop Drawings and samples. b. Receive samples which are furnished at the site by Contractor, and notify Engineer of the availability of samples for examination. c. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. 5. Review of Work,Rejection of Defective Work,Inspections and Tests a. Conduct on-site observations of the Work in progress to assist Engineer in determining if the Work • is,in general,proceeding in accordance with the Contract documents. b. Report to Owner and Engineer whenever the RPR believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Owner and Engineer of work the RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in presence of appropriate personnel, and that Contractor maintains adequate records thereof; observe, record and report to Owner and Engineer appropriate details relative to the test procedures and startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project,record the results of these inspections,and report to Owner and Engineer. 6. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the • Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report them with RPR'S recommendations to Owner and Engineer. Transmit to Contractor in writing decisions as issued by Owner and Engineer. 8. Records a. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Change Directives, Addenda, Change Orders, Field orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports,and other Project-related documents. • 00710-38 ITB#21-008 Downtown Master Stormwater Pond&Park b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the job site, weather conditions, data relative to questions of Work Change Directives, Change Orders, or changed conditions, list of job site visitors, daily activities, decisions, observations in general,and specific observations in more detail as the case of observing test procedures; and send copies to Engineer. c. Record names, addresses, and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. 9. Reports a. Contractor and Engineer shall furnish the RPR with periodic reports as required of progress of the Work and Contractor's compliance with the progress schedule. b. Contractor and Engineer shall consult with the RPR in advance of scheduled major tests, inspections or start of important phases of the Work. c. Contractor and Engineer shall work with the RPR to draft proposed Change Orders and Work Change Directives, by providing backup material. The RPR may from time to time recommend that Change Orders,Work Change Directives and Field Orders be issued. . 10. Payment Requisitions: The RPR may assist in the review of applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. Initial approved percentages of completion with respect to the schedule of values. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, the RPR may assist to verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forward same to Owner prior to final payment for the Work. 12. Completion • a. The RPR may, before the Contractor submits a request for a substantial completion inspection, submit to the Contractor a list of observed items requiring completion or correction. b. The RPR may, but shall not be required, to advise the Contractor or the Engineer whether Contractor has performed inspections required by laws, rules, regulations, ordinances, codes, or orders applicable to the Work, including but not limited to those to be performed by public agencies having jurisdiction over the Work,including but not limited to,the City of Ocoee. c. The RPR may also assist in conducting final inspection together with the Engineer, Owner and Contractor and assist in preparing a final list of items to be completed and corrected. d. The RPR may observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance and issuance of the Notice of Acceptability of the Work. D. LIMITATIONS OF AUTHORITY Resident Project Representative 00710-39 ITB#21-008 Downtown Master Stormwater Pond&Park 1. By taking any such action as noted above, the RPR shall not be deemed to have authorized any deviation from the Contract Documents or substitution of materials or equipment(including "or-equal" items), unless same is expressly authorized by Engineer in accordance with this Agreement. 2. By taking such action as noted-above, the RPR shall not be deemed to have usurped or exceeded the Engineer's authority or responsibilities,as set forth in the Agreement or the Contract Documents. 3. By taking any such action as noted above, the RPR shall not be deemed to have undertaken any of the responsibilities of the Contractor,Engineer,subcontractors,suppliers,or agents or employee's of same. 4. By taking any such action as noted above, the RPR shall not be deemed to have advised on, issued directions relative to, or assumed control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. By taking any such action as noted above, the RPR shall not be deemed to have provided advise on, or issued directions regarding,or assumed control over safety precautions and programs in connection with the Work. 6. The RPR shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. 7. By taking any such action as noted above, the RPR shall not be deemed to have authorized OWNER to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others,except as specifically authorized by OWNER and ENGINEER. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents.These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any,of any such adjustment,a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective,or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04,whether or not the Work is fabricated,installed,or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services,if any,see Paragraph 6.21. • 00710-40 ITB#21-008 Downtown Master Stormwater Pond&Park C. In connection with Engineer's authority as to Change Orders,see Articles 10, 11,and 12. D. In connection with Engineer's authority as to Applications for Payment,see Article 14. 9.07 Determinations for Unit Price Work • A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding(except as modified by Engineer to reflect changed factual conditions or more accurate data)upon Owner and Contractor,subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work,and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work,will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness,render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08,Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor,any Supplier,any other individual or entity,or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor,any Supplier,or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of,and in the case of certificates of inspections,tests,and approvals that the results certified indicate compliance with the Contract Documents. 00710-41 ITB#21-008 Downtown Master Stormwater Pond&Park • E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative,if any,and assistants,if any. ARTICLE 10—CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may,.subject to written approval by Agency at any time or from time to time,order additions,deletions,or revisions in the Work by a Change Order,or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents(except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent,if any,of an adjustment in the Contract Price or Contract Times, or both,that should be allowed as a result of a Work Change Directive,a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i)ordered by Owner pursuant to Paragraph 10.01.A,(ii)required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive;and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05;provided that,in lieu of executing any such Change Order,an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations,but during any such appeal,Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. • 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety,the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. 00710-42 ITB#21-008 Downtown Master Stormwater Pond&Park B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto.The responsibility to substantiate a Claim shall rest with the party making the Claim.Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event(unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim).A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.O1.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.B.Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal(unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party,if any,take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim,or 3. notify the parties that the Engineer is unable to resolve the Claim if,in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so.For purposes of further resolution of the Claim,such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days,the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor,unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B,necessarily incurred and paid by Contractor in the proper performance of the Work.When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise • may be agreed to in writing by Owner,such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in Paragraph 11.O1.B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include,without limitation, superintendents, foremen, and other personnel employed full time at the Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work.Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours,on Saturday,Sunday,or legal holidays,shall be included in the above to the extent authorized by Owner. 00710-43 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to.make payments,in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer,which bids, if any,will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants(including but not limited to Engineers, architects,testing laboratories, surveyors, attorneys,and accountants)employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. • b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances,office,and temporary facilities at the Site,and hand tools not owned by the workers,which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery,and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery,or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. f. Losses and damages(and related expenses)caused by damage to the Work,not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work(except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner.No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities,fuel,and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressages,and similar petty cash items in connection with the Work. 00710-44 ITB#21-008 Downtown Master Stormwater Pond&Park i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives,principals(of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants,purchasing and contracting agents, expediters,timekeepers,clerks,and other personnel employed by Contractor,whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work,disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A and 11.01.B. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus,Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B,Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances 1. Contractor agrees that: a. the cash allowances include the cost to Contractor-(less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances,and no demand for additional payment on account of any of the foregoing will be valid. 00710-45 ITB#21-008 Downtown Master Stormwater Pond&Park C. Contingency Allowance 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and- classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the Bid price of a particular item of Unit Price Work amounts to more than 5 percent of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 25 percent from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work;and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved(subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2);or 00710-46 ITB#21-008 Downtown Master Stormwater Pond&Park 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2,the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3,the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work,at whatever tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs l l.01.A.I and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease;and f. when both additions and credits are involved in any one change,the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. g. Equipment: For any machinery or special equipment (other than small tools), including fuel and lubricant,the Contractor will receive 100%of the"Rental Rate Blue Book"for the actual time that such equipment is in operation on the work, and 50%of the"Rental Rate Blue Book"for the time the equipment is directed to standby and remain on the project site. The equipment rates will be based on the latest edition (version current at the time of bid) of the "Rental Rate Blue Book for Construction Equipment" or the "Rental Rate Blue Book for Older Construction Equipment," whichever is applicable, as published by Machinery Information Division of PRIMEDIA Information, Inc.( version current at the time of bid), using all instructions and adjustments contained therein and as modified below. On all projects,the Engineer will adjust the rates using regional adjustments and Rate Adjustment Tables according to the instructions in the"Blue Book". h. The Monthly Rate is the Basic Machine Rate Plus Any Attachments. Standby rates will apply when equipment is not in operation and is directed by the Engineer.to standby at the project site when needed again to complete work and the cost of moving the equipment will exceed the accumulated standby cost. Standby rates will not apply on any day the equipment operates eight or more hours. Standby payment will be limited to only that number of hours which,when added to the operating time of that day equals eight hours. Standby payment will not be made on days that are not normally considered workdays on the project. i. The Owner will allow for the cost of transporting the equipment to and from the location at which it will be used. If the equipment requires assembly or disassembly for transport,the Owner will pay for the time to perform this work at the rate of standby equipment 00710-47 ITB#21-008 Downtown Master Stormwater Pond&Park 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order.Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include,but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7,fires,floods, epidemics,abnormal weather conditions,or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7,or anyone for whom Owner is responsible,delays,disrupts,or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times,if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.B. 1. delays caused by or within the control of Contractor;or D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other • professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor.Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner,. independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable time for their observation, inspecting, and testing. Contractor shall provide them proper and safe 00710-48 ITB#21-008 Downtown Master Stormwater Pond&Park conditions for such access and advise them of Contractor's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections,tests, or approvals required by the Contract Documents except: 1. for inspections,tests,or approvals covered by Paragraphs 13.03.0 and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in said Paragraph 13.04.C;and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work(or part thereof)specifically to be inspected,tested, or approved by an employee or other representative of such public body,Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. Inspections required by the Contract Documents for pre-engineered, prefabricated or precast structural components shall be performed at the place of manufacture upon each stage of manufacture,by a registered professional engineer licensed in the State of Florida(other than the Manufacturer's Specialty Engineer)or a person under his direct supervision. Two(2)copies of a written report of such inspection shall be provided to the Engineer prior to delivery to the site and shall be prepared by the inspector and each copy shall bear the seal and signature of the respective registered professional engineer. The costs for these inspections and reports shall be paid for by the Contractor. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work(or the work of others) that is to be inspected,tested, or approved is covered by Contractor without written concurrence of Engineer,it must,if requested by Engineer,be uncovered for observation. F. Uncovering Work as provided in Paragraph I 3.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer,it must, if requested by Engineer,be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection,or testing as Engineer may require,that portion of the Work in question,furnishing all necessary labor, material, and equipment. Contractor shall have no claim for delay or disruption based upon the Engineer's reasonable actions under this paragraph. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all 00710-49 ITB#21-008 Downtown Master Stormwater Pond&Park court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction(including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If,the uncovered Work is not found to be defective,Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof,Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier,any other individual or entity, or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of notice,Contractor shall correct all defective Work,whether or not fabricated,installed,or completed, or, if the Work has been rejected by Engineer,remove it from the Project and replace it with Work that is not defective.Contractor shall pay all claims,costs,losses,and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all,court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Contractor shall have no claim for delay or disruption based upon the Engineer's reasonable actions under this paragraph. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee,if any,on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents)or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly,without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by Owner,remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage,Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced.All claims, costs, losses,and damages(including but not limited to 00710-50 ITB#21-008 Downtown Master Stormwater Pond&Park all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work; the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner(and,prior to Engineer's recommendation of final payment,Engineer)prefers to accept it,Owner may do so. Contractor shall pay all claims, costs,losses,and damages(including but not limited to all fees and charges of engineers, architects,attorneys,and other professionals'and all court or arbitration or other dispute resolution costs)attributable to Owner's evaluation of and determination to accept such defective Work(such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price,reflecting the diminished value of Work so accepted.If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A,or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09,Owner shall proceed expeditiously.In connection with such corrective or remedial action,Owner may exclude Contractor from all or part of the Site,take possession of all or part of the Work and suspend Contractor's services related thereto,take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys,and other professionals and all court or arbitration or other dispute resolution costs)incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor,and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work;and Owner shall be entitled to an appropriate decrease in the Contract Price.If the parties are unable to agree as to the amount of the adjustment,Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, 00710- 51 ITB#21-008 Downtown Master Stormwater Pond&Park costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction,removal,or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. Not later than ten (10) days before the date established in the Agreement for each progress payment(but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale,invoice,or other documentation indicating that the Contractor has either paid for such materials or equipment or warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. The Contractor shall furnish evidence that payment received on the basis of materials and equipment not incorporated but delivered and suitably stored,has in fact been paid to the respective supplier(s)on submission of the next application for payment submitted by the Contractor. Failure to provide such evidence of payment shall result in the withdrawal of previous approval(s) and removal of the related equipment from the next submitted Application for Payment." 2. Beginning with the second Application for Payment,each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review ofApplications 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment.In the latter case,Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner,based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules,that to the best of Engineer's knowledge,information and belief: a. the Work has progressed to the point indicated; 00710-52 ITB#21-008 Downtown Master Stormwater Pond&Park b. the quality of the Work is generally in accordance with the Contract Documents(subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and to any other qualifications stated in the recommendation);and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive,extended to every aspect of the Work in progress,or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents;or b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment,including final payment,will impose responsibility on Engineer: a. to supervise,direct,or control the Work,or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto,or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work,or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price,or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if,in Engineer's opinion,it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective,or completed Work has been damaged,requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due 1. Not later than Twenty-five(25)days after the Application for Payment to the Owner is stamped as received by the City, the amount recommended by the Engineer, will (subject to the provisions of Paragraph 14.02.D) become due,and when due will be paid by Owner to Contractor. 00710- 53 ITB#21-008 Downtown Master Stormwater Pond&Park 2. If the Contractor and its Surety shall fail to pay any undisputed claims,made in writing to Owner within thirty (30) days after completion of the Work, but continuing unsatisfied for a period of ninety(90)days, Owner, at its sole discretion and option, may pay such undisputed claim and deduct the amount thereof from the balance due Contractor;if Owner deems such action to be in its best interests.Owner may also,with the written consent of Contractor and its Surety, use any monies retained, due, or to become due under this Contract for the purpose of paying for both labor and materials for the Work,for disputed claims or claims that have not been filed. 3. All monies paid by Owner in settlement of claims as set forth above, with the costs and expenses incurred by Owner in connection therewith,shall be charged to Contractor,shall bear interest at the then existing legal rate of interest under the laws of the State of Florida; and shall be deducted from the next payment due Contractor under the terms of this Contract. D. Reduction in Payment 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work,except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. the Contractor's performance or furnishing of the Work is inconsistent with funding Agency requirements; d. there are other items entitling Owner to a set-off against the amount recommended including but not limited to,the aggregation of liquidated damages;or e. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently determined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, supplies and equipment covered by any Application for Payment; whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens.No materials or supplies for the Work shall be purchased subject to any security interest,or under a conditional sales contract or other agreement by which an interest is retained by the seller. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete)and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification,Owner,Agency,Contractor,and Engineer shall make a prefinal inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. 00710-54 ITB#21-008 Downtown Master Stormwater Pond&Park C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion.There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment.Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within 14 days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion(with a revised tentative list of items to be completed or corrected)reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents,or which Owner,Engineer,and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work,subject to the following conditions. 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner and Engineer that such part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection • of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete,the provisions of Paragraph ,14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete,Engineer will promptly make a final inspection with Owner, Agency, and Contractor and will notify Contractor in writing of all 00710-55 ITB#21-008 Downtown Master Stormwater Pond&Park particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment 1. After Contractor has,in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents,all maintenance and operating instructions,schedules,guarantees,bonds, certificates or other evidence of insurance certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.7; b. consent of the surety,if any,to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled;and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07 A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the.Work for which Owner or Owner's property might in any way be responsible have been paid or otherwise satisfied.If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 4. Notwithstanding any other provision of these Contract Documents to the contrary, Owner and Engineer are under no duty or obligation whatsoever to any Subcontractor, laborer or other party to ensure that payments due and owing to any of them are or will be made. Such parties shall rely only on the Contractor's payment and performance bonds and the obligations of the Surety as remedy of nonpayment. B. Engineer's Review ofApplication and Acceptance 1. If,on the basis of Engineer's observation of the Work during construction and final inspection,and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled,Engineer will,within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise,Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. 00710-56 ITB#21-008 Downtown Master Stormwater Pond&Park C. Payment Becomes Due 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages,will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall,upon receipt of Contractor's final Application for Payment(for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement,and if bonds have been furnished as required in Paragraph 5.01,the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. The remaining balance of any sum included in the final Application for Payment but held by OWNER for Work not fully completed and accepted will become due when the Work is fully completed and accepted. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor,except Claims arising from unsettled Liens,from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents;and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05; however, if the Owner stops Work under Article 13.05 or suspends services under Article, or suspends the Work or any portion thereof because of the Contractor is endangering persons and property,the Contractor shall be entitled to no extension of Contract Time or increase in Contract Price." 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents(including,but not limited to,failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04);or 00710- 57 ITB#21-008 Downtown Master Stormwater Pond&Park 2. If the Contractor assigns or delegates its duties under this Contract or any substantial part thereof without the previous written consent of Owner, or if the Contract or any claim thereunder shall be assigned by Contractor otherwise than as herein specified;or 3. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;or 4. Contractor's material disregard of the authority and directives of the Engineer;or 5. Contractor's violation or material breach of any provisions of the Contract Documents;or 6. Contractor's abandonment of the Work to be done under this Contract. B. If one or more of the events identified in Paragraph 15.02.A occur,Owner may,after giving Contractor(and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take'possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor(without liability to Contractor for trespass or conversion), 2. incorporate in the Work all materials and.equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere,and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B,Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers,architects,attorneys,and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work,such excess will be paid to Contractor.If such claims,costs,losses,and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and,when so approved by Engineer,incorporated in a Change Order.When exercising any rights or remedies under this Paragraph Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C,Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A,the tennination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B,and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination,including fair and reasonable sums for overhead and profit on such Work; 00710-58 ITB#21-008 Downtown Master Stormwater Pond&Park 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims,costs,losses,and damages(including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors,Suppliers,and others;and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If,through no act or fault of Contractor, (i)the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority,or(ii)Engineer fails to act on any Application for Payment within 30 days after it is submitted,or(iii)Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time,terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy,if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon.The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's-stopping the Work as permitted by this Paragraph. 00710-59 ITB#21-008 Downtown Master Storruwater Pond&Park ARTICLE 16—DISPUTE RESOLUTION AND WAIVER OF TRIAL BY JURY 16.01 A. As a condition precedent to the filing of any suit or other legal proceeding,the parties shall endeavor to resolve claims, disputes or other matters in question by Mediation. Mediation shall be initiated by any party by serving a written request for same on the other party. The parties shall by mutual agreement select a Mediator within fifteen (15)days of the date of the request for Mediation. If the parties cannot agree on the selection of a Mediator,then the owner shall select the Mediator, who, if selected solely by the Owner, shall be a Mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the mediator declares an impasse, which declaration, in any event, shall be deemed as issued by the Mediator not later than sixty (60) days after the initial Mediation Conference. The CONTRACTOR will carry on the Work and maintain the progress schedule during any dispute. Venue for any litigation, at law or equity, shall lie exclusively in The Circuit Court of the Ninth Judicial Circuit Court in and for Orange County,Florida. 16.02 This Contract, or any provision hereof, shall be construed and interpreted, and any litigation arising therefrom, shall be governed by the laws of the State of Florida. 16.03 The CONTRACTOR and OWNER waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Contract. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice,it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 3. Both the address given in the Bid Form upon which this Agreement is founded, and Contractor's office at or near the site of the Work are hereby designated as places to either of which notices, letters, and other communications to Contractor shall be certified,mailed,or delivered.The delivering at the above named place, or depositing in a postpaid wrapper directed to the first-named place, in any post office box regularly maintained by the U.S.Postal Department,of any notice, letter or other communication to Contractor shall be deemed sufficient service thereof upon Contractor; and the date of said service shall be the date of such delivery or mailing.The,first-named address may be changed at any time by an instrument in writing,executed and acknowledged by Contractor, and delivered to Owner and Engineer. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter, or other communication upon Contractor personally. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by 00710-60 ITB#21-008 Downtown Master Stormwater Pond&Park special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation,right,and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications,warranties,and guarantees made in,required by,or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment,completion,and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 17.06 The form of all submittals, notices, change orders, and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Engineer. During the pre-construction meeting, the Engineer shall provide to the Contractor one set of such project administration forms to be utilized during the construction of this project. These forms are referenced as: Forms Used by the Engineer and/or Owner's Representative 00844 Non-compliance Notice 00845 Field Order 00847 Request for Proposed Change 00848 Daily Report-Technician's Construction Repprt Forms Used by the Contractor 00861 a Pay App-Application for Payment 00861b Pay App-Summary of Values 00861c Pay App-Contractor's Certificate of Payment 00863 Final Release of Lien 00864 Shop Drawing Submittal 00865 Certificate of Final Inspection 00868 Contractor Request for Information 00879 Waiver and Release of Lien upon Final Payment 00881 Waiver and Release of Lien upon Progress Payment 00883 Contractor's Final Affidavit 00885 Contractor's Interim Affidavit 17.07 The Contractor shall comply with Florida's Archives and Historical Act (Florida Statutes Chapter 267) and the regulations of the local historic preservation board as applicable and protect against the potential loss or destruction of significant,historical or archaeological data,sites,and properties in connection with the project. 17.08 If apprentices are required or utilized on this project, then the provisions of Chapter 446, Florida Statutes, shall govern. 00710-61 ITB#21-008 Downtown Master Stormwater Pond&Park 17.09 If the price of this Agreement/Contract equals or exceeds $50,000 and if the Contractor has 50 or more employees, the Contractor shall file with the Owner,within 30 calendar days after the award of this Agreement/Contract,a report on Standard Form 100 (EEO-1), which has been promulgated jointly by the Office of Federal Contract Compliance Programs, the Equal Employment Opportunity Commission, and Plans for Progress, unless the Contractor has submitted such a report within 12 months preceding the date of award of this Agreement/Contract. In addition,the Contractor shall ensure that each construction subcontractor having 50 or more employees and a lower-tier construction subcontract with a price equaling or exceeding $50,000 also files with the Owner, within 30 calendar days after the award to it of the lower-tier construction subcontract, a report on Standard Form 100 (EEO-1)unless the construction subcontractor has submitted such a report within 12 months preceding the date of award of the lower-tier construction subcontract. (Subsequent reports are to be submitted annually in accordance with 41 CFR 60-1.7(a) or at such other intervals as the Director of the Office of Federal Contract Compliance Programs may require.) ARTICLE 18—FEDERAL REQUIREMENTS 18.01 Financing Agency Not a Party A. This Contract may be funded in part with funds provided by a State or Federal Agency.Neither Agency,nor any of its departments,entities,or employees is a party to this Contract. 18.02 Contract Approval A. Owner and Contractor will furnish Owner's attorney such evidence as required so that Owner's attorney can complete and execute the following "Certificate of Owner's Attorney" (Exhibit GC-A) before Owner submits the executed Contract Documents to Agency for approval. B. Concurrence by Agency in the award of the Contract is required before the Contract is effective. 18.03 Conflict of Interest A. Contractor may not knowingly contract with a supplier or manufacturer if the individual or entity who prepared the plans and specifications has a corporate or financial affiliation with the supplier or manufacturer. B. Owner's officers, employees,or agents shall not engage in the award or administration of this Contract if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when: (i) the employee, officer or agent;(ii)any member of their immediate family;(iii)their partner or(iv)an organization that employs,or is about to employ, any of the above, has a financial interest in Contractor. Owner's officers, employees, or agents shall neither solicit nor accept gratuities,favors or anything of monetary value from Contractor or subcontractors. 18.04 Gratuities A. If Owner finds after a notice and hearing that Contractor,or any of Contractor's agents or representatives,offered or gave gratuities (in the form of entertainment, gifts, or otherwise) to any official, employee, or agent of Owner or Agency in an attempt to secure this Contract or favorable treatment in awarding, amending, or making any determinations related to the performance of this Contract, Owner may, by written notice to Contractor,terminate this Contract.Owner may also pursue other rights and remedies that the law or this Contract provides.However,the existence of the facts on which Owner bases such findings shall be an issue and may be reviewed in proceedings under the dispute resolution provisions of this Contract. B. In the event this Contract is terminated as provided in paragraph 18.04.A, Owner may pursue the same remedies against Contractor as it could pursue in the event of a breach of this Contract by Contractor. As a penalty, in addition to any other damages to which it may be entitled by law, Owner may pursue exemplary damages in an amount(as determined by Owner) which shall not be less than three nor more than ten times the costs Contractor incurs in providing any such gratuities to any such officer or employee. 00710-62 ITB#21-008 Downtown Master Stormwater Pond&Park • 18.05 Audit and Access to Records A. For all negotiated contracts and negotiated modifications (except those of$10,000 or less), Owner, Agency, the Comptroller General, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the Contractor, which are pertinent to the Contract, for the purpose of making audits, examinations, excerpts and transcriptions. Contractor shall maintain all required records for three years after final payment is made and all other pending matters are closed. 18.06 Small, Minority and IVomen's Businesses • A. If Contractor intends to let any subcontracts for a portion of the work, Contractor shall take affirmative steps to assure that small, minority and women's businesses are used when possible as sources of supplies, equipment, construction, and services.Affirmative steps shall consist of: (1) including qualified small,minority and women's businesses on solicitation lists;(2)assuring that small,minority and women's businesses are solicited whenever they- are potential sources; (3) dividing total requirements when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority and women's businesses; (5) using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the U.S. Department of Commerce; (6) requiring each party to a subcontract to take the affirmative steps of this section; and(7)Contractor is encouraged to procure goods and services from labor surplus area firms. 18.07 Anti-Kickback • A. Contractor shall comply with the Copeland Anti-Kickback Act(18 USC 874 and 40 USC 276c)as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Buildings or Public Works Financed in Whole or in Part by Loans or Grants of the United States").The Act provides that Contractor or subcontractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public facilities, to give up any part of the compensation to which they are otherwise entitled.Owner shall report all suspected or reported violations to Agency. 18.08 Clean Air and Pollution Control Acts A. If this Contract exceeds $100,000, Contractor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 USC 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 USC 1251 et seq.). Contractor will report violations to the Agency and the Regional Office of the EPA. 18.09 State Energy Policy A. Contractor shall comply with the Energy Policy and Conservation Act (P.L. 94-163). Mandatory standards and policies relating to energy efficiency,contained in any applicable State Energy Conservation Plan,shall be utilized. 18.10 Equal Opportunity Requirements A. If this Contract exceeds $10,000, Contractor shall comply with Executive Order 11246, "Equal Employment Opportunity," as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." B. Contractor's compliance with Executive Order 11246 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative active obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications,as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract,and in each trade,and 00710-63 ITB#21-008 Downtown Master Stormwater Pond&Park Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the Contract resulting from this solicitation.The notification shall list the name, address,and telephone number of the subcontractor; employer identification number; estimated dollar amount of subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the Contract is to be performed. 18.11 Restrictions on Lobbying A. Contractor and each subcontractor shall comply with Restrictions on Lobbying(Public Law 101-121, Section 319) as supplemented by applicable Agency regulations.This Law applies to the recipients of contracts and subcontracts that exceed $100,000 at any tier under a Federal loan that exceeds $150,000 or a Federal grant that exceeds $100,000. If applicable, Contractor must complete a certification form on lobbying activities related to a specific Federal loan or grant that is a funding source for this Contract.Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,grant,or any other award covered by 31 USC 1352.Each tier shall disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Certifications and disclosures are forwarded from tier to tier up to the Owner.Necessary certification and disclosure forms shall be provided by Owner. 18.12 Environmental Requirements A. When constructing a project involving trenching and/or other related earth excavations, Contractor shall comply with the following environmental constraints: 1. Wetlands — When disposing of excess, spoil, or other construction materials on public or private property, Contractor shall not fill in or otherwise convert wetlands. 2. Floodplains—When disposing of excess, spoil, or other construction materials on public or private property, Contractor shall not fill in or otherwise convert 100 year floodplain areas delineated on the latest Federal Emergency Management Agency Floodplain Maps,or other appropriate maps,i.e.,alluvial soils on NRCS Soil Survey Maps. 3. Historic Preservation—Any excavation by Contractor that uncovers an historical or archaeological artifact shall be immediately reported to Owner and a representative of Agency. Construction shall be temporarily halted pending the notification process and further directions issued by Agency after consultation with the State Historic Preservation Officer(SHPO). 4. Endangered Species — Contractor shall comply with the Endangered Species Act, which provides for the protection of endangered and/or threatened species and critical habitat. Should any evidence of the presence of endangered and/or threatened species or their critical habitat be brought to the attention of Contractor, Contractor will immediately report this evidence to Owner and a representative of Agency. Construction shall be temporarily halted pending the notification process and further directions issued by Agency after consultation with the U.S.Fish and Wildlife Service. 00710-64 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00840 NOTICE OF AWARD PART 1 -GENERAL 1.01 INSTRUCTIONS FOR NOTICE OF AWARD A. The Notice of Award notifies the Contractor that the City Commission has awarded the bid to your company. The Notice of Award contains specific instructions on the requirements for the contract documents and pre-construction meeting. B. The Notice of Award will be accompanied by the contract. The Contractor will sign the contract documents and return along with the required insurance certificate, and performance and payment bonds, if required, and any other documents required to finalize the contract documents. END OF SECTION 00840-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00841 NOTICE TO PROCEED PART 1 - GENERAL 1.01 INSTRUCTIONS FOR NOTICE TO PROCEED A. Upon receipt of all signed contract documents, including certificate of insurance, and recorded performance and payment bonds, the City will issue a Notice to Proceed. B. The Notice to Proceed will contain the start date, substantial completion, and final completion dates for the project. C. Contractor to acknowledge receipt of the Notice to Proceed. The Notice to Proceed will become part of the contract documents. END OF SECTION 00841-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00842 CHANGE ORDER PART 1 - GENERAL 1.01 INSTRUCTIONS FOR CHANGE ORDER A. In the event that a change, modification, deletion and/or increase in material, labor, and/or equipment is needed or requested by the City, the City may seek pricing and/or credit from the Contractor. B. If pricing is acceptable by the Engineer, City shall prepare either Form 00842a or Form 00842b "CHANGE ORDER" located in Division 4—Miscellaneous Forms, and obtain necessary authorization from either the City Manager or City Commission, whichever is applicable, based on approving authority. C. Change Order will be executed by Contractor and amended into the contract documents. END OF SECTION 00842-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00843 CERTIFICATE OF SUBSTANTIAL COMPLETION PART 1 -GENERAL 1.01 INSTRUCTIONS FOR CERTIFICATE OF SUBSTANTIAL COMPLETION A. Upon final inspection and correction of deviations, the City shall prepare Form 00843 "CERTIFICATE OF SUBSTANTIAL COMPLETION", located in Division 4 — Miscellaneous Forms; where upon execution, the Contractor of the project shall be considered "Substantially Completed." END OF SECTION 00843-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00844 NON-COMPLIANCE NOTICE PART 1 -GENERAL 1.01 INSTRUCTIONS FOR NON-COMPLIANCE NOTICE A. If the Engineer determines the work and/or operations of the Contractor are not in compliance with the Contract document, and/or are being completed in an unsafe or dangerous manner, the Engineer shall provide written notification using Form 00844 "NON-COMPLIANCE NOTICE", located in Division 4 — Miscellaneous Forms. B. Contractor shall respond to the "Non-Compliance Notice" within 24 hours with the assertion that the unsafe or dangerous circumstance will be corrected immediately. END OF SECTION 00844-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00845 FIELD ORDER&DIRECTIVE PART 1 -GENERAL 1.01 INSTRUCTIONS FOR FIELD ORDER-DIRECTIVE A. Contractor may request and/or City may provide field directives as needed, by the City providing the Contractor with a written directive, utilizing Form 00845 "FIELD ORDER/DIRECTIVE", as located in Division 4—Miscellaneous Forms. B. Written directive shall not be a change that affects the Contract amount, unless an approved Change Order is authorized. END OF SECTION 00845-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00847 REQUEST FOR PROPOSED CHANGE PART 1 -GENERAL 1.01 INSTRUCTIONS FOR REQUEST FOR PROPOSED CHANGE A. The City, requesting a change to the Contract, including but not limited to, material, labor, and/or equipment, shall prepare Section A of Form 00847 "REQUEST FOR PROPOSED CHANGE" located in Division 4—Miscellaneous Forms and provide to Contractor. B. Contractor shall submit proposal within seven (7) days of receipt of completed Section A of Form 00847 "REQUEST FOR PROPOSED CHANGE", including all supporting information needed by the Contractor in developing a complete proposal. C. Upon obtaining acceptable proposal from Contractor, the Engineer shall complete Section B of Form 00847 "REQUEST FOR PROPOSED CHANGE"and seek the applicable approval based on City Authorization Authority. END OF SECTION 00847-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00848 DAILY CONSTRUCTION REPORT PART 1 -GENERAL 1.01 INSTRUCTIONS FOR DAILY CONSTRUCTION REPORT A. The Contractor shall on a daily basis review progress of the project, this includes work completed, and shall measure/confirm daily items for payment. B. The Contractor shall record the Contractor's daily efforts, important issues, weather affecting the Contractor's efforts, Contractor personnel and equipment needed for daily operations, and measure/confirm daily items for payment in Form 00848 "Daily Construction Report" (DCR), located in Division 4—Miscellaneous Forms. C. The Contractor shall maintain an ongoing summary of work to date based on the confirmed DCRs that shall be used for completion of the payment application per Section 00861. • END OF SECTION 00848-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00861 APPLICATION AND CERTIFICATION FOR PAYMENTS PART 1 - GENERAL 1.01 INSTRUCTIONS FOR APPLICATION AND CERTIFICATION FOR PAYMENTS A. To initiate a partial payment, the Contractor shall request completed Form 00861A "Application for Payment" and Form 00861B "Summary of Values to Date" located in Division 4 — Miscellaneous Forms from the City. The Contractor's request shall include the end date for the partial payment period. B. City shall provide completed "Application for Payment" and "Summary of Values to Date" forms for Contractor's use. C. Contractor shall cover "Application for Payment" and "Summary of Values to Date" forms with fully executed Form 00861C "Contractor's Certification of Payment" located in Division 4—Miscellaneous Forms for every pay request. END OF SECTION 00861-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00863 CONTRACTOR'S FINAL RELEASE OF LIEN PART 1 -GENERAL 1.01 INSTRUCTIONS FOR FINAL RELEASE OF LIEN A. Contractor shall complete and submit Form 00863 "FINAL RELEASE OF LIEN" located in Division 4 — Miscellaneous Forms including any required supporting information and/or release(s). END OF SECTION 00863-1 ITB#21-008 Downtown Master Stormwater Pond&Park • SECTION 00864 SHOP DRAWING SUBMITTAL PART 1 -GENERAL 1.01 INSTRUCTIONS FOR SHOP DRAWING SUBMITTAL FORM A. Contractor shall provide cover on all shop submittals using Form 00864 "SHOP DRAWING SUBMITTAL FORM" located in Division 4 —Miscellaneous Forms for City approval, denial or corrections. B. City shall provide copy of cover back with submittals for Contractor use, and if applicable, corrections. • • END OF SECTION 00864-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00865 CERTIFICATE OF FINAL INSPECTION PART 1 -GENERAL 1.01 INS 1'RUCTIONS FOR CERTIFICATE OF FINAL INSPECTION A. City shall acknowledge the occurrence of a final inspection by City staff and the Contractor by completing and providing Form 00865 "CERTIFICATE OF FINAL INSPECTION" located in Division 4 — Miscellaneous Forms. Attached to the form shall be a list of outstanding items needing completion. END OF SECTION • 00865-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00868 CONTRACTOR'S REQUEST FOR INFORMATION PART 1 - GENERAL 1.01 INSTRUCTIONS FOR CONTRACTOR REQUEST FOR INFORMATION A. During the project Contractor may want more information or detail from the project designer and/or Engineer. Contractor shall request the information by completing Form 00868 "Contractor Request for Information" located in Division 4—Miscellaneous Forms. B. City shall complete second half of form and provide copy back to Contractor with any supporting information needed to complete the request. END OF SECTION 00868-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00879 WAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT PART I -GENERAL 1.01 INSTRUCTIONS FOR WAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT A. The Contractor shall obtain and provide originals of the completed Form 00879 "Waiver and Release of Lien Upon Final Payment", located in Division 4 — Miscellaneous Forms, from each vendor, sub-consultant and/or material supplier that provided notice to the City and/or the Contractor. END OF SECTION 00879-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00881 WAIVER AND RELEASE OF LIEN UPON PROGRESS PAYMENT PART 1 -GENERAL 1.01 INSTRUCTIONS FOR WAIVER AND RELEASE OF LIEN UPON PROGRESS PAYMENT A. The Contractor shall obtain and provide originals of completed Form 00881 "Waiver and Release of Lien Upon Progress Payment", located in Division 4 — Miscellaneous Forms, from each vendor, sub-consultant and/or material supplier that provided notice to the City and/or the contractor. END OF SECTION 00881-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00883 CONTRACTOR'S FINAL AFFIDAVIT PART 1 - GENERAL 1.01 INSTRUCTIONS FOR CONTRACTOR'S FINAL AFFIDAVIT A. Contractor shall execute and submit to the Engineer Form 00883 "Contractor's Final Affidavit" located in Division 4—Miscellaneous Forms. END OF SECTION 00883-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00885 CONTRACTOR'S INTERIM AFFIDAVIT PART 1 -GENERAL 1.01 INSTRUCTIONS FOR CONTRACTOR'S INTERMIN AFFIDAVIT A. Contractor shall execute and submit to the Engineer Form 00885 "Contractor's Interim Affidavit" located in Division 4—Miscellaneous Forms. END OF SECTION 00885-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 00900 ADDENDA(S) PART 1 -GENERAL 1.01 INSTRUCTIONS FOR ADDENDA(S) A. All Addenda issued during the bidding phase (before bid opening) and mutually agreed upon after bid opening shall be attached to Section 00900, Addenda(s) and shall be part of the contract documents. 00900-1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01001 GENERAL REQUIREMENTS 1.01 WORK UNDER THIS CONTRACT A. SCOPE OF WORK Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W Franklin Street between N Kissimmee Ave and Bluford Ave.The stormwater system consists of two cascading interconnected urban ponds — a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave will be milled and resurfaced. Pipe diameters for the stormwater system include 18-inch, 24-inch, 30- inch, 36-inch, and 60-inch RCP. The project also includes improvements on N Cumberland Ave between the pond and W Oakland Ave. Finally, the project shall include removal of existing City utilities, removal and replacement of driveways and curb, sidewalk, and sodding and other restoration as may be required. B. OWNER'S REPRESENTATIVE FOR CONTRACT ADMINISTRATION Notice is hereby served that the City of Ocoee — Public Works Department with respect to project design (i.e. Drawings and Specifications) is the Owner's Representative. In conformance with the requirements of Notice and Service of the General Conditions, all notices or other papers required to be delivered by the Contractor to the Owner shall be delivered to the Attention of the Public Works Director, 150 N.Lakeshore Dr.,Ocoee,FL 34761 Attn:Mr.Stephen Krug. The Public Works Department shall provide limited construction administration services for this project with respect to design related issues, and acceptance of materials and workmanship. Such limited construction administration services are provided solely to evaluate the Contractor's work for compliance with the contract documents and shall not be effective to assign to the Engineer any duty to supervise or direct the performance of the work, nor create any responsibility for acts or omissions of the Contractor or any subcontractor or supplier. C. STANDARD DOCUMENTS ABPA Acoustical and Board Products AA Aluminum Association Association AASHTO American Association of State ACI American Concrete Institute or Highway and Transportation AFBMA Anti-Friction Bearing Manufacturer's AASHO Officials Association 01001-1 ITB#21-008 Downtown Master Stormwater Pond&Park AGA American Gas Association NPT National Pipe Threads AGMA American Gear M(03/20/00ers NSF National Science Foundation Association OSHA U.S.Department of Labor, Al The Asphalt Institute Occupational Safety and Health AIA American Institute of Architects Administration AIEE American Institute of Electrical PCA Portland Cement Association Engineers PCI Prestressed Concrete Institute AIMA Acoustical and Insulating Materials PS United States Products Standards Association SAE Society of Automotive Engineers AISC American Institute of Steel SDI Steel Decks Institute Construction SJI Steel Joists Institute AISI American Iron and Steel Institute SMACNA Sheet Metal and Air Conditioning AMCA American Moving and Conditioning Contractors National Association Association SSPC Structural Steel Painting Council ANSI American National Standards UL Underwriter's Laboratories,Inc. Institute UASI United States of American Standards API American Petroleum Institute or Institute(Now ANSI) APWA American Public Works Association USAS AREA American Railway Engineering Association ASA American Standards Association (now ANSI) ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating,and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSCBC American Standard Safety Code for Building Construction ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWBP American Wood Preservers Board AWS American Welding Society AWWA American Water Works Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standard DOT Spec Standard Specification for Road and Bridge Construction Florida Department of Transportation FS Federal Standard IEEE Institute of Electrical and Electronic Engineers IPCEA Insulated Power Cable Engineers Association NBFU National Board of Fire Underwriters NBS National Bureau of Standards NEC National Electrical Code NECA National Electrical Contractor's Association NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association 01001-2 ITB#21-008 Downtown Master Stormwater Pond&Park When obtaining data and information from the Drawings,conflicts,errors,and discrepancies shall be resolved from the documents given the following order of precedence: a. Agreement Modifications b. Agreement c. Change Orders d. Addenda e. Supplementary Conditions f. Instructions to Bidders g. General Conditions h. General Requirements i. Measure and Payment j. Utility Technical Specifications City of Ocoee Utilities Administration Building Technical Specification (Div. 2 through 15) k. FDOT Standard Specification for Road and Bridge Construction, FY 2020-21 Edition including supplements and revisions thereto 1. Drawings 1) Dimensions 2) Full-size Drawing 3) Large-scale Drawing 4) Small-scale Drawing m. FDOT Roadway and Traffic Design Standards, Dated January 2010. n. Advertisement for Bids o. Bid p. Ocoee Engineering Standards Manual q. Bonds r. Insurance Certificates s. Insurance Endorsements t. Affidavits When measurements are affected by conditions already established or where items are to be fitted into constructed conditions, it shall be the Contractor's responsibility to verify all such dimensions at the site and the actual job dimensions shall take precedence over scale and figure dimensions on the Drawings. D. PRESERVATION OF PROPERTY 1. General The Contractor shall preserve from damage all property along the line of work,or which is in the vicinity of or is in any way affected by the work,the removal or destruction of which is not called for by the plans. This applies to public and private property,public and private utilities(except as called for in the Drawings), trees, shrubs, crops, signs, monuments, fences, guardrail, pipe and underground 01001-3 ITB#21-008 Downtown Master Stormwater Pond&Park structures, public highways (except natural wear and tear of highway resulting from legitimate use thereof by the Contractor),etc.,and whenever such property is damaged due to the activities of the Contractor it shall be immediately restored to a condition similar or equal to that existing before such damage or injury was done by the Contractor, and at his own expense, or he shall make good such damage or injury in an acceptable manner. The Contractor shall protect existing bridges during the entire construction period, from damage caused by any of his operations or equipment.The Contractor will not be required to provide routine repairs or maintenance for such structures but will be required, at his own expense, to make immediate repairs of any damage occasioned by his use or operations. In the event that the Contractor's use or operations result in damage to a bridge requiring repairs,such repairs shall have a prior right to any equipment, materials or labor at the Contractor's disposal. The Contractor's special attention is directed to the protection of any geodetic monument, horizontal or vertical, located within the limits of construction. 2. Failure to Restore Damaged Property In case of failure on the part of the Contractor to restore such property, bridge, road or street,or to make good such damage or injury,the Engineer may,upon 48 hours notice,proceed to repair,rebuild or otherwise restore such property,road or street as may be deemed necessary,and the cost thereof will be deducted from any monies due or which may become due the Contractor under the contract.Nothing in this clause shall prevent the Contractor from receiving proper compensation for the removal,damage or replacement of any public or private property,not shown on the plans, which is made necessary by alteration of grade or alignment and such work is authorized by the Engineer;provided that such property has not been damaged through fault of the Contractor, his employees or agents. 3. Utilities a. Arrangements for Protection or Adjustment:At points where the Contractor's operations are adjacent to utility facilities or other property,damage to which might result in expense, loss, disruption of service or other undue inconvenience to the public or to the owners, work shall not be commenced until all arrangements necessary for the protection thereof have been made. The Contractor shall be solely and directly responsible to the owners and operators of such properties for any damage, injury, expense, loss, inconvenience, or delay, caused by the Contractor's operations. Adjustments to the utilities will be performed by the utility owners. The Contractor will make the necessary arrangements with utility owners for removal or adjustment of utilities where such removal or adjustment is 01001-4 ITB#21-008 Downtown Master Stormwater Pond&Park determined by the Engineer to be essential to the performance of the required construction, provided normal construction procedures are used by the Contractor. Relocations or adjustments requested only on the basis of the Contractor's proposed use of a particular method of construction or a particular type of equipment will not be considered as being essential to the construction of the project if other commonly used methods and equipment could be used without the necessity of relocating or adjusting the utility.The Engineer will determine the responsibility for any such required adjustments of utilities. Relocations or adjustments requested because of delivery to the job of materials furnished by the Contractor will be the responsibility of and at the expense of the Contractor. Circumstances under which it will be considered essential to remove or adjust (or to otherwise protect) utilities in order to construct the project shall include, but not be limited to,the following: 1) Utilities lying within the vertical and horizontal construction limits,plus the reasonably required working room necessary for operation of equipment normally used for the particular type of construction; all as determined by the Engineer (and except as provided in paragraph 4), below).(In the case of overhead electrical conductors which carry more than 400 V,a minimum of 10 foot clearance between the conductor and the nearest possible approach of any part of the equipment will be required, except where the utility owner effects safeguards approved by the Florida Department of Labor and Employment Security.) 2) Utilities lying within the horizontal limits of the project and within 12- inches below the ground surface or the excavation surface on which the construction equipment is to be operated,or within 12-inches below the bottom of any stabilizing course called for on the plans. 3) Utilities lying within the normal limits of excavation for.underground drainage facilities or other structures(except as provided in paragraph 4) below). Such normal limits shall extend to side slopes along the angle of repose,as established by sound engineering practice,unless the sides of the excavation are required by the plans or special provisions to be supported by sheeting, or the Contractor elects to sheet such excavation for his own convenience. 4) Where utilities cross pipe trenches transversely within the excavation area, but not within positions from which relocation or removal is necessary, the utility owner shall be responsible for providing and effecting all reasonable measures for their support and protection during construction operations, and the Contractor shall cooperate with the utility owner in the owner's effecting such support and protective 01001-5 ITB#21-008 Downtown Master Stormwater Pond&Park measures. The Contractor shall be responsible for any damage to the utility that is caused by neglect or failure on the Contractor's part to cooperate and to use proper precaution in performing his work. In the event that a temporary relocation of a utility or a particular sequence of timing in the relocation of a utility is necessary, such relocation shall be done only as directed by the Engineer, so as to cause the least impediment to the overall construction operations.The Owner will not assume responsibility for utility adjustments or temporary relocation work,nor for the conditions resulting there from,where such adjustments are (1) not necessitated by the construction of the project, (2) done solely for the benefit or convenience of the utility owner or its contractor, or the contractor where his construction procedures are considered to be other than normal, or (3) not shown on the approved plans for the utilities relocation or the construction. b. Cooperation and coordination of schedules with Utility Owners: The Contractor shall cooperate with the Owners of any underground and coordination of schedules or overhead utility lines in their removal and rearrangement operations in order that these operations may progress in a reasonable manner,that duplication or rearrangement work may be reduced to a minimum, and that services rendered by the utility owners will not be unnecessarily interrupted. Contractor shall be responsible for coordinating its activities with those of the Utility Owners and shall incorporate their work into Contractor's Construction Schedules. Owner shall not be liable to the Contractor for any loss damage, cost or expense arising out of or resulting from delay, interference, interruption, or acceleration of Contractor's Work by any of the activities of the Utility Owners. In the event of interruption of water or other utility services as a result of accidental breakage or as a result of their being exposed or unsupported,the Contractor shall promptly notify the proper authority and shall cooperate with the authority in the prompt restoration of service. If water service is interrupted repair work shall be continuous until the service is restored.No work shall be undertaken around fire hydrants until provisions for continued service have been approved by the local fire authority. c. Utility Adjustments:Certain utility adjustments and reconstruction work may be underway during the progress of the contract. The Contractor will be required to cooperate as is necessary with the various utility construction crews in order that utility service may be maintained.Upon completion of the utilities work by others the utilities will be in their final location and the Contractor shall exercise due caution when working adjacent to such utilities. 01001-6 ITB#21-008 Downtown Master Stormwater Pond&Park Any damage to the relocated utilities resulting from the Contractor's operations shall be repaired at his expense. Utility authorities that may be performing adjustments, connections, and reconstruction work during the progress of the contract are: 1) Charter Communications, LLC 2) Duke Energy 3) Centurylink 4) AT&T, Inc. 4. The Contractor shall not enter or occupy private land outside of the project site or right-of-way,except by written permission of the appropriate owners. Contractor shall provide Owner a copy of such written permission. 1.02 LABOR A. The Contractor shall keep the Contract under his own control and it shall be his responsibility to see that the Work is properly supervised and carried on faithfully and efficiently. The Contractor shall supervise the Work personally or shall have a competent,English speaking superintendent or representative,who shall be on the site of the project at all working hours,and who shall be clothed with full authority by the Contractor to direct the performance of the Work and make arrangements for all necessary materials, equipment, and labor without delay. 1.03 MATERIALS AND EQUIPMENT A. MANUFACTURER 1. All transactions with the manufacturers or subcontractors shall be through the Contractor, unless the Contractor shall request and at the Engineer's option,that the manufacturer or subcontractor communicate directly with the Engineer.Any such transactions shall not in any way release the Contractor from his full responsibility under this Contract. 2. All workmanship and materials shall be of the highest quality. The equipment shall be the product of manufacturers who are experienced and skilled in the field with an established record of research and development. No equipment will be considered unless the manufacturer has designed and manufactured equipment of comparable type and size for at least five years. 3. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Engineer. No material shall be delivered to the work without prior approval of the Engineer. 01001-7 ITB#21-008 Downtown Master Stormwater Pond&Park 4. All apparatus,mechanisms,equipment,machinery,and manufactured articles for incorporation into the Project shall be the new(most current production at time of bid) and unused standard products of recognized reputable manufacturers. 5. Safety Requirements: a. All machinery and equipment shall be safeguarded in accordance with the • safety codes of the ANSI, OSHA, and local industrial codes. b. In addition to the components specified and shown on the Drawings and necessary for the specified performance,the Contractor shall incorporate in the design and show on the shop drawings all the-safety features required by the current codes and regulations, including but not limited to those of the Occupational Safety and Health Act, and Amendments thereto. B. SUBSTITUTIONS 1. The substitution requirements of this Section are in addition to the requirements of the General Conditions and Supplementary Conditions. 2. When a particular product is specified or called for, it is intended and shall be understood that the proposal tendered by the Bidder includes those products in his Bid. Should the Bidder desire to provide alternate products equal to those specified, the Bidder shall furnish information as described in the General Conditions or Bid Form. The alternate product or products submitted by the Bidder shall meet the requirements of the specifications and shall,in all respects, be equal to the products specified by name herein. 3. The intent of these specifications is to provide the Owner with a quality facility without discouraging competitive bidding. For products specified only by reference standards, performance and descriptive methods, without naming manufacturer's products, the Contractor may provide the products of any manufacturer complying with the Contract Documents, subject to the review of product data by the Engineer as specified herein. For products specified by naming a manufacturer's product followed by the words"or equal",the Contractor may provide any of the named products. He may substitute a product by another manufacturer as an equal only after review by the Engineer as specified herein. In all cases, any product provided must comply with all of the specified requirements. 01001-8 ITB#21-008 Downtown Master Stormwater Pond&Park C. DELIVERY AND STORAGE 1. General a. The Contractor shall be responsible for all material, equipment and supplies sold and delivered to the Owner under this Contract until final inspection of the Work and acceptance thereof by the Owner. b. All materials and equipment to be incorporated in the Work shall be handled and stored by the Contractor before,during and after shipment in amannerto prevent warping, twisting, bending, breaking, chipping, rusting, and any injury,theft or damage or any kind whatsoever to the material or equipment. c. All materials which,in the opinion of the Engineer,have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work, and the Contractor shall receive no compensation for the damaged material or its removal. d. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance,the Contractor shall replace same without additional cost to the Owner. 2. Delivery-the Contractor Shall: a. Deliver materials in ample quantities to insure the most speedy and uninterrupted progress of the Work so as to complete the Work within the allotted time. b. Coordinate deliveries in order to avoid delay in, or impediment of, the progress of the Work of any related Contractor. c. Arrange deliveries of products in accordance with construction schedules coordinated to avoid conflict with work and conditions at the site. d. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. e. Immediately on delivery, inspect shipments with the Owner's field representative to assure compliance with requirements of Contract Documents and approved submittals,and that products are properly protected and undamaged. f. Provide equipment and personnel to handle products by methods recommended by the manufacturer to prevent soiling or damage to products or packaging. 01001-9 ITB#21-008 Downtown Master Stormwater Pond&Park 3. Storage a. The Contractor shall be responsible for securing a location for on-site storage of all material and equipment necessary for completion of this project. The location and storage layout shall be submitted to the Owner/Engineer at the Pre-construction Conference. b. All material delivered to the job site shall be protected from dirt, dust, dampness, water, and any other condition detrimental to the life of the material from the date of delivery to the time of installation of the material and acceptance by the Owner. c. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. d. When required or recommended by the manufacturer, the Contractor shall furnish a covered,weather protected storage structure providing a clean,dry, noncorrosive environment for all mechanical equipment,valves,architectural items,electrical and instrumentation equipment,and special equipment to be incorporated into this project. e. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions and free from damage or deterioration. f. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. g. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Electric motors provided with heaters shall be temporarily wired for continuous heating during storage. Upon installation of the equipment,the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use. h. Mechanical equipment to be used in the Work,if stored for longer than ninety (90) days, shall have the bearings cleaned, flushed and lubricated prior to testing and start-up, at no extra cost to the Owner. i. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment during start-up and certify that its condition has not been detrimentally affected by the long storage period. Such start-up certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that 01001-10 ITB#21-008 Downtown Master Stormwater Pond&Park of equipment that has been shipped, installed and tested. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. j. Specific Material Storage Requirements 1) Loose Granular Materials: Store in a well-drained area on solid surfaces to prevent mixing with foreign matter. 2) Cement,sand and lime: Stored under a roof and off the ground and kept completely dry at all times. 3) Brick, block and similar masonry products: Handle and store in a manner to reduce breakage, chipping, cracking and spilling to a minimum. 4) All structural and miscellaneous steel, and reinforcing steel: Store off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. 4. Should the Contractor fail to take proper action on storage and handling of equipment supplied under this Contract within seven days after written notice to do so has been given,the Owner retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from the Contractor's Contract. These costs may be comprised of expenditures for labor,equipment usage,administrative,clerical,engineering and any other costs associated with making the necessary corrections. In any event, equipment and materials not properly stored will not be included in a payment estimate. D. MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION 1. Comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to all parties involved in the installation, including two copies for the Engineer's use. Maintain one set of complete instructions at the job site during installation and until completion. 2. Handle, install,connect,clean,condition and adjust products in strict accord with such instructions and in conformity with specified requirements. Should job conditions or specified-requirements conflict with the manufacturer's instructions, consult with Engineer for further instructions. Do not proceed with Work without clear instructions. 01001-11 ITB#21-008 Downtown Master Stormwater Pond&Park 3. Perform Work in strict accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 4. The Contractor shall have on hand sufficient proper equipment and machinery of ample capacity to facilitate the installation of the Work and to handle all emergencies normally encountered in Work of this character. 5. Equipment shall be installed in a neat and workmanlike manner on the foundations at the locations and elevations shown on the Plans, unless directed otherwise by the Engineer during installation. 6. All equipment shall be correctly aligned, leveled and adjusted for satisfactory operation and shall be installed so that proper and necessary connections can be made readily between the various units. 7. The Contractor shall furnish, install and protect all necessary anchor and attachment bolts and all other appurtenances needed for the installation of the devices included in the equipment specified. Anchor bolts shall be as approved by the Engineer and made of ample size and strength for the purposes intended. Substantial templates and working drawings for installation shall be furnished by the manufacturer. E. INSPECTION AND TESTING 1. General a. If, in the testing of any material or equipment, it is ascertained by the Engineer that the material or equipment does not comply with the Contract, the Contractor shall be notified thereof, and he will be directed to refrain from delivering said material of equipment,or to remove it promptly from the site or from the Work and replace it with acceptable material,without cost to the Owner. b. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with recognized test codes of the ANSI,ASME,or the IEEE, except as may otherwise be stated herein. 2. Cost a. Owner shall employ and pay for the services of an independent testing laboratory to perform testing specifically indicated on the Contract Documents or specified in the Specifications and may at any other time elect to have materials and equipment tested for conformity with the Contract Documents. 01001-12 ITB#21-008 Downtown Master Stormwater Pond&Park b. The cost of field leakage,pressure and bacteriological tests and shop tests of materials and equipment specifically called for in the Contract Documents shall be borne by the Contractor, and such costs shall be deemed to be included in the Contract price. c. Notify Owner employed-laboratory sufficiently(a minimum of 48 hours) in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred. d. Contractor shall employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required for the Contractor's convenience and as approved by the Owner. e. If the test results indicate the material or equipment complies with the Contract Documents, the Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor shall pay laboratory costs of such failed tests. The total of such costs shall be deducted from any payments due to the Contractor. f. The Contractor shall pay for all Work required to uncover, remove,replace, retest, etc. any Work not tested due to the Contractor's failure to provide the minimum 48 hours advance notice or due to failed tests. 3. Shop Testing a. Each piece of equipment for which pressure,duty,capacity,rating,efficiency, performance,function or special requirements are specified shall be tested in the shop ofthe manufacturer in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents. No such equipment shall be shipped to the Work until the Engineer notifies the Contractor, in writing,that the results of such tests are acceptable. b. Five copies of the manufacturer's actual shop test data and interpreted results thereof,accompanied by a certificate of authenticity notarized and signed by a responsible official of the manufacturing company, shall be furnished to the Engineer as a prerequisite for the acceptance of any equipment. The cost of shop tests (excluding cost of Owner's representative) and of furnishing manufacturer's preliminary and shop test data of operating equipment shall be borne by the Contractor and shall be included in the Contract price. 01001-13 ITB#21-008 Downtown Master Stormwater Pond&Park c. The Contractor shall give notice in writing to the Owner sufficiently in advance of his intention to commence the manufacture or preparation of materials especially manufactured or prepared for use in or as part of the permanent construction. Such notice shall contain a request for inspection, the date of commencement and the expected date of completion of the manufacture or preparation of materials. Upon receipt of such notice, the Owner shall arrange to have a representative present at such times during the manufacture as may be necessary to inspect the materials; or he will notify the Contractor that the inspection will be made at a point other than the point of manufacture; or he will notify the Contractor that inspection will be waived. d. When inspection is waived or when the Engineer so requires,the Contractor shall furnish to him authoritative evidence in the form of Certificates of Manufacture that the materials to be used in the Work have been manufactured and tested in conformity with the Contract Documents. These certificates shall be notarized and shall include five (5)copies of the results of physical tests and chemical analysis,where necessary,that have been made directly on the product or on similar products of the manufacturer. e. The Contractor must comply with these provisions before shipping any material. Such inspections by the Owner shall not release the Contractor from the responsibility for furnishing materials meeting the requirements of the Contract Documents. 4. Field Testing a. The Owner shall employ and pay for services of an independent testing laboratory to perform testing specifically indicated in the Contract Documents. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the Work of the Contract. b. The Owner may at any time during the progress of the Work request additional testing beyond that specified in the Contract. This testing will be at the Owner's expense. The Contractor shall assist the testing laboratory personnel in all ways so as to facilitate access to the location of the material or equipment to be tested. c. Contractor shall: 1) Cooperate with laboratory personnel, provide access to the Project. 2) Secure and deliver to the laboratory adequate quantities of representative samples of materials proposed to be used and which require testing. 01001-14 ITB#21-008 Downtown Master Stormwater Pond&Park 3) Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the testing laboratory. d. The following schedule summarizes the responsibilities of various tests that may be required by the Contract Documents. Contractor shall notify Owner in advance of work so that arrangements can be made with the testing laboratory. TEST NOTES PAID BY Materials Compaction Embankment, pipe backfill, subgrade, base, asphaltic Owner concrete as required by Owner Asphaltic Concrete As required by Owner Owner Paving LBR As required by Owner Owner Concrete Initial acceptance testing at delivery, cylinders As Owner required by Owner All Other Testing As specified in various sections of the Project Manual As Indicated 5. Inspection by Other Agencies: The Florida Department of Transportation,the St. Johns River Water Management District, and other.authorized governmental agencies shall have free access to the site for inspecting materials and Work,and the Contractor shall afford them all necessary facilities and assistance for doing so. Any instructions to the Contractor resulting from these inspections shall be given through the Owner/Engineer. These rights of inspections shall not be construed to create any contractual relationship between the Contractor and these agencies. 01001-15 ITB#21-008 Downtown Master Stormwater Pond&Park F. WARRANTIES AND BONDS 1. The Contractor shall submit warranties and bonds as specified in the General Conditions and as specified herein. Co-execute submittals when so specified. 2. If an individual specification section requires a particular warranty more stringent than that required by this Section or the General Conditions, the more stringent requirements shall govern for the applicable portion of the Work. 3. The warranties and bonds shall include: a. Equipment or product description b. Manufacturer's name, principal, address and telephone number c. Contractor, name of responsible principal, address and telephone number. d. Local supplier's or representatives name and address e. Scope of warranty or bond f. Proper procedure in case of failure g. Instances that might affect the validity of warranty or bond h. Date of beginning of warranty, bond or service and maintenance contract i. Duration of warranty, bond or service maintenance contract G. TOOLS AND ACCESSORIES 1. The Contractor shall furnish with each type, kind or size of equipment, one complete set of suitably marked high grade special tools and accessories which may be needed to adjust, operate, maintain or repair the equipment (including special grease guns or other lubricating tools). 2. Such tools and accessories shall be furnished in approved painted steel tool cases, properly labeled and equipped with good grade cylinder locks and duplicate keys no later than upon start-up. 3. Each piece of equipment shall be provided with a substantial stainless steel nameplate,securely fastened in place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, weight and principal rating data. H. SPARE PARTS Spare parts may be specified for certain equipment in the pertinent sections of the Specifications. The Contractor shall collect and store all spare parts during construction and shall surrender such to the Owner in original boxes or containers upon final inspection. In addition, the Contractor shall furnish to the Owner an inventory listing all spare parts,the equipment they are associated with,the name and address of the supplier, and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivered cost. 01001-16 ITB#21-008 Downtown Master Stormwater Pond&Park I. BORROW, EXCESS SUITABLE AND UNSUITABLE MATERIALS The Contractor shall conduct access,hauling,filling and storage operations on-site as specified herein and as shown on the Contract Drawings. 1. Borrow Material: All borrow material shall be obtained off-site by the Contractor. 2. Excess Suitable Material: Ownership of excess suitable material excavated from the project shall be as follows: a. The City shall retain ownership of all suitable excavated materials until the final job requirements for fill or backfill materials have been fulfilled. The Contractor shall take ownership of remaining excavated materials not needed for job requirements, and dispose of them outside the right-of-way to the satisfaction of the Engineer. 3. Unsuitable Material a. All unsuitable material shall become the property and responsibility of the Contractor. The Contractor shall properly dispose of all such unsuitable materials off-site in accordance with local,State and Federal Regulations,or; b. When approved by the City, unsuitable material may be disposed of in accordance with Section 120-5.3 of the FDOT Standard Specification for Road and Bridge Construction, 2010 Edition, including any supplements or revisions thereto. J. USE OF CHEMICALS All chemicals used during the project construction furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or other classification, must show approval of either the Environmental Protection Agency or the U.S. Department of Agriculture. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. 1.04 PROJECT SITE AND ACCESS A. USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the Contractor and the streets cleaned to the satisfaction of the Owner. 01001-17 ITB#21-008 Downtown Master Stormwater Pond&Park B. USE OF PUBLIC STREETS FOR HAUL ROADS Prior to construction,the Contractor shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the Contractor and streets cleaned to the satisfaction of the Owner. Contractor shall be responsible for repairs to any damages caused by his operations, prior to final payment. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. All cleanup shall be the responsibility of the Contractor. All trucks/moving equipment shall have 'backup warning horns in proper working order while on the job site. Any hauling unit or equipment loaded in excess of the maximum weights set out in the Florida Uniform Traffic Law, or lower weights which may be legally established for any road,bridge or street,shall not be operated on except as provided by special permit issued by the governmental unit having jurisdiction over a particular road or bridge. • Roads or bridges that are to be demolished may be overloaded after they are permanently closed to the public. All liability for loss or damage resulting from equipment operating on a structure permanently closed to the public shall be the • responsibility of the Contractor. C. ACCESS 1. Neither the material excavated nor the materials or equipment used in the construction of the Work shall be so placed as to prevent free access to all fire hydrants, valves or manholes. 2. Access to businesses and residents located adjacent to the project site must be maintained at all times. Contractor may pre-arrange the closing of business or residential access with the business owner or property owner. As a minimum Contractor shall detail such pre-arranged access closing as notation to be included in Contractor Daily Report of Construction Activities addressed by Article 1.07.L of these General Requirements,Section 01001. Such pre-arranged access closing shall not exceed two (2) hours. Property drainage and grading shall be restored and all construction debris removed within forty-eight(48)hours after completion of crossing work at access location. 3. Contractor agrees that representatives of the Owner and any governmental agents will have access to the Work wherever it is in preparation or progress and that the Contractor shall provide facilities for such access and inspection. 01001-18 ITB#21-008 Downtown Master Stormwater Pond&Park 1.05 PERMITS A. The Owner has obtained permits related to this Work prior to advertising and are specifically listed in Table 01001-A. The Owner will also obtain permits that relate to the completed facilities. B. Upon Notice of Award,the Contractor shall immediately apply for all other applicable permits to construct the Work from the appropriate governmental agency or agencies. No Work shall commence until all applicable permits have been obtained and copies delivered to the Owner/Engineer. The costs for obtaining these permits shall be borne by the Contractor. C. The Contractor shall strictly adhere to the specific requirements of the governmental unit(s) or agency(ies) having jurisdiction over the Work. Whenever there is a difference in the requirements of a jurisdictional body and these Specifications, the more stringent shall apply. D. The Contractor shall serve as Owner's Construction Coordinator with respect to notification of permitting governmental departments related to all Owner obtained permits. The Contractor shall be responsible for notification of all governmental departments addressed by Owner obtained permits prior to starting Work, during the progress of the Work,and immediately upon completion of the Work(Work is defined in reference to construction activities to be performed related to individual permit requirements). Such notice(s) shall be submitted or provided to permitting governmental department(s)in format and within time period(s)required. If pre and/or post notification time period is not stated by individual permit(s)then Contractor shall provide required notification(s) not less than forty-eight (48) hours in advance and after completion of Work. Permit(s)that require the Contractor shall address verbal notification(s) by follow-up written notice confirmation. Contractor shall contemporaneously submit to Owner and Owner's Engineer copies of all written notification issued to permitting governmental department(s). 1.06 UTILITIES A. UTILITY CONSTRUCTION 1. Public utility installations and structures shall be understood to include all poles, tracks,pipes,wires,conduits,house service connections,vaults,manholes and all other appurtenances and facilities pertaining thereto,whether owned or controlled by governmental bodies or privately owned by individuals,firms or corporations, used to serve the public with transportation, traffic control, gas, electricity, telephone,sewerage,drainage or water. Other public or private property that may be affected by the Work shall be deemed included hereunder. 01001-19 ITB#21-008 Downtown Master Stormwater Pond&Park 2. . All open excavations shall be adequately safeguarded by providing temporary barricades,caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. 3. The length of open trench will be controlled by the particular surrounding conditions,but shall always be confined to the limits prescribed by the Owner. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Owner may require special construction procedures. As a minimum, the Contractor shall conform to the following restoration procedures: a. Interim Restoration: All excavations shall be backfilled and compacted as specified by the end of each working day. For excavations within existing paved areas,roadway base shall be installed as to provide a relatively smooth surface free of loose material before opening to traffic. At the end of each workweek the interim asphaltic surface course shall be completed. Contractor shall coordinate his construction activity including density tests and inspections to allow sufficient time to achieve this requirement. All driveway cuts shall be backfilled,compacted,and lime rock base spread and compacted immediately after utility installation. Contractor shall coordinate with the individual property owners prior to removing the driveway section. Any utility crossing an existing roadway,parking lot or other paved area shall be patched by the end of the working day. All pipe and fittings shall be neatly stored in a location approved by the Engineer that-will cause the least disturbance to the public. All debris shall be removed and properly disposed of by the end of each working day. Maintenance of all restored facilities shall be the Contractor's responsibility. This maintenance shall be performed on an on-going basis during the course of construction. The Contractor's Progress Schedule shall reflect the above restoration requirements. b. Additional Restoration for Work in Business or Commercial Districts: The Contractor shall restore all private property, damaged by construction,to its original condition. Access to businesses located adjacent to the project site must be maintained at all times. Contractor may prearrange the closing of business accesses with the business owner. Such prearranged access closing shall not exceed two (2) hours. Property drainage and grading shall be restored within 24 hours of backfilling trench. 01001-20 ITB#21-008 Downtown Master Stormwater Pond&Park B. EXISTING UTILITIES 1. The locations of all existing underground piping,structures and utilities have been taken from information received from the respective owner. The locations are shown without express or implied representation,assurance,or guarantee that they are complete or correct or that they represent a true picture of underground piping to be encountered. 2. The Contractor shall, at all times in performance of the Work, employ approved methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury,damage or destruction of existing public utility installations and structures; and shall, at all times in the performance of the Work, avoid unnecessary interference with, or interruption of, public utility services; and shall cooperate fully with the owners thereof to that end. 3. Pipelines shall be located substantially as indicated on the Drawings, but the Owner/Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. When the location of piping is dimensioned on the Drawings, it shall be installed in that location; when the location of piping is shown on a scaled drawing, without dimensions, the piping shall be installed in the scaled location unless the Owner/Engineer approves an alternate location for the piping. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. The Engineer may require detailed pipe laying drawings and schedules for project control. 4. The Contractor shall exercise care in any excavation to locate all existing piping and utilities. All utilities that do not interfere with the completed Work shall be carefully protected against damage. Any existing utilities damaged in any way by the Contractor shall be restored or replaced by the Contractor at his expense as directed by the Owner/Engineer. Only the owner of the respective utility shall perform work on any existing facilities that require repairs. 5. It is the responsibility of the Contractor to ensure that all utility or other poles,the stability of which may be endangered by the proximity of excavation, be temporarily stayed and/or shored in position while Work proceeds in the vicinity of the pole and that the utility or other companies concerned be given reasonable advance notice of any such excavation by the Contractor. C. NOTICES 1. All governmental utility departments and other owners of public utilities which may be affected by the Work will be informed in writing by the Contractor within two weeks after the execution of the Contract or Contracts covering the Work. 01001-21 ITB#21-008 Downtown Master Stormwater Pond&Park Such notice will be sent out in general, and directed to the attention of the governmental utility departments and other owners of public utilities for such installations and structures as may be affected by the Work. 2. The Contractor shall also comply with Florida Statute 553.851 regarding notification of existing gas and oil pipeline company owners. Evidence of such notice shall be furnished to the Owner within two weeks after the execution of the Contract. 3. It shall be the Contractor's responsibility to contact utility companies at least 48 hours in advance of breaking ground in any area or on any unit of the Work so maintenance personnel can locate and protect facilities, if required by the utility company. 4. The Contractor shall,prior to interrupting a utility service(water,sewer,etc.)for the purpose of making cut-ins to the existing lines or for any other purposes, contact the utility owner and make arrangements for the interruption that will be satisfactory to the utility owner. Arrangements shall be considered to include the notice of utility service interruption to all business and residential users located within the affected area. Notice details shall be considered to include utility service to be interrupted (water, sewer, etc.) and time/date/proposed duration of utility service interruption. Notice for potable water system interruption shall be considered to include boil water information D. EXPLORATORY EXCAVATIONS 1. Exploratory excavations shall be performed in advance of all roadway and utility construction to be performed by the Contractor under this Contract as follows: a. Contractor shall perform all exploratory excavations and make all necessary contacts and communications as is required pursuant to the Florida Sunshine Law. b. Exploratory excavations shall be conducted by the Contractor for the purpose of locating underground pipelines, conduits, cables or structures in advance of the construction. Test pits shall be excavated in areas of potential conflicts between existing and proposed facilities and at piping connections to existing facilities a minimum of 48 hours or 1000 feet in advance of Work. If there is a potential conflict, the Contractor is to notify the Engineer immediately in writing. Information on the obstruction to be furnished by the Contractor shall include: Location,Elevation,Utility Type,Material and Size. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 01001-22 ITB#21-008 Downtown Master Stormwater Pond&Park 2. The Engineer shall have forty-eight(48)hours to determine the resolution of any unknown or unforeseen conflict discovered during exploratory excavations along the route of the work after receipt of written notice of conflict from the Contractor. No Contractor claims for additional compensation or extension of Contract Time shall be allowed for this period of time. E. UTILITY CROSSINGS It is intended that wherever existing utilities must be crossed, deflection of the pipe within specified limits and cover shall be used to satisfactorily clear the.obstruction unless otherwise indicated on the Drawings. However, when in the opinion of the Owner/Engineer this procedure is not feasible, he may direct the use of fittings for a utility crossing or conflict transition as detailed on the Drawings. F. RELOCATIONS 1. Relocations shown on the Drawings - Public utility installations or structures, including but not limited to light poles, signs,fences,piping, conduits and drains that interfere with the positioning of the Work which are shown on the Drawings to be removed,relocated,replaced or rebuilt by the Contractor shall be considered as part of the general cost of doing the Work and shall be included in the prices bid for the various contract items. No separate payment shall be made therefore. 2. Relocations not shown on the Drawings a. Where public utility installations or structures are encountered during the course of the Work, and are not indicated on the Drawings or in the Specifications, and when, in the opinion of the Owner/Engineer, removal, relocation, replacement or rebuilding is necessary to complete the Work under this contract, such Work shall be accomplished by the utility having jurisdiction,or such Work may be ordered,in writing by the Owner/Engineer, for the Contractor to accomplish. b. If such Work is accomplished by the utility having jurisdiction, it will be carried out expeditiously, and the Contractor shall give full cooperation to permit the utility to complete the removal, relocation, replacement or rebuilding as required. If the Contractor accomplishes such Work, it will be paid for as a Change Order. • 3. All existing utility castings, including valve boxes, junction boxes, manholes, hand holes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service and in areas of trench restoration and pavement replacement, shall be adjusted by the Contractor to bring them flush with the surface of the finished Work. • 01001-23 ITB#21-008 Downtown Master Stormwater Pond&Park 4. All existing utility systems which conflict with the construction of the Work herein that can be temporarily removed and replaced shall be accomplished at the expense of the Contractor. Work shall be done by the utility owner unless the utility owner approves in writing that the Work may be done by the Contractor. 1.07 RELATED CONSTRUCTION REQUIREMENTS A. TRAFFIC MAINTENANCE 1. Maintain public highway traffic within the limits of the project for the duration of the construction period,including any temporary suspensions of Work.Work shall also include construction and maintenance of any necessary detour facilities; furnishing, installing and maintaining of traffic control and safety devices during construction, control of dust, or any other special requirements for safe and expeditious movement of vehicular and pedestrian traffic. Maintenance of Traffic shall be consistent with Section 102 of Florida Department of Transportation's Standard Specifications for Road and Bridge Construction, 2010 edition, and supplements and revisions thereto. 2. The Contractor shall prepare a Traffic Control Plan prior to commencing any Work on the site. The Traffic Control Plan shall detail procedures and protective measures for protection and control of traffic affected by the Work consistent with Section 102 of Florida Department of Transportation's Standard Specifications for Road and Bridge Construction, 2010 edition, and supplements and revisions thereto. 3. Before closing any thoroughfare,the Contractor shall give written notice to and,if necessary, obtain a permit or permits from the duly constituted public authority having jurisdiction over the thoroughfare. Notice shall be given no less than 72 hours in advance of the time when it may be necessary in the process of construction to close such thoroughfare, or as may be otherwise provided in the approved Traffic Control Plan. 4. The Contractor shall sequence and plan construction operations and shall generally conduct his Work in such a manner as not to unduly or unnecessarily restrict or impede existing normal traffic through the streets of the local community. 5. Insofar as it is practicable,excavated material and spoil banks shall not be located in such a manner as to obstruct traffic. The traveled way of all streets, roads and alleys shall be kept clear and unobstructed insofar as is possible and shall not be used for the storage of construction materials, equipment, supplies, or excavated earth, except when and where necessary. • 01001-24 - ITB#21-008 Downtown Master Stormwater Pond&Park 6. If required by duly constituted public authority, the Contractor shall, at his own expense,construct bridges or other temporary crossing structures over trenches so as not to unduly restrict traffic. Such structures shall be of adequate strength and proper construction and shall be maintained by the Contractor in such a manner as not to constitute an undue traffic hazard. Private driveways shall not be closed except when and where necessary, and then only upon due advance notice to the Owner/Engineer and for the shortest practicable period of time consistent with efficient and expeditious construction. The Contractor shall be liable for any damages to persons or property resulting from his work. 7. The Contractor shall make provisions at all "open cut" street crossings to allow a minimum of one lane to be open for vehicular traffic at all times. Lane closing shall be as permitted by the local governing authority and shall be repaired to a smooth, safe driving surface immediately following the installation of pipe or conduit. Flag men shall be required, in addition to barricades, signs and other protective devices at all lane closings. 8. The Contractor shall make provisions at cross streets for the free passage of vehicles and pedestrians, either by bridging or otherwise, and shall not obstruct the sidewalks, gutters, or streets, nor prevent in any manner the flow of water in the latter, but shall use all proper and necessary means to permit the free passage of surface water along the gutters. 9. The Contractor shall immediately cart away all offensive matter,exercising such precaution as may be directed by the Owner/Engineer. All material excavated shall be so disposed of as to inconvenience the public and adjacent tenants as little as possible and to prevent injury to trees, sidewalks,fences and adjacent property of all kinds. B. BARRIER AND LIGHTS The Contractor shall exercise extreme care in the conduct of the Work to protect health and safety of the workmen and the public. The Contractor shall provide all protective measures and devices necessary, in conformance with applicable local, state and federal regulations regarding their need and use. Protective measures shall include but are not limited to barricades, warning lights/flashers and safety ropes. C. DEWATERING, FLOTATION The Contractor, with his own equipment, shall do all pumping necessary to dewater any part of the Work area during construction operations to insure dry working conditions. The Contractor shall be completely responsible for any tanks,wet wells or similar structures that may become buoyant during the construction and modification operations due to the ground water or floods and before the structure is put into operation. The proposed final structures have been designed against buoyancy; 01001-25 ITB#21-008 Downtown Master Stormwater Pond&Park however, the Contractor may employ methods, means and techniques during the various stages of construction(or other conditions)which may affect the buoyancy of structures. Should there be any possibility of buoyancy of a structure,the Contractor shall take the necessary steps to prevent its buoyancy either by increasing the structure's weight, by filling it with approved material or other acceptable methods. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the Contractor's expense. D. DUST,NOISE AND EROSION CONTROL 1. The Contractor shall prevent dust nuisance from his operations or from traffic by the use of water and deliquescent salts. 2. Noise suppression: a. The Contractor shall eliminate noise to as great an extent as practical at all times. Air compressing plants shall be equipped with silencers and the exhaust of all gasoline motors or other power equipment shall be provided with mufflers. In the vicinity of hospitals and schools, special care shall be used to avoid noise or other nuisances. The Contractor shall strictly observe all local regulations and ordinances covering noise control. b. Sound levels measured by the Owner/Engineer's personnel shall not exceed 45 dBA after 8 p.m. or 55 dBA 8 a.m. to 8 p.m. This sound level shall be measured at the exterior of the nearest exterior wall of the nearest residence or building. Levels at the equipment shall not exceed 85 dBA at any time. Sound levels in excess of these values are sufficient cause to have the Work halted until equipment can be quieted to these levels. Work stoppage by the Owner/Engineer for excessive noise shall not relieve the Contractor of other contractual responsibilities stipulated in the Contract Documents including, but not limited to Contract Price and time. • 3. Erosion and Water Pollution Control The Contractor shall prepare and provide the Engineer with a plan for the prevention,control and abatement of erosion and water pollution. The Contractor shall provide erosion and water pollution control in accordance with the Contract Plans and Specifications, Standard Specifications for Road and Bridge Construction 2010 Edition, Section 104, and all permit requirements. The Contractor is responsible for meeting appropriate federal, state, and local regulations and water quality standards, such as turbidity. E. CONSTRUCTION ENGINEERING AND LAYOUT 1. Professional Engineer 01001-26 ITB#21-008 Downtown Master Stormwater Pond&Park The Contractor shall provide the services of a Registered Professional Engineer currently licensed in the State of Florida for the following specific services as applicable to the Work: a. Inspections,testing,witnessing requiring a licensed professional engineer; b. Design of temporary shoring, bridging, scaffolding or other temporary construction; c. Other requirements as specified herein. 2. Laying Out the Work a. Prior to commencement of construction the Engineer will have established vertical and horizontal controls throughout the site which the Contractor shall use in laying out the work. The Contractor shall maintain centerline of construction and right-of-way lines at all times, even during the utility relocation periods. The Contractor shall erect and maintain white/black standard FDOT station markers every 100 feet throughout contract duration. The Contractor shall be responsible for protecting the controls in the field and establishing all lines and grades,together with all reference points as required by the various trades for all work under this Contract. All required layout shall be done using competent and experienced personnel under the supervision of a Land Surveyor registered in the State of Florida. b. The Contractor shall provide all labor and instruments and stakes,templates, and other materials necessary for marking and maintaining all lines and grades. The lines and grades shall be subject to any checking the Owner or Engineer may decide necessary. c. The Contractor shall employ only competent personnel and utilize only suitable equipment in performing layout work. He shall not engage the services of any person or persons in the employ ofthe Owner for performance of layout work. d. Adequate field notes and records shall be kept as layout work is accomplished. These field notes and records shall be available for review by the Engineer as the work progresses and copies shall be furnished to the Engineer at the time of completion of the project. e. Any inspection or checking of the Contractor's field notes or layout work by the Engineer and the acceptance of all or any part thereof,shall not relieve the Contractor of his responsibility to achieve the lines, grades and dimensions shown in the plans and specifications. 01001-27 ITB#21-008 Downtown Master Stormwater Pond&Park f. Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the surface of the completed work all horizontal control points originally furnished by the Owner. g. No separate cost item is provided for laying out of the work, the cost of which shall be included in the unit prices for items in the Proposal. 3. Record Drawings During the entire construction operation,the Contractor shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom "Record Drawings@ showing correctly and accurately all changes and deviations from the work, made during construction to reflect the work as it was actually constructed. The following are required to be shown on project Record Drawings: a. Roadway Site Perimeter - Sufficient spot elevations to show as-built topography. b. Driveway Areas - Sufficient spot elevations to how drainage and slopes. c. Right-of-Way Swale/Drainage-All culvert inverts; swale flow-line grades; beginning and end bottom elevations;highs and lows along top of bank;and size of swale. d. Underdrains/Pipe Culvert/PVC Sleeves-All inverts, inlet grate and bottom elevations, and sizes. e. Outfalls -All pipe inverts,weir box elevations, weir elevation, and sizes. £ Roadway/Off Site Drainage - All inverts; manhole top elevation; grate top elevations all storm and sanitary, if applicable. g. Roadway 1) Pavement width; curb width; shoulder width; sidewalk and bike path widths, every 100 feet. 2) Elevations; sidewalk; bike path; top and bottom of curb; edge of • pavement; and centerline of road, every 100 feet. 3) Install new roadway alignment control points upon final roadway completion.Include all intersections and side streets. Latitude,departure and elevations for all control points. 4) Stations and offsets, all structures (including power poles, etc.) 01001-28 ITB#21-008 Downtown Master Stormwater Pond&Park h. Utility Work The Contractor shall retain the services of a registered land surveyor licensed in the State of Florida for the following specific services as applicable to Utility Work: 1) Prepare a certified survey of the actually constructed facilities based on information concurrent with the construction progress. This site survey is herein referred to as"Record Drawings". The Record Drawings shall be prepared at the same scale as the Contract Drawings on reproducible mylar sheet. Where the Contract Drawings are at various scales, the Project Record Drawings shall be at the scale which shows the greatest detail. The Project Record Drawings shall indicate the actual locations of all building corners, structures and elevation and stationing(min 100 ft. stationing) of all piping, fittings, valves, conduits, existing utilities and all other above and below ground improvements constructed under this contract. 2) Submittals i. Certificate signed by a Registered Surveyor certifying that elevations and locations of improvements are in conformance, or non-conformance, with Contract Documents. ii. Certified drawings showing locations of all structures, piping conduits and other improvements. These drawings are referenced as the Record Drawings and shall be included with the Project Record Documents. iii. Documentation to verify accuracy of field engineering work when requested by the Engineer. i. The Contractor shall provide Record Drawings as to format and number of copies as follows: 1 —disk, PDF Copy 1 - disk, AutoCAD (most recent edition) drawn in State Plane Coordinates F. LINES AND GRADES 1. All Work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings, or as given by the Engineer. The full responsibility for keeping alignment and grade shall rest upon the Contractor. 01001-29 ITB#21-008 Downtown Master Stoi mwater Pond&Park 2. The Contractor shall, at his own expense, establish all working or construction lines and grades as required from the project control points set by the Owner/Engineer, and shall be solely responsible for the accuracy thereof 3. Water main and force main shall have a minimum of 36 inches of cover over the top of the pipe. Cover shall vary to provide long uniform gradient or slope to pipe to minimize air pockets and air release valves. G. TEMPORARY CONSTRUCTION 1. Temporary fences: If,during the course of the Work, it is necessary to remove or disturb any fencing, the Contractor shall, at his own expense, provide a suitable temporary fence which shall be maintained until the permanent fence is replaced. The Engineer will be solely responsible for the determination of the necessity for providing a temporary fence and the type of temporary fence to be used. 2. Responsibility for Temporary Structures: In accepting the Contract, the Contractor assumes full responsibility for the sufficiency and safety of all temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the Owner from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provisions. H. TEMPORARY FACILITIES 1. Contractor shall furnish, install and maintain temporary facilities required for construction,and shall remove them upon completion of the Work. All facilities shall comply with the respective federal,state and local codes and regulations and with utility company requirements. 2. Materials for temporary facilities may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. 3. Temporary Utilities a. Temporary Electricity and Lighting: The Contractor shall make all arrangements with the local utility company, provide service required for power and lighting, install circuit and branch wiring, install distribution boxes located so that power and lighting is available at field office site throughout the construction period, and provide adequate artificial lighting for all areas of work when natural light is not adequate for work and for areas accessible to the public. 01001-30 ITB#21-008 Downtown Master Stormwater Pond&Park b. Temporary Heat and Ventilation 1) The Contractor shall provide temporary heat and ventilation as required to maintain adequate environmental conditions to facilitate the progress of the Work,to meet specified minimum conditions for the installation of materials, and to protect materials and finishes from damage due to temperature or humidity. Portable heaters shall be standard U.L. approved units complete with controls. c. Temporary Telephone Service: The Contractor shall make all arrangements with the local and long distance telephone service companies and provide direct line telephone services at the construction site for the use of personnel. d. Temporary Water 1) The Contractor shall provide water for construction and testing purposes, shall install branch piping with taps located so that water is available throughout the construction by the use of hoses,and shall protect piping and fittings against freezing as applicable to the work site. 2) The Contractor may use the existing water supply systems for testing, flushing, and construction water only at the direction of the Owner/owner. The Contractor shall pay for all water used in performing the above functions in accordance with the Owner's/Owner's established water rate schedules. The Contractor shall install at each and every connection to a public water supply a backflow preventer and all other appurtenances required by the Owner/Owner, codes and regulations. Contractor shall be required to meter all water used. e. Temporary Sanitary Facilities: The Contractor shall provide sanitary facilities in compliance with laws and regulations. f. Payment for Utilities: The Contractor shall make all necessary applications and arrangements and pay all fees and charges for electrical energy for power and light, gas energy, water and sanitary service, and telephone service required for the construction and testing of the Work under this Contract during its entire progress. He shall provide and pay for all temporary piping, valves, wiring, switches, connections, and meters. All telephone charges shall be paid by the Contractor; including long distance calls. 4. Temporary Offices and Buildings a. Furnish, install and maintain the following offices or buildings for the Owner/Engineer and the Contractor during the entire construction period: 01001-31 ITB#21-008 Downtown Master Stormwater Pond&Park 1) Contractor's field office 2) Owner/Engineer's field office 3) Storage or work sheds for construction • b. Make arrangements to provide a suitable location for all temporary structures, buildings or storage sheds. During the preconstruction meeting, submit for approval a sketch of each temporary building and shed and a location map within the project site indicating building/shed layout, temporary drainage and utilities, access, and parking. c. Construction: At Contractor's option, portable or mobile buildings may be used,but must be structurally sound,weather tight,with floors raised above- ground and appropriately insulated for occupancy and storage requirements. Mobile buildings,when used,must be provided with steps and landings at the entrance door and hurricane tie-downs. d. Prohibited Use: 1) Permanent facilities shall not be used for field office or for storage. 2) Temporary or permanent facilities shall not be used for living quarters. e. Contractor's Office and Facilities The Contractor shall provide and maintain an office on the project site with telephone (including facsimile), utilities (with water supply) and facilities where he or a responsible representative of his organization may be reached at any time while work is in progress. Such office shall be within the immediate area of the project site. f. Owner/Engineer's Field Office:(Provide at site within 15 days after Notice to Proceed). 1) The Contractor shall make all provisions and pay all installations and other costs for the Owner/Engineer's construction office including telephone service, power service, exterior lights and any dry type photocopy machine.The Contractor shall pay all monthly charges for the various services provided for the Owner/Engineer's office throughout the construction period. g. Maintenance and Cleaning 1) Furnish, replace, and replenish light bulbs, fluorescent tubes, toilet paper, paper towels, soap, bottled water, and other things required to maintain offices in a clean condition. 01001-32 ITB#21-008 Downtown Master Stormwater Pond&Park 2) Wash floor and clean washroom fixtures at least once each week. Wash windows when needed or when requested by Owner/Engineer. Sweep floor and dust furnishings daily. 3) Maintain office in first class condition for the duration of the project and for 30 days after final completion. h. Removal 1) Remove temporary field offices,contents,and services at a time when no longer needed. 2) Remove foundations and debris; grade site to required elevations and clean the areas. 5. First Aid Station: The Contractor shall keep on the site, at each location where Work is in progress, a completely equipped first aid kit and shall provide ready access thereto at all times. I. CONSTRUCTION PHOTOGRAPHS Pre-construction Documentation: The Contractor shall engage the services of a professional videographer to record pre-construction conditions no more than 45 days and no less than five days prior to construction. The videographer shall be a commercially known firm skilled and regularly engaged in the business of continuous pre-construction color audio-visual tape documentation. The videographer shall not be an employee of the Contractor or in any way associated with the Contractor. No construction shall begin prior to the review and approval of the respective videotapes by the Owner and Engineer. All videotapes and written records shall become the property of the Owner. 1. Video Recording a. Type:E.I.A.standard video with minimum horizontal resolution of 525 lines, 60 fields. b. Screen Display: time of day, month, day and year. c. Coverage:record all existing surface features located within the area affected by construction featuring existing improvements and vegetation and existence of any faults, defects or fractures thereto. d. Each video tape shall be permanently labeled and provided with a log of the video's content indexed by Video Unit Counter Numbers with corresponding subject data(street name, direction, engineering station numbers and date). 01001-33 ITB#21-008 Downtown Master Stormwater Pond&Park e. Recording shall be performed on bright sunny days using a stable continuity of coverage at a rate not exceeding five miles per hour, with camera not mounted more than 10 feet above ground. 2. Audio Recording a. Single voice narrative recording corresponding and simultaneous with the video recording. b. Provide commentary to assist viewer orientation;street name,side,direction of travel, house addresses, engineering station numbers. 3. Monthly Progress Photographs: The Contractor shall employ a competent photographer regularly engaged in the business to take construction record photographs periodically during the course of the Work. a. Prints: date imprinted 8-inch x 10-inch (203mm x 254mm)high resolution glossy single weight color print paper; five (5) sets to be provided to the Owner with each respective Application for payment and distributed by the Owner as follows: 1) Owner(2 sets) 3) Contractor(1 set) 2) Engineer(1 set) 4) Project Record Data (lset stored by • Contractor to be furnished to Owner upon Closeout. b. Required Photographs and Views: Provide color aerial photograph of project from beginning Station to ending Station. c. Required Photographs and Views:Provide minimum three(3)views each at the following locations for pipelines: 1) Utility conflicts/relocations 5) Typical valve installation 2) Exploratory excavations 6) Typical air release 3) Boring and jacking 7) Typical hydrant assembly 4) Stream or canal crossing 8) Pipeline laying prior to backfilling d. Negatives: Shall be maintained by the photographer for two (2) years after final completion and then shall convey the negative to the Owner. Digital Photographs may be substituted upon prior approval by the Owner. e. Photo Identification (data permanently printed on back) 1) Name of project 4) Date and time 01001-34 ITB#21-008 Downtown Master Stormwater Pond&Park 2) Description of view 5) Name and address of photographer 3) Orientation of view 6) Film numbered identification of exposure J. CLEANING 1. During Construction a. During construction of the Work,the Contractor shall, at all times,keep the site of the Work and adjacent premises as free from material, debris and rubbish as is practicable and shall remove the same from any portion of the site if,in the opinion of the Owner/Engineer,such material,debris,or rubbish constitutes a nuisance or is objectionable. b. Provide on-site containers for the collection of waste materials, debris and rubbish and remove such from the site periodically by disposal at a legal disposal area away from the site. c. The Contractor shall remove from the site all surplus materials and temporary structures when no longer necessary to the Work at the direction of the Owner/Engineer. 2. Final Cleaning a. At the conclusion of the Work,all equipment,tools,temporary structures and materials belonging to the Contractor shall be promptly taken away, and he shall remove and promptly dispose of all water, dirt, rubbish or any other foreign substances. Employ skilled workmen for final cleaning. Thoroughly clean all installed equipment and materials to a bright, clean, polished and new appearing condition. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. b. The Work shall be left in a condition as shown on the Drawings and the remainder of the site shall be restored to a condition equal or better than what existed before the Work. c. Prior to final completion Contractor shall conduct an inspection of all work areas to verify that the entire Work is clean. The Owner/Engineer will determine if the final cleaning is acceptable. 01001-35 ITB#21-008 Downtown Master Stormwater Pond&Park K. PROJECT SIGNS, Two project signs shall be furnished and installed on the project site by the Contractor at locations determined by the Owner/Engineer. The Contractor may be required to relocate these identifying project signs during the progress of the Work. Each sign shall be approximately 4 x 8 feet in size, and shall contain the project name, construction cost and names of the Owner or governing council, Engineer and Contractor. Wood shall be pressure treated and fasteners galvanized. L. DAILY REPORTS 1. The Contractor shall submit to the Owner's Representative Daily Reports of Construction activities including non-work days.The reports shall be complete in detail and shall include the following information: a. Days from Notice to Proceed; Days remaining to Substantial and Final Completion; b. Weather information; c. Work activities with reference to the BCM schedule activity numbers (including manpower, equipment and daily production quantities for each individual activity); d. Major deliveries; e. Visitors to site; f. Test records; g. New problems, and; h. Other pertinent information. 2. A similar report shall be submitted for/by each Subcontractor. 3. The report(s)shall be submitted to the Resident Project Representative within two (2) days of the respective report date. The CONTRACTOR's Superintendent or Project Manager shall sign each report. If a report is incomplete,in error,or contains misinformation,the Resident Project Representative shall return a copy of the report to the CONTRACTOR's Superintendent or Project Manager with corrections noted. When chronic errors or omissions occur,the CONTRACTOR shall correct the procedures by which the reports are produced. 1.08 CONSTRUCTION NOT PERMITTED A. USE OF EXPLOSIVES 1. No blasting shall be done except upon approval by the Owner and the governmental agency or political subdivision having jurisdiction. When the use of 01001-36 ITB#21-008 Downtown Master Stormwater Pond&Park explosives is approved by the Owner as necessary for the execution of the Work, the Contractor shall use the utmost care so as not to endanger life or property,and assume responsibility for any such damage resulting from his blasting operations, and whenever directed,the number and size of the charges shall be reduced. All explosives shall be stored in a secure manner and all such storage places shall be marked clearly,"DANGEROUS EXPLOSIVES"and shall be in care of competent watchmen.All permits required for the use of explosives shall be obtained by the Contractor at his expense. All requirements of the governmental agency issuing permit shall be observed. B. BURNING 1. Do not burn combustible materials. Remove all cleared material from the Work site and dispose of in accordance with all local laws,codes,and ordinances.At the contractor's option,chipping operations may be substituted when the tree species, and soundness is appropriate for such use. 1.09 PROJECT MEETINGS A. GENERAL 1. The Contractor shall attend all meetings to ascertain that work is expedited consistent with the Contract Documents and construction schedules. 2. Representatives of the Owner,Engineer,Contractor,subcontractors,suppliers and utility owners attending meeting shall be qualified and authorized to act on behalf of the entity each represents. 3. The Engineer will schedule and administer the pre-construction meeting,periodic progress meetings, and specially called meetings throughout the progress of the work(i.e.,prepare agenda for meetings,make physical arrangements for meetings and, preside at meetings, prepare meeting minutes). A copy of the minutes of each progress meeting will be available at the next scheduled meeting. 4. Contractor shall record the Pre-construction Meeting and each progress meeting in their entirety, and shall provide the Engineer a regular cassette copy of such recording,having good quality and clarity. B. PRE-CONSTRUCTION MEETING 1. A pre-construction meeting shall be held no later than twenty(20)days after date of Notice of Award and before the effective date of Notice to Proceed at a central site, convenient for all parties, designated by the Owner/Engineer. 01001-37 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Attendance: a. Owner's Resident Project Representative e. Major subcontractors b. Other Owner Representatives f. Major suppliers c. Engineer and other consultants g. Utility(ies)Representatives d. Contractor and his superintendent h. Others as appropriate 3. Suggested Agenda: This meeting is intended to introduce the various key personnel from each organization and to discuss the requirements of the Contract Documents as to how they specifically pertain to this Project and Work. The Engineer will prepare a "Pre-construction Booklet" for this meeting outlining specific construction administration procedures,general construction requirements and other special considerations. The Contractor shall provide information as requested by the Engineer in the development of the Pre-construction Booklet. C. PROGRESS MEETINGS 1. Progress meetings will be held as agreed upon between the Contractor and Owner not to exceed every fourteen(14)days with the first meeting thirty(30)days after the Pre-construction Meeting or fourteen(14)days or less after the effective date of Notice to Proceed. 2. Progress meeting dates and time shall be scheduled at the Pre-construction Meeting for the entire duration of the Work on a weekly calendar basis. All progress meetings shall be held at the project field office of Contractor or City conference room designated by the City Engineer or designee. 3. Attendance: a. Owner's Resident Project Representative e. Subcontractors as appropriate to agenda b. Other Owner Representatives f. Suppliers as appropriate to the agenda c. Engineer/prof. Consultants,as needed g. Utility Representatives d. Contractor h. Others as appropriate 4. Suggested Agenda: A general agenda for Progress Meetings will be provided to the Contractor at the Pre-construction Meeting. 5. The Contractor shall study previous meeting minutes and current agenda items in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the Work, etc. 6. The Contractor is to provide a current shop drawing log at each progress meeting, as well as evidence of the completion of Project Record Drawings concurrent with Work progress. 01001-38 ITB#21-008 Downtown Master Stormwater Pond&Park 7. The Contractor is to provide an updated Work Plan at each progress meeting. 1.10 WORK SCHEDULES A. INITIAL WORK SCHEDULE AND WRITTEN NARRATIVE: Within 21 calendar days after contract award or at least three(3)days prior to the Pre- construction Conference,whichever is earlier, submit to the Engineer an Initial Work Schedule for the project. Submit three(3)copies of an Initial Work Schedule that shows the various activities of work in sufficient detail to demonstrate a reasonable and workable plan to complete the project within the Contract time. Show the order and interdependence of activities and the sequence for accomplishing the work. Describe all activities in sufficient detail so that the Engineer can readily identify the work and measure the progress on of each activity. Show each activity with early start and early finish dates and late start and late finish dates, activity float and total float, a duration, and a monetary value. Include activities for procurement, fabrication and deliver of materials, plant, and equipment, and review time for shop drawings and submittals. Include milestone activities when milestones are required by the Contract Documents. In a project with more than one phase, adequately identify each phase and its completion date, and do not allow activities to span more than one phase. Conduct sufficient liaison and provide sufficient information to indicate coordination activities with utility owners that have facilities within the limits of construction have been resolved. Incorporate in the schedule any utility adjustment schedules included in the Contract Documents unless the utility company, the Contractor and the Owner mutually agree to changes to the utility schedules shown in the Contract. Include all utility relocation periods given in the Contract Documents at durations shown and pursuant to referenced construction sequence provided. Submit a Written Narrative with the Initial Work Schedule, consisting of a concise written description of the construction plan which shall include the following: 1. Describe work to be performed per construction phase; 2. Describe work to be performed within each pay item including the type and quantity of equipment, and material to be used and subcontractor information if applicable; 3. Describe planned production rates by pay item quantities (e.g., cubic yards of excavation per day/week); 4. Describe planned workdays per week and number of hours per day. 01001-39 ITB#21-008 Downtown Master Stormwater Pond&Park 5. Describe scheduled holidays as established by the Contract Supplementary Conditions. The Engineer will return inadequate schedules and narratives to the Contractor for correction. Resubmit a corrected Initial Work Schedule and Written Narrative within 10 calendar days from the date of the Engineer's return transmittal. When approved,the Engineer will use this initial schedule and narrative as the baseline against which to measure the progress of the Work. If the Contractor fails to finalize the Initial Work Schedule and Written Narrative in the time specified, the Owner will withhold all Contract payments until the Engineer approves the schedule and narrative. Owner shall not be liable to the Contractor for any loss damage, cost or expense arising out of or resulting from delay, interference,interruption,or acceleration of Contractor's Work by any of the activities of the Utility Owners. B. UPDATE WORK PROGRESS SCHEDULE Updated Work Progress Schedules and requested Updated Written Narratives shall meet all the detail and informational requirements of the Initial Work Schedule and Written Narrative. Submit three (3) copies of an updated Work Progress Schedule with each month's Application for Payment or when: 1. A delay occurs in the completion of a controlling work activity. 2. A delay occurs which causes a change in a controlling work activity. 3. The actual prosecution of the work is different from that represented on the current work progress schedule. 4. There is an addition, deletion, or revision of activities required by a contract modification. Submit an updated Written Narrative only when the Engineer makes written request for same. Furnish updated Written Narrative with the next month's Application for Payment dated after Engineers written request. The Engineer will return inadequate updated schedules and requested updated narratives to the Contractor for correction. Resubmit a corrected Updated Work Progress Schedule and requested Updated Written Narrative within 10 calendar days from the date of the Engineer's return transmittal. When approved,the Engineer will use this updated schedule and requested updated narrative as the baseline against which to measure the progress of the Work. If the Contractor fails to finalize an updated schedule and requested updated narrative in the time specified,the Owner will withhold all Contract payments until the Engineer 01001-40 ITB#21-008 Downtown Master Stormwater Pond&Park approves the updated schedule and requested updated narrative. C. WORK PLAN The Contractor shall submit to the Engineer a weekly work plan on the required form (FDOT Form 700-010-15, Construction 07/94) identifying controlling work items expected to be underway during the upcoming weekly period. 1. Objective and Definition The objective of the work plan shall be to identify those major controlling work items which if not worked on during the planned period, would delay project completion as set by the Contractor's approved Work Progress Schedule(s). Critical activities as detailed in the Contractor's approved Work Progress Schedule(s)are considered controlling items of work. Approval of the work plan is by the Engineer. 2. Responsibility The Contractor shall be responsible for identifying and executing work items necessary to insure project completion according to the work schedule. The Contractor will insure the work proposed complies with all sequencing or other requirements established in the contract special provisions,plans or the standard specifications. 3. Work Plan Meeting The Contractor's work plan identifying controlling work items expected to be underway during the upcoming weekly period shall be submitted at and discussed during scheduled weekly construction progress meetings. D. ANTICIPATED UNFAVORABLE WEATHER DAYS The CONTRACTOR expressly acknowledges that unfavorable working conditions will exist at the site of the Work as a result of normal local weather. The anticipated number of unfavorable weather days per respective month is as follows: 01001-41 ITS#21-008 Downtown Master Stormwater Pond&Park ANTICIPATED UNFAVORABLE WEATHER DAYS Normal Local Normal Local Bad Month Bad Weather Month Weather Days Per Days Per Month Month January 2 July 6 February 3 August 6 March 3 September 5 April 2 October 3 May 3 November 2 June 5 December 2 Contract "Unfavorable Weather Days" shall be determined from the above "Anticipated Unfavorable Weather Days"table and shall be counted from the effective date of Contract Notice to Proceed through the date of Contract Final Completion. To- be-anticipated unfavorable weather days shall be prorated through partial months and shall be rounded up or down as per standard practice(i.e.,0.1 through 0.4 days shall be rounded down to the next whole number and 0.5 through 0.9 shall be rounded up to the next whole number). Conversion of calendar days to work days shall be as follows: 1. To convert calendar days to work days for a six(6)day workweek,divide calendar days by 1.17. 2. To convert calendar days to work days for a five (5) day workweek, divide calendar days by 1.40. The established Contract Time(s) includes an allowance for delays caused by the effects of unfavorable working conditions as a result of normal local weather. An anticipated unfavorable weather day is defined as follows: 1. The CONTRACTOR being unable to work at least 50%of the normal work day on pre-determined controlling work items due to adverse weather conditions; or 2. The CONTRACTOR must make major repairs to work damaged by weather, provided that the damage is not attributable to the CONTRACTOR's failure to perform or neglect;and provided that the CONTRACTOR was unable to work at least 50% of the normal work day on pre-determined controlling work items. • 01001-42 ITB#21-008 Downtown Master Stormwater Pond&Park The CONTRACTOR shall take reasonable precautions to mitigate the impact of such unfavorable weather conditions and shall diligently attempt to perform the Work. E. UNFAVORABLE WEATHER ALLOWANCE Local weather conditions shall be considered in the planning and scheduling of the Work to ensure the completion ofthe Work within the Contract Time(s)provided. No time extension(s)will be granted for the Contractor's failure to take into account such weather conditions for the location of the Work and for the period of time in which the Work is to be accomplished. The total expected loss of working days stipulated in 01001.1.10.D of the Contract General Requirements shall be included in a separate identifiable controlling work activity labeled "Unfavorable Weather Days Allowance"to be included in the project schedule prior to the required Substantial Completion Date.When unfavorable weather days are experienced, and are approved as such by the Engineer,the Contractor shall either: 1. Increase the duration of the current controlling work activity(ies)by the number of unfavorable weather days experienced, or 2. Add a controlling work activity to the schedule to reflect the occurrence of the unfavorable weather day(s). The duration of the unfavorable weather day allowance activity shall be reduced as weather days are experienced and included in the schedule. Any remaining unfavorable weather days in the unfavorable weather day allowance activity at the completion of the project shall be considered as float and shall not be for the exclusive use or benefit of either the Owner or Contractor. F. RESTRICTED CONSTRUCTION AREAS -NOT APPLICABLE 1.11 SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES A. GENERAL The Contractor shall submit to the Engineer for review and approval, such working drawings, shop drawings, test reports and data on materials and equipment, and material samples as specified in Specification Section 01340,in the Contract Drawings and as required pursuant with the FDOT Standard Specifications for Road and Bridge Construction 2010 and any supplements or revisions thereto. B. SHOP DRAWINGS AND SAMPLES 1. Contractor shall submit Shop Drawings to Engineer for review and approval in 01001-43 ITB#21-008 Downtown Master Stormwater Pond&Park accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as Engineer may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities,dimensions,specified performance and design criteria,materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by paragraph 6.17.D. of the Contract General Conditions. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as Engineer may require to enable Engineer to review the submittal for the limited purposes required by paragraph 6.17.D.of the Contract General Conditions. The numbers of each Sample to be submitted will be as specified in these specifications, in the Contract Drawings and or as required pursuant with the FDOT Standard Specifications for Road and Bridge Construction 2010 and any supplements or revisions thereto. 2. Contractor shall also submit Samples to Engineer for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as Engineer may require to enable Engineer to review the submittal for the limited purposes required by paragraph 6.17.D of the Contract General Conditions. The numbers of each Sample to be submitted will be as specified in the Specifications, in the Contract Drawings and or as required pursuant with the FDOT Standard Specifications for Road and Bridge Construction 2010 and any supplements or revisions thereto. 3. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to Engineer as required by paragraph 2.07 of the Contract General Conditions, no related Work shall be performed prior to Engineer's review and approval of the pertinent submittal. C. WORKING DRAWINGS Working Drawings are defined as the Contractor's plan for temporary structures such as temporary bulkheads, support of open cut excavation, support of utilities, groundwater control systems, forming and false work for underpinning, and for such other work as may be required for construction but does not become an integral permanent part of the Project. The Contractor shall provide the following with respect to Working Drawings: 1. Working Drawings shall be submitted to the Engineer where required by the Contract Documents, requested by the Engineer or as required pursuant with the FDOT Standard Specifications for Road and Bridge Construction 2010 and any 01001-44 ITB#21-008 Downtown Master Stormwater Pond&Park supplements or revisions thereto, and shall be submitted at least thirty (30) calendar days (unless otherwise specified by the Engineer) in advance of their being required for the work. 2. Working Drawings shall be prepared, signed and sealed by a registered professional engineer currently licensed to practice in the State of Florida. Working Drawing submittals are required to verify compliance with this provision. The Engineer will not check designs prepared by the Contractor's professional engineer. The Contractor and the Contractor's engineer assume all risks of error;the Owner/Engineer shall have no responsibility therefore. D. SUBMITTAL PROCEDURES 1. Preliminary Shop Drawing Data: Within twenty-one(21) calendar days after the Contract Award or at least three(3)days prior to the Pre-construction Conference, whichever is earlier,the Contractor shall submit to the Engineer a complete listing of manufacturers for all items for which shop drawings are to be submitted. 2. Shop Drawing Submittal Schedule: Within 30 days after the Pre-construction Conference or on the effective date of Notice to Proceed,whichever is earlier,the Contractor shall submit to the Engineer a complete schedule of shop drawing submittals fixing the respective dates for submission, the beginning of manufacture,testing,and installation of materials,supplies and equipment,noting those submittals critical to the progress schedule. 3. Submittal Log: An accurate updated log of submittals shall be provided by the Contractor for review by the Owner/Engineer at each scheduled progress meeting. 4. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: a. all field measurements, quantities, dimensions,. specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage,assembly,and installation pertaining to the performance ofthe Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 01001-45 ITB#21-008 Downtown Master Stormwater Pond&Park 5. Each submittal shall bear a stamp and specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. Each respective shop drawing within a given submittal set shall bear original Contractor's stamp and signature. 6. Submit to the Engineer all shop drawings, samples and schedules sufficiently in advance of construction requirements to provide no less than thirty(30)calendar days for checking, and appropriate action. 7. Contractor shall submit a PDF of each shop drawing submittal for review. The Engineer will distribute shop drawings as follows for the indicated action taken: a. One copy for Owner's file; b. One copy for Engineer's file; c. One copy for Sub-consultant's file (if any); d. One copy for Owner's Resident Project Representative's file; and e. All other remaining copies to Contractor (Note, Contractor shall distribute additional copies to subcontractors as required). 8. All shop drawing submittals shall be accompanied with a transmittal letter(Form 00864 Shop Drawing Transmittal)providing the following information: a. Project Title and Contract Number; b. Date; c. Contractor's name and address; d. The number of each shop drawing, project data, and sample submitted; and e. Submittal Log Number conforming to respective FDOT or utility specification section numbers; 1) Submit each respective FDOT or utility specification section separately; 2) Identify each shop drawing item required under respective FDOT or utility specification section; and 3) Identify resubmittals using respective FDOT or utility specification section followed by A(first resubmittal), B (second resubmittal), etc. 01001-46 ITB#21-008 Downtown Master Stormwater Pond&Park 9. When reviewed by the Engineer, each of the shop drawings will be identified as having received such review, being so stamped and dated. Shop drawings stamped "REJECTED" will be returned to the Contractor for correction and resubmittal with the required correction indicated on the shop drawing or listed on a "Shop Drawing Review Comment Sheet." 10. At the time of each submittal, Contractor shall give Engineer specific written notice of such variations, if any,that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal;and,in addition,shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. E. ENGINEER'S REVIEW 1. Engineer will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable • to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. a. Engineer will review and return shop drawing submittals within 30 calendar days of receipt. 2. Engineer's review of shop drawings, data, and samples submitted by the Contractor to interpret the work depicted on such submittal shall be for general conformance with the design concept and general compliance with the Contract Document requirements. The Engineer's review and approval,if any,constitutes a limited, conditional or qualified permission to use such materials, equipment or methods and does not constitute an approval of dimensions,quantities,details of the material, equipment, device or item submitted. 3. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 4. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention 01001-47 ITB#21-008 Downtown Master Stormwater Pond&Park to each such variation at the time of each submittal as required by paragraph 6.17.D.3 of the Contract General Conditions and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval;nor will any approval by Engineer relieve Contractor from responsibility for complying with the requirements of paragraph 6.17.D.1 of the Contract General Conditions. F. RESUBMITTAL PROCEDURES 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 2. Contractor shall not begin any work covered by a shop drawing returned for correction until a revision or correction thereof has been reviewed,approved and returned to the Contractor by the Engineer. The Contractor shall be responsible for and bear all costs for damages that may result from the ordering of any material or from proceeding with any part of the work prior to the review and approval by the Engineer of the necessary shop drawings. 3. Resubmittals will be handled in the same manner as first submittals. On resubmittals,the Contractor shall direct specific attention on the transmittal and on resubmitted shop drawings to revisions other than the corrections requested by the Engineer on previous submissions. The Contractor shall make any corrections required by the Engineer. • 4. The Engineer will review a submittal/resubmittal a maximum of two (2) times after which the cost of review will be borne by the Contractor at the Engineer's standard hourly rate. G. SAMPLES The Contractor shall furnish,for the approval of the Engineer,samples required by the Contract Documents or requested by the Engineer. 1. Samples shall be delivered to the Engineer as specified or directed. The Contractor shall prepay all shipping charges on samples. 2. Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to change or modify any Contract requirements. Materials or equipment for which samples are required shall not be used in work until approved by the Engineer. Materials and equipment incorporated in Work shall match the approved samples. 3. Approved samples not destroyed in testing shall be sent to the site of the Work. 01001-48 ITB#21-008 Downtown Master Stormwater Pond&Park Approved samples of the hardware in good condition will be marked for identification and may be used in the Work. Samples that failed testing or were not approved will be returned to the Contractor at his expense, if so requested at the time of submission. 1.12 PROJECT RECORD DOCUMENTS A. The Contractor shall maintain at the site, for the Owner, one record copy of the following to be submitted to the Engineer for the Owner at Project Closeout. (Section 01720) 1. Conformed Drawings 6. Field Orders 2. Conformed Specifications 7. Contractor's Request for Additional Information 3. Addenda 8. Approved Shop Drawings 4. Change Orders and other modifications to 9. Field Test Records the Contract 5. Construction Progress Schedules 10. Project Record Drawings certified by Professional Land Surveyor or registered in the State of Florida B. Store Record Documents and samples in Contractor's field office apart from documents used for construction. Do not use record document for construction purposes. Label each document "PROJECT RECORD" in neat large printed letters. File documents and samples in accordance with FDOT/CSI/CSC format. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. 1.13 START-UP—NOT APPLICABLE 1.14 CONTRACT CLOSEOUT A. FINAL INSPECTION 1. When the Contractor considers the Work complete, he shall submit written certification that: a. Contract Documents have been reviewed. b. Work has been inspected for compliance with Contract Documents. c. Work has been completed in accordance with Contract Documents. d. Equipment and systems have been tested in the presence of the Owner's Representative and are operational. 01001-49 ITB#21-008 Downtown Master Stormwater Pond&Park e. Work is completed and ready for final inspection. 2. The Engineer will make a final inspection to verify the status of completion after receipt of such certification. 3. Should the Engineer consider that the Work is incomplete or defective, he will promptly notify the Contractor in writing, listing the incomplete and defective work,to the best of his knowledge at that time. If the Engineer has inadvertently omitted any items from the list it shall not relieve the Contractor from his obligations shown on the Drawings and specified in the Project Manual. Contractor shall take immediate steps to remedy the stated deficiencies,and send a second written certification to the Engineer that the Work is complete. 4. When the Engineer finds that the Work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 5. Should the Engineer perform re-inspection due to failure of the work to comply with the claims of status of completion made by the Contractor, the Owner will deduct the amount of any compensation or costs paid for additional inspections or tests from the final payment to the Contractor. B. CONTRACTOR'S CLOSE-OUT SUBMITTALS TO ENGINEER 1. Evidence of compliance with requirement of governing authorities; 2. Project Record Documents; 3. Operating and Maintenance Data; 4. Warranties and Bonds (required for the Correctional Period and Maintenance Period); 5. Spare Parts and Maintenance Materials; 6. Contractor's final list of all first-tier sub-contractors and materials suppliers; 7. Evidence of Payment, Affidavits and Release of Liens (Form Nos: 883-1 and No. 879-1); 8. Final Application for Payment, including"Consent of Surety to Final Payment" and final Change Order, if required. The final Application for Payment shall reflect all adjustments to the Contract Price; 9. Certificate of Substantial Completion; 01001-50 ITB#21-008 Downtown Master Stormwater Pond&Park 10. Certificate of Final Inspection; 11. Certificate of Engineer; and 12. Certificate of Final Completion 1.15 SPECIAL PROJECT PROCEDURES TABLE 01001-A PERMITS OBTAINED BY OWNER Environmental Resource Permit(SJRWNID)#162778-1 END OF SECTION 01001-51 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 LOCATION OF WORK A. The construction work set forth in these contract documents is to be completed in the City of Ocoee as shown on the Drawings. 1.02 DESCRIPTION OF WORK Downtown Master Stormwater Pond and Park Project primarily consists of the installation of a master stormwater management system south of W Franklin Street between N Kissimmee Ave and Bluford Ave.The stormwater system consists of two cascading interconnected urban ponds—a filtering Marsh Treatment System and a larger Wet Detention Stormwater Pond. The urban pond system will be walled on all sides and will include the installation of a boardwalk over the pond walls. The stormwater system will be surrounded by enhanced hardscape and landscape park features. An existing ditch system that traverses the site will be rerouted and controlled with weirs for drainage improvements. Franklin Ave will be milled and resurfaced. Pipe diameters for the stormwater system include 18-inch, 24-inch, 30- inch, 36-inch, and 60-inch RCP. The project also includes improvements on N Cumberland Ave between the pond and W Oakland Ave. Finally, the project shall include removal of existing City utilities,removal and replacement of driveways and curb,sidewalk,and sodding and other restoration as may be required as shown in the Drawings and listed in the Invitation to Bid. B. The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all work required by these Specifications and as shown on the Drawings. C. The Contractor shall perform the work complete, in place and ready for continuous service,and shall include repairs,tie-ins,testing,permits,clean up,replacements,and restoration required as a result of damages caused during this construction. D. The Contractor shall furnish and install all incidental materials,equipment,and labor which is reasonably and properly inferable and necessary for the proper completion of the work, whether specifically indicated in the Contract Documents or not. E. The Contractor shall comply with all County, State, Federal, and other codes and regulations applicable to the above construction work. 01010-1 ITB#21-008 Downtown Master Stormwater Pond&Park 1.03 CONTRACTOR'S USE OF PREMISES A. The Contractor shall assume full responsibility for the protection and safekeeping of products and materials stored at the job site. If additional storage or work areas are required,they shall be obtained by the Contractor at no additional cost to the Owner. 1.04 UTILITY RELOCATION • A. Contractor shall be responsible for identifying conflicts with existing water services lines and meters with the new roadway pavement and storm pipes. Contractor shall coordinate with City to have the utilities adjusted in the field. END OF SECTION 01025-2 TTB#21-008 Downtown Master Stormwater Pond&Park SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 GENERAL PROVISIONS A. Unit Price Contracts: The quantities of work to be done and materials to be furnished under a unit price contract, as given in the Bid Form, are to be considered as approximate only and are to be used solely for the comparison of Bids received and determining an initial Contract Price. The Owner does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Contractor plead misunderstanding or deception because of such estimate or quantities or of the character,location or other conditions pertaining to the Work.Payment to the Contractor will be made only for the actual quantities of work performed or material furnished in accordance with the Drawings and other Contract Documents, and it is understood that the quantities may be increased or diminished as provided in the General Conditions without in any way invalidating any of the unit prices bid. B. Lump Sum Contracts: The quantities of work to be done and materials to be furnished, including all labor, equipment and incidentals required to complete the Work, are specified in the Contract Specifications and shown in the Contract Drawings.Payment to the Contractor of the lump sum price bid for the Work will be made and shall fully compensate the Contractor for the construction of the Work, completed and ready for continuous operation and use, in the manner contemplated by the Contract Documents. C. Unit Price and Lump Sum Contracts 1. All schedules are given for the convenience of the Owner/Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility for the making of estimates of the size, kind, and quantity of materials and equipment included in work to be done under this Contract. 2. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 3. All Contracts shall be subject to 10 percent retainage as defined in the General Conditions and the Agreement. D. Construction Layout and Survey shall be incidental to the individual line items on the bid form. 1025-1 ITB#21-008 Downtown Master Stormwater Pond&Park 1.02 ALLOWANCES A. The Contractor shall include in the Total Bid Amount all cash allowances stated hereinafter. Items covered by these allowances shall be supplied for such amounts and by such persons as the Owner may direct. B. The amount of the allowance shall be adjusted accordingly by Change Order to recognize the actual cost incurred by the Contractor. The Contractor shall submit appropriate documentation to validate the actual cost of the item. C. Cash allowances for the purposes of bidding shall be in the following amounts and shall be so reflected in the Bid Form for the designated item: 1.03 SCHEDULE OF VALUES A. Scope of Work 1. Submit to the Engineer a Schedule of Values within twenty-one (21) days after the Notice to Proceed. 2. A Schedule of Values shall be submitted for both lump sum and unit price contracts and the sum of the values in the schedule shall equal the Total Bid amount. 3. The Schedule of Values shall establish the actual value of the component parts,of the Work and,unless objected to by the Engineer,shall be used as the basis for the Contractor's Applications for Payment. B. Form and Content 1. Type the schedule on the Owner's 8-1/2 x 11-inch standard form.Contractor's standard forms and computer printout will be considered for approval by the Owner upon Contractor's request. 2. The values listed shall be the installed values of the component parts of the Work. Values shall reflect measurement and payment requirements for each individual item. 1.04 APPLICATIONS FOR PAYMENT A. Applications for Payment shall be submitted by the Contractor to the Owner's resident project representative(RPR)in accordance with the schedule established by the General Conditions and Agreement between the Owner and the Contractor. 01025-2 ITB#21-008 Downtown Master Stormwater Pond&Park B. Format 1. Submit applications typed on forms provided by the Owner. The Contractor shall prepare itemized continuation sheets using the accepted Schedule of Values and attach them to the Application. Each item shall have an assigned dollar value for the current pay period,and a cumulative value for the project to date. Change Orders executed prior to the date of submission shall be listed at the end of the continuation sheets and shall be totaled separately. 2. The following items shall be included with each copy of the application for payment: a. Updated/Revised Progress Schedule b. Stored Material Log c. Updated Sub-contractor/Supplier List d. Consent of Surety e. Contractor's/Sub-contractor's/Supplier's Interim Affidavits f. Release of Liens for all Subcontractors and Material Suppliers for payment period in question. g. Invoices for Stored Materials 3. The Contractor shall certify, for each current pay request, that all previous payments received from the Owner,under his Contract,have been applied by the Contractor to discharge in full all obligations of the Contractor in connection with Work covered by prior applications for payment, and all materials and equipment incorporated into the Work are free and clear of all liens, claims, security interest and encumbrances. Contractor shall attach to each application for payment like affidavits by all Subcontractors and Suppliers. Contractor shall also attach a "Consent of Surety" to each application for payment. Additionally,a"Waiver and Release of Lien Upon Progress Payment"from each subcontractor and supplier shall be attached to each application for payment. Conditional waiver and release of liens contingent upon clearance of checks tendered in payment shall not be accepted by the Owner. The Contractor shall be allowed to withhold percent (%) retainage by release of liens equal to Owner withheld percent (%) retainage as only exception. 4. Submit seven (7) copies of each application to the RPR. Each copy shall include original signatures.The RPR shall review the application and verify quantities of installed work and stored materials.Upon his approval,he shall • submit the application to the Owner for review. When the Owner finds the application properly completed and correct, he will make payment to the Contractor. C. Work not installed in accordance with the requirements ofthe Contract Documents or materials not conforming to the Contract Documents will not be approved by the 01025-3 • ITB#21-008 Downtown Master Stormwater Pond&Park RPR, Owner or Engineer for payment. D. The Application for Final Payment shall be prepared in accordance with Article 14.07 of the General Conditions—Final Payment. 1.05 MEASUREMENT AND PAYMENT A. Methods of Payment 1. Unit Price Contracts/Items: Payment will be made for actual quantities of work properly installed as approved by the Owner unless otherwise indicated herein. 2. Lump Sum Contracts/Items: Payment will be made for each individual item on a percentage of completion basis as estimated by the Contractor and approved by the Owner.Quantities provided in the Schedule of Values are for the purpose of estimating the completion status for progress payments. Adjustments to costs provided in the accepted Schedule of Values may be made only by Change Order. B. Methods of Measurement 1. Units of measurement shall be defined in general terms as follows: • Linear Feet(LF) • Lump Sum (LS) • Square Feet(SF) • Acre(AC) • Square Yards (SY) • Ton(TN) • Cubic Yards (CY) • Gross Mile(GM) • Each (EA) 2. Unit Price Contracts/Items a. Linear Feet (LF) and Gross Mile (GM) shall be measured along the horizontal length of the centerline of the installed material, unless otherwise specified. Pipe shall be measured along the length of the completed pipeline, regardless of the type of joint required, without deduction for the length of valves or fittings.Pipe included within the limits of lump sum items will not be measured. b. Square Feet(SF),Square Yards(SY),Cubic Yards(CY),Each(EA), and Ton(TN)shall be measured as the amount of the unit of measure installed within the limits specified and shown in the Specifications and Drawings. Slope angles and elevations shall be measured using land surveying equipment. Contractor shall provide supporting documentation (i.e. drawings, truck tickets, invoices, etc.) to verify 01025-4 • ITB#21-008 Downtown Master Stormwater Pond&Park actual installed quantities. c. No measurement is required for Lump Sum (LS) items. 3. Lump Sum Contracts/Items a. The Measurement of Work for lump sum contracts and/or items shall be based on the information provided in the Contract Documents and compiled through the Contractor's own field verifications, investigations and testing prior to Bidding. C. The following describes the specific work and methods of measurement for the items listed in the Bid Schedule.Measurement and payment for each Bid Item shall include all labor, materials and equipment required to perform the work included for that respective item to provide a complete and operable installation. Related work not specifically listed or identified, but evidently necessary for sates factory completion of the item, shall be considered to be included. D. No separate payment will be made for the following work, and its cost shall be included in the appropriate payment item: • Clearing and grubbing(including disposal of excess material) • Trench excavation, including necessary pavement removal and removal of vegetative surfaces • Dewatering and disposal of surplus water • Structural fill, backfill, and grading • Manual excavation or soft digs • Replacement of unpaved roadways, grass and shrubbery plots • Cleanup • Foundation and borrow materials, except as hereinafter specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration and/or appurtenances included within the limits of lump sum work,unless otherwise shown. • No separate payment will be made for qeotextile fabric or filter fabric. • Maintaining or detouring of the traffic • Appurtenant work as required for a complete and operable system • Surface restoration including removal and replacement oftrees(under 4-inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and/or replacement of irrigation systems disturbed by construction • Relocation and/or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms 01025-5 ITB#21-008 Downtown Master Stormwater Pond&Park • Verification of existing survey • Maintaining Driveway Access for Residences Cleanup: CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. At the end of each week of construction,the CONTRACTOR shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work. E. BID ITEMS The following paragraphs generally explain the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. General Conditions,Mobilizations/Demobilizations,Maintenance of Traffic Payment includes the preparation work and operations in mobilizing to begin work and demobilizing upon completion of work on the project,including,but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary, the establishment of temporary offices, buildings, safety equipment and first aid supplies. The cost for required insurance, and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Payment also includes any cost to coordinate with private utility providers to relocate their facilities that may be in conflict with the project design. Permitting is excluded and not the responsibility of the contractor. In addition,payment for Erosion Control, Surveying,Quality Assurance Soil Testing,and General Construction Requirements, unless stated under separate bid items,shall be included under this bid item and shall include the CONTRACTOR's overhead costs related specifically to this Contract. The contractor shall also be responsible for miscellaneous concrete and asphalt damage caused by paving equipment or trucks that must be traveled over to access paving areas. This includes concrete drives and sidewalks or brick pavers,asphaltic concrete that may be damaged during construction activities. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. The lump-sum mobilization Bid Price in the Proposal should be limited to a maximum of five percent (5%) of the total Contract Price. Mobilization costs, estimated by the Contractor, that exceed five percent (5%) may be proportioned among and included within other pay item unit prices of the Contract. If the 01025-6 ITB#21-008 Downtown Master Stormwater Pond&Park Contractor elects to exceed the five percent(5%) limit on the mobilization Bid Item, the amount exceeding this limit will be paid upon Final Acceptance of the Work. The lump sum price constitutes full compensation for all labor and materials required to implement the approved Traffic Control Plan to safely maintain traffic through and around the work zones for the duration of the project, including warning and regulatory signs,message boards,drums, barricades,warning lights,flaggers,and for the maintenance of existing driveways, temporary pavement, and removal and reinstallation of existing signs in conflict with construction as directed by the Engineer. No adjustments will be made to the contract price for increases in contract time. Electrical Service Lump sum price constitutes full compensation for all labor and materials required to coordinate and construct all electrical services, panels, risers, conduit, wiring, and lighting as described on the Electrical plan sheets. Shade Structure Lump sum price constitutes full compensation for all labor and materials required to construct the Shade Structure as described on the Hardscape plan sheets. Materials include, but may not be limited to, galvanized bolts, galvanized plates, galvanized corrugated roofing,wood roof decking,wood beams,wood columns, and any other construction materials necessary for completion for which other items of the contract do not specify. Demolition of Existing Structures Lump sum price includes removal and disposal of asphalt, base material, concrete drives, curbing, all storm structures, pipes, trees and shrubs, cost of saw cutting asphalt and concrete pavement and other obstructions necessary to be removed and for which other items of the contract do not specify the removal thereof. The lump sum price shall include all costs for removal of existing fences and relocation or replacement with new fence,and for the relocation or replacement of mailboxes,and remove and restoration of retaining wall at driveway, per construction plan. The lump sum price shall also include all costs for relocating, restraining and/or modifying existing water service lines and meters in conflict with new pavement and pipes as directed by Engineer,City Public Works Director and City Project Engineer. Temporary Swale Construction,Pond Excavation,Final Swale Construction Payment shall constitute full compensation for grading slopes, compaction, final dressing, embankment, excavation, replacement material, grading of shoulders, graded road connections, pond slopes, pond embankment, pond excavation, and replacement material, all earthwork, and all necessary dewatering efforts needed to complete the project to lines and grades shown on the plans. The lump sum price for these items also constitutes full compensation for all labor and materials required to implement the approved Erosion Control Plan within all 01025-7 ITB#21-008 Downtown Master Stormwater Pond&Park work zones, construction phases, and stockpile areas to prevent off-site transport of sediment. Cost includes furnishing, installing, and maintaining all material, staked silt fence, barricade fences, soil tracking devices, and sedimentation barriers. Also, includes costs for removal and disposal of captured sediment,removal and disposal sediment off-site upon completion of construction(including any necessary permits and fees for disposal). The Contractor will be responsible for preparing a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the U.S. EPA's NPDES regulations for Stormwater Discharge from Construction Activities under this pay item. This SWPPP document is not required to be submitted to Florida Department of Environmental Protection(FDEP),but will be required to be retained on the project site. The Contractor will also be responsible for submitting an executed Notice of Intent(NOI)form to the FDEP,along with an application fee,no less than forty-eight (48) hours prior to beginning construction. Upon substantial completion of the project,the Contractor will be responsible for submitting a Notice of Termination (NOT) to the FDEP, signifying termination of permit coverage for stormwater discharge from the construction activities. Type B—Stabilization,Base—Crushed Concrete,Superpave Asphalt Concrete (SP-9.5 and SP-12.5) The unit price shall constitute full compensation for labor and materials of furnishing, grading, and stabilization of soils, and the installation of stabilized subgrade,crushed concrete base,and superpave pavement for construction of the new paved roadway as shown on the plans. Base—Crushed Concrete,Asphaltic Concrete(SP-9.5) The unit price shall constitute full compensation for labor and materials of furnishing,grading,crushed concrete base,and pavement for construction of roadway as shown on the plans. Inlets,Manholes and Junction Boxes The unit price shall constitute full compensation for all work and materials necessary for the installation of the inlets and manholes. Payment includes all materials, foundation preparation,grates,covers,chains,locks,bolts,connecting existing pipes, and modification of existing inlets, per City of Ocoee engineering standards and FDOT Index No. 232 and 233. Mitered End Section and End Wall Treatment The unit price shall constitute full compensation for all work and materials necessary for the installation of mitered end sections. Payment includes all materials, foundation preparation, reinforcing steel, joint forming, placing, finishing, and curing. The unit price shall constitute full compensation for all work and materials necessary for the installation of the sand-cement end wall and splash pad treatment. Payment includes all materials necessary for the installation and satisfactory Type F,Drop, and Concrete Ribbon The unit price shall constitute full compensation for all labor and materials necessary 01025-8 ITB#21-008 Downtown Master Stormwater Pond&Park for the installation of concrete curb and/or curb and gutter. The unit price shall include all forming, contraction joint forming, reinforcement steel, expansion joint construction, finishing and backfilling and compaction. Valley Gutter and Miami Curb & Gutter The unit price shall constitute full compensation for all work and materials necessary for the installation of concrete Valley Gutter and Miami Curb & Gutter. Payment includes all materials, foundation preparation, reinforcing steel, joint forming, placing, finishing, curing, and backfilling and compaction. Concrete Drives The unit price shall constitute full compensation for all labor and materials necessary for the installation of concrete driveways. Payment includes replacing existing driveways with similar materials(brick,pavers,etc.). Payment includes all materials, foundation preparation,reinforcing steel,joint forming(or sawing),placing,finishing and curing. Payment includes 2500 PSI concrete with fiber mesh,welded wire fabric or City approved equal. Concrete Sidewalk The unit price shall constitute full compensation for all labor and materials necessary for the installation of concrete sidewalk and driveways. Payment includes installation of detectable warning devices and replacing existing driveways with similar materials (brick, pavers, etc.). Payment includes all materials, foundation preparation, reinforcing steel, joint forming (or sawing), placing, finishing and curing. Payment includes 2500 PSI concrete with fiber mesh,welded wire fabric or City approved equal. Sodding The unit price shall constitute full compensation for all labor, materials, and incidentals for establishing a stand of grass by sodding in accordance with Article 21 of the City of Ocoee Engineering Standards,including site preparation and furnishing and placing sod, fertilizer, water, and maintenance. Sod destroyed or damaged by construction shall be replaced with the same existing type,of grass in place prior to construction. All disturbed areas in the public right-of-way shall be sodded. Signing and Pavement Markings and Striping Includes all costs for removal and replacement of existing signage and costs for furnishing and installing pavement markings in accordance with FDOT Indices 17344, 17346 and 17352 as shown on construction drawings. Utilities Includes all costs for furnishing and installing utilities per construction drawings in accordance with the City of Ocoee Engineering Standards. END OF SECTION 01025-9 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01027 APPLICATION FOR PAYMENT PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work: Submit Applications for Payment to the Engineer in accordance with schedule established by Conditions of the Contract and Agreement between Owner and Contractor. Contractor shall use the Application and Certificate for Payment Form included in Section 00861 as the official pay request form. B. Related Requirements Described Elsewhere: 1. Scope of Work Agreement: Section 00500. 2. Progress Payments, Retainages, and Final Payment: Section 00710: General Conditions as amended by Section 00800: Supplementary Conditions. 3. Schedule of Values: Section 00846. 4. Weekly Construction Progress Report: Section 00849. 5. Contract Closeout: Section 01001. 6. Project Record Drawings: Section 01720. 1.02 FORMAT REQUIRED A. Submit applications typed on the form provided in Division 0, Section 00861: Application and Certificate for Payment Form, with itemized data typed on 8-1/2 inch x 11 inch or white paper continuation sheets. The form can also be submitted as PDF. B. Provide itemized data on continuation sheets of format, schedules, line items, and values specified on the Application and Certificate for Payment Form. The Contractor shall use the item descriptions and contract values included in schedule of values, approved and accepted by the Engineer as a basis for preparation of the Application and Certificate for Payment. 01027-1 ITB#21-008 Downtown Master Stormwater Pond&Park 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in percent complete for each activity and dollar values to agree with respective percents. 3. Execute certification with signature of a responsible officer of Contractor. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of the Work, with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each scheduled line item when Work has been performed or products stored. Round off values to nearest dollar, or as specified for Schedule of Values. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. List by Change Order Number, and description, as for an original component item of the Work. 4. To receive approval for payment on component material stored on site, submit copies of the original invoices with the Application and Certificate for Payment. 5. As provided for in the Application and Certificate for Payment Form, the Contractor shall certify, for each current pay request, that all previous progress payments received from the Owner, under this Contract, have been applied by the Contractor to discharge in frill, all obligations of the Contractor in connection with Work covered by prior Applications for Payment, and all materials and equipment incorporated into the Work are free and clear of all liens, claims, security interest, and encumbrances. Contractor shall attach to each Application and Certificate for Payment like affidavits by all Subcontractors. 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. Contractor shall submit suitable information, with a cover letter identifying: 1. Project. 01027-2 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products: a. Item number and identification as shown on application. b. Description of specific material. B. Submit one (1) copy of data and cover letter for each copy of application. C. The Contractor is to maintain an updated set of drawings to be used as record drawings in accordance with section 01720: Project Record Documents. As a prerequisite for monthly progress payments, the Contractor is to exhibit the updated record drawings for review by the Owner and the Engineer. D. Each monthly application for payment shall incorporate the corresponding "monthly progress status report" and updated construction schedule, prepared in accordance with the requirements of Section 00849: Weekly Construction Progress Report. E. As a prerequisite for payment, Contractor shall submit a duly executed letter from surety consenting to payment due and progress to date. 1.05 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in application form as specified for progress payments. Provide information as required by the General Conditions. B. Furnish evidence of completed operations and insurance in accordance with the General Conditions. C. Provide Contractor's Final Release of Lien (Section 00863) and other close-out submittals as required. 1.06 SUBMITTAL PROCEDURE A. Submit Applications for Payment to the Engineer between the first (1st) and the tenth (10t11) day after the end of each calendar month for which payment is requested as stipulated in the Agreement. Review the percents complete with the Engineer and resolve any conflicts or discrepancies. B. Number of copies for each Application for Payment: Seven (7) copies plus additional copies for Contractor's needs. 01027-3 ITB#21-008 Downtown Master Stormwater Pond&Park C. When the Engineer finds the Application and Certificate for Payment Form is properly completed and correct, he will execute the Certificate for Payment and transmit the forms to the Owner, with a copy to the Contractor. PART 2 - PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION • 01027-4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01040 COORDINATION 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY This Section included administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to,the following: a. General project coordination procedures b. Conservation c. Coordination Drawings d. Administrative and supervisory personnel e. Cleaning and protection 1.03 RELATED SECTIONS The following Sections contain requirements that relate to this Section: a. Division 1 Section 01220 "Progress Meetings/Schedule" for progress meetings, coordination meetings and pre-construction conferences b. Division 1 Section 01340 "Shop Drawings, Working Drawings, and Samples" 1.04 JOB COORDINATION a. Contractor shall study interrelationships of details of work described in all sections of specifications and drawings and shall plan operations well in advance of time when respective operations are to be performed and shall notify, collaborate, and cooperate with all subcontractors for work; and generally to cause work to articulate and fit as intended without unnecessary cutting, patching and without leaving unsightly details. b. Contractor shall furnish materials, labor, equipment, tools and supervision and shall do everything necessary to complete Project as shown on Drawings and as described in Specifications. c. Contractor shall provide for transportation, loading, unloading, storing, installation, testing, and making operable parts of Project shall be requirement of this Contract. d. If the Base Bid is accepted, Contractor shall cooperate and coordinate with the Owner's Own Forces who will be performing work as part of the construction team. Contractor shall allow at least 48 hours for the Owner's forces to enter the jobsite each time work is required to be performed by the Owner's forces. Owner shall have right to pull forces in the event of an emergency service call. e. Contractor shall notify Engineer promptly if and when errors or discrepancies are found in drawings or specifications. 01040 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park f. Any Superintendent for General Construction shall not be changed except with written consent of Engineer. g. Contractor shall make provisions to accommodate items scheduled for later installation. END OF SECTION 01040 -2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01220 PROGRESS MEETINGS/SCHEDULE 1.00 PROGRESS MEETINGS a. Contractor for General Construction shall schedule progress meetings between self, other Prime Contractors (if any) and major Subcontractors. Coordinate with Owner's Representative time and • place of meetings which shall then be same day and hour each week for duration of Work. b. Contractor shall preside over meetings, record and distribute copies of minutes to other Prime Contractors (if any), to subcontractors and Owner's Representative. Distribution of minutes shall be completed within three days after each meeting. c. Meetings shall be held weekly unless otherwise adjusted to suit Project. 2.00 PROGRESS SCHEDULE Prior to the Initial Application for Payment, prepare and submit a proposed construction schedule. At beginning of each subsquent month, and based on information brought forth in progress meetings, Contractor for General Construction shall update bar graph to reflect current status of all phases of construction work. Revised bar graph shall indicate adjustments necessary to be made in all trades of work to bring work back on schedule. Adjustments may include, but are not necessarily limited to, increased manpower and increased daily and weekly working hours. Revised bar graph shall be distributed to Owner's Representative and all others involved in construction of this project. END OF SECTION 01220- 1 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01340 SHOP DRAWINGS, WORKING DRAWINGS, AND SAMPLES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. The Contractor shall submit to the Engineer for review and approval, such Shop Drawings, Test Reports, and Product Data on materials and equipment (hereinafter in this Section called Data), and material samples (hereinafter in this Section called Samples) as are required for the proper control of work, including but not limited to those Shop Drawings, Data, and Samples for materials and equipment specified elsewhere in the Specifications and in the Drawings. 2. Within 30 calendar days after the Pre-construction conference , the Contractor shall submit to the Engineer a complete list of preliminary data on items for which Shop Drawings are to be submitted. Included in this list shall be the names of all proposed manufacturers furnishing specified items. Review of this list by the Engineer shall in no way expressed or implied relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final review of Shop Drawings. 3. The Contractor is to maintain an accurate updated submittal log and will bring this log to each scheduled progress meeting with the Owner and the Engineer. This log should include the following items: a. Submittal description and number assigned. b. Date to Engineer. c. Date returned to Contractor(from Engineer). d. Status of submittal (Approved, Approved as Noted, Amend and Resubmit, and Rejected). e. Date of resubmittal and return (as applicable). f. Date material release (for fabrication). 01340-1 ITB#21-008 Downtown Master Stormwater Pond&Park g. Projected date of fabrication. h. Projected date of delivery to site. i. Status of O&M manuals submittal. j. Specification Section. k. Drawings sheet number. B. Related Requirements Described Elsewhere: 1. General Conditions: Section 00710. 2. Shop Drawing Submittal Form: Section 00864. 3. General Requirements: Section 01001.1.11 1.02 CONTRACTOR'S RESPONSIBILITY A. It is the responsibility of the Contractor to check all drawings, data and samples prepared before submitting them to the Engineer for review. Each and every copy of the Drawings and data shall bear the Contractor's stamp showing that they have been so checked. Shop drawings submitted to the Engineer without the Contractor's stamp will be returned to the Contractor for conformance with this requirement. Shop drawings shall indicate any deviations in the submittal from requirements of the Contract Documents. If the Contractor takes exception to the specifications, the Contractor shall note the exception in the letter of transmittal to the Engineer. B. Determine and verify: 1. Field measurements. 2. Field construction criteria 3. Catalog numbers and similar data. 4. Conformance with Specifications. C. The Contractor shall furnish the Engineer a schedule of Shop Drawing submittals fixing the respective dates for the submission of shop and working drawings, the beginning and ending of manufacture, testing, and installation of materials, supplies, and equipment. This schedule shall indicate those that are critical to the progress schedule. 01340-2 ITB#21-008 Downtown Master Stormwater Pond&Park D. The Contractor shall not begin any of the work covered by a Shop Drawing, Data, or a Sample returned for correction until a revision or correction thereof has been reviewed and returned to him, by the Engineer, with approval. E. The Contractor shall submit to the Engineer all drawings and schedules sufficiently in advance of construction requirements to provide no less than 30 calendar days for checking and appropriate action from the time the Engineer receives them. F. All submittals shall be accompanied with a transmittal letter prepared in duplicate containing the following information: 1. Date. 2. Project Title and Number. 3. Contractor's name and address. 4. The number of each Shop Drawings, Project Data, and Sample submitted. 5. Notification of Deviations from Contract Documents. a. The Contractor shall indicate in bold type at the top of the cover sheet of submittal of shop drawing if there is a deviation from the Drawings, Specifications, or referenced specifications or codes. b. The Contractor shall also list any deviations from the Drawings, Specifications, or referenced specifications or codes and identify in green ink prominently on the applicable Shop Drawings. 6. Submittal Log Number conforming to Specification Section Number. G. The Contractor shall submit a PDF copy of descriptive or product data information and Shop Drawings to the Engineer. The Engineer will review the Shop Drawings and return to the Contractor the marked-up PDF docuent with appropriate review comments. H. The Contractor shall be responsible for and bear all costs of damages which may result from the ordering of any material or from proceeding with any part of Work prior to the completion of the review by the Engineer of the necessary Shop Drawings. The Contractor shall be fully responsible for observing the need for and making any changes in the arrangement of piping, connections, wiring, manner of installation, etc., which may be required by the materials/equipment he proposes 01340-3 ITB#21-008 Downtown Master Stormwater Pond&Park to supply both as pertains to his own work and any work affected under other parts, headings, or divisions of the Drawings and Specifications. J. The Contractor shall not use Shop Drawings as a means of proposing alternate items to demonstrate compliance with the Drawings and Specifications. K. Each submittal will bear a stamp indicating that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal as illustrated below. (OWNERS NAME) (PROJECT NAME) (PROJECT NUMBER) SHOP DRAWING NO.: SPECIFICATION SECTION: DRAWING NO. WITH RESPECT TO THIS SHOP DRAWING OR SAMPLE, I HAVE DETERMINED AND VERIFIED ALL QUANTITIES, DIMENSIONS, SPECIFIED PERFORMANCE CRITERIA. INSTALLATION REQUIREMENTS, MATERIALS, CATALOG NUMBERS, AND SIMILAR DATA WITH RESPECT THERETO AND REVIEWED OR COORDINATED THIS SHOP DRAWING OR SAMPLE WITH OTHER SHOP DRAWINGS AND SAMPLES AND WITH THE REQUIREMENTS OF THE WORK AND THE CONTRACT DOCUMENTS. NO VARIATION FROM CONTRACT DOCUMENTS VARIATION FROM CONTRACT DOCUMENTS AS SHOWN (CONTRACTORS NAME) (CONTRACTOR'S ADDRESS) BY: DATE: AUTHORIZED SIGNATURE L. Drawings and schedules shall be checked and coordinated with the work of all trades and sub-contractors involved, before they are submitted for review by the Engineer and shall bear the Contractor's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the Contractor for resubmission. 01340-4 ITB#21-008 Downtown Master Stormwater Pond&Park 1.03 ENGINEER'S REVIEW OF SHOP DRAWINGS A. The Engineer's review of Shop Drawings, Data, and Samples as submitted by the Contractor will be to determine if the items(s) generally conforms to the information in the Contract Documents and is compatible with the design concept. The Engineer's review and exceptions, if any, will not constitute an approval of dimensions, connections, quantities, and details of the material, equipment, device, or item shown. B. The review of drawings and schedules will be general, and shall not be construed: 1. As permitting any departure from the Contract Documents. 2. As relieving the Contractor of responsibility for any errors, including details, dimensions, and materials. 3. As approving departures from details furnished by the Engineer, except as otherwise provided herein. C. If the drawings or schedules as submitted describe variations and show a departure from the Contract Documents which the Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or contract time, the Engineer may return the reviewed drawings without noting an exception. D. "Approved As Noted" - Contractor shall incorporate Engineer's comments into the submittal before release to manufacturer. The Contractor shall send a letter to the Engineer acknowledging the comments and their incorporation into the Shop Drawing. E. "Amend And Resubmit" - Contractor shall resubmit the.Shop Drawing to the Engineer. The resubmittal shall incorporate the Engineer's comments highlighted on the Shop Drawing. F. "Rejected" - Contractor shall correct, revise and resubmit Shop Drawing for review by Engineer. G. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, to revisions other than the corrections requested by the Engineer on previous submissions. The Contractor shall make any corrections required by the Engineer. 01340-5 ITB#21-008 Downtown Master Stormwater Pond&Park H. If the Contractor considers any correction indicated on the drawings to constitute a change to the Drawings or Specifications, the Contractor shall give written notice thereof to the Engineer. When the Shop Drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. J. No partial submittals will be reviewed. Submittals not deemed complete will be stamped "Rejected" and returned to the Contractor for resubmittal. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items for: 1. Systems. 2. Processes. 3. As indicated in specific Specifications Sections. All drawings, schematics, manufacturer's product Data, certifications, and other Shop Drawing submittals required by a system specification shall be submitted at one time as a package to facilitate interface review. K. Only the Engineer shall utilize the color "red" in marking Shop Drawing submittals. L. Shop drawing and submittal data shall be reviewed by the Engineer for each original submittal and first resubmittal; thereafter review time for subsequent resubmittals shall be charged to the Contractor and the Contractor shall reimburse the Owner for services rendered by the Engineer. 1.04 SHOP DRAWINGS A. When used in the Contract Documents, the term "Shop Drawing" shall be considered to mean Contractor's plans for materials and equipment which become an integral part of the Project. Shop Drawings shall be complete and detailed and shall consist of fabrication, erection, setting and schedule drawings, manufacturer's scale drawings, and wiring and control diagrams. Catalogs cuts, catalogs, pamphlets, descriptive literature, and performance and test data shall be considered only as supportive information to required Shop Drawings as defined above. As used herein, the term "manufactured" applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements. 01340-6 ITB#21-008 Downtown Master Stormwater Pond&Park B. Manufacturer's catalog sheets, brochures, diagrams, illustrations, and other standard descriptive data shall be clearly marked to identify pertinent materials, products, or models. Delete information which is not applicable to the Work by striking or cross-hatching. C. Each Shop Drawing shall be submitted with an 8 1/2 inch by 11-inch cover sheet which shall include a title block for the submittal. Each Shop Drawing cover sheet shall have a blank area 3 1/2 inches high by 4 1/2 inches wide, located adjacent to the title block. The title block/cbver sheet shall display the following: 1. Project Title and Number. 2. Structure name or ID. 3. Number and title of the Shop Drawing. 4. Date of Shop Drawing or revision. 5. Name of Contractor and subcontractor submitting drawing. 6. Supplier/manufacturer. 7. Separate detailer when pertinent. 8. Specification title and Section number. 9. Applicable Drawing number. D. Data on materials and equipment shall include, without limitation, materials and equipment lists, catalog data sheets, catalog cuts, performance curves, diagrams, verification of conformance with applicable standards or codes, materials of construction, and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent Data. E. For all mechanical and electrical equipment furnished, the Contractor shall provide a list including the equipment name, and address, and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. F. If drawings show variations from Contract requirements because of standard shop practice or for other reasons, the Contractor shall describe such variations in his letter of transmittal. If acceptable, proper adjustment in the Contract shall be implemented where appropriate. If the Contractor fails to describe such 01340-7 ITB#21-008 Downtown Master Stormwater Pond&Park variations, he shall not be relieved of the responsibility for executing the Work in accordance with the Contract, even though such drawings have been reviewed. G. All manufacturers or equipment suppliers who propose to furnish equipment or products shall submit an installation list to the Engineer along with the required shop drawings. The installation list shall include at least five (5) installations where identical equipment has been installed and has been in operation for a period of at least 2 years unless specified otherwise in the Specification Section applicable. 1.05 WORKING DRAWINGS A. When used in the Contract Documents, the term "Working Drawings" shall be considered to mean the Contractor's plan for temporary structures such as temporary bulkheads, support of open cut excavation, support of utilities, ground water control systems, forming and falsework for underpinning, and for such other work as may be required for construction but does not become an integral part of the.Project. B. Copies of working drawings as noted in paragraph 1.05 A. above, shall be submitted to the Engineer where required by the Contract Documents or requested by the Engineer, and shall be submitted at least 30 calendar days (unless otherwise specified by the Engineer) in advance of their being required for the Work. C. Working Drawings shall be signed by a registered Professional Engineer, currently licensed to practice in the State of Florida, and shall convey, or be accompanied by, calculation or other sufficient information to completely explain the structure, machine, or system described and its intended manner of use. Prior to commencing such work, working drawings must have been reviewed without specific exceptions by the Engineer, which review will be for general conformance and will not relieve the Contractor in any way from his responsibility with regard to the fulfillment of the terms of the Contract. All risks to new or existing work are assumed by the Contractor; the Owner and Engineer shall have no responsibility therefor. 1.06 SAMPLES A. The Contractor shall furnish, for the approval of the Engineer, samples required by the Contract Documents or requested by the Engineer. Samples shall be delivered to the Engineer as specified or directed. The Contractor shall prepay all shipping charges on samples. Materials or equipment for which samples are required shall not be used in the Work until approved by the Engineer. B. Samples shall be of sufficient size and quantity to clearly illustrate: 01340-8 ITB#21-008 Downtown Master Stormwater Pond&Park 1. Functional characteristics of the product, with integrally related parts and attachment devices. 2. Full range of color,texture, and pattern. 3. A minimum of three (3) samples of each item shall be submitted. C. Each sample shall have a label indicating: 1. Name of Project. _ 2. Name of Contractor and subcontractor. 3. Material or equipment represented. 4. Place of origin. 5. Name of producer/supplier and brand (if any). 6. Location in Project. 7. Submittal and specification numbers. (Samples of finished materials shall have additional marking that will identify them under the finished schedules.) D. The Contractor shall prepare a transmittal letter and a description sheet for each shipment of samples. The description sheet shall contain the information required in Paragraphs 1.06B and C above. He shall enclose a copy of the letter and description sheet with the shipment and send a copy of the letter and description sheet to the Engineer. Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to change or modify any Contract requirements. E. Approved samples not destroyed in testing shall be sent to the Engineer or stored at the site of the Work. Approved Samples of the hardware in good condition will be marked for identification and may be used in the Work. Materials and equipment incorporated in the Work shall match the approved Samples. Samples which failed testing or were not approved will be returned to.the Contractor at his expense, if so requested at time of submission. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) END OF SECTION 01340-9 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: Progress photographs shall be taken at periodic intervals, not to exceed 10 days, showing the extent and progress of the work performed as of that date. Photographs shall be taken at each location of work on the day ending period for which partial payment is requested during the development of stages and condition of work and as directed by the City. Typical roadway and pipeline work shall be photographed at different stages of construction at the direction of the City. Initial pre-construction photographs shall be taken no later than 14 calendar days after notice to proceed and prior to beginning of any construction, and shall show all views of the sites, including adjacent private property. A. Final Photographs shall be taken in the same manner and location as specified for Progress Photographs. B. At each specified time, take photographs of each major structure or area of work. Furnish the photographs in PDF format of each view. 1.02 QUALITY ASSURANCE Camera: Use digital camera with minimum 13 Megapixel quality, or as approved by the City. 1.03 SUBMITTALS A. Submit examples of photographer's work, similar to that required. B. Submit photographs with pay request for work photographed. C. Submit final binder at final closeout meeting along with digital copies. PART 2 -PRODUCTS 2.01 PDF's PDF's shall be submitted via email or USB. If the PDF's are too large to be sent via email, and alternative method may be substituted upon prior approval by the Owner. 01380 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park PART 3 -EXECUTION 3.01 TECHNIQUE Factual presentation with correct exposure and focus for high resolution and sharpness with maximum depth-of-field and minimum distortion. 3.02 DELIVERY OF PDF's Deliver PDF's monthly to accompany each request for progress payment. PDF's shall be provided via email to the following project team members: 1. Owner 2. Engineer 3. Contractor END OF SECTION 01380 -2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01390 AUDIOVISUAL DOCUMENTATION PART 1 - GENERAL The purpose of the audiovisual documentation is to provide the City with regularly documented audiovisual records of the Construction process from the existing conditions through final completion. PRE-CONSTRUCTION VIDEO REQUIREMENTS INCLUDED 1. The Contractor shall employ a professional videographer to take a Pre-Construction video of the entire site, including the areas of adjacent properties within 100-feet of the limits of Work, and shall be made five days after issuance of notice to proceed (NTP). Special attention shall be made to show the existing paved roads, shoulders, signs, and other existing features. 2. The Contractor shall submit a quality audio-video (4K) recording documenting pre- Construction field conditions for the entire project. When the Work includes the construction of water, wastewater, reuse, or other lines in the vicinity of any street or road, the Contractor shall take digital audio-video recordings of existing conditions along both sides of the street or road. The Pre-Construction video shall be submitted to the City and accepted prior to commencing any Work or using any Contractor laydown areas. PART 2 -PRODUCTS 1. Audio-video recording CD/DVD, Flash Drive media viewable on standard CD players or computer. 2. Each CD/DVD recording section shall begin with an audio description of the City's name, Contract name, and number, Contractor's name, date, and location information such as street name,the direction of travel, viewing side, etc. 3. Information appearing on the video recording must be continuous and run simultaneously by computer-generated transparent digital information. No editing or overlaying of information at a later date will be acceptable. 4. Digital information to appear in the upper left corner shall be as follows: 1. Name of Contractor 2. Day, date and time 3. Name of Project& Specification Number 5. Time must be accurate and continuously displayed on the video record. 01390 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park 6. Written documentation must coincide with the information on the CD/DVD so as to make easy retrieval of locations at a later date. 7. The video system shall have the capability to transfer individual frames of video electronically into hard copy prints or photographic negatives. 8. Audio shall be recorded at the same time as the video recording and shall have the same information as on the viewing screen. Special commentary shall be given for unusual conditions of buildings, sidewalks, and curbing, foundations, trees and shrubbery, structures, equipment, pavement, etc. 9. All CD/DVD/Flash Drives and boxes shall bear labels with the following information: A. DVD Number B. City's Name C. Date of Recording D. Project Name and Number E. Location and Standing Limit of Video PART 3 -VIDEO VIEWS REQUIREMENT 1. Complete coverage shall include all surface features within 100-feet of the Work area to be used by the Contractor and shall be supported by the appropriate audio description made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, and retaining walls, equipment, structures, pavements, manholes, vaults, handrails, etc. located within the work zone. Video coverage shall extend to the maximum height of all structures within this zone. 2. The video recorder shall take special efforts to point out and provide audio commentary on cracking, breakage, damage, and other defects in existing features. 3. All video recordings shall be done during times of good visibility. No video recording shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with standing water unless otherwise authorized by the City. 4. Prior to the commencement of audio-video recording, the Contractor shall notify the City in writing within 48-hours of the audio-video recording. The City may provide a designated representative to accompany and observe all video recording operations. Audio-video recording completed without a City Representative present will be unacceptable unless specifically authorized by the City. 5. Video Tape Log - Each videotape shall have a log of that video tape's contents. The log shall describe the various segments of coverage contained on the videotape in terms of the names of the streets or easement, coverage beginning and end, directions of coverage, video unit counter numbers, engineering stationing numbers, and the date. 01390 -2 ITB#21-008 Downtown Master Stormwater Pond&Park PART 4-AUDIO REQUIREMENTS 1. Accompanying the video recording of each videotape shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations between the camera operator and any other production technicians. PART 5-PHOTOGRAPHS 1. A minimum of 3 views (top, upstream, and downstream) each shall generally be taken prior to backfilling pipelines or structures. Photographs shall be provided for: A. Utility conflicts/relocations B. Manholes C. Pump stations D. Boring and jacking E. Directional drilling pipe entrance and exit F. Valve installation G. Air release valve installation H. Fire hydrant assembly 2. Photo Identification 1. Name of Project 2. Name of Structure 3. Orientation of View 4. Date&Time of Exposure 5. Film numbered identification of exposure PART 6 -CONSTRUCTION SCHEDULE 1. Recording shall be done five days after the issuance of NTP. No construction shall begin prior to the review and approval of the tapes covering the construction area by the City.The City shall have the authority to reject all or any portion of a videotape, not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five days after being notified. The City shall designate those areas, if any, to be omitted from or added to the audiovisual coverage. All tapes and written records shall become the property of the Owner. 01390 -3 ITB#21-008 Downtown Master Stormwater Pond&Park • PART 7-EXECUTION 1. Coverage The recording shall contain coverage of all surface features located within the construction's zone of influence. The surface features within the construction's zone of influence shall include, but not be limited to, all roadways, pavement, detention ponds, walls, curbs, driveways, sidewalks, culverts, headwalls, retaining walls, buildings, landscaping, trees, shrubbery, and fences. Of particular concern shall be the existence or non-existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the street at any one time and shall include all surface conditions located within the zone of influence supported by the appropriate audio description. Panning, zoom-in, and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 2. Coverage Rates The average rate of travel during a particular segment of coverage(e.g. coverage of one side of a street) shall be directly proportional to the number, size, and value of the surface features within the construction area's zone of influence. 3. Submittals Three copies of the audio / visual tape shall be submitted to the City prior to starting construction. 01390 -4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 -GENERAL 1.01 GENERAL Temporary work, facilities, and services and temporary services needed from permanent facilities required for Project Work, from start of work to Substantial Completion of Project, including facilities and services needed for testing of installations and equipment, shall be arranged for, furnished and paid for by Contractor, and as defined herein. 1.02 IMPLEMENTATION AND TERMINATION SCHEDULE Within 15 days of the date established for commencement of the Work, submit a schedule indicating implementation and termination of each temporary utility. 1.03 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to,the following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, fire department and rescue squad rules. 5. Environmental protection regulations. 6. Stormwater Management Regulation B. Standards: Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." Electrical services must comply with NEMA,NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 "National Electric Code." C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.04 DELIVERY, STORAGE AND HANDLING Each Contractor and Subcontractor shall provide adequate storage facilities for protection of materials and equipment they furnish. Materials and equipment shall be stored so as to ensure preservation of their quality and fitness for Work. Perishable items and items affected by weather, rain, wind, dust, heat or cold shall be stored in temporary waterproof sheds or trailers with raised floors, and heated if necessary. Other materials and equipment shall be stored on wooden platforms and not on ground. 1.05 PROJECT CONDITIONS—NOT APPLICABLE 01500- ITB#21-008 Downtown Master Stormwater Pond&Park • PART 2 -PRODUCTS—NOT APPLICABLE PART 3 -EXECUTION 3.01 TEMPORARY UTILITY INSTALLATION A. General: Engage the appropriate local utility company to install temporary service or connect to existing service. Where company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations 1. Arrange with company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability provide trucked-in services. 3. Obtain easements to bring temporary utilities to the site where the Owner's easements cannot be used for that purpose. B. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Engineer. Neither the Owner nor Engineer will accept cost or use charges as a basis of claims for Change Orders. 3.02 TOILET FACILITIES A. Contractor shall provide and maintain suitable temporary toilet facilities for workers during construction. Toilet facilities shall conform to local ordinance having jurisdiction. B. Contractor may install temporary fixtures with connections to water and drains systems. Contractor shall remove prior to close out of project. 3.03 WATER A. Contractor shall install, move and remove temporary water service as required for construction operations as approved and directed by Owner. B. Contractor for General Construction shall pay for water consumed on Project. 3.04 TEMPORARY HEAT AND ENCLOSURES A. All temporary ventilation, dehumidification and/or heat shall be provided and paid for by Contractor. Temporary conditioning shall be provided as follows: 1. After building is enclosed, in cold weather maintain temperature of not less than 50°F during working hours and temperature of at least 40°F at other times. Provide mechanical ventilation in areas wet or damp, as required to dry areas to continue work on schedule. 2. During placing, setting and curing of concrete; not less than 40°F. 3. During laying of masonry; not less than 40°F. 01500-2 ITB#21-008 Downtown Master Stormwater Pond&Park 3.06 ELECTRIC A. Contractor shall arrange with local Electric Utility Company to provide adequate electric service for temporary power and light as will be required. B. Contractor shall provide, install, and maintain temporary light and power systems from Electric Utility service to provide following: 1. Lighting for general illumination shall conform to OSHA. 2. Lighting for execution of work and for finish work shall be of light intensity required to properly perform Work. In general, minimum light levels shall be 15 fc for rough work and 50 fc for finish work. 3. Temporary wiring that conforms to OSHA. 4. Removal of temporary wiring when no longer required. 5. Temporary power poles necessary to provide temporary electrical service. C. Contractors and Subcontractors shall provide their own temporary electric service, including wiring and lights in field office and sheds, and for any three phase service or single phase service exceeding 3 H.P. D. Each Contractor and Subcontractor shall furnish their own extension cords. E. Payment for electric service, electricity used, and electricity consumed shall be by Contractor. 3.07 ACCESS TO CONSTRUCTION OPERATIONS A. Contractor shall put forth every reasonable effort to minimize disruption of adjacent properties. Access by property owners to their property will be maintained at all times. B. Any damage to existing roadways shall be repaired by Contractor. 3.08 SUPPORT FACILITIES INSTALLATION A. Locate storage sheds and other temporary construction and support facilities for easy access. B. Temporary paving: Maintain roads and paving to support the construction loading adequately and to withstand exposure to traffic during the construction period. Review proposed modifications to permanent paving with the Owner's Representative. 3.09 DEWATERING (where/if required) A. Contractor shall be responsible for obtaining any necessary dewatering permits. 3.10 PROJECT SIGN A. Contractor for General Construction shall provide one painted sign minimum 4' x 4', 3/4" thick exterior grade plywood, with name of Project and names of Owner, Engineer, and Contractor, and any other names or Contractors requested by Owner's Representative. Contractor shall have no other signs visible on this site without specific permission of the Owner. 01500- 3 ITB#21-008 Downtown Master Stormwater Pond&Park B. Provide shop drawing showing layout of sign to Owner's Representative. Colors shall be as selected. C. Sign shall be erected with 4" x 4" treated wood posts set firmly in ground where indicated by Owner's Representative. D. Sign shall be maintained until completion of Project. 3.11 COLLECTION AND DISPOSAL OF WASTE Collect waste from construction areadaily. Comply with requirements of NFPA 241 for removal of combustible'waste material and debris. Enforce requirements strictly. Do not hold materials more than three days when temperature is expected to rise above 80°F. Handle hazardous, dangerous or unsanitary waste materials separately form other waste by containerizing properly. Dispose of material in lawful manner. 3.12 OPERATION, TERMINATION AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. C. Termination and Removal: Unless the Owner's Representative requests that it be maintain longer, remove each temporary facility when the need has ended or no later than Substantial completion. 1. Materials and facilities that constitute temporary facilities are the Contractor's property. The Owner reserves the right to take possession of project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or laws. Repair or replace street paving, curbs, and sidewalks at the entrances, as required by the governing authority. END OF SECTION 01500 -4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01567 TEMPORARY BARRIERS AND ENCLOSURES PART 1 -GENERAL 1.01 SUMMARY This section includes: A. Temporary barricades for protection of work place during construction. B. Barricades shall be perimeter type encircling or containing various construction (excavated) areas. PART 2 -PRODUCTS 2.01 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. B. Chain-Link Fencing: Minimum 2-inch (50-nun), 0.148-inch- (3.76-mm-) thick, galvanized steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8- inch- (73-mm-) OD corner and pull posts[, with 1-5/8-inch- (42-1nm-) OD top rails] [, with galvanized barbed-wire top strand]. C. Portable Chain-Link Fencing: Minimum 2-inch (50-mm) 9-gage, galvanized steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top and bottom rails. Provide [concrete] [galvanized steel] bases for supporting posts. D. Wood Enclosure Fence: Plywood, [6 feet (1.8 m)] [8 feet (2.4 in)] high, framed with four 2-by-4-inch (50-by-100-mm) rails, with preservative-treated wood posts spaced not more than 8 feet(2.4 in) apart. E. Night Warning Lights 1. Battery operated, neon type, flashing lights, with 360 degree visibility and amber in color. 2. Night warning lights shall be securely bolted or locked in upright position to barricade. 3. Maximum spacing of night warning lights shall be 30'-0" on center for work areas. 4. Other barricaded hazardous areas shall have minimum of two (2) each night warning lights, or more, if so directed by Owner or Construction Manager. PART 3 -EXECUTION 3.01 PREPARATION 01567 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park A. Furnish, place, and maintain barricades and night danger lights as herein specified and as directed by Owner's Representative. B. Call and notify Owner at least 72 hours prior to placing barricades or starting any work whereby traffic will be impeded or hindered, especially fire trucks and police vehicles. C. Obtain prior approval of Owner when work operations will result in street closures. When streets are approved for closure, establish and mark safe detours for vehicles to follow. D. Furnish Owner's Representative with name, address and telephone number of two employees who will be responsible for warning light and barricade maintenance. 3.02 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site. B. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing red or amber lights. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8-inch- (16 mm) thick exterior plywood. C. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. 1. Provide fire extinguishers, installed on walls on mounting brackets, visible and accessible from space being served, with sign mounted above. a. Field Offices: Class A stored-pressure water-type extinguishers. b. Other Locations: Class ABC dry-chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for exposures. 2. Store combustible materials in containers in fire-safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire- protection facilities, and other access routes for firefighting. Prohibit smoking in hazardous fire-exposure areas. 4. 'Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition. 5. Develop and supervise an overall fire-prevention and first-aid fire-protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 01567 -2 ITB#21-008 Downtown Master Stormwater Pond&Park 3.02 OPERATION AND REMOVAL A. Turn on night warning lights and keep them burning from sunset to sunrise each day including Saturdays, Sunday, and holidays, and also during days when visibility is poor. B. Maintain barricades in solid upright position with lighting system properly maintained. C. Remove barricades at completion of work or when directed by Owner's Representative. END OF SECTION 01567- 3 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01600 MATERIAL AND EQUIPMENT PART 1 -GENERAL 1.01 RELA I ED REQUIREMENTS A. General provisions of Contract. B. Summary of Work- Section 01001. C. Submittal requirements- Section 01300. D. Operating and maintenance data- Section 01700. E. Record documents of materials- Section 01720. 1.02 SECTION INCLUDES A. Administrative and procedural requirements governing the Contractor's selection of products for use in the Project. B. Administrative and procedural requirements for handling requests for substitutions. C. Requirements for Product List submittal. 1.03 QUALITY ASSURANCE A. To the fullest extent possible, provide products of the same kind, from a single source. B. When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. C. Except for required labels and operating data, do not attach or imprint manufacturer's or producer's nameplates or trademarks on exposed surfaces of products which will be exposed to view in occupied spaces or on the exterior. 1. Locate required product labels and stamps on a concealed surface or, where required for observation after installation, on an accessible surface that is not conspicuous. 01600-1 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Provide a permanent nameplate on each item of service-connected or power-operated equipment. Locate on an easily accessible surface which is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer. b. Model and serial number. c. Capacity. d. Speed. e. Ratings. D. The Contractor shall be responsible for the constructability and performance of any substitute materials requested by the Contractor and approved by the City. The Contractor shall ensure that any approved substitute materials will perform to the intent of the specified materials, at no additional cost or time to the City, including the costs of installation, testing, repair, or correction of the utility system due to the performance or lack thereof of the substitute material. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle products in accordance with the manufacturer's recommendations, using means and methods that will prevent damage, deterioration and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration,theft and other losses. B. Deliver products to the site in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking,protecting and installing. C. Inspect products upon delivery to ensure compliance with the Contract Documents, and to ensure that products are undamaged and properly protected. D. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. E. Store heavy materials away from the project structure and existing structures in a manner that will not endanger the supporting construction. 01600-2 ITB#21-008 Downtown Master Stormwater Pond&Park F. Store products subject to damage by the elements above ground, under cover in a weather tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. PART 2-PRODUCTS 2.01 PRODUCT SELECTION A. Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, unused at the time of installation. 1. Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the intended use and effect. 2. Where available, provide standard products, which meet the specified requirements, of types that have been produced and used successfully in similar situations on other projects. B. Product selection is governed by the Contract Documents and governing regulations, not by previous project experience. Procedures governing product selection include the following: 1. Where only a single source product or manufacturer is named, provide the product indicated or submit a request for substitution for any product or manufacturer not named. 2. Where two or more sources of products or manufacturers are named, provide one of the products indicated or submit a request for substitution for any product or manufacturer not named. 3. Where Specifications describe a product or assembly, listing exact characteristics required, without use of a brand or trade name, provide any product or assembly that provides the characteristics and otherwise complies with Contract requirements. 4. Where Specifications require compliance with performance requirements, provide any products that comply with the specified requirements. 5. Where the Specifications only require compliance with an imposed code, standard or regulation, select a product that complies with the standards, codes or regulations specified. 6. Where Specifications require matching an established Sample, the City's decision will be final on whether a proposed product matches satisfactorily. 7. Where specified product requirements are indicated to be selected from manufacturer's standard colors, patterns,textures, or similar condition, select a product and manufacturer that complies with other specified requirements. 01600-3 ITB#21-008 Downtown Master Stormwater Pond&Park The City will select the color, pattern and texture from the product line selected. 8. The description of specific qualities takes precedence over specified reference standards. The description of specific qualities and specified reference standards together take precedence over the named products of designated manufacturers. C. Source Manufacturers: 1. Primary source products and manufacturers named in a Specification section are listed as standards of quality to which other products will be compared. 2. Source manufacturers named in a Specification section are those manufacturers considered capable of manufacturing products conforming to the specified requirements. 3. The naming of source manufacturers in addition to the primary source product and manufacturer specified does not imply acceptance or approval of just any standard product of that manufacturer. The standard products offered by an additional named source manufacturers shall be equal to or superior in every respect to the specified or primary named source product and shall meet or exceed specification requirements. PART 3 -EXECUTION 3.01 MANUFACTURER'S INSTALLATION INSTRUCTIONS A. When Contract Documents require installation of work to comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to all parties involved in the installation, including copies to the City in accordance with Section 01300. B. Handle, install, connect, condition, clean, and adjust products in accordance with such instructions and in conformance with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions,notify the City for additional instructions. C. Do not omit preparatory steps or installation procedures unless specifically modified or exempted by Contract Documents. D. Do not proceed with work without clear instructions. END OF SECTION 01600-4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01700 CONTRACT CLOSEOUT PART 1 -GENERAL 1.01 SUBMITTALS A. All facilities to be owned or maintained by the City shall be located on City property, within City rights-of-way or in an easement dedicated to the City for the uses intended. Proof of satisfactory compliance with governing authorities, maintenance bonds, itemized construction costs, bills of sale, and record drawings shall be furnished to the City before final payment is made. B. Operating Manuals Data: 1. The Contractor shall furnish to the City required copies of all maintenance manuals, instruction books, parts lists, and installation drawings bound in ringed binders for equipment furnished under this contract. It shall be the Contractor's responsibility to satisfy the Owner's requirements regarding such data. Manuals, parts lists, etc. shall be presented to Owner at time of final inspection unless specifically requested earlier. All submittals shall be in a binder and neatly indexed and tabbed. 2. Binder: The manuals shall be in 9-inch by 12-inch three-ring binders of a size to facilitate easy turning of the pages. The binders shall have a full size transparent built-in plastic pocket on the front to accommodate a label showing the name and location of the project, date of completion, Engineer name and contractor's name, address and phone number. On the binding edge the binders shall have a clip-on metal frame or built-in plastic pocket to accommodate a label showing the name and location of the project and the date of completion. 3. Index: The Contractor shall furnish a neatly typed index in alphabetical or numerical order. Each major division shall list the equipment in alphabetical or numerical order. Listed under each of these major divisions shall be all items specified on the drawings as furnished with major items listed. These secondary items shall also be listed in alphabetical or numerical order. To the right of each of these equipment designations shall be the tab number under which the information can be found. 4. Tabs: Behind the index, provide numbered tabs beginning with one thru the number required for each type of equipment. Behind the tab, insert all shop drawings, shop-cuts, parts manuals, installation manuals and operation manuals associated with each item furnished. Only one tab will be required for each different material provided. The index designation shall refer to the tab number behind which the information on the equipment can be found. 01700 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park C. For utility systems being dedicated to or systems where the design and construction is paid for by the City, a two (2) year maintenance bond, or a Letter of Credit or similar instrument satisfactory to the County, equal to ten percent(10%) of the final utility construction costs shall be posted before City of Ocoee will recommend the facilities be accepted by the City Commission. D. Release of Lien Statement: 1. The CONTRACTOR shall submit with his request for final payment sworn statements on the Owner's form from himself and each subcontractor, Material or Labor Supplier who has filed a "Notice to Owner" that all work has been completed and that all bills for labor, materials, and subcontractor's work on the project have been paid for in full. E. Record Drawings: 1. The Record Drawing must follow all of the requirements in the City of Ocoee Engineering Standards Manual Section 3.01.05. It is required that all pipe installations be field surveyed and record drawings be prepared from the survey data. The record drawings shall be signed and sealed by a State of Florida registered professional land surveyor who will be responsible for the accuracy of all dimensions and elevations in accordance with the "Minimum Technical Standards." Record drawings are required prior to final inspection of the project. 2. At least two (2) complete sets of record drawings must be received by the City seven (7) full working days prior to final inspection. The record drawings will be compared to the approved construction plans and shall be subject to field verification before final inspection of the project. 3. Residential project dimensions are to be referenced from a permanent and easily recoverable physical monument (i.e., fire hydrant, property corner, street intersection, center line of road, etc.). Commercial projects shall be referenced from buildings and other pertinent structures. 4. One PDF copy and one copy of the project CAD file showing all improvements in State Plane Coordinates shall be provided to the City in an acceptable electronic form after final inspection and before final acceptance of the Work by the City. F. Final Inspection: 1. Final inspection will be held upon completion of the project. The Contractor shall notify the Owner,upon completion,to arrange an inspection tour of the completed project. 2. The Contractor and the Owner's representatives shall be present for the inspection. END OF SECTION 01700 -2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work: Maintain at the site for the Owner one(1) record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications of the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction photographs. B. Related Requirements Described Elsewhere: 1. Shop Drawings, Working Drawings and Samples: Section 01340. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format with section numbers as provided herein. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes. 01720-1 ITB#21-008 Downtown Master Stormwater Pond&Park D. Make documents and samples available at all times for inspection by the Engineer or the Owner. E. As a prerequisite for monthly Progress payments, the Contractor is to exhibit the currently updated "Record Documents" for review by the Engineer and Owner. Payment may be withheld if record documents are not satisfactorily maintained. 1.03 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.04 RECORDING A. Label each document "PROJECT RECORD" with a rubber stamp having one (1) inch high letters. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly and clearly mark, to scale, each drawing to record actual construction: 1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 2. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 3. Field changes of dimension and detail. 4. Changes made by Field Order or by Change Order. 5. Details not on original Contract Drawings. • 6. Equipment and piping relocations. D. Specifications and Addenda: Legibly mark each section to record: 1. Manufacturer, trade name, catalog number of Supplier of each product and item of equipment actually installed. 01720-2 ITB#21-008 Downtown Master Stormwater Pond&Park 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): Provide six (6) sets of record shop drawings within the Operation and Maintenance Manual, for each process equipment, piping, and instrumentation system (see Section 01730: Operating and Maintenance Data). 1.05 SUBMITTAL A. At Contract closeout, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART 2 - PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED END OF SECTION • 01720-3 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. Compile product data and related information appropriate for Owner's operation and maintenance of products furnished under Contract. a. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications. 2. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. B. Related Requirements Described Elsewhere: 1. Contract Closeout: Section 01001 2. Project Record Documents: Section 01720 1.02 QUALITY ASSURANCE A. Preparation of data shall be done by personnel who are: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.03 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format: 01730-1 ITB#21-008 Downtown Master Stormwater Pond&Park 1. Size: 8 1/2 inches by 11 inches. 2. Paper: 20 pound minimum,white, for typed pages. 3. Text: Manufacturer's printed data, or neatly typed. 4. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches by 17 inches. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of projects and major component parts of equipment. b. Provide identified tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE MANUAL". List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. d. Identity of consulting engineer for the project. e. Identity of general contractor for the project. C. Binders: 1. Commercial quality , three D-ring type binders with durable and cleanable white plastic covers. Binders shall be presentation type with clear vinyl covers on front, back and spine. Binders shall include two (2) sheet lifters and two (2) horizontal inside pockets. 2. Maximum D-ring width: 2 inches. 3. When multiple binders are used, correlate the data into related consistent groupings. 01730-2 ITB#21-008 Downtown Master Stormwater Pond&Park 1.04 CONTENT OF MANUAL A. Each volume of the operation and maintenance manual shall include: 1. A neatly typewritten table of contents for each volume, arranged in systematic order by division, as listed within the product specifications. 2. Contractor, name of responsible principal, address and telephone number. 3. A list of each project required to be included, indexed to content of the volume. 4. List, with each project, name, address and telephone number of: a. Subcontractor, manufacturer and installer name, addresses and telephone numbers. b. A list of each product required to be included, indexed to content of the volume. c. Identify area of responsibility of each product. d. Local source of supply for parts and replacement equipment including name, address and telephone number. 5. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Design 1. Provide hydraulic and engineering design criteria for each product as it pertains to a particular unit process. 2. Provide a general description of each normal product operation as it pertains to a particular unit process. C. Product Data: 1. Include only those sheets which are pertinent to the specific product. Hydraulic and engineering design criteria, information and procedures required for normal control, process control and performance evaluations, listing of spare parts required, maintenance and repair instructions, safety and personnel requirements and a "trouble shooting" problem guide shall be included in the manual. References to related products, manufacturer 01730-3 ITB#21-008 Downtown Master Stormwater Pond&Park and equipment histories, product catalogs, etc. shall not be included within the content of the operation and maintenance manual. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. 3. .Operation and maintenance information as herein specified. 4. Record shop drawings as submitted and approved with all corrections made for each product. • D. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Product assembly and disassembly for maintenance and repair procedures. c. Control and flow diagrams. d. Representation of manufacturer's recommended spare parts. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. Do not use Project Record Documents as maintenance drawings. E. Written test, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instruction of each procedure. F. Copy of each warranty, bond and service contract issued. 1. Provide information sheet for Owner's personnel, give: 01730-4 ITB#21-008 Downtown Master Stormwater Pond&Park a. Proper step-by-step procedures in the event of product failure. b. Safety instructions for plant personnel in handling of failed equipment. c. Instances which might affect validity of warranties or bonds. 1.05 MANUAL FOR MATERIALS AND FINISHES—NOT APPLICABLE 1.06 MANUAL FOR EQUIPMENT AND SYSTEMS -NOT APPLICABLE 1.07 SUBMITTAL SCHEDULE A. Submit two (2) copies of preliminary draft of proposed formats and outlines of contents of Operation and Maintenance Manuals within 15 days after Notice to Proceed. B. Submit two copies of completed data in preliminary form no later than 30 days following Engineer's review of the last shop drawing of a product and/or other submittal specified under Section 01340: Shop Drawings, Working Drawings and Samples, but no later than delivery of equipment. One (1) copy will be returned with comments to be incorporated into the final copies and the other copy will be retained on-site for use in any early training. • C. Submit six (6) copies of approved manual in final form directly to the Engineer within 10 days after the reviewed copy or last item of the reviewed copy is returned. D. Provide six (6) copies of addenda to the operation and maintenance manuals as applicable and certificates as specified within 30 days after final inspection. 1.08 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to demonstration test, frilly instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. Review contents of manual with Owner's operating and maintenance personnel in full detail to explain all aspects of operations and maintenance. C. Instructors shall be fully qualified personnel as outlined within the individual equipment specifications. If no specific training specifications are listed with the equipment, the Contractor shall provide the instruction with qualified Contractor personnel. 01730-5 ITB#21-008 Downtown Master Stormwater Pond&Park • D. The Contractor shall provide a list to the Owner indicating the date, time and instructors that will be present for all training sessions. E. The instructors shall provide for and prepare lesson scopes and handouts for up to five individuals designated by the Owner that outline the items to be covered. Separate,sessions for operation and maintenance instruction shall be provided consecutively. Handouts shall be submitted to the Owner with at least one week's notice prior to the training sessions. F. All instruction sessions shall be video taped with portable video recording cameras and tapes supplied by the Contractor. Video taping shall be made by the Contractor under the direction of the Owner using VHS compatible video taping equipment. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) END OF SECTION 01730-6 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01800 MISCELLANEOUS WORK AND CLEANUP PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: 1. This Section includes operations which cannot be specified in detail as separate items but can be sufficiently described as to the kind and extent to work involved. The Contractor shall furnish all labor, materials, equipment and incidentals to complete the work under this Section. 2. The work of this Section includes, but is not limited to: a. Restoring of fences. b. Cleaning up. c. Incidental work. PART 2 -PRODUCTS 2.01 MATERIALS Materials required for this Section shall be of the same quality as materials that are to be restored. Where possible, the Contractor shall reuse existing materials that are removed and then replaced. PART 3 -EXECUTION 3.01 RESTORING OF FENCES The Contractor shall remove, store and replace existing fences during construction. Only the sections shown on the plans or directed by the Engineer shall be removed. If any section of fence is damaged due to the Contractor's negligence, it shall be replaced with fencing equal to or better than that damaged, and the work shall be satisfactory to the Engineer. 01800-1 ITB#21-008 Downtown Master Stormwater Pond&Park 3.02 CLEAN UP The Contractor shall remove all construction material, equipment and other debris remaining on the job as the result of construction operations and shall render the site of the work in a neat and orderly condition. All suitable excess excavated material shall remain on site. 3.03 INCIDENTAL WORK Do all incidental work not otherwise specified, but obviously necessary for the proper completion of the contract as specified and as shown on the Drawings. END OF SECTION • 01800-2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01450 QUALITY CONTROL PART 1 GENERAL 1.01 Section Includes Quality control, quality assurance 1.02 Quality Control A. It is the CONTRACTOR'S responsibility to perform all work to a degree and in a manner that satisfies and complies with the Project requirements. In order to fulfill this responsibility, the CONTRACTOR is required to have an approved Quality Control.Program, including testing, as part of his Contract work in accordance with the Contract Documents and to submit details of his Program to the ENGINEER for review and approval prior to commencing any construction operations. The submittal shall include detailed information on locations and number of all tests, etc.,that will be necessary for the CONTRACTOR to make his own determination that the work is being performed in compliance with the Project requirements. B. As part of the CONTRACTOR'S Quality Control Program included as part of his work, the CONTRACTOR shall coordinate with the soils testing laboratory employed by the OWNER to perform testing services outlined in these Contract Documents. C. The CONTRACTOR'S Quality Control Program shall include,but not be limited to,the following in addition to the type and frequency of tests as required by the technical specifications: 1. Piping and structural excavation, bedding and backfill materials and density quality control testing. 2. Determination of compaction effort needed for compliance with the density requirements. 3. Portland cement concrete and asphalt paving quality control testing including design mix review,materials, field slump and air content, and field and lab cured strength samples and testing D. In addition to Quality Control Testing,the CONTRACTOR shall be responsible for required testing or approvals for any work (or any part thereof) if laws or regulations of any public body having jurisdiction specifically require testing, inspections or approval. The CONTRACTOR shall pay all costs in connection 01450 - 1 ITB#21-008 Downtown Master Stormwater Pond&Park therewith and shall furnish the ENGINEER the required certificates of inspection, testing or approval. The CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER or ENGINEER acceptance of a supplier of materials or equipment proposed to be incorporated into the work. E. Testing laboratories,whether provided by the OWNER or the CONTRACTOR, shall promptly notify the ENGINEER and the CONTRACTOR of irregularities or deficiencies of work which are observed during performance of services. Laboratories shall submit two(2)copies of all reports directly to the ENGINEER and two (2) copies to the CONTRACTOR. 1.03 Quality Assurance A. In addition to the services provided by the laboratory paid for by the OWNER, the CONTRACTOR as a part of his work, at his sole discretion,may employ an additional independent soils laboratory as part of OWNER'S Quality Assurance Program to verify that the work meets the requirements of the Contract Documents. The OWNER furnished Quality Assurance testing will include the type and frequency of tests as required by the technical specifications. The OWNER reserves the right to have additional tests made beyond those specified in the Contract Documents. The CONTRACTOR shall cooperate with the OWNER and make the work and samples available for OWNER testing at no additional cost in case the OWNER chooses to have additional OWNER furnished testing performed. It is the sole responsibility of the CONTRACTOR to see that his work meets all provisions of the Contract Documents. B. The CONTRACTOR shall cooperate with the soils laboratory personnel and provide access to the work to be tested. The CONTRACTOR shall notify the ENGINEER and OWNER'S testing laboratory sufficiently in advance of operations to allow scheduling oftests. The CONTRACTOR shall furnish casual labor and facilities to obtain and handle samples at the site and to store and cure test samples as required. 1.04 Testing of Materials A. Unless otherwise specified, all materials shall be sampled and tested in accordance with the latest published standard methods of ASTM in effect at the time bids are received. If no ASTM Standards apply, applicable standard methods of the Federal Government or of other recognized agencies shall be used. 01450 -2 ITB#21-008 Downtown Master Stormwater Pond&Park B. Test of materials shall be made by a representative of the CONTRACTOR, unless otherwise provided.Testing of equipment shall be the responsibility of the CONTRACTOR or an authorized manufacturer's representative.All test results shall be furnished to the ENGINEER in writing. The CONTRACTOR shall provide facilities required to collect and forward samples. The CONTRACTOR shall furnish the required samples without charge. C. The CONTRACTOR shall not make use of or incorporate in the work, the materials represented by the sample until tests have been made and the material found to be in accordance with the requirements of the Specifications. D. Materials to be tested and the applicable test procedure shall be as outlined in the individual sections of these Specifications. 1.05 Source and Quality of Materials and Equipment • A. The source of materials to be used shall be in accordance with the Contract Documents and as approved by the ENGINEER before delivery. The approval of the source of any material shall continue as long as the material conforms to the Specifications. B. All material not conforming to the requirements of the Specifications shall be considered as defective and shall be removed from the work. If in place, faulty materials shall be removed by the CONTRACTOR at his expense and replaced with acceptable material unless permitted otherwise by the OWNER. No defective materials which have been subsequently corrected shall be reused until approval has been given. C. Upon failure of the CONTRACTOR to comply immediately with any order of the ENGINEER to remove and replace defective material, the OWNER shall have authority to remove and replace defective materials, and to deduct the cost of removal and replacement from any monies due or to become due to the CONTRACTOR. Failure to reject any defective materials or work at the time of installation shall in no way prevent later rejection when such defects are discovered, nor obligate the OWNER to final acceptance. • 1.06 Additional Testing In addition to soils laboratory and materials testing,the CONTRACTOR shall perform other testing called for in the Contract Documents including but not limited to piping, pressure, leakage, infiltration and exfiltration, as appropriate. 01450 - 3 ITB#21-008 Downtown Master Stormwater Pond&Park PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION 01450 -4 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 01550 MAINTENANCE OF TRAFFIC PART 1 GENERAL 1.01 Section Includes Traffic and dust control 1.02 Related Sections Section 01520 -Temporary Facilities and Controls 1.03 Definitions The term "Maintenance of Traffic" as used herein, shall include all facilities, devices, traffic control personnel,and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance. 1.04 References A. Florida Department of Transportation Roadway and Traffic Design Standards B. Manual on Uniform Traffic Control Devices 1.05 Submittals Provide a signed and sealed traffic control plan prepared by a Professional Engineer licensed in the State of Florida. Include proposed signs, markings, barricades, detour routes, sequencing, and phasing for vehicular and pedestrian traffic routes during construction. This plan shall be based upon the CONTRACTOR's means and methods as well as the proposed schedule of work. 1.06 Qualifications Provide at least one employee in the field (superintendent or foreman) who holds an IMSA(International Municipal Signal Association) Work Zone Traffic Control Safety Certification. This certified employee shall be on the job site when the traffic control measures are installed and when work is occurring within the zones. PART 2 PRODUCTS-Not Used 01550- 1 ITB#21-008 Downtown Master Stormwater Pond&Park PART 3 EXECUTION 3.01 Site Preparation A. Contact property owners affected by construction. Coordinate temporary driveway closures and sequencing. Maintain access for all property owners during construction. B. Remove existing pavement markings and remove or relocate existing signs, signals and the like as necessary to implement traffic control. C. Install signs, markings, barricades in accordance with approved traffic control plan. D. Implement lane closures in accordance with the parameters shown on the drawings and in the approved traffic control plan. E. Perform work in a manner that will cause minimum interruptions to traffic. F. Place excavated material outside roadway clear zones,and away from pedestrian facilities. G. All trenches shall be backfilled each day prior to the completion of construction activities. H. Where special hazards exist, install traffic control through the use of lighted concrete barriers,barricades, or other such traffic control facilities as needed to ensure public safety. 3.02 Maintenance A. Inspect traffic control devices on a daily basis to ensure placement of barricades and function of lights is maintained throughout construction. B. Wet unstabilized areas as necessary to control dust. C. Adjust traffic control devices as required under emergency conditions. END OF SECTION 01550-2 ITB#21-008 Downtown Master Stormwater Pond&Park SECTION 02100 SPECIFIC TECHNICAL SPECIFICATION (Engineering Standards Manual) PART 1 - GENERAL 1.01 DESCRIPTION A. The City of Ocoee Engineering Standards Manual, a separately covered document, shall be an integral part of the Contract Documents for this project. B. Engineering Standards Manual has not been included as part of the bid documents. Contractor may obtain a PDF formatted Engineering Standards Manual from the City of Ocoee Utilities Department. C. The Engineering Standards Manual(latest version at the time of bidding the project) is intended to provide construction and material standards, material and systems testing procedures, and construction requirements. D. It shall be the Contractor's responsibility to provide/perform all labor, work and material in conformance with the requirements of Engineering Standards Manual. E. References to the development community within the Engineering Standards Manual shall not be germane to this project. END OF SECTION 02100-1 ITB#21-008 Downtown Master Stormwater Pond&Park