HomeMy WebLinkAboutItem 04 Approval to Award Invitation to Bid (ITB) #24-007 Job order for Thornebrook Drainage Ditch Improvements
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
STAFF REPORT
Meeting Date: May 7, 2024
Item #: 4
Contact Name: Joyce Tolbert, Olena Stokych Department Director: Rebecca Roberts
Contact Number: Ext. 1516, Ext. 1521 City Manager: Robert Frank
Subject: Approval to Award Invitation to Bid (ITB) #24-007 Job Order for Thornebrooke
Drainage Ditch Improvements. (Procurement Manager Tolbert)
Background Summary: The City of Ocoee, Florida (City) solicited bids for ITB #24-007 Job Order for
Thornebrooke Drainage Ditch Improvements from the Prequalified Contractors for RFQ #22-005 Continuing
Contract to Bid Small Construction Projects under $500,000, including Federal Grant Funded Projects, type of
Work Category “Stormwater”, to furnish labor, supervision, materials, equipment, supplies and incidentals to
construct the Project.
The Thornebrooke Drainage Ditch is located in Ocoee, FL on the north side of Thornebrooke Drive.
Thornebrooke Drive is a City street system, but Orange County has a 15-FT wide drainage right-of-way over
the ditch from 7th Street to the wetland per Deed Book 411, Page 406. Per the Orange County Property
Appraiser (OCPA), the properties that contain the ditch are owned by Orange County Board of County
Commissioners located within Section 32, Township 22S, Range 28E. The ditch is subject to and susceptible
to bank erosion in which the County and the City have determined that this issue can be alleviated with the
installation of an exfiltration trench in the ditch. The City and the County have entered into an interlocal
agreement to facilitate the completion of the project, whereas the County’s portion is $197,593.00. The City
Commission approved the interlocal agreement on November 1, 2022.
The ITB was published on March 14, 2024, to the five (5) Prequalified Contractors for RFQ #22-005,
Stormwater Category Contractors, and opened on April 4, 2024. There were a total of three (3) bids received
ranging from $555,068.27 to $599,179.00. 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 the bid to Garcia Civil Contractors LLC, as the most responsive and responsible
bidder, in the amount of $555,068.27, per the attached award recommendation from Steve Krüg, P.E., Public
Works Director.
The following table is a listing of the bids received:
Bidder Total Bid
1. Garcia Civil Contractors LLC $555,068.27
2. American Persian Engineering and Construction LLC $574,075.00
3. Central Florida Environmental Corporation $599,179.00
4. Schuller Contractors Incorporated Submitted no Bid
notification
City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761
Phone: (407) 905-3100 ▪ www.ocoee.org
Issue:
Should the Honorable Mayor and City Commissioners award the bid ITB #24-007 Job Order for Thornebrooke
Drainage Ditch Improvements to Garcia Civil Contractors LLC?
Recommendations: Staff recommends the Honorable Mayor and City Commissioners:
1. Award ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements to Garcia Civil
Contractors LLC for the amount of $555,068.27 and authorize the Mayor, City Clerk, and Staff to
execute the required contract documents once the required bonds and insurance are received.
2. Approve to increase the Project budget by $200,000.00 to cover construction costs and incidentals by
reallocating funds out of residual Projects not expected to begin this fiscal year.
3. Staff also recommends authorizing the City Manager 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. ITB #24-007 Bid Proposal - Garcia Civil Contractors LLC
2. ITB #24-007 Staff Recommendation (Memorandum)
3. ITB #24-007 Bid Tabulation
4. ITB #24-007 Solicitation
Financial Impacts:
The budgeted amount is approximately $400,000.00 available for this project. Staff recommends increasing
the Project budget to $600,000.00 by reallocating funds out of residual projects not expected to begin this
fiscal year. Reallocated funding will be re-budgeted next fiscal year.
Type of Item: Consent
BID TABULATION
04/04/2024 2:00pm ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements only to the Prequalified Contractors for RFQ #22-005,
Type of Work Category "Stormwater"
BID TAB
No Addenda issued
Required Forms
DESCRIPTION QTY.UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
MOBILIZATION/EXECUTION OF GENERAL
REQUIREMENTS (10% OF BASE BID)1 $40,000.00 $40,000.00 $54,470.00 $54,470.00 $52,875.63 $52,875.63 N/A N/A
PREVENTION, CONTROL ABATEMENT OF EROSION
AND WATER POLLUTION 1 $12,000.00 $12,000.00 $19,713.00 $19,713.00 $11,963.06 $11,963.06 N/A N/A
CLEARING AND GRUBBING DITCH AREA 1 $20,000.00 $20,000.00 $37,315.00 $37,315.00 $10,957.04 $10,957.04 N/A N/A
EXCAVATION, EARTHWORK AND GRADING 1 $35,000.00 $35,000.00 $107,713.00 $107,713.00 $56,223.28 $56,223.28 N/A N/A
FURNISH AND INSTALL TYPE ‘J’- ALT. A PRECAST
STRUCUTRE WITH RING AND COVER 1 $8,000.00 $8,000.00 $13,739.00 $13,739.00 $11,696.07 $11,696.07 N/A N/A
FURNISH AND INSTALL 36” RCP WITH CONCRETE
HADWALL (FDOT INDEX 430-030)8 $1,250.00 $10,000.00 $1,767.00 $14,136.00 $2,215.54 $17,724.32 N/A N/A
FURNISH AND INSTALL ADS 36” DRAINAGE BASIN 24”
STANDARD COVER 4 $13,000.00 $52,000.00 $11,866.00 $47,464.00 $13,567.37 $54,269.48 N/A N/A
FURNISH AND INSTALL #57 STONE FOR TRENCH
SYSTEM 845 $85.00 $71,825.00 $82.00 $69,290.00 $102.39 $86,519.55 N/A N/A
FURNISH AND INSTALL FILTER FABRIC FOR TRENCH
SYSTEM 47000 $0.50 $23,500.00 $0.45 $21,150.00 $0.65 $30,550.00 N/A N/A
FURNISH AND INSTALL ADS N12 AASHTO 36”
PERFORATED PIPE FOR TRENCH SYSTEM 1260 $200.00 $252,000.00 $124.55 $156,933.00 $147.87 $186,316.20 N/A N/A
FURNISH AND INSTALL 24’ RCP PIPE 20 $300.00 $6,000.00 $522.80 $10,456.00 $258.98 $5,179.60 N/A N/A
FURNSIH AND INSTALL 18” RCP WITH CONCRETE
COLLAR 8 $625.00 $5,000.00 $766.00 $6,128.00 $247.67 $1,981.36 N/A N/A
FURNSIH AND INSTALL PVC PIPE SCH 80 (8” PIPE)
WITH CONCRETE COLLAR (FDOT INDEX 430-001)10 $500.00 $5,000.00 $598.00 $5,980.00 $373.63 $3,736.30 N/A N/A
FURNISH AND INSTALL ADS N12 8” HDPE
CORRUGATED DUAL WALL PIPE 40 $65.00 $2,600.00 $70.70 $2,828.00 $81.73 $3,269.20 N/A N/A
FURNISH AND INSTAL BAHIA SOD 3800 $8.00 $30,400.00 $7.70 $29,260.00 $5.54 $21,052.00 N/A N/A
RIPRAP RUBBLE 1.5 $500.00 $750.00 $1,736.00 $2,604.00 $503.45 $755.18 N/A N/A
TOTAL BASE BID:$574,075.00 $599,179.00 $555,068.27 N/A N/A
*Bidders listed in alphabetical order
*Yellow highlighted amounts represent discrepancies on the bid form
*Missing forms considered a minor irregularity
13
N/A
Schuller Contractors
Incorporated submitted a No Bid
notification
N/A
Garcia Civil Contractors LLC
Central Florida Environmental
Corporation
2
American Persian Engineering
and Construction LLC
N/A
N/A
N/A
1
CITY OF OCOEE
INVITATION TO BID (ITB) #24-007
JOB ORDER FOR THORNEBROOKE DRAINAGE DITCH IMPROVEMENTS
ONLY TO THE PREQUALIFIED CONTRACTORS FOR RFQ #22-005
CONTINUING CONTRACT TO BID SMALL CONSTRUCTION PROJECTS
UNDER $500,000, INCLUDING FEDERAL GRANT FUNDED PROJECTS
TYPE OF WORK CATEGORY “STORMWATER”
March, 2024
Prepared by:
City of Ocoee
ocoee
florid a
2
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
TABLE OF CONTENTS
FOR
ITB #24-007 JOB ORDER FOR THORNEBROOKE DRAINAGE DITCH IMPROVEMENTS
ONLY TO THE PREQUALIFIED CONTRACTORS FOR RFQ #22-005 CONTINUING CONTRACT
TO BID SMALL CONSTRUCTION PROJECTS UNDER $500,000, INCLUDING FEDERAL GRANT
FUNDED PROJECTS
BID DOCUMENTS
Section Page
Bid Instructions 3-7
General Terms & Conditions 8-19
List of Subcontractors*, p. 19
Acknowledgement of Addenda*, p. 19
SCOPE OF WORK, BID FORM, AND PLAN SHEETS
Section Page
Exhibit A – Scope of Work 20-21
Exhibit B – Bid Form* 22
Exhibit C – Performance and Payment Bond Forms 23-26
Exhibit D – Conflict of Interest Disclosure Form* 27
Exhibit E – Company Information and Signature Sheet* 28
Exhibit F – Contractor E-Verify Affidavit* 29
Exhibit G – Engineering Standards Manual 30
Exhibit H – Compliance with Florida Trench Safety Act* 31
Exhibit I – Proposed Contract for Construction 32-41
Exhibit J – Plan sheet 1 - Sheet 10 42
*Submit with Bid
End Table of Contents
3
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
CITY OF OCOEE
INVITATION TO BID #ITB 24-007
JOB ORDER FOR THORNEBROOKE DRAINAGE DITCH IMPROVEMENTS
ONLY TO THE PREQUALIFIED CONTRACTORS FOR RFQ #22-005 CONTINUING CONTRACT
TO BID SMALL CONSTRUCTION PROJECTS UNDER $500,000, INCLUDING FEDERAL GRANT
FUNDED PROJECTS
TYPE OF WORK CATEGORY “STORMWATER”
INTENT:
Sealed bids for Bid #ITB 24-007 will be received by the City of Ocoee, hereinafter called “City” or “Owner,” by
the prequalified contractors for RFQ #22-005 Continuing Contract to Bid Small Construction Projects under
$500,000, including Federal Grant Funded Projects, type of Work Category “Stormwater”, submitting a bid for
the work proposed, hereinafter called “Bidder”, "Respondent", "Contractor", or "Offeror".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the
Thornebrooke Drainage Ditch Improvements, in the City of Ocoee, in accordance to the “Scope of Work/Bid
Form” sections of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet
thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check
your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be
typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed
out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid
documents must be signed by a legally responsible representative, officer, or employee and should be properly
witnessed and attested. All bids should also include the name and business address of any person, firm, or
corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a
corporation, the bid should include the name and business address of each officer, director, and holder of 10%
or more of the stock of such corporation.
B. The City will receive questions regarding this ITB through the Bonfire Platform or through written inquiries
directed to Olena Stokych, Purchasing Analyst at ostokych@ocoee.org. Deadline for receipt of written
inquiries will be March 28, 2024 at 2:00 p.m., local time. Any clarifications/changes will be made by way
of written addenda only, issued by the Finance Department/Purchasing. Bidders should not contact City staff,
with the exception of the Procurement Manager, or other City consultants for information regarding this ITB
before the Bid award date. Any contact with any other member of City Staff, City Commission, or its agents
during the solicitation, award, and protest period may be grounds for disqualification.
C. Prospective Bidders may secure a free copy of the documents required for submitting a Bid through the
Bonfire platform by accessing the City’s published solicitation page at https://ocoee.bonfirehub.com. Please
visit https://www.ocoee.org/323/Purchasing for more information. Prospective Bidders will be provided with
all information regarding this ITB, addenda, and changes to the project requirements through the Bonfire
platform; there is no charge to use the Bonfire platform. Partial sets of the documents required for submitting
a Bid will not be issued.
4
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
The City is ONLY accepting electronic solicitation responses online through the City’s Bonfire platform at
https://ocoee.bonfirehub.com. 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 Bid submissions for
this ITB MUST be submitted through the Bonfire Platform. Bid submissions received in any other format
will not be accepted; no paper, fax, or e-mailed submissions will be accepted. There is no charge for bidders
to use the Bonfire e-procurement platform. Bonfire platform’s minimum system requirements: Microsoft
Edge, Google Chrome, Safari, or Mozilla Firefox. JavaScript and browser cookies must be enabled.
Registration with Bonfire is free and is required prior to submitting a bid. You will be required to register
once you click the “PREPARE YOUR SUBMISSION” 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 Bonfire Support Desk by emailing
support@gobonfire.com. Support by email is provided Monday to Friday from 8:00 a.m. – 8:00 p.m.
EST/EDT.
Upon completing the registration with Bonfire, bidders will be able to submit a bid securely, any time before
the bid submission deadline, at https://ocoee.bonfirehub.com by clicking the “PREPARE YOUR
SUBMISSION” under the solicitation. An instructional video is provided for an overview of the submission
process. Once the bid has been submitted, the Bidder will receive a date/time stamp confirmation within the
Bonfire platform and an email confirmation of the bid submission. Bids submitted on the Bonfire Platform
will remain locked and inaccessible by City staff until the bid deadline. Bidders are encouraged to allow
ample time to upload and submit their Bid as the system will automatically lock responses upon the bid
deadline. A virtual public bid opening will be held on the date and time indicated below. Details on how to
access the virtual bid opening will be located on the City’s website at https://www.ocoee.org/959/Public-Bid-
Meetings. The actual contract award will be made by the Ocoee City Commission at a later date. Please be
aware that all City Commission meetings are duly noticed public meetings and all documents submitted to
the City as a part of a bid constitute public records under Florida law.
D. Bidders shall submit one (1) complete electronic copy, preferably in a single file, of their Bid on the Bonfire
Platform. Bids must be received and by Bonfire no later than 2:00 p.m., local time, on April 4, 2024. Any
attempt to submit a bid after the bid deadline will not be accepted under any circumstances. Any uncertainty
regarding the time a bid is received will be resolved against the Bidder. It shall be the sole responsibility of
the Bidder to have the bid uploaded and submitted on the Bonfire Platform prior to the due date and time.
File Uploads – Submission materials should be prepared in the file formats listed under Requested
Information for this opportunity in the Bonfire Platform. The maximum upload file size is 1000 MB.
Documents should not be embedded within uploaded files, as the embedded files will not be accessible or
evaluated. 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.
E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items
which must be submitted with the bid, such as:
5
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
a) Addenda acknowledgement, if applicable;
b) List of Subcontractors/Temporary Worker Agencies;
c) Bid Form provided electronically on Bonfire;
d) Conflict of Interest Disclosure Form
e) Company information/signature sheet
f) Contractor E-Verify Affidavit
g) Compliance Form with Florida Trench Safety Act
h) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph
E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any
obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of
knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items
quoted shall be in compliance with the bid documents/scope of work.
G. A Pre-Bid Conference: None scheduled at this time.
H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in
the Bonfire ITB file or in the form of a written addendum, which will be distributed via Bonfire not later than
twenty-four (24) hours before bid opening. It shall be the responsibility of each Bidder to obtain a copy of all
issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening at any
time up to the date and time set for bid opening. In case any Bidder fails to acknowledge receipt of any
such Addendum, its bid will nevertheless be construed as though the Addendum had been received and
acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents
and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the
City. B idders are cautioned that any other source by which a Bidder receives information concerning,
explaining, or interpreting the Bid Documents shall not bind the City.
I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the
rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or
corporation under the same or different name. For purposes of this subparagraph, firms, partnerships
or corporations under common control may be considered to be the same entity;
b) Evidence of collusion between or among Bidders;
c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having
defaulted on a previous contract with the City;
d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on
prior projects that, in the City’s judgment and sole discretion, raises doubts as to Bidder’s ability to
properly perform the work; or
e) Any other cause which, in the City’s judgment and sole discretion, is sufficient to justify
disqualification of Bidder or the rejection of its bid.
J. 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 a award with any public entity, and may not transact business with any public entity in excess of the
6
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of
being placed on the convicted vendor list. [See s. 287.133(2) (a), Florida Statutes.]
K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as
may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders
should be aware that the Bid and the responses thereto are in the public domain and are available for public
inspection. Bidders are requested, however, to identify specifically any information contained in their bids
that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing
specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the
property of the City and will not be returned. In the event of an award, all documentation produced as part of
the contract will become the exclusive property of the City.
L. 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 407-905-3105, CCDL@ocoee.org, WITH
AN OFFICE LOCATED AT 1 N. BLUFORD AVENUE, OCOEE, FLORIDA 34761.
M. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid
opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent,
in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for
receiving bids, no bid may be withdrawn or modified.
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
7
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
specific limitations. The City reserves the right to negotiate price with the low Bidder(s) if the bid prices
over the City’s budget for this project. The City may accept one or more bids if, in the City’s discretion,
the City determines that it is in the City’s best interest to do so.
The City reserves the right to award the contract to the Bidder which, in the City’s sole discretion, is
the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which
bid is responsible, to require a bidder to submit such additional evidence of Bidder’s qualifications as
the City may deem necessary, and may consider any evidence available to the City of the financial,
technical, and other qualifications and abilities of a Bidder, including past performance (experience)
with the City and others. The City Commission shall be the final authority in the selection of any and
all bids.
(Remainder of page left blank intentionally.)
8
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Not applicable at this time.
b) No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the
bid opening.
2. PERFORMANCE AND PAYMENT BONDS
(Required if Project is over $200,000.00.)
a) The Successful Bidder shall furnish the City with a State of Florida 100% Performance and a 100%
Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds
shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a
current Power of Attorney from the surety company issuing the bond. The attached Performance
and Payment Bond Forms shall be used.
b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The
bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing
that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of
the bonds. The date of the certification cannot be earlier than the Agreement.
3. DEFAULT:
As a result of bids received under this Invitation, the award of the contract may be based, in whole or in
part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery
deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other
provisions of the specifications and/or other contract documents, the City may declare the Contractor in
default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and
the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies,
or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any
excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of
the contract, the Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of the
specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with
written notification of its intention to terminate for default unless prescribed deficiencies are corrected
within a specified period of time. Such notification shall not constitute a waiver of any of the City’s rights
and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents,
and employees against liability, including costs and expenses for infringement upon any letters patent of
the United States arising out of the performance of this Contract or out of the use or disposal by or for the
account of the City or supplies furnished or construction work performed hereunder, to the extent caused
9
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
by the negligence, recklessness, or intentional wrongful misconduct of the Respondent and persons
employed or utilized by the Respondent in the performance of the construction contract.
Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents,
and employees from any suits, actions, damages, and costs of every name and description, including
attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent,
trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or
materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception
that the bid price shall include all royalties or cost arising from the use of such design, device, or materials.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate
bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of
Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will
be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the
City assumes no responsibility for such costs incurred by the bidder.
The Bid form should not be completed in pencil. All 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.
a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and
unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its
usefulness.
b) The prices in this bid have been arrived at independently, without consultation, communication, or
agreement for the purpose of restriction competition, as to any matter relating to such prices with any
other Bidder or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have not been
knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening,
directly or indirectly to any other Bidder or to any competitor;
d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit
or not to submit a bid for the purpose of restricting competition. Every contract, combination or
conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and
all applicable federal regulations);
e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a
contract with the State of Florida Purchasing Division; and
10
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by
the most favorable commercial warranties the Bidder gives to any customer for such supplies/services
and that rights and remedies provided herein are in addition to and do not limit any rights offered to
the City by any other provision of the bid award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in making awards,
except that discounts for payments within less than 30 days will not be considered in evaluation of
bids. However, offered discounts will be taken for less than 30 days if payment is made within
discount period.
b) In connections with any discount offered, time will be computed from date of delivery and acceptance
at destination, or from the date correct invoice is received in the office of Finance, whichever is later.
Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and, if not called for within
fifteen days from date of bid opening, same will be disposed of in the best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive and responsible
Bidder according to the following criteria:
Compliance with scope of work, specifications, terms, and conditions, including project schedule
Bid price
Warranty offered
Experience with similar work
Successful reference check
9. LITERATURE:
If required by the scope of work, or the specifications, descriptive literature/brochures shall be included
with this bid in order to properly evaluate make/model offered. Bids submitted without same may be
considered non-responsive and disqualified.
10. BID PROTESTS:
All Bid Protests shall be submitted to the Procurement Analyst in the following manner:
1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests
shall not be acknowledged.
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
11
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
documents (drawings and specifications). The Bidder shall clarify all questions concerning the design
documents of the project prior to submitting its bid.
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.
4. The bid protest shall be filed with the Procurement Analyst at ostokych@ocoee.org with a copy to
the Procurement Manager at jtolbert@ocoee.org not later than five (5) calendar days after the posting
of the notice of intent to award or recommendation of award by staff, whichever is earlier.
5. The Procurement Manager, on behalf of the City, shall make a determination of the merits of the
protest not later than five (5) business days after receipt of the protest. If the City denies the protest,
the City may proceed with award of the contract unless enjoined by order of a court of competent
jurisdiction.
11. PAYMENT TERMS:
Payment will be based upon monthly applications for payment properly submitted by the Contractor to
the Owner and based upon the percentage of work complete. Retainage shall be five (5) percent of work
to date based on the progress payment, including all change orders. All retainage amounts shall be paid
when the work is complete, unless otherwise stated in the contract. Payment for all applications for
payment for work properly completed shall be made, 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.
No payment will be made for materials ordered without proper purchase order authorization. Payment
cannot be made until materials, goods or services, have been received and accepted by the City in the
quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
• Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and
• Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and
local sales taxes.
12. CONTRACT:
a) The successful Bidder, hereinafter referred to as “Contractor,” will be required to enter into a contract
with the City. The contract shall be a written agreement similar to the ASCE standard construction
contract or City-issued purchase order. Construction time will be ninety (90) days from the Notice to
Proceed for substantial completion and one hundred fifty (150) days from the Notice to Proceed for
final completion.
b) The City may in its sole discretion award any additional work, whether in the existing area, or in any
additional area, to any third party, or such work may be performed by the City’s employees.
12
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
Contractor will be expected to cooperate with any or all other Contractors who may be performing
work for the City.
c) Warranty Period: The Contractor is to provide a minimum one-year warranty beginning on the date
of substantial completion, as recorded on a certificate of substantial completion issued by the City to
the Contractor. The City will perform periodic inspections of the work and note any items that require
correction. Unless posing a danger to the public, potentially leading to further damage to the affected
improvement if not corrected, the City will normally wait to compile a list of all required corrective
actions and transmit it to the Contractor near the end of the warranty period.
The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be
extended in consideration of the need to fabricate or receive necessary materials, arrange for the work
to be performed by a subcontractor, and other reasonable causes. The notice of required corrective
action will include the period allowed for correction. The City may levy liquidated damages in the
amount of $250 for each day beyond the final completion date shown on the notice. Any corrective
work provided may be subject to a warranty extension determined by the City, but in no case longer
than one year in duration from the date of correction.
13. SAFETY/OSHA REQUIREMENTS:
The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply
with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including
without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act,
Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances
Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S.
Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry,
Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work.
b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but
also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and
ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is
available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety
glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some
cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear
protection as well as to ensure that all unauthorized personnel are well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible
materials cleaned up.
13
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c )
load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with
OSHA 1926.550 and ANSI B30.5.
l) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring
of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
o) Per City Ordinance, any Contractor using construction dumpsters within the
City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc.
14. DRUG-FREE WORKPLACE:
By submitting a bid, Bidder certifies Bidder’s status as a Drug-Free Work Place or evidence of an
implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder’s employees
any segregated facilities at any of the Bidder’s establishments and that the Bidder does not permit the
Bidder’s employees to perform their services at any location, under the Bidder’s 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 room, work areas, time clocks, locker
rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which
are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The
Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors
for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior
to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity clause, and that the Bidder will retain such certifications in the Bidder’s files.
The non-discriminatory 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 U.S. Secretary of labor, are incorporated
herein.
16. CONFLICT OF INTEREST/NON-COLLUSION CERTIFICATION:
The Bidder declares by submission of a bid package that the only persons, or parties interested in their
bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the
above named entity has directly or indirectly entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive pricing in connection with the entity’s
submittal for the above project. This statement restricts the discussion of pricing data until the
completion of negotiations and execution of the Agreement for this project.
The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly
owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or
emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not
14
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
include ownership or benefit by a spouse or minor child.)
The 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, the Bidder agrees to immediately notify the City in
writing. Bidder must submit the attached Conflict of Interest Disclosure Form.
The Bidder further declares that a careful examination of the scope of services, instructions, and terms
and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid
documents, and will meet or exceed the scope of services, requirements, and standards contained in the
Bid documents.
Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the
City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or
transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire
under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the
particular commodities or services purchased or acquired by the City. At the City’s discretion, such
assignment shall be made and become effective at the time the City tenders final payment to the Bidder.
The bid constitutes a firm and binding offer by the Bidder to perform the services as stated.
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(16), Florida Statutes, requests for proposals as defined
by Section 287.012(23), Florida Statutes, and any contract document described by Section 287.058,
Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of
Section 287.133, Florida Statutes, which reads as follows:
“A person or affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may
not submit a bid on a contract with a public entity for the construction or repair of 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 a contract with any public entity, and
may not transact business with any public entity in excess of the threshold amount provided in Section
287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted
vendor list.”
All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that
they have read the previous statement and by signing the bid documents are qualified to submit a
bid under Section 287.133 (2)(a), Florida Statutes.
18. SCRUTINIZED COMPANIES:
Bidder certifies that the company is not participating in a boycott of Israel. Bidder certifies that the Bidder
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 Bidder is unable to
provide such certification but still seeks to be considered for award of this solicitation, Bidder shall, on a
15
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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. Bidder
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 Bidder 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.
19. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL
INTERESTS IN GOVERNMENT CONTRACTING:
Bidders are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the
City will not request documentation of or consider a Bidder's social, political, or ideological interests when
determining if the Bidder is a responsible Bidder. Bidders are further notified that the City's governing
body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests.
20. PERMITS/LICENSES/FEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments
will be made. Permit fees are waived for any City of Ocoee permits required.
b) The City requires a City of Ocoee registration if permitting is required. Please contact the City’s
Building Department at (407)905-3100 extension 1000, directly for information concerning this
requirement.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of
the contractor.
21. E-VERIFY REGISTRATION AND USE.
By entering into the Contract, the awarded Contractor is obligated to comply with the provisions of
§ 448.095, Fla. Stat., "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. If the Contract is terminated pursuant to Section 448.095, Fla. Stat.,
such termination is not a breach of contract and may not be considered as such. Any challenge to
termination under this provision must be filed in the Ninth Judicial Circuit Court of Florida no later
than 20 calendar days after the date of termination. If the Contract is terminated for a violation of
Section 448.095 Fla. Stat., by the Contractor, the Contractor shall be liable for any additional costs
incurred by the City as a result of the termination of the Contract. Nothing in the E-Verify
Certification shall be construed to allow intentional discrimination of any class protected by law.
A. Pursuant to section 448.095, Florida Statutes, Contractor shall register with and use the U.S.
Department of Homeland Security's E-Verify system, https://e-verify.uscis.gov/emp, to verify the
work authorization status of all Contractor employees hired on and after January 1, 2021.
16
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
B. Subcontractors
(i) Contractor shall also require all subcontractors performing work under this Agreement to
use the E-Verify system for any employees they may hire during the term of this Agreement.
(ii) Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien, as defined in section
448.095, Florida Statutes.
(iii) Contractor shall maintain a copy of all subcontractor affidavits for the duration of the
Agreement.
C. Contractor must provide evidence of compliance with section 448.095, Florida Statutes. Evidence
shall consist of an affidavit from the Contractor stating all employees hired on and after January
1, 2021 have had their work authorization status verified through the E-Verify system and a copy
of their proof of registration in the E-Verify system.
D. Failure to comply with this provision is a material breach of the Agreement, and shall result in the
immediate termination of the Agreement without penalty to the City. Contractor shall be liable for
all costs incurred by the City to secure a replacement Agreement, including but not limited to, any
increased costs for the same services, any costs due to delay, and rebidding costs, if applicable.
Completed the attached Contractor E-Verify Affidavit and submit with qualification
package.
22. INSURANCE REQUIREMENTS:
The Contractor shall not commence any work in connection with an Agreement until all of the following types of
insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any
Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been
so obtained and approved. Policies other than Workers’ Compensation shall be issued only by companies
authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida
which maintain a Best’s Rating of “A” or better and a Financial Size Category of “VII” or better according to the
A.M. Best Company. Policies for Workers’ Compensation may be issued by companies authorized as a group self-
insurer by 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which
may represent a deductible in any insurance policy. The payment of such deductible shall be the sole
responsibility of the General Contractor and/or subcontractor providing such insurance.
b) Workers’ Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker’s
Compensation Insurance with Employer’s Liability Limits of $500,000/$500,000/$500,000 for all the
Contractor’s employees connected with the work of this project and, in the event any work is sublet, the
Contractor shall require the subcontractor similarly to provide Workers’ Compensation Insurance for all of the
latter’s employees unless such employees are covered by the protection afforded by the Contractor. Such
insurance shall comply fully with the Florida Workers’ Compensation Law. In case any class of employees
engaged in hazardous work under this contract for the City is not protected under the Workers’ Compensation
statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to
the City, for the protection of the Contractor’s employees not otherwise protected.
Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor’s Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this
Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an
additional insured, and shall protect the Contractor and the City from claims for damage for personal injury,
17
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
including accidental death, as well as claims for property damages which may arise from operations under this
Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Injury Liability & Property Damage Liability
$1,000,000 Combined single limit per occurrence (each person, each accident)
All covered automobile will be covered via symbol 1
Liability coverage will include hired & non-owned automobile liability
Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-contributory.
$2,000,000 GENERAL AGGREGATE
$2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
$1,000,000 PER OCCURRENCE
$1,000,000 PERSONAL & ADVERTISING INJURY
Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor’s Comprehensive General Liability, Automobile Liability and Worker’s Compensation
Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this
subcontract, insurance of the type specified above or insure the activities of these subcontractors in the
Contractor’s policy, as specified above.
4) Owner’s Protective Liability Insurance: n/a for this project.
5) Contractual Liability: If the project is not bonded, the Contractor’s insurance shall also include contractual
liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND
AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL
INSURED.
$1,000,000 PER OCCURRENCE
$2,000,000 AGGREGATE
6) Commercial Umbrella:
$1,000,000 PER OCCURRENCE
$2,000,000 Aggregate
Including Employer’s Liability and Contractual Liability
7) Builders Risk: n/a for this project
8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an
additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the
authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated
and show:
The name of the Insured contractor, the specific job by name and job number, the name of the insurer,
the number of the policy, its effective date, its termination date.
Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material
changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation
for non-payment of premium.
18
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
IJ,CORD. CERTIFICATE OF LIABILITY INSURANCE OP JD Jr9 DATE (MIWONYYY)
FRAZE-1 11/04 /04 I PROOUCEA THIS CERTIFICATE JS 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 NAIC#
INSURED INSURER.A:. .I.II hat. btlag .lo-DI' ■•t.t.u•
INSURERS:
Contractor's Name NSURERC: Address
INSURERO:
INSURERE:
COVERAGES
THE POUCIES OF INSURANCE LISTED BELOW HA.VE BEEN ISSUED TO THE INSURED NAMED A8<NE FOR THE POLICY PERIOD INDICATED. NOTWtTHSTNIDING
ANY REQUIREMENT, TERM OR CONDmON OF AHY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WH ICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS. EXCLUSK)NS AND CONOITIONS OF SUCH
POLICIES. AGGREGATE UMrTS SHOWN W.Y HAVE BEEN REDUCED BY PAIO CLAIMS.
LTR HSR TYPE OF INSURANCE POLICY NUMBER DAT' "'•MIO DATE LIMITS
GENERAL UMIUTY EACH OCCURRENCE ·,1,000,000 ,-
PREMisES ie'a ~tnca1 S50,000 X X COMMERC&AL GENERAL UIJIJUTY c-:=J CLAJMS MAOE ~ OCCUR s 5,000 ,...... MEO EXP (Any one person)
PERSONAL & ADI/ INJURY s1,000,000 -GENERAL AGGREGATE s:i,000,000 ,......
: s :Z, 000, 000 GEN'l AGGREGATE LIM rT APPLIES PER: PRODUCTS · COMP/OP AGG
h POLICY lil ~i nLOC
AUTOMOBILE LIAIUUTY COMBINED SINGLE LIMIT s 1,000,000
X AHYAUTO (Ea accidlnl) ,--
c-All OWNED ALITOS BOOIL Y INJURY s
SCHEDULED AUTOS (Per person) x HIRED AUTOS BOOIL Y INJ\JRV s ,--
X NON-OWNED AUTOS (Pwatddent) ,---PROPERTY DAMAGE ! s (Ptfacd denl)
OARAGEUABIUTY AUTO ONLY · EA ACCIDENT s
R ~YAUTO OTiiERTHAN EAACC i S
AUTO ONLY: AGG s
!XCESSIUMIIR.eLLA UABIUTY EACH OCCURRENCE ,1,000,000
X [!Jocc uR Ocl.AIMSMAOE AGGREGATE s:z,000,000 .,
R DEDUCTIBLE s
' RETEHTION s . s
WORKERS COWENSATION AND x hOR°'v.,L1Mrr'S I I ER
EMPLOYERS' L.IAIUUTY E.L. EACH ACCl0£NT 1500,000 ANY PROPRJETOR/PARTNERIEXECUTIVE
OFFICERfMEMBER EXCLUDED? E.L. DISEASE · EA EMPLOYEE S 5 0 0 , 0 0 0
g~.ii_~Sbelow E.L DISEASE• POLICY LIMIT ·s500,ooo
OTJ-M!'.lt
Builders Risk Any 1 Loe 100,IXX>
Any 1 0cc 1 ,000,000
DESCRIPTIOH OF OPERATIONS I LOCATIONS I VEHICLES/ EXCLUSIONS ADDED SY ENDORSEMENT I SPECW. PROVISIONS
The insurance evidenced by this certificate shall name the certificate
holders as an additional insured on the General Liability, Ombrella
Liability. Workers• Compensation, Employers• Liability, General Liability
shall contain a Waiver of Subrogation in favor of the certificate holder.
The certificate holder ia added as a
CERTIFICATE HOLDER
City of Ocoee
150 N, Lakeahore Drive
Ocoee PL 34761-2:158
ACORD 25 {2001/08)
mnn .irBnn :fir Ibi..lms Rise.
OCOBBOl
CANCELLATION
SHOUlD NfY OF THE ABOV! DUCRIBED POLICIES ee CANCELLED IIEfOR.E THE EXPlRATIQt.
DAT£ THEMOI', THe ISSUING INSURER WILL ENDEAVOR TO MAJL !.Q__ DAYS wRJ'TTEH
NOTICE TO Ttif CfRTlFlCATE HOI.OER NAM~D TO THI! LEl'T, BUT FAILUR! TO DO SO SHALL
IMP03E NO 08UOATJ0N OR LIABILITY OF ANY KIND UPON THE INSURER. rTS AGENTS OR
REPRESENTATIVES.
AUTHOR2!.D RlPRESENTATIVE
Cl ACORD CORPORATION 19BE
:
19
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
23. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
(Attach additional sheets if necessary)
The Bidder certifies that the Bidder has investigated each subcontractor/temporary worker agency listed
and has received and has in the Bidder’s files evidence that each subcontractor/temporary worker agency
maintains a fully-equipped organization capable, technically and financially, of performing the pertinent
work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is
further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors
listed above shall require the City of Ocoee’s approval before any work shall commence by the
additional subcontractor on this project.
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
No._____________ Dated _____________________
No._____________ Dated _____________________
No._____________ Dated _____________________
No._____________ Dated _____________________
No._____________ Dated _____________________
(remainder of page left blank intentionally)
20
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT A
CITY OF OCOEE
ITB #24-007
JOB ORDER FOR THORNEBROOKE DRAINAGE DITCH IMPROVEMENTS
ONLY TO THE PREQUALIFIED CONTRACTORS FOR RFQ #22-005 CONTINUING CONTRACT
TO BID SMALL CONSTRUCTION PROJECTS UNDER $500,000, INCLUDING FEDERAL GRANT
FUNDED PROJECTS
SCOPE OF WORK
Introduction:
The Thornebrooke Drainage Ditch is located in Ocoee, FL on the north side of Thornebrooke Drive. The project
location is shown on Figure 1. Thornebrooke Drive is a City street system, but Orange County has a 15-FT wide
drainage right-of-way over the ditch from 7th Street to the wetland per Deed Book 411, Page 406. Per the Orange
County Property Appraiser (OCPA), the properties that the contain the ditch are owned by Orange County Board
of County Commissioners located within Section 32, Township 22S, Range 28E. The tax folio numbers are:
Description Tax Folio Number
Parcel A 32-22-28-0000-00-067
Parcel B 32-22-28-0000-00-070
Table 1: Parcels identified on Orange County Property Appraiser that contain the ditch. Parcel A is directly east
of Parcel B.
21
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
Figure 1: Parcels containing the ditch; Parcel A is east of Parcel B and together they contain the entirety of the
ditch.
The ditch is subject to and susceptible to bank erosion in which the County and the City have determined that this
issue can be alleviated with the installation of an exfiltration trench in the ditch. The City and the County have
entered into an interlocal agreement to facilitate the completion of the project and establish future maintenance.
Figure 2: Thornebrooke Drainage Ditch on the north side of Thornebrooke Dr between Maguire Rd and 7th Ave.
Scope of work:
The proposed retrofit project includes the installation of an exfiltration ditch, where the existing open ditch is
located, to provide treatment where none exists and convey stormwater. The exfiltration ditch will be 5-FT wide,
4.5-FT deep, and 1260-LF. One (1) 36-IN diameter ADS N-12 perforated pipe will run the length of the trench at
a 0.2% grade. Backfill material will be crushed stone or FDOT Type 57 stone, clean of silts and meeting the
requirements of Class II material as defined in ASTM D2321. Bedding and backfill for surface drainage inlets
shall be placed and compacted uniformly in accordance with ASTM D2321. Mirafi 180N filter fabric shall
envelope the trench with a 2-IN overlap.
An FDOT Type ‘J’ ditch bottom inlet is to be installed at the east end of the ditch with four additional 36-IN ADS
drain basins with 24-IN grates installed at 300-LF increments along the reach of the exfiltration ditch as additional
access points. A grass swale will be maintained above the exfiltration ditch for surface water conveyance of
precipitation that falls on the parcels.
At each ADS drain there is a 13-FT stub out of an 8-IN ADS N-12 pipe with cap. These stub out are not collecting
water now but are being made available for future connection to be made by the Meadow Ridge Subdivision to
the north if the subdivision decides to install an underdrain for parcels 93-108. It will be up to the subdivision to
identify their need and ensure connection does not exceed the conveyance capacity of the planned exfiltration
ditch and enter at a rate no greater than 2.7-CFS per pipe.
An FDOT flat endwall and 8-LF of 36-IN RCP will terminate the ditch to an open sump condition with an earthen
weir at 124.5-FT elevation to prevent backflow from the wetland during storm events equal to or less than a 25-
your, 24-hour storm event.
END OF SECTION
22
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT B
BID FORM
Fillable Bid Form provided electronically on Bonfire
The City is not responsible for the incorrect formulas or calculations on the provided Excel Bid Form
ITB #24-007 Bid Form (Page 1 of 1)
Item
No.
Item Description Quantity Unit Unit
Price
Total
Price
DRAINAGE ITEM
1.01 MOBILIZATION/EXECUTION OF GENERAL
REQUIREMENTS (10% OF BASE BID)
1 LS
1.02 PREVENTION, CONTROL ABATEMENT OF EROSION
AND WATER POLLUTION
1 LS
1.03 CLEARING AND GRUBBING DITCH AREA 1 LS
1.04 EXCAVATION, EARTHWORK AND GRADING 1 LS
1.05 FURNISH AND INSTALL TYPE ‘J’- ALT. A PRECAST
STRUCUTRE WITH RING AND COVER
1 EA
1.06 FURNISH AND INSTALL 36” RCP WITH CONCRETE
HADWALL (FDOT INDEX 430-030)
8 LF
1.07 FURNISH AND INSTALL ADS 36” DRAINAGE BASIN
24” STANDARD COVER
4 EA
1.08 FURNISH AND INSTALL #57 STONE FOR TRENCH
SYSTEM
845 TON
1.09 FURNISH AND INSTALL FILTER FABRIC FOR
TRENCH SYSTEM
47,000 SF
1.10 FURNISH AND INSTALL ADS N12 AASHTO 36”
PERFORATED PIPE FOR TRENCH SYSTEM
1,260 LF
1.11 FURNISH AND INSTALL 24’ RCP PIPE 20 LF
1.12 FURNSIH AND INSTALL 18” RCP WITH CONCRETE
COLLAR
8 LF
1.13 FURNSIH AND INSTALL PVC PIPE SCH 80 (8” PIPE)
WITH CONCRETE COLLAR (FDOT INDEX 430-001)
10 LF
1.14 FURNISH AND INSTALL ADS N12 8” HDPE
CORRUGATED DUAL WALL PIPE
40 LF
1.15 FURNISH AND INSTAL BAHIA SOD 3,800 SY
1.16 RIPRAP RUBBLE 1.5 TON
Total Base Bid Cost:
Written Total Base Bid Cost:
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: _________________________________________
BID PREPARED BY (PRINT): ___________________________________________
SIGNATURE: ___________________________________________
23
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT C
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 #24-
007 Job Order for Thornebrooke Drainage Ditch Improvements only to the Prequalified
Contractors for RFQ #22-005 Continuing Contract to Bid Small Construction Projects
under $500,000, including Federal Grant Funded Projects (hereinafter referred to as the
"Project") in accordance with the plans and specifications prepared by City of Ocoee , dated
February 2024; 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, as well as, fulfilling
all warranty obligations required after the Certificate of Completion is issued, 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.
24
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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
25
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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
for ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements only to the
Prequalified Contractors for RFQ #22-005 Continuing Contract to Bid Small Construction
Projects under $500,000, including Federal Grant Funded Projects.
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.
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.
26
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
(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
27
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT D - ITB #24-007 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
florida
28
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT E - BID # 24-007 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE “SCOPE OF WORK/BID
FORM” ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
__________________________________ __________________________________
COMPANY NAME TELEPHONE (INCLUDE AREA CODE)
__________________________________
FAX (INCLUDE AREA CODE)
__________________________________
E-MAIL ADDRESS
_________________________________ IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
________________________________
NAME/TITLE (PLEASE PRINT) ____________________________________________
________________________________ ____________________________________________
STREET ADDRESS
_________________________________
CITY STATE ZIP
FEDERAL ID #____________________
_____Individual _____Corporation _____Partnership _____Other (Specify)________________________
Sworn to and subscribed before me by means of ☐ physical presence or ☐ online notarization this
________day of ____________________, 20____.
Personally Known___________ or
Produced Identification_________
____________________________ Notary Public - State of _______
(Type of Identification) County of __________________
___________________________
Signature of Notary Public
___________________________
Printed, typed or stamped
Commissioned name of Notary Public
29
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT F
CONTRACTOR E-VERIFY AFFIDAVIT
I hereby certify that [insert contractor company name] does
not employ, contract with, or subcontract with an unauthorized alien, and is otherwise in full
compliance with Section 448.095, Florida Statutes.
All employees hired on or after January 1, 2021 have had their work authorization status
verified through the E-Verify system.
A true and correct copy of [insert contractor company name]
proof of registration in the E-Verify system is attached to this Affidavit.
Print Name:
Date:
STATE OF FLORIDA
COUNTY OF _
The foregoing instrument was acknowledged before me by means of □physical presence or
□online notarization, this (date) by (name of officer
or agent, title of officer or agent) of (name of contractor company
acknowledging), a _________ (state or place of incorporation) corporation, on behalf of the
corporation. He/she is personally known to me or has produced ____________________
(type of identification) as identification.
[Notary Seal] Notary Public
Name typed, printed or stamped
My Commission Expires: _______
30
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT G
Engineering Standards Manual: https://www.ocoee.org/212/Engineering-Standards
31
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT H 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 on the Bid Form. For informational purposes only, the bidder is required to further identify these costs in the summary below.
Trench Safety
Measure
(Description)
Unit of
Measure
(LF, SY)
Unit
(Quantity)
Unit
Cost
Extended
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 ensure 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
32
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT I
PROPOSED CONTRACT FOR CONSTRUCTION
THIS AGREEMENT is dated as of the day of in the year
2024 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:
CITY OF OCOEE
ITB #24-007 JOB ORDER FOR THORNEBROOKE DRAINAGE DITCH
IMPROVEMENTS ONLY TO THE PREQUALIFIED CONTRACTORS FOR RFQ #22-
005 CONTINUING CONTRACT TO BID SMALL CONSTRUCTION PROJECTS
UNDER $500,000, INCLUDING FEDERAL GRANT FUNDED PROJECTS
TYPE OF WORK CATEGORY “STORMWATER”
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 and supervision
for the work which is generally described as the following:
• The Thornebrooke Drainage Ditch is located in Ocoee, FL on the north side of
Thornebrooke Drive. Thornebrooke Drive is a City street system, but Orange County
has a 15-FT wide drainage right-of-way over the ditch from 7th Street to the wetland
per Deed Book 411, Page 406. Per the Orange County Property Appraiser (OCPA),
the properties that the contain the ditch are owned by Orange County Board of County
Commissioners located within Section 32, Township 22S, Range 28E. The ditch is
subject to and susceptible to bank erosion in which the County and the City have
determined that this issue can be alleviated with the installation of an exfiltration
trench in the ditch. The City and the County have entered into an interlocal agreement
to facilitate the completion of the project and establish future maintenance.
• The proposed retrofit project includes the installation of an exfiltration ditch, where
the existing open ditch is located, to provide treatment where none exists and convey
stormwater.
ARTICLE 2. ARCHITECT AND ENGINEER
The Project has been designed by the City of Ocoee; the City’s Engineer or his designee is to act
as Owner's representative, assume all duties and responsibilities of the project engineer, and have
33
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
the rights and authority assigned to Engineer in the Contract Documents in connection with
completion of the work.
ARTICLE 3. CONTRACT TIME
3.1 The work shall be Substantially complete within ninety (90) calendar days. The Entire
work shall be complete and ready for its intended use, including final dressing and cleanup,
within one hundred fifty (150) calendar days. All time periods begin from the effective
date of the Notice to Proceed.
In accordance with Florida Statutes Section §218.735, within 30 calendar days, or 45 days
if over $10 million construction cost, of reaching substantial completion of the construction
services, the Owner and Contractor shall work together to develop the single list of items
and the estimated cost to complete each item on the list required to render complete,
satisfactory, and acceptable the construction services purchased by the Owner. See also
General Conditions Section 710, and Section 5 of the Contract, Payment Procedures.
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. 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 Two Hundred Dollars ($200.00) for each day that expires beyond the date
specified in paragraph 3.1 above for substantial completion Two Hundred Fifty Dollars
($250.00) 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
actions undertaken by Owner to resolve construction defects. Such corrective actions
include, but are not limited to, restoration of damaged areas, clearing of water customer
34
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
facilities to remove construction debris, repair and replacement of damaged reclaimed
water customer equipment, and emergency repairs to the water or reclaimed distribution
system during the one-year warranty period.
3.6 Suspension of Work and Termination as stated in Article 15 of the General Conditions.
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. In accordance with Section §218.735 Florida Statutes, 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 Progress payments will be made in an amount equal to the percentage indicated in
Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously
made and less such amounts as Engineer shall determine, or Owner may withhold.
5.1.2 Progress payments shall be equal to ninety-five percent (95%) of the value of work
completed to date and Ongoing Stored Material Allowance, to include materials
and equipment not incorporated into the work but delivered and suitably stored and
accompanied by documentation satisfactory to Owner, with the remaining five
percent 5% of the work being retainage.
5.1.3 Retainage shall be five percent (5%) of work to date based on the progress payment,
including all change orders.
35
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
5.2 Final Payment - Within 20 business days after the single list of items is created per Section
3.1, upon receipt of a proper invoice or Application for Payment, the Owner shall pay the
contractor the remaining contract balance that includes all retainage previously withheld
by the Owner less an amount equal to 150 percent of the estimated cost to complete the
items on the list, less any liquidated damages. Upon completion of all items on the list, the
contractor may submit a payment request for the amount withheld by the Owner. If a good
faith dispute exists as to whether one or more items identified on the list have been
completed pursuant to the contract, the local governmental entity may continue to withhold
up to 150 percent of the total costs to complete such items. If the Owner has provided
written notice to the contractor specifying the failure of the contractor to meet contract
requirements in the development of the list of items to be completed, the Owner must pay
the contractor the remaining balance of the contract, less any items in dispute, less an
amount equal to 150 percent of the estimated cost to complete the items that the local
governmental entity intended to include on the list.
ARTICLE 6. INTEREST
All monies not paid when due shall bear interest at the rate set in accordance with Chapter 218,
part VII the Local Government Payment Act.
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 and the General Conditions of the contract 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).
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
36
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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.
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 Percentage of work with Contractor's Own Forces: Not used.
7.10 Suspension of Work and Termination as stated in Article 15 of the General Conditions.
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.
8.2 Exhibits to this Scope of work Agreement (if any).
8.3 Performance Bond, Payment Bond and Certificates of Insurance.
8.4 Notice of Award and Notice to Proceed.
8.5 Standard General Conditions of the Construction contract, Section 710.
8.6 Bid Documents bearing the general title "ITB #24-007 Job Order for Thornebrooke
Drainage Ditch Improvements only to the Prequalified Contractors for RFQ #22-005
Continuing Contract to Bid Small Construction Projects under $500,000, including
Federal Grant Funded Projects, Type of Work Category “Stormwater” ", dated
March, 2024.
8.7 Drawings consisting of a cover sheet and the sheets bearing the following general title:
37
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
City of Ocoee, FL
Construction Plans for Thornebrooke Drainage Ditch Improvements Project, PDF Sheets
1. Plan Sheets 1 – 10
8.8 Addenda numbers __ to __, inclusive.
8.9 Contractor's Original Bid.
8.10 Documentation submitted by Contractor prior to Notice of Award.
There are no other Contract Documents than those listed above in this Article 8.
ARTICLE 9. MISCELLANEOUS
9.1 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.
9.2 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.
9.3 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida
Statutes are not applicable to this Agreement.
9.4 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contractor
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.
9.5 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.
38
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
9.6 SCRUTINIZED COMPANIES: 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.
9.7 To the degree records are not exempt or confidential under Florida’s Public Records law,
Contractor agrees to comply with Chapter 119, Florida Statutes, and particularly Section
119.0701, Florida Statutes, relating to a contractor’s obligation with regard to public
records.
9.8 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
39
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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 407-905-3105 CCDL@ocoee.org, WITH
AN OFFICE LOCATED AT 1 NORTH BLUFORD AVENUE, OCOEE,
FLORIDA 34761.
9.9 E-Verify:
By entering into the Contract, the awarded Contractor is obligated to comply with the
provisions of § 448.095, Fla. Stat., "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. If the Contract is terminated pursuant to Section 448.095, Fla.
Stat., such termination is not a breach of contract and may not be considered as such. Any
challenge to termination under this provision must be filed in the Ninth Judicial Circuit
Court of Florida no later than 20 calendar days after the date of termination. If the Contract
is terminated for a violation of Section 448.095 Fla. Stat., by the Contractor, the Contractor
shall be liable for any additional costs incurred by the City as a result of the termination of
the Contract. Nothing in the E-Verify Certification shall be construed to allow intentional
discrimination of any class protected by law.
A. Pursuant to section 448.095, Florida Statutes, Contractor shall register with and use the
U.S. Department of Homeland Security's E-Verify system, https://e-verify.uscis.gov/emp,
to verify the work authorization status of all Contractor employees hired on and after
January 1, 2021.
B. Subcontractors
(i) Contractor shall also require all subcontractors performing work under this Agreement
to use the E-Verify system for any employees they may hire during the term of this
Agreement.
(ii) Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien, as defined in
section 448.095, Florida Statutes.
40
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
(iii) Contractor shall maintain a copy of all subcontractor affidavits for the duration of the
Agreement.
C. Contractor must provide evidence of compliance with section 448.095, Florida Statutes.
Evidence shall consist of an affidavit from the Contractor stating all employees hired on
and after January 1, 2021 have had their work authorization status verified through the E-
Verify system and a copy of their proof of registration in the E-Verify system.
D. Failure to comply with this provision is a material breach of the Agreement, and shall
result in the immediate termination of the Agreement without penalty to the City.
Contractor shall be liable for all costs incurred by the City to secure a replacement
Agreement, including but not limited to, any increased costs for the same services, any
costs due to delay, and rebidding costs, if applicable.
(Remainder of page intentionally left blank. Signature page follows.)
41
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
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 REVIEWED:
THE CITY OF OCOEE, FLORIDA CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND LEGALITY
this day of , 2024 BY:
Robert Frank, City Manager
FISHBACK DOMINICK
BY:
Richard S. Geller, City Attorney
END OF SECTION
42
ITB #24-007 Job Order for Thornebrooke Drainage Ditch Improvements
EXHIBIT J
Construction Plans for Thornebrooke Drainage Ditch Improvements Project, PDF Sheets
1. Plan Sheets 1 – 10
CONSTRUCTION PLANS FOR THORNEBROOKE DRAINAGE DITCH IMPROVEMENTS PROJECT NOTE: SHEET NO. 1 2 3 4-5 6-9 10 INDEX OF PLANS SHEET DESCRIPTION COVERSHEET SUMMARY OF PAY ITEMS/NOTES GENERAL CONSTRUCTION NOTES PLAN AND PROFILE TYPICAL SECTIONS AND DETAILS NYLOPLAST DRAIN BASIN DETAILS GENERAL CONSTRUCTION NOTES: 1. PRIOR TO CONSTRUCTION. CONTRACTOR RESPONSIBLE TO VERIFY DEPTH OF EXISTING STORlvf STRUCTURES AND EXISTING CONDITIONS. 2. PRIOR TO CONSTRUCTION, CONTRACTOR RESPONSIBLE FOR INSTALLING EROSION CONTROL MEASURES, INCLUDING INLET PROTECTION AND SILT FENCE. 3. CONTRACTOR RESPONSIBLE TO PROVIDE TEMPORARY TRAFFIC CONTROL PLAN PRIOR TO CONSTRUCTION, IF REQUIRED. 4. CONTRACTOR RESPONSIBLE TO REMOVE AND HAUL OFF ALL DEMOLITION ITEMS. 5. CONTRACTOR RESPONSIBLE FOR DEWATERING ACTIVTIES. CONTRACTOR SHALL USE A SILENCE PUlvfP FOR DE WATERING OPERATION. 6. CITY OF OCOEE WILL PROVIDE COMPACTION TESTING, IF NECESSARY. 7. ANY DAMAGES TO PRIVATE FENCING AND ITEMS WITHIN CONSTRUCTION LIMITS WILL BE REPAIRED AT CONTRACTORS EXPENSE. 8. CITY OF OCOEE CAN PROVIDE FILL MATERIAL, IF REQUIRED. THIS PLAN IS NOT VALJD FOR CONSTRUCTION UNLESS SIGNED AND SEALED BY THE ENGINEER OF RECORD OR APPROVED SIGNATURES BY JURISDICTIONAL AGENCY REV. DESCRIPTION BY DATE {;PD.-ITE ,\L-ITERl,IL QUA,\•TfTIES HB 215/24 CITY OF OCOEE ocoee RUSTY JOHNSON MAYOR SCOTT R.KENNEDY ROSEMARY WILSEN COMMISSIONER -DISTRICT 1 CO!vlMISSJONER -DISTJUCT 2 RICHARD FIRSTNER Ages Hart COMMlSSfONER -DfSTRfCT 3 COMMISSIONER -DISTRICT./ N O R T H t ROBERT FRANK Cfl'l',\l•INAGER STEPHEN KRUG PUBLIC 1/'0RJ;S DIRECTOR MILEN D. WOMACK, P.E. crrr ENGINEER APPROVED FOR CONSTRUCTION CONTACT INFORMATION: SUNSHINE STATE ONE-CALL OF FLORIDA DUKE ENERGY LARRY BLAIR 800-432-4770 (5 DAYS NOTIFICATION PRIOR TO CONSTRUCTION) 813-404-0676 AT&T JIM FARRELL BRIGHT HOUSE NETWORKS MARVIN USRY CENTURYLINK MARK BULLOCK OCOEE PUBLIC WORKS STEVE KRUG OCOEE UTILITIES JAMIE CROTEAU OCOEE STREETS/STORM MILEN WOMACK 407-273-5084 407-532-8511 407-814-5344 407-905-3170 407-905-3100X4001 407-905-3170X6013 48 HOURS BEFORE DIGGIN CALL TOIL FRff SUNSHIN£ srArt: ONE CALL OF FWRIDA. INC.
SUMMARY OF PAY ITEMS ITEM NUMBER DESCRIPTION UNITS QUANTITY TOTAL PLANS DRAINAGE ITEMS 1.01 MOB/LIZA TION I EXECUTION OF GENERAL REQUIREMENTS {10% OF BASE BID] LS 1 1.02 PREVENTION, CONTROL ABATEMENT OF EROSION AND WATER POLLUTION LS 1 1.03 CLEARING AND GRUBBING DITCH AREA LS 1 1.04 EXCAVATION, EARTHWORK AND GRADING LS 1 1.05 FURNISH AND INSTALL TYPE 'J' -ALT. A PRECAST STRUCTURE WITH RING AND COVER EA 1 1.06 FURNISH AND INSTALL 36" RCP wl CONCRETE HEADWALL (FOOT INDEX 430-030) LF 8 1.07 FURNISH AND INSTALL ADS 36" DRAINAGE BASIN 24" STANDARD COVER EA 4 1.08 FURNISH AND INSTALL #57 STONE FOR TRENCH SYSTEM TON 845 1.09 FURNISH AND INSTALL FILTER FABRIC FOR TRENCH SYSTEM SF 47,000 1.10 FURNISH AND INSTALL ADS N12 AASHT036" PERFORATED PIPE FOR TRENCH SYSTEM LF 1,260 1.11 FURNISH AND INSTALL 24" RCP PIPE LF 20 1.12 FURNISH AND INSTALL 18" RCP w/ CONCRETE COLLAR LF 8 1.13 FURNISH AND INSTALL PVC PIPE SCH 80 18" PIPEI WI CONCRETE COLLAR /FOOT INDEX 430-001 J LF 10 1.14 FURNISH AND INSTALL ADS NI 2 8" HOPE CORRUGATED DUAL WALL PIPE LF 40 1.15 FURNISH AND INSTALL BAHIA SOD SY 3,800 1.16 RIPRAP RUBBLE TON f.5 GENERAL PAY ITEM NOTES: 1. No separate payment will be made for dewatering. The costs for dewatering are included in the unit prices for excavation, clearing and grubbing and pipe construction. 2. No separate payment will be made for restoration activities and trenching for pipe instaffation. 3. No separate payment will be made for geotextife fabric or filter fabric. The costs for these items shall be included in the unit prices for pipes. 4. The Contractor's bid shaff be comprehensive and include aff labor, materials and equipment including items not found in the summary of pay items but necessary to complete the project. 5. ft is the responsibility of the Contractor to coordinate with underground utilities for location and to make own determination as to the type and location as necessary to avoid damage. No separate payment will be made for Underground Utility coordination and location and/or repair damages PAY ITEM NOTES: MOBILIZATION/DEMOB. AND GENERAL REQUIREMENTS The Jump sum price also shaff include costs for recording preconstrucfion conditions on videotape, preparation of an approved Construction Progress Schedule, an approved Erosion Control Planning, an approved Dewatering Planning, an approved Traffic Control Plan, and construction survey. The lump sum price constitutes fuff compensation for aff labor and materials required 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, f/aggers, and for the maintenance of existing driveways, temporary pavement, and removal and reinstallation of existing road dead end signage in conflict with construction as directed by the Engineer. No adjustments will be made to the contract price for increases in contract time. Lump Sum price shall include all items covered under General Requirements. The lump-sum mobilization Bid Price in the Proposal should be limited to a maximum of five percent (10%) of the total Contract Price. Mobilization costs, estimated by the Contractor, that exceed five percent (10%) may be proportioned among and included within other pay item unit prices of the Contract. If the Contractor elects to exceed the five percent (10%) limit on the mobilization Bid Item, the amount exceeding this limit will be paid upon Final Acceptance of the Work. PREVENTION, CONTROL. AND ABATEMENT OF EROSION AND WATER POLLUTION The lump sum price shaff include all costs for isolating afl work zones, construction phases, and stockpile areas to prevent off-site transport of sediment. Cost includes furnishing, instafllng, and maintaining aff material, staked sift 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 Poffution 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 wif/ 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 wiff be responsible for submitting a Notice of Termination (NOT) to the FDEP, signifying termination of permit coverage for stormwater discharge from the construction activities. 48 HOURS BEFORE DIGGING CW. TOLL FREc 1-800-432-4770 SUNSHINE: STATE: ONE: CW. OF FLOR/fl', INC. FINAL ~\\l •• :·• l'<P,ft, CLEARING AND GRUBBING/RESTORATION ~,,,:fil~ ~ jgi f._-y 11 Lump sum price also includes removal and disposal of storm structure and piping, trees and roots and other obstructions necessary to be removed and for whiCh. ~ ~ •• • ~ • • ~.i:. • ~-. ' "/;:.,.,_.. other items of the contract do not specify the removal thereof. The Lump sum price shall include all costs for removal and disposal of materials with the constr~t';;.__,;. • -a O • • v ~ of the trench system. The lump sum price shall also include all costs for restoration along the trench system and any damages to the wall and other structu~8s.._O .-m u.. _ ,,.♦• --t-.' "':,, :: ..::::.;-: , v Lt) , I ~ d~ o·· ~ ~ TRENCH EXCAVATION, EARTHWORK AND GRADING ... ...J: ;z "'1' uj~ ! <!. ~ :: • V'. LO )~ '~ n~ _.-;.. J ~ Excavation and Grading wiff be paid for at the contract per linear footage of trench excavation and grading within the construction limits. Payment shall consljuJe--: lLl 0> t. M§ a: • z -fulf compensation for trench work, grading slopes, compaction, final dressing, replacement material, and aff earthwork necessary to complete the project to ./ja 4.. :. c . ~ ~ ~ ~ 0: 0 ;: and grades shown on the plans. ~ 0 ••; l> ~ o ~i\. ~ '/ 0 :.:' ,,. A. "'..,. -• G::) ' DRAINAGE STRUCTURES . ',, • v..: ,}~ .• ,~ ~ The unit price shall constitute fufl compensation for all work and materials necessary for the instalfation of the precast drainage structures shown on drawings. ',, 1/.J. 1 . , . . · .<.. , ,,,' Payment includes alf materials, footing preparation, rock, grates, covers, chains, locks, bolts, connecting existing pipes, and any modifications needed, per City of ,, , : i( , , ~I". ,. \' Ocoee engineering standards and FOOT Index No. 232. , • , 1,111 11 \' . , • ADS DRAIN BASINS The unit price shalf constitute fulf compensation for aff work and materials necessary for the instaffation of the ADS drain basins for the trench system. Payment includes all materials, footing preparation, grates, covers, pipe connections, and modification of existing inlet, per City of Ocoee engineering standards. TRENCH PIPE The unit price per foot includes payment for furnishing and installing 36' perforated pipe with connections, wrapping of pipe joints with filter fabric per City of Ocoee engineering standards and FOOT Index No. 280, shoring & bracing, and modification of existing inlets and manholes. SODDING The unit price shall constitute full compensation for alf 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 damaged by construction within drainage and temporary easements shall be restored with similar type prior to construction. Disturbed areas in the public ROW shall be sodded. r i t I I l I ....,__SHE-,E-T--■-f 2 ! ~ OF 10
GENERAL CONSTRUCTION NOTES: 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF OCOEE ENGINEERING STANDARDS, WHICH INCORPORATES THE FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND ROADWAY DESIGN STANDARD, LA TEST EDITIONS. 2. THE CONTRACTOR WILL HAVE ALL REQUIRED PERMITS IN-HAND PRIOR TO BEGINNING CONSTRUCTION AND SHALL PERFORM ALL WORK IN ACCORDANCE WITH THE REQUIREMENTS OF THE PERMITS OBTAINED BY THE CITY AND THOSE PERMITS OBTAINED BY THE CONTRACTOR. 3. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS, QUANTITIES, AND DETAILS SHOWN ON THE PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, OR OTHER DATA RECEIVED FROM THE ENGINEER, AND SHALL NOTIFY THE ENGINEER OF ALL CONFLICTS OR DISCREPANCIES FOUND THEREIN. FAILURE TO DISCOVER OR CORRECT CONFLICTS OR DISCREPANCIES SHALL NOT RELIEVE THE CONTRACTOR OF FULL RESPONSIBILITIES FOR UNSATISFACTORY WORK, FAUL TY CONSTRUCTION, IMPROPER OPERATION RESULTING THEREFROM, NOR FROM RECTIFYING SUCH CONDITIONS AT HIS OWN EXPENSE. CONTRACTOR SHALL NOT TAKE ADVANTAGE OF ANY CONFLICTS OR DESCREPANCIES. 4. THE CONTRACTOR SHALL COMPLY WITH THE DEPARTMENT OF LABOR, SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION PROMULGATED UNDER THE OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (PL91-596) AND UNDER 14. ANY NATIONAL GEODETIC SURVEY MONUMENT WITHIN THE LIMITS OF CONSTRUCT/ON MUST BE PROTECTED. IF I~ DANGER OF DAMAGE, THE CONTRACTOR WILL IMMEDIATELY NOTIFY THE ENGINEER AND: FLDEP, BUREAU OF SURVEYING AND MAPPING, MS 105 3900 COMMONWEAL TH BL VD. TALLAHASSEE, FLORIDA 32399 (850) 245-2606 (OFFICE) (850) 245-2645 (FAX) 15. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO COMPLY WITH THE CURRENT STATE OF FLORIDA UNDERGROUNl FACILITY DAMAGE PREVENTION AND SAFETY ACT AND/OR RELATED STATE LAWS. THE INFORMATION SHOWN ON THESI DRAWINGS CONCERNING TYPE AND LOCATION OF UNDERGROUND AND OTHER UT/UT/ES IS BASED ON INFORMAT/01 PROVIDED BY THE UTILITY OWNERS, AVAILABLE RECORDS, AND SURVEYED FIELD INFORMATION. THE INFORMATION MA 1 NOT REFLECT ACTUAL CONDITIONS OR BE ALL INCLUSIVE REGARDING ALL UTILITIES IN THE AREA, EITHER IN SERVICE Of ABANDONED, OR THAT THE UTILITIES ARE IN THE HORIZONTAL OR VERTICAL LOCATIONS SHOWN. THE CONTRACTOR WIU MAKE HIS OWN DETERMINATION AS TO THE TYPE AND LOCATION OF UTILITIES AS NECESSARY TO ESTABLISH THE/f LOCATIONS AND AVOID DAMAGE. DAMAGE TO EXISTING UT/UT/ES AS A RESULT OF CONTRACTOR'S WORK OR HJ/ SUBCONTRACTORS SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR, PAY ALL FINES, PAY ALLFEES, AND ALL OTHER COST ASSOCIATED WITH RESTORING THE UTILITY. SECTIONlOOFTHECONTRACTWORKHOURSANDSAFETYSTANDARDSACT(PL91•54)-16. THE FOLLOWING UTILITY REPRESENTATIVES SHOULD BE CONTRACTED FOR INFORMATION CONCERNING TYPE AN[ 5. AT LEAST THREE (3) CALENDAR DAYS PRIOR TO THE PRECONSTRUCTION CONFERENCE, THE CONTRACTOR SHALL SUBMIT A TENTATIVE BASE CONSTRUCT/ON SCHEDULE, TRAFFIC CONTROL PLAN, AND EROSION CONTROL PLAN TO THE ENGINEER FOR APPROVAL. NO WORK WILL BEGIN PRIOR TO APPROVAL OF THE CONSTRUCTION SCHEDULE, TRAFFIC CONTROL PLAN, EROSION CONTROL PLAN, AND THE PRECONSTRUCTJON SURVEY. 6. THE CONSTRUCTION PROGRESS SCHEDULE SHALL UTILIZE THE CRITICAL PATH METHOD (CPM) FORMAT TO DESCRIBE CONSTRUCT/ON ACTIVITIES; AND ESTABLISH START AND FINISH DATES FOR ALL SIGNIFICANT CONSTRUCT/ON ACTIVITIES; AND IDENTIFY ALL CONTROWNG ITEMS OF WORK. THE SCHEDULE IS TO BE APPROVED BY THE ENGINEER AND WILL BE LOCATION OF THEIR FACILITIES. THE UST MAY NOT INCLUDE ALL UTILITIES IN THE AREA. SUNSHINE STATE ONE-CALL OF FLORIDA CITY OF OCOEE I UTILITY DEPARTMENT BRIGHTHOUSE NETWORKS DUKE ENERGY ATT CENTURY.LINK 800-432-4770 (5 DAYS NOT/FICA TION PRIOR TO CONSTRUCT/ON) 407-905-3100 EXT. 4000 407-532-B509 800-700-l! 7 44 407-273-5084 407-814-5344 UPDATED ON A MONTHLY BASIS TO REFLECT ACTUAL WORK PROGRESS. PAYMENT FOR PREPARING, UPDATING AND 17 PRIOR TO ANY SCHEDULED INTERRUPTION OF UTILITY SERVICE, THE CONTRACTOR WILL COORDINATE SUCH SUBMITTING THE SCHEDULE WILL BE INCLUDED IN THE PAY ITEM FOR "MOB/LIZA TION". • INTERRUPT/ON WITH THE UTILITY PROVIDER AND WILL PROVIDE A MINIMUM 24-HOUR NOTICE TO THE AFFECTED PARTIES. 7. THE TRAFFIC CONTROL PLAN SHALL BE PREPARED BY A PERSON CERTIFIED BY THE FLORIDA DEPARTMENT OF IN THE CASE OF A WATER MAIN SHUT DOWN, A MINIMUM 24-HOUR NOTICE WILL ALSO BE PROVIDED TO THE FIRE TRANSPORTATION AS HAVING SATISFACTORILY COMPLETED AN FOOT APPROVED WORK ZONE TRAFFIC CONTROL DEPARTMENT. THE CONTRACTOR WILL NOTIFY THE ELECTRIC UTILITY A MINIMUM OF TWO WEEKS PRIOR TO TRAINING COURSE AND SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL. THE TRAFFIC CONTROL PLAN SHALL CONSTRUCTION IN THE VICINITY OF THEIR FACILITIES. DESCRIBE HOW TRAFFIC JS TO BE CONTROLLED DURING EACH PHASE OF CONSTRUCT/ON AND HOW TRAFFIC JS TO BE DETOURED DURING ROADWAY CLOSURES. DETAILS WILL BE PROVIDED FOR ACCESS TO THE WORK ZONES BY 18• CONSTRUCTION VEHICLES AND FOR ROUTING TRUCKS DURING OPERATIONS. PAYMENT FOR PREPARING AND SUBMITTING THE TRAFFIC CONTROL PLAN WILL BE INCLUDED IN THE PAY ITEM FOR "MOB/LIZA TION". 8. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR THE CONTROL OF EROSION AND THE TRANSPORTATION OF ERODED MATERIALS OFFS/TE. THE CONTRACTOR SHALL SUBMIT AN EROSION CONTROL PLAN NO LATER THAN THREE DAYS PRIOR TO THE PRECONSTRUCTJON CONFERENCE FOR REVIEW BY THE ENGINEER AND WILL ADDRESS THE INSTALLATION AND MAINTENANCE OF ALL TEMPORARY AND PERMANENT SEDIMENT AND EROSION CONTROL DEVICES TO 19. BE USED DURING EACH PHASE OF CONSTRUCT/ON, INCLUDING TREE REMOVAL, CLEARING AND GRUBBING, EXCAVATION, HAULING OF EXCAVATED MATERIALS, AND PLACEMENT OF EMBANKMENT MATERIAL THE PLAN SHALL ALSO DETAIL THE EROSION CONTROL MEASURES TO BE EMPLOYED AT ALL STOCKPILE AND CONSTRUCTION STAGING AREAS AND WILL 20. DEFINE THE MAXIMUM LIMITS OF ALL ACTIVE CONSTRUCT/ON ZONES. PAYMENT FOR PREPARING AND SUBMITTING THE EROSION CONTROL PLAN AND FOR ANY MODIFICATIONS TO THE EROSION CONTROL PLAN DURING CONSTRUCTION WILL BE INCLUDED IN THE PAY ITEM FOR "MOB/LIZA T/ON'. 21. 9. TEMPORARY DRAINAGE SHALL BE PROVIDED DURING CONSTRUCTION TO ELIMINATE ANY FLOODING OF PRIVATE OR PUBLIC PROPERTY. ANY DRAINAGE PROBLEM EXISTING BEFORE AND DURING CONSTRUCT/ON SHOULD BE BROUGHT TO ALL UTILITIES ARE TO BE ADJUSTED OR RELOCATED BY OTHERS, UNLESS NOTED OTHERWISE ON THE DRAWINGS OR DIRECTED BY THE ENGINEER. THE CONTRACTOR JS REQUIRED TO COORDINATE CLOSEL YWITH THE UTILITY COMPANIES WHEN CONNECTING TO OR WORKING AROUND EXISTING FACILITIES. PROTECT ANY UTILITIES ENCOUNTERED. IF AN EXISTING UTILITY MUST BE RELOCATED DUE TO A CONFLICT, NOTIFY UTILITY COMPANY AND ENGINEER. ALL COORDINATION AND SCHEDULING OF UTILITY CROSSINGS AND RELOCATIONS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. WHERE THE REQUIRED MINIMUM SEPARATION BETWEEN UTILITIES IS SPECIFIED, THE DISTANCE SHALL BE MEASURED FROM OUTSIDE OF PIPE TO OUTSIDE OF PIPE. THE LIMITS OF CONSTRUCT/ON ARE DEFINED AS ROADWAY RIGHTS-OF-WAY, DRAINAGE RIGHTS-OF-WAY, PERMANENT DRAINAGE EASEMENTS, AND TEMPORARY CONSTRUCT/ON EASEMENTS. THE CONTRACTOR SHALL BE ENT/RELY RESPONSIBLE AND LIABLE FOR ALL DAMAGE OR INJURY AS A RESULT OF HIS OPERATIONS TO ALL OTHER ADJACENT PUBLIC AND PRIVATE PROPERTY, LANDSCAPING, TREES, FENCES, UTILITIES, STRUCTURES OF ANY KIND AND APPURTENANCES DURING THE PROGRESS OF THE WORK THE ATTENTION OF THE ENGINEER. 22. ALL AREAS WHERE SOD HAS BEEN REMOVED OR DISTURBED BY CONTRACTOR'S OPERATIONS SHALL BE SODDED OF LIKE 10. THE PRECONSTRUCTJON SURVEY WILL VERIFY THE CONTROL POINTS AND BENCHMARK ELEVATIONS PROVIDED BY THE ENGINEER AND WILL ALSO ESTABLISH THE LOCATION AND DESCRIPTION OF ALL ADDITIONAL REFERENCE POINTS AND 23-THE LOCATIONS, DESCRIPTIONS, AND ELEVATIONS OF ALL ADDITIONAL BENCHMARKS TO BE USED IN CONSTRUCTING THE PROJECT. THE SURVEY WILL BE SIGNED AND SEALED BY A PROFESSIONAL SURVEYOR AND MAPPER REGISTERED IN THE STATE OF FLORIDA SIGNIFICANT INCONSISTENCIES BETWEEN THE FIELD NOTES AND THE CONTROL POINTS AND BENCHMARK ELEVATIONS PROVIDED BY THE ENGINEER WILL IMMEDIATELY BE BROUGHT TO THE ATTENTION OF THE ENGINEER FOR RESOLUTION PRIOR TO BEGINNING CONSTRUCT/ON. PAYMENT WILL BE INCLUDED IN THE PAY ITEM FOR 24-"MOBILIZA TION'. 11. SOUTHEASTERN SURVEYING AND MAPPING, CORP. (407) 292-8580, PROVIDED THE TOPOGRAPHY, BENCHMARKS, RIGHTS-KIND. PAYMENT INCLUDED IN UNIT PRICE FOR "PERFORMANCE TURF". ALL EXISTING DRAINAGE STRUCTURES AND PIPES, PAVEMENT, SIDEWALKS, CURBS, ETC. WITHIN THE LIMITS OF CONSTRUCTION SHALL REMAIN, UNLESS OTHERWISE DIRECTED. ALL STRUCTURES DAMAGED DURING CONSTRUCTION ARE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE REPAIRED OR REPLACED WITH THE SAME TYPE AND MATERIAL AT NO ADDITIONAL COST TO THE OWNER OR ENGINEER. IRRIGATION LINES DAMAGED DURING CONSTRUCT/ON ARE TO BE REPAIRED OR CAPPED IMMEDIATELY AND REPORTED TO THE ENGINEERING INSPECTOR. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REPAIR AND/OR REPLACE ALL DAMAGED IRRIGATION COMPONENTS TO THE PRE-CONSTRUCTION CONDITION AT THE CONTRACTOR'S EXPENSE PRIOR TO COMPLETION OF THE PROJECT. ~::~ YJ;///lv~T:~T:, ~~: ~g~tti::.~g~~,1%~~~f :oTii ~~i~~:f CT/ON DRAWINGS. VERTICAL ELEVATIONS ARE 25. EXISTING TRAFFIC SIGNS AND PAVEMENT MARKINGS IN CONFLICT WITH CONSTRUCT/ON SHALL BE REMOVED AND REPLACED AS DIRECTED BY THE ENGINEER. PAYMENT INCLUDED IN THE UNIT PRICE FOR 'MAINTENANCE OF TRAFFIC". 12. THE GEOTECHNJCAL INFORMATION SHOWN ON THE PLANS WAS OBTAINED FOR USE IN ESTABLISHING DESIGN CRITERIA FOR THE PROJECT. THIS INFORMATION MAY NOT ACCURATELY REFLECT SOIL CONDITIONS AS TO THE DEPTH, EXTENT, OR CHARACTER OF THE MATERIAL TO BE ENCOUNTERED IN CONSTRUCT/ON OF THE PROJECT. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MAKE SUCH EXAMINATIONS OF THE SITE AS MAY BE NECESSARY TO DETERMINE THE CONDITIONS UNDER WHICH THE WORK IS TO BE PERFORMED. 13. THE CONTRACTOR IS RESPONSIBLE FOR PRESERVING ALL PROPERTY CORNERS AND MONUMENTS SHOWN ON THE PLANS OR FOUND DURING CONSTRUCTION. IF A PROPERTY CORNER OR MONUMENT IS DESTROYED OR DISTURBED, THE CONTRACTOR WILL HAVE IT REPLACED AND CERTIFIED BY A PROFESSIONAL SURVEYOR AND MAPPER REGISTERED IN THE STATE OF FLORIDA. ALL COSTS FOR PRESERVING, REPLACING AND CERTIFYING PROPERTY CORNERS AND MONUMENTS WILL BE INCLUDED IN THE PAY ITEM FOR "MOB/LIZA TION'. -. . . -26. MAILBOXES IN CONFLICT WITH CONSTRUCTION SHALL BE RELOCATED IN ACCORDANCE WITH FOOT INDEX NO. 532 AND AS _, ~ \ \; ~ ~ ~& ~II, APPROVED BY THE ENGINEER. A TEMPORARY MAILBOX MUSTBE PROVIDED FOR EACH MAILBOX THATIS REMOVED UNTIL,, ~~ ... '-I~ ~ ~ • ~ '· ~ ';, A NEW MAILBOX IS INSTALLED. ALL COSTS SHALL BE INCLUDED IN THE UNIT PRICE OF THE PAY ITEM FOR 'CLEARING AN~ ( • • ~ ~ I!! • • '.A· ; GRUBBING'. ' • 1§ • • ~ ~ $ ~ ."«, 0>' ••• 6,:. 27. EXISTING PAVEMENT, DRIVEWAYS, AND SIDEWALKS SHALL BE SAW-CUT AS REQUIRED FOR CONSTRUCTION. "" 0 lf) ,J A,.•• "-t, 0:. • ~-..J:t> ~ p .. \.U': 28. THE CONTRACTOR WILL PUT FORTH EVERY REASONABLE EFFORT TO MINIMIZE DISRUPTION AND DISTURBANei: ~: ~ ~'<t:. ~-l!!i _: ....1 = ADJACENT PROPERTIES. ACCESS BY PROPERTY OWNERS TO THEIR PROPERTY WILL BE MAINTAINED AT ALL TIME . CT: : h c ~ a: : <t: : .,.<!_.v !;11 • -29. ALLFENCESINCONFUCTWITHCONSTRUCTIONWILLBEREMOVEDANDREPLACEDJNTHEIRORIG/NALLOCATIONSDR1E/) ••~ ~~~ :,;. Q: ~:: OTHER LOCATIONS AS DIRECTED BY THE ENGINEER. ALL FENCES DAMAGED BY CONSTRUCTION ACTIVITIES ARE 1'(1BS,t .._: 0~, ;; "V ." Q ::: REPLACED WITH NEW FENCING OF THE SAME TYPE AND MATERIAL. THE CONTRACTOR WILL EXERCISE DUE CARE IN 'ljlt y • 0 >#J • • 0 C, .:, REMOVAL OF EXISTING FENCES TO MAINTAIN SECURITY AT THE AFFECTED PROPERTIES AND ENSURE THE SAFETY ef/;, '->[~ "' • r-~ PETS, ANIMALS, AND CHILDREN. ALL COSTS SHALL BE INCLUDED IN THE.LUMP SUM PRICEFOR 'CLEARING AND GRUBBING-.;; Vil .j • • • • • 0 <'.(;-',,' 'r,;,_~ k Irr C ,,,, 30. THE DISPOSAL OF EXCESS EARTHWORK MATERIALS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. ALL EXCESS 1"!11 r-i, 1. Ir rl\ ll MATER/ALIS THE PROPERTY OFTHE CONTRACTOR. • 'I IJl I l 1 .. 31. NO TRENCHES SHALL BE ALLOWED TO REMAIN OPEN OVERNIGHT. 32. NO BURNING SHALL BE DONE EXCEPT UPON APPROVAL BY THE JURISDICTIONAL MUNICIPALITY. 33. PROPERTIES ADJACENT TO WORK ZONES SHALL BE GRADED TO DRAIN WITHIN THE EASEMENTS AND/OR RIGHTS-OF-WAY, COMPACTED, AND SODDED. 34. DISTURBED AREAS SHALL BE COMPACTED (AS A MINIMUM) EQUAL TO ADJACENT UNDISTURBED GROUND EXCEPT WHEN OTHERWISE SPECIFIED FOR BEDDING, BACKFILL, OR ROADWAY EMBANKMENT. ALL DISTURBED AREAS ARE TO BE SODDED EXCEPT FOR AREAS THAT ARE LANDSCAPED OR PAVED. SUPPLEMENTAL GENERAL NOTES-STORMWATER CONSTRUCTION 1. ALL NEW OR REPLACEMENT CONCRETE PIPES, CULVERTS, AND STORM SEWERS SHALL BE CLASS Ill REINFORCED CONCRETE, UNLESS NOTED OTHERWISE ON THE DRAWINGS BY THE ENGINEER. 2. ALL JOINTS OF CONCRETE PIPE CULVERTS AND STORM SEWERS SHALL HAVE A FILTER FABRIC JACKET AS DETAILED IN STANDARD INDEX 280, 3. ALL CURB INLETS, DITCH BOTTOM INLETS, AND MANHOLES SHALL HAVE TRAFFIC BEARING FRAMES AND COVERS OR GRATES MEETING HS-20 LOADING REQUIREMENTS. 4. ALL GRATES SHALL BE CHAINED AND LOCKED IN ACCORDANCE WITH FOOT INDEX 201. COST OF EYEBOLT AND CHAIN SHALL BE INCLUDED IN THE CONTRACT PRICE FOR THE STRUCTURE. 5. ALL MANHOLE COVERS SHALL BE IDENTIFIED AS "STORM~ 6. THE LOCATIONS AND WIDTHS SHOWN FOR CONSTRUCTION OF DRIVEWAYS ARE APPROXIMATE AND MAY BE ADJUSTED AS NECESSARY AND AS DIRECTED BY THE ENGINEER. FIELD CHANGES TO THE LOCATION OF SAW CUTS FOR EXISTING DRIVEWAYS WILL BE DETERMINED IN THE FIELD BY THE ENGINEER AND/OR THE CITY BASED ON ACTUAL CONDITIONS. NO ADJUSTMENTS WILL BE MADE TO THE CONTRACT PRICE OF CONCRETE BASED ON CHANGES TO THE REPLACEMENT LIMITS OF DRIVEWAYS. SUPPLEMENTAL GENERAL NOTES-WATER AND SANITARY SEWER RELOCATION 1. THE CONTRACTOR SHALL MAKE EVERY EFFORT TO AVOID CONFLICTS WITH WATER MAIN UTILITIES. HOWEVER, IF CONFLICTS ARE UNAVOIDABLE THE CONTRACTOR JS RESPONSIBLE FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ALL WATER MAIN ADJUSTMENTS. COST FOR COORDINATION WITH UTILITY COMPANIES FOR ADJUSTMENTS TO WATER AND SEWER MAINS SHALL BE INCLUDED IN THE PRICE FOR 'MOBILIZATION'. 2. THE TOPS OF ALL EXISTING SEWER MANHOLES WITHIN THE LIMITS OF CONSTRUCTION SHALL BE ADJUSTED TO MATCH FINISHED GRADE. THE CONTRACTOR SHALL ADJUST ALL VALVE BOXES WITHIN THE CONSTRUCTION LIMITS SO THE TOPS ARE FLUSH WITH FINISHED PAVEMENT OR WITH FINISHED GRADE WITHIN NON-PAVED AREAS. ALL COSTS ASSOCIATED WITH MANHOLE AND VALVE TOP ADJUSTMENTS SHALL BE INCLUDED IN THE PRICE FOR 'CLEARING AND GRUBBING'. 3. AS-BUILT DRAWINGS FOR THE UTILITIES WILL BE PROVIDED BY THE CITY. THE CONTRACTOR SHALL IDENTIFY CONFLICTS WITH EXISTING WATER SERVICE LINES AND METERS WITH THE NEW ROADWAY PAVEMENT AND STORM PIPES AND COORDINATE WITH THE CITY TO HAVE THE UTILITIES ADJUSTED IN THE FIELD. PAYMENT FOR COORDINATION AND ADJUSTMENTS TO WATER SERVICE LINES AND METERS SHALL BE INCLUDED IN THE PRICE FOR "CLEARING AND GRUBBING". f i f I f l i ._ __ S_H_E_E_T __ _.j 3 ! OF 10 ~
HEADWALL FOOT 430-030 TOP EL. = 126-2' 8 LF OF 36' RCP _j , BOTTOM EL. = 120.3' WIDTH= 15 LF -SL-3.00 127< ___ ---·~-:--. ---T'IPE 'C II/LET jEJ.JSTVIG) TO 6E REUO~EO -SL-4.50 STA 6+-00 ADS 36" DRAIN BASIN 24" GRATE-STANDARD TOP EL.= 128.8' 36" W, E INV. EL.= 122.6' 8' N INV. EL. =122.6' OVLI -1<.u.v ·-;:_ _::_ --( -~, • ·::::..:... -_:, --=no~ --" ---;--b"---------== THORNEBROOKE DRIVE -SL-6.00 ~sl-7.50 uvu ,00 4<-0p.oo 6+( .00 S<-Op.oo 91'.1 132 ----NG~R-=1,c,1+-ccro~p-=o=-F-B~AN=--------+-----·------~-::--------------------------------: ---------------------; ---------____________ ' ---------------------. ----------• __________ ~ ------------------: ----------If-----------------+--------------------------------------------------------------------------+-------------------------------------------------------------------------------------------------------------·----------_______________ ; -----------------'-------+-----------,-------+--------------------------------------------------------------------------------------------------------------------------I ---------------------------------------------------------------• -------------/ ~ ::========-=--=--=--=---=-----_-_-.:.:--.:.:--.:.:---_-:: ::::::::::::::========--=--=--=-----_-__ -___ .,_,.... ___ -__ -__ -___ -__ -__ -------------------===eimJ;9SEITTIITCHBRAD,E-Tffil_E _____ :::::::-:::~ ------~:= =::::::::::::::::: :::::::::c:::::::=::::c:=:=:=------: __ ~tl:=:---:----:-:-GEN~~"':~EllE\0/BWA'::::c-'-__ :=~----------------+------1::n-,R:THEN-WEIR-ociri24:5 , ____ v.89/4--8!:GPE-----\;-~ ---f):6'1-"lo-St0PE-, ~OtHH-f0P-0F-BA-N ,-7..RrJEQSEITDIT.CH:GRIDJEIINE--EIS[[ERIJNEDENEW:swME-: ---------------------------------·----------; ....._ ~ -------------------------------------------. ---~ ----------------------------------------------------~---------++------+---------------------------'------+-------------,-------------------+------------------------------~·-------------------1------.-------'--------+-----------'------+------,--,-------------I ).00 o+5b.oo 1-t{)) .00 1+sb.oo 2-tDb.oo 2+sb.oo 3-tDb.oo 3+5b.oo 4-+Db.oo 4+5).00 s-tDb.oo s+5b.oo 6-t{)).00 6+5b.oo 7-+Db.oo 7+5).00 B-+Db.oo 8+5b. 00iRtZONTAL ~~ 1"=30' VERTICAL SCALE 1"=1' 131 129 128 127 123 122 121 ,,: il!"' • 11 Ill •• f 1 l I l I I ----------1 SHEET _ 4-i OF 10
132 120 5' x 4.5' TRLcH SYSTEM I =!30 = SL-9.00 STA 9+-00 ADS 36' DRAIN BASIN 24' GRATE -STANDARD TOP EL. = 129.3' 36" W, E INV. EL.= 123.2' 8' N. INV. EL.= 123.2' 300 LF OF 36" N12 ~HTO PERFORATED PIPE I TRENCH SYSTEM I 132 -="'!E.:@E •-§fil& ~sL-10.50 STA 12+-00 ADS 36' DRAIN BASIN 24" GRATE-STANDARD TOP EL.= 128.8' 36" W, E INV. EL.= 123.8' 8' N INV. EL.= 123.8' I I 5' x t. TRENCH SYSTEM I I I I 13 LF OF ADS N-12 lJLS' PIPE w/ CAP I .. t2:f5JE= ~sL-12.00 -------· ---·---------=======-=-=-=-=--=---=---=-=-=-=-=-=-=-=1='--=---==-=-=---=-==-:2-__ ':-:-': ;.,,: ' NQRIHIQP_QEBI ~.!.< \ \ \ 354 LF OF 36' N12 MSH\O PERFORATED PIPE \ !TRENCH SYSTEM ~l'lli: ~ i:;:-M -SL-13.50 -. \ STA 15-P.57 TYPE 'J' -ALT. A 6-FT DIA. STRUCTURE RING AND COVER TOP EL.= 129.3 W INV. EL.= 124.50 > <( :r:: 1--z w > w (/) NE INV. EL. = 128.24 E INV. EL.= 125.1 8 LF OF,8' PVC SE INV. EL.= 125.08 i ~sL-15.00 -SL-15.56 REMOVE EXISTING CONCRETE MITERED END SECTIONS REMOVE 24' RCP TO DRAINAGE MANHOLE ==---+-----JLU ______________ 1-128 '-120 HORIZONTAL SCALE 1"-30' ~ I A 0~ ~ ~ >,;"' a z <;; • ~ d~ t z ~~ I ~ d~ I d ~~ /"I ~ ~ -OE-< l 119 ~en l 16+{ 0.00 ~ -------------~-=tj' HORIZONTAL SCALE SHEET I 1"=30' VERTICAL SCALE 5 ~ 1'=1' OF 10 i +0b.oo B+5b.oo 9+00.00 9+5b.oo 10-tOO.OO 10+b0.00 11-tOO.OO 11 +50.00 12+{ 0.00 12+~0.00 13-tOO.OO 13+50.00 14-tOO.OO 14+50.00 15-+{ 0.00 15+50.00
5-FT + Ci lnte ine lo Wall1-1---1-__,___, v-K3RA r @ 1 h6.: • I , 1 7.1[) I/ I J 3:1, LOP I, 3: stqPE L......-~--------_ '"-::::-li;:5.~flr:-:;+trrrrcnits~10-::V-wjaii'1u __ t":.:-t __ .,_r--+--+¢;:t:::t::;:l:::P-1-+_-__ -__ -::,-t-1-nc:::::-...1---E isl ng Di! h Gratle ~t-:-. -----I'< ' ) • i---_ • ---• ·-------1'--1 roI oslld bitch Crace ..._r----t--:--1--1 r-1--t-+-+-h i----t--,l.._-( 1,..---r--.,1\"'r--' ,._ pfbE N' .=12i.9 I) , -' f'-...v 30.00 128.00 126,00 n24.oo 122.00 120.00 -30,00 -25.00 -20.00 -15.00 -10.00 -5.00 0,00 5.00 10.00 15.00 20.00 25.btla.oo h-.--.--,--,--.--.---.--,--,--,--,-,,--,-.--.---.--.-.-----.------.---.-.-,---.--.---,--.,--,.--,---.--,--,---.--.-.-,--,---.-.-,--r---.---.--.,--,,-----.-.-,--.-135_00 --+-+--+-H5-F:T -CentE rlin, lo Wal -+--1-+-J 34,00 32,00 30.00 128.00 26.00 124,00 122.00 "-5'x.4' lfR~N L,H SYST M WltH 06' Pl Rf . P PE -30,00 -25,00 -20.00 -15.00 -10.00 -5,00 0.00 5.00 10.00 15.00 20.00 -~~........ 4.5-Fl +/-~er erline lo Wall '-'-'-136.00 I , .. . .. 134.00 132.00 130.00 128.00 126.00 124.00 l f 132.( ~=t:~ ~~ j : 5-1 +!-n BtoW 1f' ,,,<,_ r-... r-... r-... 3:1 SL· PE ,, r----..... ..... -,, ! --, ' r~ '-, --, ' ~r--r---. t---,_ t---i Pl bE N\. =!121 .7' L..., r---. t---r----,-t---t---K ' r--.... l PIF EINV = 122 6 /'-Grate o~ : 1 8.1 ' > 129.717' V I/ 5. SU "'E_ L---J.-"°:',;-;z ---~-------, -------1 -i\· ,/' , i-----.-.. Ex~lil g I itch Gade ....+--+--+-+-h, _J->\._f-P XJp seU Ditct G: ad, t~D, l'-.....v "~ 122.00 ' i : ! -30,00 -25.00 -20.00 -15.00 -10.00 -5,00 " '---5'x4'TFENCHSYS1EN WTH36iP RI .FIPE 120•~·L._oo=-"--'--..1...,_.J....,-,...,.,--1--1.--1..-L-'-_l_-'--.J...._J...._'----'__._--'---L-'-_L_..1-...,___.1...._'----'_J_--'--_j_-'--'-..1-...,___J_Jo.oo____j__J___L_j__5_00____j__J___L_j_1-'o _ ____j_oo_J__J__L_1...1s:oo---1.--'---L_L_20_.---1.oo--'---L_L_2-'s.oo_J_--'--_J_-.l.l SECTION NOTES 3-FT +/-PROPOSED BOTTOM OF DITCH WIDTH 5'x4.5' TRENCH SYSTEM WITH 36" PERFORATED PIPE REFER TO DETAIL SHEET 9 -• II I•• . rJiJ z 0 ~ c w 00 00 ifl 0 fj f ~ l f I J l I -----------1,1 SHEET l 6 OF 10 @
i--1--1--14-Fl +1-terterlit,etoWllll ,_,__ biFE INV.= 122 9 ,......... 5'x4' ITR~N CH SYST M wnrH 36" Pl Rf . P PE -30.00 -25.00 -20.00 -15.00 -10.00 -5.00 0.00 5.0D 10,00 15.00 t---._ 5'x4' irR _NCH $YSTI M Wvl H 86'H RF P PE -30.00 -25.00 -20.00 -15,00 -10.00 -5.00 0,00 5.00 10.00 15.00 'l'--'i-.t,,...,.._. L-28 8' _ ( 130,( i--1----~ I : .5-1 T +/-r, ~B lb Wall '---i:::-t-,...r---31 SLOP~ -, '--_ Ki-!.::'r ,,-H txii in! Ditch Grade ', ..,_ ; ~ r-,.."-5.1 Isl~~ ,-I'',<,,, _._--1--+--_,__~ ,../ ;_bn po ed Dit,.,h Gr, de 011EINV•12: {}/ f'-5'x4' Rf NC H Y~TEr,A /'ff H 6" PERF. Pl hE -30.00 -25,00 -20.00 -15.00 -10.00 -5.00 D.00 5.00 10,00 15.00 138.00 36,00 34.00 32.00 130.00 28.00 26.00 124.00 22,00 20.00 25,ij/OO 138.00 h36.oo tt34.00 "32.00 tt3000 "28.00 tt26.00 h24.oo h22.oo 20.00 25~ttr·00 138,00 136,00 134.00 132,00 130,00 128,00 126.00 24.00 h22.oo 20.00 25.0Cf.OO > f----------------------1~~ 11-............................... __. SECTION NOTES 3-FT +/-PROPOSED BOTTOM OF DITCH WIDTH 5'x4.5' TRENCH SYSTEM WITH 36" PERFORATED PIPE REFER TO DETAIL SHEET 9 w :r: ~ CJ 0 ~ ~ oou ~ ~WW ~0s ~ ~--~ z-:-0-~ -~ ~~ ~o 00 z 0 -~ u w 00 00 00 0 ~ u i;l 0 u 0 "' 0 ~ 0 f ~ I I I l 1 I SHEET 7 .....,_____.1 OF 10 i
136.00 34.00 N32.00 30.00 128.00 26.00 24.00 22.00 -30.00 -25.00 -20.00 -15.00 -10.00 -5.00 0.00 5.00 10.00 15.00 20.00 25.00: 00 :,,: 1-----------------------lu-ll!i.."' ......................... .. 113+50.oo 1 h-----~~---,~-----------------~-------,---------~----7~--~136.00 i-~~ 14-Fl +1-Ce1~erline to Wall +-+-.__ r 13 .5 • 34.00 1132.00 n30.00 n20.oo N26.00 n24.oo 122.00 -30.00 -25.00 -20.00 -15.00 -10.00 -5.00 0.00 5.00 10.00 15.00 20.00 25.~-00 SECTION NOTES 3-FT +/-PROPOSED BOTTOM OF DITCH WIDTH 5'x4.5' TRENCH SYSTEM WITH 36" PERFORATED PIPE REFER TO DETAIL SHEET 9 1--.--------~-----~---i-----------------~------~~-------------~--~-~136.00 1-~ ~ 14-F +I-Ce tert ne to V ~II 1-1-i---30.00 -25.00 -20.00 "",~-+..._ .... --+.::...~--f"-(~I'~~ I 1--29 17' 3-f!T +/-Tl BI W II :',, r-,..~ E ', ', r-,.. """----h....LL.LW--1--+++-+-H'H--t-ts::' n3, ~loE:f.i;:;;slinT""'j-tl ••• ·-;;,, --· •• __ -------~ ------• r--....t-1 xistin, D ch Gr~de ---..._ • -15.00 -10.00 -5.00 0.00 5'x4' RI 5.00 -----.,,.----NC H pY$TE 10.00 l'--1'---IPrdpo ed Di k:h 13rade 6",PE t Mr.' IH RF Pl=>E i i ' 15.00 20.00 25.00 30.00 h34.00 132.00 130.00 h28.00 h26.00 124.00 i22.oo 3s.it··00 rn. z 0 ~ t; ~ rn. if1 rn. 0 e f ~ l I 1 l 2 1---S-H __ E_E_T---I J 8 ! OF 10 I
136.00 134.00 132.00 130.00 128.00 126.00 124.00 122.~.oo -20.00 -15.00 UNDISTURBED EARTH H~ .0 -10.00 r1' 1.1' ._ ,_ t-, 5:1 SU i<>E ',, r----.1 -'-, ' ....... , .. _ ---bfF EI W. = 124 5 I -5.00 1/ ...... 3r~te V II ,.,.,,.,:.---t~ --.. _,, [-'-L.---I"-5'x4' 0.00 5.00 36" ADS N-12 PERFORATED PIPE UTILIZE NYLOPLAST 36" DRAIN BASIN FOR SUBSURFACE STORAGE SYSTEM 5' TRENCH WIDTH THE BACKFILL MATERIAL SHALL BE CRUSHED STONE OR FOOT TYPE 57 STONE, CLEAN OF SIL TS AND MffTING THE REQUIREMENTS OF CL.ASS II MATERIAL AS Off/NED IN ASTM 02321. BEDDING & BACKFILL FOR SURFACE DRAINAGE INLETS SHALL BE PL.ACED & COMPACTED UNIFORMLY IN ACCORDANCE WITH ASTM 02321. or: 1 ---_".'I RI N( 9.1' Tte oEx. ~Ing -------------I\ "'-Propoi H SYSTI M NI 10.00 --------------------__ ,. -----------1---.N--1 xis ini Di ch Gr, de ed Dih;;h Grade H 6" PE RF PlhE 15.00 20.00 25.00 30.00 35.00 36" NYLOPLAST DRAIN BASIN W/ SUMP Wj STANDARD H-20 GRATE TOP OF STRUCTURE PER PLAN, ~ RffER TO DRAIN BASIN NYLOPL.AST DETAIL t~~ 4.5' INV. VARIES FOOT 57 STONE MIRAFI 1 BON FILTER FABRIC ENVELOPE WITH 2' OVERLAP 13 6.00 h 34.00 132 .00 h3o .00 h2a .00 h26 .00 N24 .00 ·-4o.~·00 36" PERFORATED ADS N-12 PIPE PROFILE VIEW PLAN VIEW TYPICAL TRENCH PLAN VIEW NTS 36" DRAIN BASIN SYSTEM ..., "' w ~ ~ :, ~u 0 u 0~ <al " z ·-H ~ c:i ~Ou 0 r:o w fi1 µ:i 0 i:=, z~O ~"--< z ~ H~ 0~ ~~ ~~ .,?J t=1 f z~ 0~ ~ l ~w I uo w l=r1j;::c; l if). -r:n u Cf) z 0 fi1 l ~~ l u~ ~ SHEET 1 9 OF 10 i
(1, 2) INTEGRATED DUCTILE IRON FRAME & GRATE TO MATCH BASIN 0.0. ( 4) VARIOUS TYPES OF INLET & OUTLET ADAPTERS AVAILABLE: 4" -36" FOR CORRUGATED HOPE (ADS N-12/HANCOR DUAL WALL, ADS/HANCOR SINGLE WALL), N-12 HP, PVC SEWER (EX: SOR 35), PVC DWV (EX: SCH 40), PVC C900/C905, CORRUGATED & RIBBED PVC WATERTIGHT JOINT (CORRUGATED HOPE SHOWN) CD GRATE OPTIONS LOAD RATING PART# DRAWING# PEDESTRIAN MEETS H-20 3099CGP 7001-110-220 STANDARD MEETS H-20 3099CGS 7001-110-221 SOLID COVER MEETS H-20 3099CGC 7001-110-222 DOME NIA 3099CGD 7001-110-223 /I/N1S Nyloplaau; NYLOPLAST 36" DRAIN BASIN 18" MIN 8" MIN NON TRAFFIC INSTALLATION DRAIN BASIN GRATE COVER 36" X 24" DUCTILE IRON REDUCING TOP 6" MIN (3) VARIABLE SUMP DEPTH ACCORDING TO PLANS (12' MIN. BASED ON MANUFACTURING REQ.) 4" MIN 6" MIN THE BACKFILL MATERIAL SHALL BE CRUSHED STONE OR OTHER GRANULAR MATERIAL MEETING THE REQUIREMENTS OF CLASS I, CLASS II, OR CLASS Ill MATERIAL AS DEFINED IN ASTM 02321. BEDDING & BACKFILL FOR SURFACE DRAINAGE INLETS SHALL BE PLACED & COMPACTED UNIFORMLY IN ACCORDANCE WITH ASTM D2321. 1 -GRATES/SOLID COVER SHALL BE DUCTILE IRON PER ASTM A536 GRADE 70-50-05. 2 -FRAMES SHALL BE DUCTILE IRON PER ASTM A536 GRADE 70-50-05. 3 -DRAIN BASIN TO BE CUSTOM MANUFACTURED ACCORDING TO PLAN DETAILS. RISERS ARE NEEDED FOR BASINS OVER 84" DUE TO SHIPPING RESTRICTIONS. SEE DRAWING NO. 7001-110-065. 4 -DRAINAGE CONNECTION STUB JOINT TIGHTNESS SHALL CONFORM TO ASTM 03212 FOR CORRUGATED HOPE (ADS N-12/HANCOR DUAL WALL), N-12 HP, & PVC SEWER (4" -24"). 5 -ADAPTERS CAN BE MOUNTED ON ANY ANGLE o· TO 360'. TO DETERMINE MINIMUM ANGLE BETWEEN ADAPTERS Sff DRAWING NO. 7001-110-012. 8" MIN I : I l l I I ____ s_f_o_T ____ l @ OF 10