Loading...
HomeMy WebLinkAboutItem 09 Approval to Award Invitation to Bid (ITB) #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org STAFF REPORT Meeting Date: November 19, 2024 Item #: 9 Contact Name: Alexis Chentouf, Joyce Tolbert Department Director: Rebecca Roberts Contact Number: Ext. 3111, Ext. 1516 City Manager: Craig Shadrix Subject: Approval to Award Invitation to Bid (ITB) #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project. (Procurement Manager Tolbert) Background Summary: In compliance with State and Federal Regulations and Chapter 21 of the City’s Code of Ordinances, the City solicited bids from qualified contractors to construct the Transmission Main Interconnect to Orange County Utilities RCW System, and it will be completed in compliance with the federal American Rescue Plan Act (ARPA). This project consists of the installation of approximately 3,750 linear feet of 16-inch polyvinyl chloride (PVC) reclaimed water main by open-cut installation, 50 linear feet of 16-inch ductile iron (DI) reclaimed water main by open-cut installation, and 980 linear feet of 20-inch high-density polyethylene (HDPE) reclaimed water main by horizontal directional drill. The project also includes 980 linear feet of 14-inch HDPE installed by horizontal directional drill and 2,900 linear feet of 12-inch ductile iron water main installed by open cut. Along with the installation of the piping, the project consists of connections to existing water mains and reclaimed water mains, installation of hydrants, valves, fittings, pressure testing, open cut and restoration of associated roadway, driveways, curb, sodding, seeding and other restoration as may be required. The ITB was publicly advertised on September 29, 2024, and opened on November 5, 2024. There were a total of eight (8) bids received. However, after review by the Utilities and Finance Department, one (1) bidder was considered non-responsive for failure to use the revised bid form provided in Addendum One (1). The responsive bids ranged from $2,474,795.00 to $4,321,917.00, and are available in the Finance Department for review. Staff recommends awarding ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project to the lowest bidder, Cathcart Construction Company - Florida, LLC, for the total bid of $2,474,795.00 per the attached Award Recommendation from Acting Utilities Director Jen Bolling. This total bid amount comes in under the Engineer's Estimate of $4,300,000.00. Bidder Total Bid 1. Cathcart Construction Company – Florida, LLC $2,474,795.00 2. Amcon Development Group, LLC $2,999,150.49 3. Prime Construction Group, Inc. $3,179,000.00 4. SanPik Inc $3,246,150.00 5. Amici Engineering Contractors, LLC $3,281,140.00 6. Metro Equipment Service, Inc. $3,716,980.00 7. R.P. Utility & Excavation Corp. $4,321,917.00 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 for Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project to Cathcart Construction Company—Florida, LLC? Recommendations: Staff recommends the Honorable Mayor & City Commissioners: 1. Award ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project to Cathcart Construction Company – Florida, LLC for the amount of $2,474,795.00, and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the required bonds and insurance are received. 2. Authorize 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. Award Recommendation 2. ITB #25-001 3. Bid Tabulation 4. Cathcart Bid Package 5. Addendum 1 6. Addendum 2 7. Addendum 3 8. Plans Cover Financial Impacts: The Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project has been budgeted for Fiscal Year 2024-2025 for a total amount of $4,826,755.00 with $1,069,496.00 coming from ARPA Funding (120-516-00-6302), $2,165,000.00 from Wastewater Capital Improvements Carry Forward (408-535-10-6302), and $1,592,259.00 from Water Capital Improvements Carry Forward (408-533-10-6302). Due to the cost for design of the water main at $227,400.00, the remaining budget for construction is $4,599,355.00. Type of Item: Consent Mayor Rusty Johnson City Manager Craig Shadrix florlda MEMORANDUM Commissioners Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 Richard Firstner, District 3 George Oliver Ill, District 4 TO:Alexis Chentouf Purchasing Technician Through:Jennifer Bolling, P.E. ,....._ /n Acting Utilities Direct� FROM:T'Je_an T�mlinson, P.E. J ,._,/�A� Engineering Manager U � DATE:Thursday, November 7, 2024 RE:1TB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Award Recommendation The Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project has been budgeted for Fiscal Year 2024-2025 for a total amount of $4,826,755.00 with $1,069,496.00 coming from ARPA Funding (120-516-00-6302), $2,165,000.00 from Wastewater Capital Improvements Carry Forward (408-535-10-6302), and $1,592,259.00 from Water Capital Improvements Carry Forward ( 408-533-10-6302). Due to the cost for design of the water main at $227,400.00, the remaining budget for construction is $4,599,355.00. The Utilities Department recommends awarding 1TB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project to the lowest responsive bidder for the base bid, Cathcart Construction Company, in the amount of $2,474,795.00 based on the following: •On November 5, 2024, bids were opened for Bid 1TB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project. The three lowest bidders and their bid prices are listed below. 1.Cathcart Construction Company, LLC1056 Willa Springs DrWinter Springs, FL 32708 Base Bid Price: $2,474,795.00 2.AMCON Development Group, LLC1170 Tree Swallow DriveWinter Springs, FL 32708 Base Bid Price: $2,999,150.49 City of Ocoee Utilities• 1800 A.D. Mims Road• Ocoee, Florida 34761 Phone: (407) 905-3159 • www.ocoee.org/utilities 3. Prime Construction Group, Inc. 1000 Jetstream Dr Orlando, FL 32824 Base Bid Price: $3,179,000.00 The Utilities Department has a good working relationship with the Cathcart Construction Company on multiple projects under contract RFQ #22-005 Continuing Contract to Bid Small Construction Projects. Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00020-1 SECTION 00020 INVITATION TO BID ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project The City of Ocoee, Florida (“City”, “Owner”) is soliciting sealed Bids for the Project ITB #25- 001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project. The Project is one of the City’s designated utilities projects federal grant funded through the American Rescue Plan Act (ARPA) / Coronavirus State and Local Fiscal Recovery Funds (SLFRF). All procurements by Federal Grant recipients and sub-recipients shall comply with the provisions of 2 C.F.R. Section 200.317 – 327, as applicable. Proper documentation is required by the American Rescue Plan Act, per the federal requirements and corresponding forms. Description of Work: All Work for the Project shall be constructed in accordance with the drawings and specifications and the Contact Documents prepared by Wright Pierce and the City of Ocoee Utilities Department. The proposed project will be awarded and constructed, in conformance with the plans, specifications, and City of Ocoee Engineering Standards Manual. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: A. The project consists of the installation of approximately 3,750 linear feet of 16-inch polyvinyl chloride (PVC) reclaimed water main by open-cut installation, 50 linear feet of 16-inch ductile iron (DI) reclaimed water main by open-cut installation, and 980 linear feet of 20-inch high-density polyethylene (HDPE) reclaimed water main by horizontal directional drill. The project also includes 980 linear feet of 14-inch HDPE installed by horizontal directional drill and 2,900 linear feet of 12-inch ductile iron water main installed by open cut. Along with the installation of the piping the project consists of connections to existing water mains and reclaimed water mains, installation of hydrants, valves, fittings, pressure testing, open cut and restoration of associated roadway, driveways, curb, sodding, seeding and other restoration as may be required. B. All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing reclaim mains. 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 electronically through the Bonfire Platform. Bid submissions received in any other format will not be accepted; no paper, fax, or e- Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00020-2 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. It is suggested that prospective bidders register no later than 24 hours in advance of the bid submission deadline to ensure proper registration. Should a Bidder 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 upon the bid submission deadline. 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. Bid Submission Deadline: Bids will only be accepted electronically through the Bonfire Platform until 3:00 p.m., local time, on November 5, 2024. Bidders shall submit one (1) complete electronic copy, preferably in a single file, of their Bid on the Bonfire Platform. Bids must be received by Bonfire no later than the bid submission deadline. It shall be the sole responsibility of the Bidder to have its Bid uploaded and submitted on the Bonfire Platform prior to the due date and time. Any attempt to submit a bid after the submission deadline will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the Bidder. A virtual public bid opening will be held at approximately 2:01 pm. or as soon thereafter. Once available, the details on how to access the virtual bid opening will be posted in the project file on Bonfire and available on the City’s website at https://www.ocoee.org/959/Public-Bid-Meetings. Deadline for Receipt of Questions: The City will receive questions regarding this ITB only through written inquires directed to Alexis Chentouf, Purchasing Technician at achentouf@ocoee.org OR through the questions and answer section of the project file on Bonfire until October 22, 2024 at 2:00 p.m., local time. Any clarifications/changes will be made by way of written addenda only, issued by Purchasing and posted on Bonfire. Bidders should not contact City staff, with the exception of the Purchasing Technician, 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. Pre-Bid Conference: A non-mandatory pre-bid conference is scheduled for 10:00 a.m. local time on a Wednesday, October 15, 2024, at the City of Ocoee Commissions Chambers, 1 N. Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00020-3 Bluford Ave, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each Bid. The certified check or bid bond shall be for an amount not less than five percent (5%) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. A copy of the bid security is to be included with the bid submitted electronically Bonfire. The original bid security is to be mailed within five (5) business days after the bid opening to: City of Ocoee, Finance Department/Purchasing, Attention: Alexis Chentouf, Purchasing Technician, 1 N. Bluford Avenue, Ocoee, FL 34761. Failure to provide the original will cause your bid to be deemed non-responsive. 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 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.] 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. 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. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re-advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City’s discretion, the City determines that it is in the City’s best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City’s sole Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00020-4 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. END OF SECTION BID TABULATION ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System 11/05/24 3:00 P.M. BIDDERAcknowledgement of Addendum 1,2, & 3Bid SecurityCompany VerificationRequired FormsDESCRIPTION UNITS EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICETOTAL PRICEUNIT PRICE TOTAL PRICEMobilization/ Demobilization (5%) Lump Sum 1$111,932.91 $111,932.91 $130,000.00 $130,000.00 $350,000.00$350,000.00$160,000.00 $160,000.00General Requirements, Bonds, and Permits Lump Sum 1$163,682.76 $163,682.76 $147,000.00 $147,000.00 $100,000.00$100,000.00$120,000.00 $120,000.00Maintenance of Traffic Lump Sum 1$37,345.42 $37,345.42 $168,000.00 $168,000.00 $68,000.00$68,000.00$74,000.00 $74,000.00Erosion Control Lump Sum 1$109,699.71 $109,699.71 $22,000.00 $22,000.00 $54,000.00$54,000.00$27,000.00 $27,000.00Evacuation of Unsuitable Material Cubic Yards 100$113.02 $11,302.00 $1.20 $120.00 $78.00$7,800.00$40.00 $4,000.00Asphalt Removal and Replacement Square Yards 1250$83.63 $104,537.50 $60.00 $75,000.00 $110.00$137,500.00$116.00 $145,000.00Concrete Work Square Yards 230$400.01 $92,002.30 $303.00 $69,690.00 $161.00$37,030.00$175.00 $40,250.00Driveway Restoration for Dirt, Gravel, and Paver Driveways Square Yards 265$66.10 $17,516.50 $58.00 $15,370.00 $33.00$8,745.00$125.00 $33,125.00Furnish and Install 20‐inch HDPE Reclaimed Water Main via Horizontal Directional Drill Linear Feet 980$295.38 $289,472.40 $397.00 $389,060.00 $319.00$312,620.00$270.00 $264,600.00Furnish and Install 16‐inch PVC Reclaimed Water Main via Open Cut Linear Feet 3,750.00$151.18 $566,925.00 $238.00 $892,500.00 $256.00$960,000.00$127.00 $476,250.00Furnish and Install 16‐inch Ductile Iron Reclaimed Water Main via Open Cut Linear Feet 50.00$1,100.72 $55,036.00 $300.00 $15,000.00 $263.00$13,150.00$880.00 $44,000.00Furnish and Install 14‐inch HDPE Water Main via Horizontal Directional Drill Linear Feet 980.00$250.32 $245,313.60 $310.00 $303,800.00 $221.00$216,580.00$164.00 $160,720.00Furnish and Install 12‐inch Ductile Iron Water Main by Open Cut Linear Feet 2900$146.47 $424,763.00 $147.00 $426,300.00 $209.00$606,100.00$125.00 $362,500.00Ductile Iron Fittings (All Sizes) Ton 8$24,950.87 $199,606.96 $19,000.00 $152,000.00 $10,300.00$82,400.00$13,000.00 $104,000.0016‐inch Actuated Butterfly Valve Each 1$61,978.24 $61,978.24 $51,000.00 $51,000.00 $49,500.00$49,500.00$23,000.00 $23,000.0016‐inch Gate Valve Each 13$13,370.68 $173,818.84 $11,000.00 $143,000.00 $12,500.00$162,500.00$8,400.00 $109,200.0012‐inch Gate Valve Each 11$7,618.01 $83,798.11 $5,800.00 $63,800.00 $6,500.00$71,500.00$5,300.00 $58,300.002‐inch Automatic Gas Release Valve for Reclaimed Water System Each 6$7,514.06 $45,084.36 $7,800.00 $46,800.00 $8,300.00$49,800.00$7,300.00 $43,800.002‐inch Automatic Gas Release Valve for Water System Each 5$6,960.24 $34,801.20 $7,800.00 $39,000.00 $8,200.00$41,000.00$7,300.00 $36,500.00Blow off Assembly Each 1 $4,720.64 $4,720.64 $1,800.00 $1,800.00 $9,400.00$9,400.00$2,800.00 $2,800.00Hydrant Assembly Each 9 $11,672.22 $105,049.98 $8,780.00 $79,020.00 $12,500.00$112,500.00$9,700.00 $87,300.00Loaming and Seeding Lump Sum 1 $25,842.86 $25,842.86 $15,000.00 $15,000.00 $19,800.00$19,800.00$18,000.00 $18,000.00Sodding Square Yards 4350 $4.87 $21,184.50 $4.80 $20,880.00 $13.00$56,550.00$7.00 $30,450.00Electrical, Conduit, and Wiring Lump Sum1$13,735.70 $13,735.70 $15,000.00 $15,000.00 $10,525.00$10,525.00$50,000.00 $50,000.00TOTAL BASE BID$2,999,150.49 $3,281,140.00 $3,537,000.00$2,474,795.0021Yellow highlighted cells indicates discrepancies on bid form Bidders listed in alphabetical order.*Missing forms considered a minor irregularity **License check, submitted forms & references verified only on lowest three firms.Bid BondBid Bond**Carr & Collier Inc.Amici Engineering Contractors, LLCCathcart Construction Company -Florida, LLCNon-Responsive for failure to use the City's Revised Bid FormBidder Acknowledge Addendum 1& 3 *Missing Addendum 2AMCON Development Group, LLC**Bid Bond1 BID TABULATION ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System 11/05/24 3:00 P.M. BIDDERAcknowledgement of Addendum 1,2, & 3Bid SecurityCompany VerificationRequired FormsDESCRIPTION UNITS EST'D QTY.Mobilization/ Demobilization (5%) Lump Sum 1General Requirements, Bonds, and Permits Lump Sum 1Maintenance of Traffic Lump Sum 1Erosion Control Lump Sum 1Evacuation of Unsuitable Material Cubic Yards 100Asphalt Removal and Replacement Square Yards 1250Concrete Work Square Yards 230Driveway Restoration for Dirt, Gravel, and Paver Driveways Square Yards 265Furnish and Install 20‐inch HDPE Reclaimed Water Main via Horizontal Directional Drill Linear Feet 980Furnish and Install 16‐inch PVC Reclaimed Water Main via Open Cut Linear Feet 3,750.00Furnish and Install 16‐inch Ductile Iron Reclaimed Water Main via Open Cut Linear Feet 50.00Furnish and Install 14‐inch HDPE Water Main via Horizontal Directional Drill Linear Feet 980.00Furnish and Install 12‐inch Ductile Iron Water Main by Open Cut Linear Feet 2900Ductile Iron Fittings (All Sizes) Ton 816‐inch Actuated Butterfly Valve Each 116‐inch Gate Valve Each 1312‐inch Gate Valve Each 112‐inch Automatic Gas Release Valve for Reclaimed Water System Each 62‐inch Automatic Gas Release Valve for Water System Each 5Blow off Assembly Each 1Hydrant Assembly Each 9Loaming and Seeding Lump Sum 1Sodding Square Yards 4350Electrical, Conduit, and Wiring Lump Sum1TOTAL BASE BIDYellow highlighted cells indicates discrepancies on bid form Bidders listed in alphabetical order.*Missing forms considered a minor irregularity **License check, submitted forms & references verified only on lowest tUNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE$148,000.00 $148,000.00 $126,500.00 $126,500.00 $172,000.00 $172,000.00 $160,000.00 $160,000.00$48,000.00 $48,000.00 $95,550.00 $95,550.00 $510,067.00 $510,067.00 $75,000.00 $75,000.00$134,000.00 $134,000.00 $35,000.00 $35,000.00 $850,000.00 $850,000.00 $45,000.00 $45,000.00$2,600.00 $2,600.00 $20,000.00 $20,000.00 $30,000.00 $30,000.00 $44,000.00 $44,000.00$40.00 $4,000.00 $95.00 $9,500.00 $48.00 $4,800.00 $50.00 $5,000.00$21.00 $26,250.00 $45.00 $56,250.00 $80.00 $100,000.00 $125.00 $156,250.00$146.00 $33,580.00 $140.00 $32,200.00 $150.00 $34,500.00 $250.00 $57,500.00$52.00 $13,780.00 $120.00 $31,800.00 $160.00 $42,400.00 $150.00 $39,750.00$994.00 $974,120.00 $370.00 $362,600.00 $580.00 $568,400.00 $325.00 $318,500.00$136.00 $510,000.00 $242.00 $907,500.00 $124.00 $465,000.00 $200.00 $750,000.00$169.00 $8,450.00 $270.00 $13,500.00 $170.00 $8,500.00 $220.00 $11,000.00$935.00 $916,300.00 $265.00 $259,700.00 $300.00 $294,000.00 $200.00 $196,000.00$129.00 $374,100.00 $220.00 $638,000.00 $120.00 $348,000.00 $196.50 $569,850.00$15,800.00 $126,400.00 $13,500.00 $108,000.00 $5,000.00 $40,000.00 $25,000.00 $200,000.00$22,800.00 $22,800.00 $63,105.00 $63,105.00 $100,000.00 $100,000.00 $30,000.00 $30,000.00$6,300.00 $81,900.00 $7,850.00 $102,050.00 $10,700.00 $139,100.00 $15,000.00 $195,000.00$5,400.00 $59,400.00 $5,170.00 $56,870.00 $8,000.00 $88,000.00 $7,500.00 $82,500.00$8,300.00 $49,800.00 $7,250.00 $43,500.00 $25,000.00 $150,000.00 $12,000.00 $72,000.00$8,600.00 $43,000.00 $6,850.00 $34,250.00 $25,000.00 $125,000.00 $12,500.00 $62,500.00$5,200.00 $5,200.00 $3,000.00 $3,000.00 $12,000.00 $12,000.00 $3,500.00 $3,500.00$9,800.00 $88,200.00 $12,500.00 $112,500.00 $14,000.00 $126,000.00 $12,000.00 $108,000.00$6,300.00 $6,300.00 $15,000.00 $15,000.00 $50,000.00 $50,000.00 $5,000.00 $5,000.00$6.00 $26,100.00 $7.50 $32,625.00 $9.00 $39,150.00 $8.00 $34,800.00$14,700.00 $14,700.00 $20,000.00 $20,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00$3,716,980.00 $3,179,000.00 $4,321,917.00 $3,246,150.003R.P. Utility & Excavation Corp.Bid Bond****SanPik IncBid Bond****Bid Bond**Prime Construction Group, Inc.Bid BondMetro Equipment Service, Inc.**2 SECTION 00484 CERTIFICATION REGARDfNG SCRUTfNIZED COMPANIES' LISTS Bidder certifies that the company is not participating in a boycott of Israel. Bidder certifies that 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, and is not 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 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. 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. Printed Name and Title: Matt Blanton / President Date: 11 /5/24 END OF SECTION 00484-1 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project !TB #25-001 Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Craig Shadrix George Oliver III, District 4 Addendum No. ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 1 October 25, 2024 ADDENDUM NO. ONE (1) CITY OF OCOEE ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project This addendum shall modify and become a part of the original ITB Documents for ITB #25-001. This addendum consists of forty-three (43) pages, including attachments. Bidders should acknowledge receipt of this addendum in the space provided in the Bid Form. Failure to do so may subject the Bidder to disqualification. Bid Submission Deadline has changed to November 5, 2024. Answers to questions received and/or Amendments to the ITB Documents are as follows 1. Revised Dates for ITB #25-001: • Bid Submission Deadline: Tuesday, November 5, 2024 at 3:00 p.m. local time. • The deadline for Receipt of Questions remains unchanged. 2. Revised Bid Form • The Bid Form has been revised. All Bidders must submit the revised Bid Form attached to this addendum. 3. Questions / Answers Q1. Can an extension be made to the bid date in light of Hurricane Milton and the associated difficulties? A1. The Bid Submission Deadline has been moved to Tuesday, November 5, 2024 at 3:00 p.m. local time. Q2. Is there a Geo-Technical Report available for this project? A2. Yes, it is in Division 1 of the Project Manual. Please see Appendix A of the Wright Pierce Spec Documents. Addendum No. 1 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 2 Q3. Bid Item #9 and #12 specifies 20” HDPE and 14” HDPE installed via Directionally Drill. Can 16” DR18 and 12” DR18 Fusible PVC pipe be approved as an alternate or “equal” to the specified HDPE pipe for the HDD segments of this project? A3. The City only uses HDPE for Directional Drill applications. The City will not accept Fusible PVC as an approved alternative. Q4. In the Specifications Section #00710 it states the Owner will pay for the services of an independent testing lab to perform all inspections, test. In Section #01400 it says the Contractor will employ and pay for the services of an independent testing lab to perform inspections, testing and other services. Which entity is required to cover the costs? A4. The City only pays for the services of its independent testing lab for bacteriological testing for clearance of the water main. The City’s personnel will obtain samples for bacteriological testing of the water main. Q5. Section #01570-2 indicates that a uniformed police office is to be obtained. I do not see where one would be necessary, please specify. A5. This will be as needed for the City’s ROW. Orange County may require a uniformed police officer for TTC on their ROW. Q6. Please confirm the location of the Reclaimed Water Valve in which we are to run conduit and conductors to? A6. The actuated valve is located on the RCW main at Station 60+21.97 as seen on C-11, this is located in the entrance of the subdivision Arden Park South. Q7. Can you please provide an Engineer’s Estimate per the Surety’s request? A7. The Engineer’s Construction Estimate is $4,300,000.00. Q8. Please add a Permit Allowance to the bid schedule as noted in Article 30. A8. There are no building or City of Ocoee ROW permits required for this work. There will be no allowance added. Q9. Please advise if Buy American is applicable to this project. A9. Buy American provisions do not apply to ARPA funded projects; however Domestic Preference still applies (See p.11 of Section 500), and entities should attempt to achieve the items in the provision. Q10. Please advise if Builder’s Risk Insurance applies to this project. A10. Builder’s Risk does not apply to this project. Addendum No. 1 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 3 Q11. For Item 6, please provide the thickness of the asphalt required. A11. Please refer to the City’s Engineering Standards Manual and Construction Details for asphalt thickness requirements for Lauren Beth Avenue. For requirements for asphalt repair on Lake Meadow Road, please refer to Orange Counties Construction Detail on Sheet C-21 and Orange Counties Engineering Standards Manual. Q12. For Item 14, please advise if both the RWM and the WM fittings are included in this bid item. A12. Yes, all sizes (20”, 16”, 14” and 12”) of both the RWM and WM fittings are included in this bid item. The Bid item name should be changed to “14. Ductile Iron Fittings (all sizes)”. The updated Bid Form will be attached as a PDF. Q13. Please advise the type of sod required for this project. A13. Type of sod replaced shall be based on existing sod that was removed. Q14. For Item 24, please provide the location and quantity in LF of the Conduit Wire. A14. The Conduit Wire is required for the electrically actuated valve and is located on the RCW main at Station 60+21.97 as seen on C-11 at the entrance of the Arden Park South subdivision. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment, and Bid Form which further clarifies this pay item. Q15. For Item 24, please advise if a PVC conduit pipe is required. If yes, please provide the size, location, and quantity in LF. A15. The Conduit Wire is required for the electrically actuated valve and is located on the RCW main at Station 60+21.97 as seen on C-11 at the entrance of the Arden Park South subdivision. The contractor shall be responsible for determining the length for this lump sum bid item. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment, and Bid Form which further clarifies this pay item. Q16. For Item 24, please provide the specs for the conduit wiring. A16. The conduit and wire shall be as shown on Drawing C-11, Section A-A. Additionally, conduit shall schedule 80 PVC and the wire shall be XHHW insulated. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment, which further clarifies Pay Item 24. Q17. Please advise if a Uniformed Police Officer is required for this project. A17. This will be on an as needed basis for the City of Ocoee. Orange County may require a uniformed police officer for their TTC requirements. Q18. Please advise if milling and resurfacing are required for this project. If yes, please provide the pay item and quantities in SY. Addendum No. 1 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 4 A18. This is part of item 06. Q19. Please advise if tracer wire access boxes or test stations are required for this project. If yes, please provide the pay item and quantity in EA. A19. No, tracer wire access will be provided through the gate valve boxes installed as part of this project. Q20. Please advise if grounding rods are required for this project. If yes, please provide the location, the pay item, and the quantity in EA. A20. There are no dead ends proposed for this project. Q21. Please advise if an Electric Actuator is required for this project. If yes, please provide the location of power supply connection, control circuit, and remote-control station, and electrical schematics. A21. Yes, an Electric Actuator is required for this project. The power supply and control circuit are located on Drawing C-11 within the existing “6’ CHAIN LINK FENCE”. The remote-control station is located at the City’s WWTP. All SCADA programming will be performed by the City. See Drawings C-11 and C-26 for electrical wiring details. Q22. Please advise if a SCADA system is required for this project. If yes, please provide the pay item and specifications for the system. A22. The City will program the controls of this new valve into the existing SCADA system. Q23. Please confirm if OCU or the City of Ocoee is responsible for paying for the testing laboratory. A23. All testing will be covered under the respective line item. For bacteriological testing for FDEP clearance, the City of Ocoee will take samples and use their contracted laboratory services. Q24. DWG C-4, shows a 34” Live Oak and a 12” Laurel Oak designated to be removed. Please advise if those trees are to be removed and disposed of or removed and replaced new. If to be replaced new, please provide approved tree species and the caliper diameter and height of the new trees. A24. The 34” Live Oak and the 12” Laurel Oak are either not in conflict of construction or have been removed as part of the Development project adjacent to Lauren Beth Avenue. Q25. Please advise if Signed and Sealed Bore Calcs are required for this project. A25. Yes, the contractor shall provide signed and sealed calculations to support their HDD design. (Remainder of page intentionally left blank) Addendum No. 1 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 5 4. The description/scope of work has been addended for this project. Once there is an awarded bidder the City will provide the updated contract. Please find the updated description below. • The project consists of the installation of approximately 3,750 linear feet of 16-inch polyvinyl chloride (PVC) reclaimed water main by open-cut installation, 50 linear feet of 16-inch ductile iron (DI) reclaimed water main by open-cut installation, and 980 linear feet of 20-inch high- density polyethylene (HDPE) reclaimed water main by horizontal directional drill. The project also includes 980 linear feet of 14-inch HDPE installed by horizontal directional drill and 2,900 linear feet of 12-inch ductile iron water main installed by open cut. Along with the installation of the piping the project consists of connections to existing water mains and reclaimed water mains, installation of hydrants, valves, fittings, pressure testing, open cut and restoration of associated roadway, driveways, curb, sodding, seeding and other restoration as may be required. 5. Section 00020 - Invitation to Bid • Section 00020 has been revised with the amended description/scope of work. Page 00020-1 will be attached to this addendum. 6. Section 00200 - Information Available to Bidders • The revised Section 00200 will be attached to this addendum. 7. Section 00640 – Waiver of Right to Claim Against the Payment Bond (Final Payment) • Section 00640 has been revised with the amended description/scope of work and will be attached to this addendum. 8. Wright-Pierce Section 01150 – Measurement and Payment • The revised Section 01150 will be attached to this addendum. 9. Revised Plan Sheets: C-6 to C-22 • The revised drawings will be attached to this addendum. Alexis Chnetouf Alexis Chentouf Purchasing Technician cc: Jen Bolling, Utilities Director Attachments: Bid Form – Revised Section 00020 – Invitation to Bid Section 00200 – Information Available to Bidders Section 00640 – Waiver of Right to Claim Against the Payment Bond (Final Payment) Wright-pierce Section 01150 – Measurement and Payment Revised Plan Sheets: C-6 to C-22 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00020-1 SECTION 00020 INVITATION TO BID ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project The City of Ocoee, Florida (“City”, “Owner”) is soliciting sealed Bids for the Project ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project. The Project is one of the City’s designated utilities projects federal grant funded through the American Rescue Plan Act (ARPA) / Coronavirus State and Local Fiscal Recovery Funds (SLFRF). All procurements by Federal Grant recipients and sub-recipients shall comply with the provisions of 2 C.F.R. Section 200.317 – 327, as applicable. Proper documentation is required by the American Rescue Plan Act, per the federal requirements and corresponding forms. Description of Work: All Work for the Project shall be constructed in accordance with the drawings and specifications and the Contact Documents prepared by Wright Pierce and the City of Ocoee Utilities Department. The proposed project will be awarded and constructed, in conformance with the plans, specifications, and City of Ocoee Engineering Standards Manual. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: A.The project consists of the installation of approximately 3,750 linear feet of 16-inch polyvinyl chloride (PVC) reclaimed water main by open-cut installation, 50 linear feet of 16-inch ductile iron (DI) reclaimed water main by open-cut installation, and 980 linear feet of 20-inch high-density polyethylene (HDPE) reclaimed water main by horizontal directional drill. The project also includes 980 linear feet of 14-inch HDPE installed by horizontal directional drill and 2,900 linear feet of 12-inch ductile iron water main installed by open cut. Along with the installation of the piping the project consists of connections to existing water mains and reclaimed water mains, installation of hydrants, valves, fittings, pressure testing, open cut and restoration of associated roadway, driveways, curb, sodding, seeding and other restoration as may be required. B.All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing reclaim mains. 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 electronically through the Bonfire Platform. Bid submissions received in any other format will not be accepted; no paper, fax, or e-mailed Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00200-1 SECTION 00200 INFORMATION AVAILABLE TO BIDDERS 1. The City reserves the right to award the “Project” based on the Total Base Bid. 2. This project will be funded in part by the American Rescue Plan Act (ARPA). 3. Utilities: The location and existence of such utilities has not been verified by the Owner or Engineer. The contractor is responsible to verify all existing utilities located within the routing of the reclaim. If conflict(s) arise requiring modification of the project elements, the contactor’s compensation will be based on adjusted unit quantities as measured in- place. The Contractor shall identify and verify the location of all existing utilities and preserve as necessary, applicable existing utilities required to be preserved under The Contract, whether shown on the Drawings or not. If the Contractor encounters utility conflicts during construction, the Contractor shall give sufficient notice to the Owners so that they may make the necessary adjustments. Damage to any utilities that is caused by carelessness of the Contractor shall be repaired at the Contractor's expense. Any delays ensuing from this damage shall be considered a delay that is within the Contractor’s control. 4. Permits: The Contractor shall obtain all necessary building permits and all right-of-way utilization permits from Orange County. If fees are required for the City of Ocoee issued permits, the Utilities Department will pay the fee upon notification from the Contractor. The Contractor shall obtain and pay for all other federal, state, and county permits, licenses, and other authorizations required for the prosecution of the Work, including the cost of all Work performed in compliance with the terms and conditions of such permits, licenses, and authorizations, whether by himself or others. The Contractor shall strictly adhere to the specific conditions or requirements of all such permits issued by the governmental unit(s) or agency (ies) having jurisdiction over the Work. Whenever there is a difference in the requirements of a jurisdictional body and these Specifications, the more stringent shall apply. The project does not require an SJRWMD permit and City Right-Away Permit. City will obtain all needed FDEP permits. 5. Contract Forms: Contract Forms are part of this manual 6. Geotechnical Data: Geotechnical Data report is located in Appendix A of the Wright Pierce Spec Documents. 7. Land Survey: Land Survey is basis of the plan preparation and is available upon request in electronic format (Acad). 8. The Transmission Main Interconnect to Orange County Utilities RCW System are available in PDF and electronic (Acad) formats upon request. Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00200-2 9. Field Trailer: No field trailer is required for this contract. 10. No more than thirty percent (_30_%) of the dollar value of the total bid amount for the work shall be performed by subcontractors. The balance of the work must be accomplished by the Bidder's own forces. (Work in this respect does not include cost paid to suppliers for materials and equipment furnished for this project.) Specialties such as plumbing, heating, pool, roofing, and electrical work are required by the State of Florida to be subcontracted unless Contractor holds a Specialty license, and should not normally be considered in establishing the amount of work required to be performed by the General Contractor. 11. Bid Form: The enclosed Bid Form is a Unit Item bid form. The Contractor's Bid Bond shall be five percent (5%) of the total of the Bid Form. END OF SECTION Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-1 SECTION 00300 BID FORM SUBMITTED: (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project NAME OF BIDDER: BUSINESS ADDRESS: PHONE NO.: CITY, STATE, ZIP: CONTRACTOR’S FEDERAL I.D. NUMBER CONTRACTOR'S FLORIDA LICENSE NO.: THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. No. No. No. Dated: Dated: Dated: Dated: No. No. No. No. Dated: Dated: Dated: Dated: Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-2 (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-3 are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Per Section 00100 Article 8, Instructions to Bidders, Bidder hereby agrees, if his/her bid is successful, to commence Work under this contract on or before the date specified in the Notice to Proceed; which upon the Successful Bidder’s request, the commencement date of the Notice to Proceed shall be a date no later than up to forty- five (45) calendar days after the Notice of Award. The Bidder further agrees, if his/her bid is successful, to fully complete all work per the price and terms and conditions of the contract within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Contract for Construction (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Contract for Construction (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.1 of the Proposed Contract for Construction (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. E-Verify Certification (Section 00310) 3. Sam Registration (Section 00311) 4. Byrd Anti Lobbying (Section 00312) 5. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 6. Non-collusion Affidavit (Section 00480) 7. Conflict of Interest Disclosure Form (Section 00480A) Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-4 8. Certification of Non-segregated Facilities (Section 00481) 9. Sworn Statement on Public Entity Crimes (Section 00482) 10. Certification of Nondiscriminatory Labor Practices (Section 00483) 11. Certification Regarding Scrutinized Companies’ Lists (Section 00484) (Remainder of page intentionally left blank) Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-5 Bid Form: Transmission Main Interconnect to Orange County Utilities RCW System Item No: Description Units Contract Quantity Unit Price (in Numbers) Total Price (in Numbers) 1 Mobilization/Demobilization Lump Sum 1 2 General Requirements, Bonds, and Permits Lump Sum 1 3 Maintenance of Traffic Lump Sum 1 4 Erosion Control Lump Sum 1 5 Excavation of Unsuitable Materials Cubic Yards 100 6 Asphalt Removal and Replacement Square Yards 1250 7 Concrete Work Square Yards 230 8 Driveway Restoration for Dirt, Gravel, and Paver Driveways Square Yards 265 9 Furnish and Install 20-inch HDPE Reclaimed Water Main via Horizontal Directional Drill Linear Feet 980 10 Furnish and Install 16-inch PVC Reclaimed Water Main via Open Cut Linear Feet 3,750 11 Furnish and Install 16-inch Ductile Iron Reclaimed Water Main via Open Cut Linear Feet 50 12 Furnish and Install 14-inch HDPE Water Main via Horizontal Directional Drill Linear Feet 980 13 Furnish and Install 12-inch Ductile Iron Water Main by Open Cut Linear Feet 2,900 14 Ductile Iron Fittings (All Sizes) Ton 8 15 16-inch Actuated Butterfly Valve Each 1 16 16-inch Gate Valve Each 13 17 12-inch Gate Valve Each 11 18 2-inch Automatic Gas Release Valve for Reclaimed Water System Each 6 19 2-inch Automatic Gas Release Valve for Water System Each 5 20 Blow off Assembly Each 1 21 Hydrant Assembly Each 9 22 Loaming and Seeding Lump Sum 1 23 Sodding Square Yards 4,350 24 Electrical, Conduit, and Wiring Lump Sum 1 Total Complete Bid Company Name: By: _ Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-00100300-6 6.The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner’s sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. 7.The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 8.It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 9.BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the manufacturers/suppliers listed in the City’s Approved Materials List. If the Bidder desires to propose an alternate manufacturer/supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also choose an approved manufacturer/supplier. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the Bidder’s chosen approved manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the manufacturer/supplier chosen by the City. Also, if the Bidder chooses more than one approved manufacturer/supplier, he must use the first manufacturer/supplier written in the schedule of Base/Alternative Bid Manufactures/Suppliers table within this Bid Form (unless an alternate is approved). 10.SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as, Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-7 additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid/Alternative Bid item and the proposed item. "Base Bid/Alternative Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 11. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City’s needs. (Remainder of page intentionally left blank) 00300-8 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 SCHEDULE OF BASE BID/ALTERNATIVE BID MANUFACTURERS/SUPPLIERS Specification Section and Equipment Item Approved Manufacturer/Supplier First Choice Second Choice Third Choice HDPE Pipe PVC Pipe DI Pipe Fittings Valves (Actuator & Gate) Valve Boxes Valve Markers Trace Wire Air Release Valves MJ Restraints Hydrant Assembly Blow Off Assembly Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-12 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Item or Material Spec Section Alternative Manufacturer/Supplier (List One Only) Deductible Amount* (Indicate Whether Lump Sum or Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make additional copies of this page as required.) Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-13 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Phone No.: Florida License No.: Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-14 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Authorized Signature) (Corporate Seal) Attest (Secretary) Business address: Phone No.: Corporation President: Florida License No.: Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-15 12. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-16 13. Name and address of Surety's resident agent for service of process in Florida: (Remainder of page intentionally left blank) Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00300-17 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of , a corporation under (Contractor's Corporate Name) the laws of the State of , held on the day of , 2024, the following resolution was duly passed and adopted: "RESOLVED, that (signature of individual) (typed name of individual) as of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 2024. (CORPORATE SEAL) (Corporate Secretary) STATE OF CITY OF The foregoing instrument was acknowledged before me this day of , 2024 by (name of officer or agent, title of officer or agent), by means of ☐ physical presence or ☐ online notarization, of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He/She is personally known to me or has produced (type of identification) as identification and did/did not take an oath. (Notary Public) My Commission Expires: Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project ITB #25-001 00640-1 SECTION 00640 WAIVER OF RIGHT TO CLAIM AGAINST THE PAYMENT BOND (FINAL PAYMENT) (SECTION 255.05) The undersigned, in consideration of the final payment in the amount of $ hereby waives its right to claim against the payment bond for labor, services, or materials furnished to ___ insert the name of your customer) on the job of (insert name of the owner), for improvements to the following described project: DESCRIPTION OF PROJECT: • The project consists of the installation of approximately 3,750 linear feet of 16-inch polyvinyl chloride (PVC) reclaimed water main by open-cut installation, 50 linear feet of 16-inch ductile iron (DI) reclaimed water main by open-cut installation, and 980 linear feet of 20-inch high-density polyethylene (HDPE) reclaimed water main by horizontal directional drill. The project also includes 980 linear feet of 14-inch HDPE installed by horizontal directional drill and 2,900 linear feet of 12-inch ductile iron water main installed by open cut. Along with the installation of the piping the project consists of connections to existing water mains and reclaimed water mains, installation of hydrants, valves, fittings, pressure testing, open cut and restoration of associated roadway, driveways, curb, sodding, seeding and other restoration as may be required. • All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing reclaim mains. All work is to be conducted in accordance with the specifications within the Bidding Documents. DATE , (Claimant) By: END OF SECTION 01150-1 21507 SECTION 01150 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 DESCRIPTION A.For lump sum items, payment shall be made to the contractor in accordance with an accepted progress schedule and schedule of values on the basis of actual work completed. B.The quantities of work to be done and materials to be furnished under a unit price contract, as given in the Bid Form, are to be considered as approximate only and are to be used solely for the comparison of Bids received and determining an initial Contract Price. The Owner does not, expressly or by implication, represent that the actual quantities involved will correspond exactly therewith; nor shall the Contractor plead misunderstanding or deception because of such estimate or quantities or of the character, location or other conditions pertaining to the Work. C.For unit-price items, payment shall be based on the actual amount of work accepted and for the actual number of materials in place, as shown by final measurements. 1.All units of measurement shall be standard United States convention as applied to the specific items of work by tradition and as interpreted by the Engineer. 2.At the end of each day's work, the Contractor's Superintendent or other authorized representative of the Contractor shall meet with the Owner’s Representative and determine the quantities of unit price work accomplished and/or completed during the workday. 3.These quantities will provide the basis of the Engineer's monthly quantity estimate upon which payment will be made. 4.After the work is completed and before final payment is made, the Engineer will make final measurements to determine the quantities of various items of work accepted as the basis for final settlement. D.Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 1.2 REQUIREMENTS SPECIFIED ELSEWHERE A.Additional Requirements are specified elsewhere including, but not necessarily limited to, General Conditions, Supplementary Conditions, Appendices, and Divisions 0, 1, 2, and 15. 1.3 APPLICATIONS FOR PAYMENT A.Applications for Payment shall be submitted by the Contractor to the Engineer/Owner in accordance with the Section 01027 Application for Payment. B.Work not installed in accordance with the requirements of the Contract Documents or materials not conforming to the Contract Documents will not be approved for payment by the Engineer. 01150-2 MEASUREMENT AND PAYMENT 21507 1.4 SCOPE OF PAYMENT A.It is the Contractor's responsibility to perform a detailed quantity take-off from the plans to determine actual quantities for ordering and delivery purposes. The Owner will not be responsible for quantities ordered in excess of those installed and constructed. The Contractor should be aware that some of the pay items may have contingency quantities. Payment shall be made only for final in-place quantities. No payment shall be made for contingency quantities or additional work unless otherwise directed and approved in writing by the Engineer. B.Pay items are not guaranteed. Payments to the Contractor will be made for the actual quantities of the Contract items performed and accepted in accordance with the Contract Documents. Upon completion of construction, if these actual quantities show either an increase or decrease from the quantities given in the Proposal Form, the Contract Unit Prices will still prevail. C.The Contractor shall accept in compensation, as herein provided, in full payment for furnishing all materials, labor, tools, equipment, and incidentals necessary to the completed work and for performing all work contemplated and embraced by the Contract; also for all loss or damage arising from the nature of the Work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the Work and until its final acceptance by the Engineer, and for all risks of every description connected with the prosecution of the work, except as provided herein, also for all expenses incurred in consequence of the suspension of the Work as herein authorized. D.The payment of any partial estimate or of any retained percentage except by and under the approved final invoice, in no way shall affect the obligation of the Contractor to repair or renew any defective parts of the construction or to be responsible for all damage due to such defects. 1.5 PAYMENT FOR INCREASED OR DECREASED QUANTITIES A.When alterations in the quantities of work not requiring supplemental agreements, as hereinbefore provided for, are ordered and performed, the Contractor shall accept payment in full at the Contract price for the actual quantities of work done. No allowance will be made for anticipated profits. Increased or decreased work involving supplemental agreements will be paid for as stipulated in such agreements. 1.6 OMITTED ITEMS A.Should any items contained in the bid form be found unnecessary for the proper completion of the work contracted, the Engineer may eliminate such items from the Contract, and such action shall in no way invalidate the Contract, and no allowance will be made for items so eliminated in making final payment to the Contractor. 1.7 PARTIAL PAYMENTS A.Partial payments shall be made monthly as the work progresses. Partial payments shall be made subject to the provisions of the Supplemental and General Conditions. The breakdown of quantities will be determined by the Engineer. 1.8 PAYMENT FOR MATERIAL DELIVERED A.When requested by the Contractor and at the discretion of the Owner, payment may 01150-3 MEASUREMENT AND PAYMENT 21507 be made for all or part of the value of acceptable, non-perishable materials and equipment which are to be incorporated into bid items, have not been used and have been delivered to the construction site, or placed in storage places acceptable to the Owner. Payment shall be subject to the provisions of the General and Supplemental Conditions. B.No payment shall be made upon fuels, supplies, lumber, false work, or other materials, or on temporary structures of any kind which are not a permanent part of the Contract. 1.9 FINAL PAYMENT A.After final measurements are made by the Engineer, the Contractor will prepare a final quantity invoice of the amount of the Work performed and the value of such Work. Owner shall make final payments of the sum found due less retainages subject to provisions of the General and Supplemental Conditions. 1.10 INCIDENTAL WORK A.Incidental work items for which separate payment will not be made includes, but is not limited to, the following items: 1.Construction photographs or videos. 2.Project Record Documents. 3.Signs. 4.Clean-up and restoration of property. 5.Restoration of fences and other structures. 6.Cooperation and coordination with other Contractors and utility companies including related inspection costs and other costs (Refer to Section 01050). 7.Utility crossings and relocations, unless otherwise paid for in explicit items. 8.Temporary utility services to buildings, as required to maintain service during construction. 9.Minor Items--such as relocation of signposts, guard rails, rock wall, mail boxes, curbs, traffic loop detectors, pavement markings, etc., damaged as a result of construction activities. 10.Trench boxes, steel and/or wood sheeting as required, including that left in place. 11.Maintenance of all existing water flows and repair of existing water mains. 12.Testing of existing backflow preventers after connection with a new or modified water service. 13.Temporary Construction. 14.Dewatering as necessary. 15.Dust control. 16.Quality assurance testing. 17.Grading. 18.Construction schedules, bonds, insurance, shop drawings, warranties, guarantees, certifications, and other submittals required by the Contract Documents. 19.Repair and replacement of water lines under 2-inches in size, culverts, underdrains, rock lined drainage trenches in streets and other utilities damaged 01150-4 MEASUREMENT AND PAYMENT 21507 by construction activities and corresponding proper disposal of removed materials unless otherwise paid for. 20.Temporary construction necessary for construction sequencing and other facilities not permanently incorporated into the work. 21.Weather protection. 22.Visits to the project site or elsewhere by personnel or agents of the Contractor, including manufacturer's representatives, as may be required. 23.All excavation except the test holes specifically shown or ordered by the Engineer to establish sewer line and water line locations. 24.Contract administration and insurance. 25.Soil borings to establish in place field soils density, groundwater conditions, or requirements for dewatering. 26.Temporary Field Office. 27.Earthwork 28.Test holes for the Contractor’s Benefit 29.Temporary resetting or replacement of existing street and traffic signs and temporary traffic signals where necessary. 30.Horizontal adjustment of existing frames covers and grates to match final grades and curb faces. 31.Removing and resetting of existing steps, guard rails, fences, walls and non- paved brick or paver walkways disturbed during construction, other than those identified in the Drawings to be replaced. 32.Protection of existing block and stone retaining walls unless otherwise identified to be removed, relocated, or modified in the Drawings. 33.Cross-over channels and underdrains for sewer, storm drain and water excavation pits, and check dams for all excavated channels. 34.Installing raised pavement markers and temporary symbols on the binder course within 48 hours of installing any section of the binder course and maintaining these throughout the project duration. 35.Locating and verifying the locations of water and sewer services within the limits of work. Capping or plugging existing underground utilities as shown on the plans. 36.Removal and subsequent delivery of replaced or obsolete frames, covers, grates, hydrants, curbstones and signs to a location within the City limits designated by the Owner. 37.Removal of temporary or permanent pavement markings, prior to paving. 38.Relocation, replacement and extension of all underground telephones, power, cable, data, gas and all other private utility services that interfere with the installation of the water and reclaimed water mains. 39.Completion of the Storm Water Pollution Prevention Plan as well as required inspections, monitoring and reporting. 1.11 DESCRIPTION OF PAY ITEMS A.The following sections describe the measurement of and payment for the work to be done under the respective items listed in the Bid Form. B.Each unit or lump-sum price stated in the Bid Form shall constitute full compensation, as herein specified, for each item of the work completed. 01150-5 MEASUREMENT AND PAYMENT 21507 (01) – Mobilization/Demobilization A.Method of Measurement: Lump sum. The total of bid item shall not exceed [4%] of Total Amount of the Bid. B.Basis of Payment: Mobilization/demobilization costs are those costs of initiating and ending the contract. Payment for mobilization/demobilization shall be a lump sum at the price as stated in the Bid Form. Fifty percent (50%) of the lump sum will be payable when the Contractor is operational on the site. Forty percent (40%) will be paid in equal, monthly installments throughout the project duration, and the remaining ten percent (10%) of the lump sum will be payable when the Contractor leaves the site following the completion and Owner Acceptance of all contract work. 1.Payment for Mobilization and Demobilization is the price and payment for full compensation for the preparatory work and operations in mobilizing for beginning work on the Project and demobilizing for ending work on the Project. The establishment of safety equipment, first aid supplies, sanitary and other facilities, as required by these Specifications, State and local laws and any other preconstruction expense necessary for the state of the Work; including the cost of field engineering, disposal of cleared and grubbed material and debris, construction schedules, preconstruction video and photographs, construction photographs, project signs, shop drawings, temporary facilities, lay down storage area, construction aids, erosion control, work associated with Contractor support during Owner/Engineer testing, reviews and inspection, re- inspection and any rework resulting from same, cleaning, project records documents, operating and maintenance data. (02) – General Requirements, Bonds, and Permits A.Method of Measurement: General Requirements, Bonds, and Permits will be paid for at the Lump Sum unit price as stated in the Bid Schedule. Basis of Payment: Payment shall be made at the start of the project to the contractor to obtain, maintain, and fulfill all requirements for bonds, permits, and general pre- construction work in relation to the project. (03) – Maintenance of Traffic A.Method of Measurement: Traffic regulation and control will be paid for at the Lump Sum unit price as stated in the Bid Schedule. B.Basis of Payment: Payment for traffic regulation and control shall constitute full compensation for all traffic regulation and control efforts and including all labor, materials, equipment, signage and supervision required to provide comprehensive and professional traffic regulation and control at all project locations, including uninformed police officers and electronic message boards. The traffic control plan, temporary pavement markings for traffic re-routing and pedestrian safety are included in this item. The lump sum shall be paid in partial payments over the course of the project, where the percentage paid is equal to the percentage of completion of the entire Contract. 1.Maintenance of Traffic will be in accordance with FDOT standards as listed in 01570. 01150-6 MEASUREMENT AND PAYMENT 21507 2.The Maintenance of Traffic Plan is required to be FDOT-certified and shall be approved by the City and Orange County. (04) – Erosion Control A.Method of Measurement: Erosion control will be paid for at the Lump Sum unit price as stated in the Bid Schedule. B.Basis of Payment: Item shall include purchasing and installing all erosion and sediment control measures prior to starting any work. This item shall also include preparation, monitoring, inspecting, reporting, and maintaining all erosion and sediment control measures throughout the duration of the project and the complete and proper removal of control items prior to demobilization. The lump sum shall be paid per month throughout the duration of the project, where the percentage paid is equal to the percentage of completion of the entire Contract. (05) – Excavation of Unsuitable Materials A.Method of Measurement: Quantity to be paid for under this item shall be the number of cubic yards of unsuitable material removed and replaced with clean backfill material as authorized by the Engineer. B.Basis of Payment: Item shall include labor, equipment, and materials necessary to complete the excavation, remove unsuitable material, and replace with clean backfill to the depth accepted by the Engineer for the length of the excavation as directed by the Engineer. Payment will not be made for unauthorized additional earth excavation. C.Basis of Payment: 1.Excavated unsuitable materials shall be paid for at the unit price per cubic yards stated in the Bid Schedule. Said unit price shall be full compensation for furnishing all labor, equipment, and tools necessary for the excavation of unsuitable material including the hauling and disposal of materials; and including furnishing installing and compacting replacement suitable backfill, and filter fabric, and for all other work and expenses incidental thereto for which payment is not provided under other items. (06) – Asphalt Removal and Replacement A.Method of Measurement: The asphalt removal and replacement to be paid for will be determined by the actual square yards of asphalt replaced and accepted. B.Basis of Payment: Payment for Asphalt Removal and Replacement will be made at the Contract unit price per square yard per item, which price and payment shall be full compensation and shall include removal and disposal of existing asphalt, base, and sub-base; new base; restriping and pavement markings; all saw-cutting, milling, paving, and sealing; all subbase, asphalt, curbs, gutters and miscellaneous road or driveway components; compaction and testing. All pavement replaced shall meet the requirements of the Agency (FDOT, Orange County, or City of Ocoee) responsible for the maintenance of the pavement according to the latest City standards, County standards, and FDOT Standards for Road and Bridge Construction. 01150-7 MEASUREMENT AND PAYMENT 21507 (07) – Concrete Work A.Method of Measurement: The concrete constructed, removed, and replaced to be paid for will be determined by the actual square yards of concrete constructed, replaced, and accepted. B.Basis of Payment: Payment for Concrete Work will be made at the Contract unit price per square yard per item, which price and payment shall be full compensation and shall include construction of all concrete structures and pads; removal and disposal of existing concrete at driveways and sidewalks as required for installation of water and reclaimed water mains; grading, all reinforcement/wire mesh for driveways, sidewalks, pads, and expansion joints; all saw-cutting, milling, paving, re-striping, and sealing; all subbase, concrete, sidewalks, curbs, gutters and miscellaneous driveway components; compaction and testing. (08) – Driveway Restoration for Dirt, Gravel, and Paver Driveways A.Method of Measurement: The quantity of material to be paid for under this item shall be the actual weight in ton of material used to restore each driveway. B.Basis of Payment: 1.Grass, dirt, gravel, and pavement shall be paid for at the Contract unit price per ton stated in the Bid Schedule. 2.Said unit price shall be full compensation for furnishing all materials, labor, equipment, and tools necessary for the placement and removal of driveways, preparation of base material, placement and grading of shoulder material to back up overlay pavement, and installation of driveway markings. (09) – Furnish and Install 20-inch DR 11 HDPE Reclaimed Water Main via Horizontal Directional Drill (HDD) A.Method of Measurement and payment: Reclaimed water main pipe via HDD measured for payment shall be the number of linear feet of specified diameter HDPE pipe installed and measured horizontally, at ground elevation, running a measure along the center line of the pipe as laid including fittings installed and accepted complete in place for all work to the limits of work as shown on the Drawings. B.Basis of Payment: Payment shall be paid for at the Contract unit price per horizontal linear foot for the size of HDPE reclaimed water main installed by directional drill, which price and payment shall be full compensation and shall include the cost to obtain and review all manufacturer’s data and specifications for piping; receiving, unloading, inspecting, storing and installing reclaimed water main pipes; all ancillary fittings, adapters, fusion weld equipment, removal of weld beads, use of pipe rollers and appurtenances and installation of said materials including all clearing and grubbing, stripping, proof rolling, trenching, verifying depth and location of existing utilities, dewatering, suitable drilling mud, suitable backfill material, backfilling, surface and pavement restoration, compaction, and testing; all drilling and receiving pits, drilling rigs, rods, disposal of removed materials and fluids, restoration, bore logs, pipe pulling through bore hole, and ancillary equipment; flushing, pigging, and pressure testing of all reclaimed water main. 01150-8 MEASUREMENT AND PAYMENT 21507 (10) – Furnish and Install 16-inch PVC Reclaimed Water Main via Open Cut A.Method of Measurement and payment: Reclaimed water main pipe via open cut measured for payment shall be the number of linear feet installed measured horizontally, at ground elevation, running a measure along the center line of the pipe as laid including fittings installed and accepted complete in place for all work to the limits of work as shown on the Drawings. Branch pipes will be measured along their centerlines from the centerline of the main pipe. B.Basis of Payment: Payment for PVC reclaimed water main by open cut shall be paid for at the Contract unit price per horizontal linear foot for the size and type installed, which price and payment shall be full compensation and shall include the cost: to obtain and review all manufacturer’s data and specifications for piping; receiving, unloading, inspecting, storing and installing reclaimed water main pipes; all ancillary tracer wire, warning tape, temporary jumper connection, gaskets, pipe restraint mechanisms, nuts, bolts, retainer glands, and appurtenances and installation of said materials including all clearing and grubbing, stripping, proof rolling, trenching (excavating), dewatering, pipe bedding,root barriers,suitable backfill material, backfilling, surface and pavement restoration, compaction, and testing; flushing, pigging, and pressure testing of all reclaimed water main. This price shall include clean-up and restoration of the right-of-way or private property including property boundary monuments and markers, removal and protection of trees, replacement of shrubs, fences, mailboxes, poles, sign, and mulch which are displaced to construct the reclaimed water main. 1.Payment for this work on interim requisitions shall be according to the following percentages: a.Reclaimed water main successfully set in place and backfilled - 80 percent. b.Reclaimed water main pressure tested - 20 percent. (11) – Furnish and Install 16-inch Ductile Iron pipe via Open Cut Reclaimed Water Main A.Method of Measurement: Ductile iron pipe via open cut measured for payment shall be by the size and number of linear feet installed measured horizontally, at ground elevation, running a measure along the center line of the pipe as laid including fittings installed and accepted complete in place for all work to the limits of work as shown on the Drawings. Branch pipes will be measured along their centerlines from the centerline of the main pipe. B.Basis of Payment: 1.Ductile iron pipe shall be paid for at the unit price per diameter of horizontal linear foot stated in the Bid Schedule. Said unit price shall be full compensation for sawcut, management, removal and disposal of pavement; excavation; furnishing all pipes, cement mortar lining, polywrap, labor, equipment, tools, and other materials required for the installation of the pipelines; for installing the polywrap; for utility crossings and relocations, laying, setting, and jointing all pipes and fittings; for connections and couplings to existing pipes; for furnishing and placing all bedding, haunching,root barriers and initial backfill; for backfilling; for thrust blocks and supports; for restraining joints; saddles; for furnishing and placing all temporary sheeting and bracing; for 01150-9 MEASUREMENT AND PAYMENT 21507 clearing and grubbing; for cleaning and testing; for removal and disposal of existing water lines being replaced within the trench; for all labor, tools and construction equipment; testing of installed reclaimed water mains, temporary utilities for construction and to maintain existing service during construction including any materials, labor, and equipment the Contractor needs to provide regardless of the construction sequence, pipe and buried utility markings and location tape, cross-over channels and underdrains for sewer, storm drain and water excavation pits, and check dams for all excavated channels and for all other work and expenses incidental thereto for which payment is not provided under other items. This price shall include clean-up and restoration of the right- of-way or private property including property boundary monuments and markers, protection and removal of trees, replacement of shrubs, fences, mailboxes, poles, sign, and mulch which are displaced to construct the reclaimed water main. 2.Payment for this work on interim requisitions shall be according to the following percentages: a.Reclaimed water main successfully set in place and backfilled - 80 percent. b.Reclaimed water main pressure tested - 20 percent. (12) – Furnish and Install 14-inch DR 11 HDPE Water Main via Horizontal Directional Drill (HDD) A.Method of Measurement and payment: Water main pipe via HDD measured for payment shall be the number of linear feet of specified diameter HDPE pipe installed and measured horizontally, at ground elevation, running a measure along the center line of the pipe as laid including fittings installed and accepted complete in place for all work to the limits of work as shown on the Drawings. B.Basis of Payment: Payment shall be paid for at the Contract unit price per horizontal linear foot for the size of HDPE water main installed by directional drill, which price and payment shall be full compensation and shall include the cost to obtain and review all manufacturer’s data and specifications for piping; receiving, unloading, inspecting, storing and installing water main pipes; all ancillary fittings, adapters, fusion weld equipment, removal of weld beads, use of pipe rollers and appurtenances and installation of said materials including all clearing and grubbing, stripping, protection of trees, proof rolling, trenching, verifying depth and location of existing utilities, dewatering, suitable drilling mud, suitable backfill material, backfilling, surface and pavement restoration, compaction, and testing; all drilling and receiving pits, drilling rigs, rods, disposal of removed materials and fluids, restoration, bore logs, pipe pulling through bore hole, and ancillary equipment; flushing, pigging, pressure testing, disinfection and bacteriological testing. (13) – Furnish and Install 12-inch Ductile Iron Water Main via Open Cut A.Method of Measurement: Ductile iron pipe via open cut measured for payment shall be by the size and number of linear feet installed and measured horizontally, at ground elevation, running a measure along the center line of the pipe as laid including fittings installed and accepted complete in place for all work to the limits of work as shown 01150-10 MEASUREMENT AND PAYMENT 21507 on the Drawings. Branch pipes will be measured along their centerlines from the centerline of the main pipe. This item also includes the cost to abandon by grout filling the existing water main where identified. B.Basis of Payment: 1.Ductile iron pipe shall be paid for at the unit price per diameter of horizontal linear foot stated in the Bid Schedule. Said unit price shall be full compensation for sawcut, management, removal and disposal of pavement; excavation; furnishing all pipes, cement mortar lining, polywrap, labor, equipment, tools, and other materials required for the installation of the pipelines; for installing the polywrap; for utility crossings and relocations, laying, setting, and jointing all pipes and fittings; for connections and couplings to existing pipes; for furnishing and placing all bedding, haunching,root barriers and initial backfill; for backfilling; for thrust blocks and supports; for restraining joints; saddles; for furnishing and placing all temporary sheeting and bracing; for clearing and grubbing; for cleaning and testing; for all labor, tools and construction equipment; flushing, pigging, pressure testing, disinfection and bacteriological testing of installed water mains, temporary utilities for construction and to maintain existing service during construction including any materials, labor, and equipment the Contractor needs to provide regardless of the construction sequence, pipe and buried utility markings and location tape, cross-over channels and underdrains for sewer, storm drain and water excavation pits, and check dams for all excavated channels and for all other work and expenses incidental thereto for which payment is not provided under other items. This price shall include clean-up and restoration of the right-of- way or private property including property boundary monuments and markers, protection and removal of trees, replacement of shrubs, fences, mailboxes, poles, sign, and mulch which are displaced to construct the water main. 2.Payment for this work on interim requisitions shall be according to the following percentages: a.Water main successfully set in place and backfilled - 80 percent. b.Water main pressure tested - 20 percent. (14) – Ductile Iron Fittings A.Method of Measurement: The quantity of ductile iron fittings to be paid for under this item shall be the actual weight in tons provided by the manufacturer of all ductile iron fittings B.Basis of Payment: 1.Payment shall include furnishing all labor, equipment, polywrap, restraints, interior coatings, tools and materials necessary for installing fittings. Unit of measurement is tons. The weight shall be as indicated in the manufacturing standards and shall include the weight of accessories including thrust restraint. (15) – 16-inch Actuated Butterfly Valve A.Method of Measurement: The quantity of actuated valves to be paid for under this item shall be the actual number of valves installed complete in place. B.Basis of Payment: Actuator valves shall be paid for at the unit price per each stated 01150-11 MEASUREMENT AND PAYMENT 21507 in the Bid Schedule. Said unit price shall be full compensation for furnishing all materials, labor, equipment, testing, and tools; for installing, setting, and jointing the valve; for mechanically restraining joints; for thrust blocks and pipe supports; testing of installed reclaimed water mains and valves; and for all other work and expenses incidental thereto for which payment is not provided under other items. (16) and (17) - Gate Valve A.Method of Measurement: The quantity of resilient seated gate valves to be paid for under this item shall be the actual size and number of valves and valve boxes installed completely in place. B.Basis of Payment: Resilient seated gate valves shall be paid for at the unit price per each stated in the Bid Schedule. Said unit price shall be full compensation for furnishing all materials, labor, equipment, polywrap, and tools; sawcut, management, removal and disposal of pavement; excavation; for installing, setting, and jointing the valve and valve box; for restraining joints; for thrust blocks and supports; disinfection, cleaning and testing of installed mains, for valve box extensions; for testing all valves and valve boxes; and for all other work and expenses incidental thereto for which payment is not provided under other items. (18) and (19) - 2-inch Automatic Air Release Valve A.Method of Measurement: The number of 2-inch automatic gas release valves to be paid for will be determined by the actual unit and type installed and accepted. B.Basis of Payment: Payment for Furnish and Install 2-inch automatic air release valve shall be paid for at the Contract unit price per item, which price and payment shall be full compensation and shall include the cost: to obtain and review all manufacturer’s data and specifications for valves, stainless steel piping, air release valve, and valve enclosure; receiving, unloading, inspecting, storing and installing automatic air release valve; all ancillary fittings and appurtenances and installation of said materials including #57 stone, filter fabric, concrete pad, reinforcement bars, warning tape, all other items required per the ARV detail shown on the drawings, all clearing and grubbing, stripping, proof rolling, trenching, dewatering, suitable backfill material, backfilling, surface and pavement restoration, compaction, and testing; flushing, and pressure testing the automatic air release valve. (20) - Blow-off Assembly A.Method of Measurement: The quantity of blow off assemblies to be paid for under this item shall be the actual number of assemblies installed completely in place. B.Basis of Payment: Blow off assemblies shall be paid for at the unit price per each stated in the Bid Schedule. Said unit price shall be full compensation for furnishing all materials, labor, equipment, and tools; sawcut, management, removal and disposal of pavement; excavation; for installing, setting, and jointing the assembly; testing of installed reclaimed water mains; for testing all assemblies; and for all other work and expenses incidental thereto for which payment is not provided under other items. (21) – Fire Hydrant Assembly A.Method of Measurement: The quantity of hydrant assemblies to be paid for under this 01150-12 MEASUREMENT AND PAYMENT 21507 item shall be the actual number and type installed complete in place. B.Basis of Payment: 1.Hydrant assemblies shall be paid for at the unit price per each stated in the Bid Schedule. Said unit price shall be full compensation for furnishing all materials, labor, equipment, and tools; for installing, setting, and jointing; for excavation; for removal of existing hydrants where directed; for all thrust blocks and supports; restraining joints; for the hydrant branch gate valve, tee, pipe and hydrant; hydrant markers; polywrap; location tape; testing of all other work and expenses incidental thereto for which payment is not provided under other items. 2.Payment for this work on interim requisitions shall be according to the following proceedings: a.Hydrant assembly successfully set in place and backfilled - 80 percent b.Hydrant assembly pressure tested - 20 percent. (22) - Loaming and Seeding A.Method of Measurement: Loaming and Seeding will be paid for at the Lump Sum unit price as stated in the Bid Schedule. B.Basis of Payment: 1.Payment for Loaming and seeding shall be full compensation for furnishing all labor, materials, and equipment required to place and grade loam, furnish and place seed, mulch, lime, fertilize and water, assure and maintain grass growth until final acceptance by the Engineer; and for all other work including grading of paved and unpaved areas disturbed during construction and expenses indicated thereto for which payment is not provided under other items. This price includes the clearing, grubbing and stripping and stockpiling of topsoil. Areas disturbed for the Contractor’s convenience shall be restored at no additional cost to the Owner. 2.80% at the completion of the installation of the loaming and seeding, upon acceptance by the Engineer. 20% upon final contract completion and consistent coverage and growth of the new turf. 3.Loaming and Seeding shall occur in all city areas behind the housing located on the north side of Nicole Boulevard and east of Nicole Boulevard. (23) – Sodding A.Method of Measurement: Measurement of this item will be the actual square yards of the surface cover placed within 5 feet of either side of the pipe centerline, as measured along the centerline of the installed pipeline necessitating sod replacement. No payment will be made for sod replaced outside the 5 feet distance from the centerline of pipe. Areas damaged outside the distance of 5 feet will be sodded at no additional compensation. B.Basis of Payment: Payment for sodding will be made at the Contract unit price per square yard for the respective thickness, which price and payment shall be full compensation for replacing existing sod. All sod replaced shall meet the requirements of the Agency (FDOT, Orange County, or the City) responsible for the maintenance of the sod. 01150-13 MEASUREMENT AND PAYMENT 21507 1.Sodding shall occur on all areas excavated in the Lauren Beth Avenue right of way and the Lake meadow road right of way. (24) – Conduit and Wiring A.Method of Measurement: The quantity of conduit wiring to be paid for under this item shall be paid for at the Lump Sum unit price as stated in the Bid Schedule. B.Basis of Payment: Payment for Furnish and Installation of conduit wiring shall be paid for at the lump sum price, which price and payment shall be full compensation for furnishing all materials, labor, equipment and shall include the cost: receiving, unloading, inspecting, storing and installing conduit wiring; installation of said materials including all clearing and grubbing, stripping, proof rolling, trenching (excavating), dewatering, pipe bedding, suitable backfill material, backfilling, surface and pavement restoration, compaction. END OF SECTION LAUREN BETH AVENUE MATCHLINEDWG C-5DWG C-6MATCHLINEDWG C-6DWG C-728+00 29+00 30+00 31+00 32+00 33+00 34+00 12" EFF 12" EFF 6" FM WETLAND "A" WETLAND "C" WETLAND "B"SITE BENCHMARK 703 N 1550534.29 E 487367.27 ELEV 90.76 STP SET TRAVERSE POINT 1/2" IRON ROD & CAP LB 7829 4"X4" CONCRETE MONUMENT PRM LB 7345 (fnd) HDD EXIT/STAGING AREA 45° BEND, STA 32+05.20 45° BEND, STA 32+09.22 OPEN CUT DRIVEWAYS (RESTORE TO ORIGINAL CONDITION), SEE SHEET C-22 CITY OF OCOEE DETAILS PW003 16" PVC OPEN CUT RCW20" HDD RCW STA=30+29.05 STA=30+59.05 STA=32+84.67 STA=33+14.66 16"X20" REDUCER RESTRAINED 20" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) RESTRAINED 20" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) 16"X20" REDUCER OHE OHE OHE OHE OHE OHE OHE 32" LIVE OAK 10" & 15" LAUREL OAK 60" LIVE OAK8" LAUREL OAK38" LAUREL OAK 8" LAUREL OAK 34" LAUREL OAK 8" LAUREL OAK 40" LIVE OAK 8" & 10 LAUREL OAK 26" LIVE OAK18" LAUREL OAK 16" LAUREL OAK 37" LIVE OAK 8" LIVE OAK 26" LIVE OAK 22" LIVE OAK18", (2) 20" & 23" LIVE OAK 26" LIVE OAK 26" LIVE OAK 19" LAUREL OAK 14" LIVE OAK 6" LIVE OAK 11" LIVE OAK 32" LIVE OAK 14" BLACK CHERRY 13" LAUREL OAK OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE WF B-1 WF B-2WF B-3 WF B-4 C-1 WF A-3 WF A-1 WF A-2 UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT BROKEN WOODEN FENCE BROKEN WOODEN FENCE4' CHAIN LINK FENCE 4' CHAIN LINK FENCE 4' ALUMINUM GATE4' CHAIN LINK FENCE 5' WOODEN FENCE 5' WOODEN FENCE 4' CHAIN LINK FENCE 4' CHAIN LINK FENCE CONCRETE BLOCK WALL PARCEL ID: 04-22-28-0000-00-059 WILLIAM & DEBRA VOLKERT PARCEL ID: 04-22-28-0000-00-025 INSTRUMENT #20090616299 HAWK RIDGE PROPERTIES LLC PARCEL ID: 05-22-28-0000-00-007 INSTRUMENT #20160331011 HAWK RIDGE PROPERTIES LLC GRASS & GRAVEL DRIVEWAY ASPHALT DRIVEWAY GRASS & GRAVEL DRIVEWAY GRAVEL DRIVEWAY POLE BARN POLE BARN LAKE MEADOW NATURALS LAKE MEADOW NATURALS PROTECT/RESTORE EXIST. SIGN ROW (TYP) ROW (TYP)5'-0" MIN580.23 L.F. +/- of 20" HDPE (DIPS) DR11 HDD DEPTH OF BURY EL=74.57 (TOP OF PIPE) AIR RELEASE VALVE, SEE SHEET C-19 CITY OF OCOEE DETAIL UT204a AIR RELEASE VALVE, SEE SHEET C-19 CITY OF OCOEE DETAIL UT204a HDD EXIT/STAGING AREA 16" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 16" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 PROTECT/RESTORE EXIST. SIGN 3'-8"PROTECT AND SUPPORT EXISTING 12" EFFLUENT TO PREVENT JOINT SEPARATION DURING EXCAVATION OF THE 16" RCM TRENCH DSPT-3 ELEVATION=100.5' DSPT-2 ELEVATION=90.8' 85 86 87 88 89 87 88 86 878685 86 87 88 89 90 92 9394959697989910010110291PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED 20" HDD RCW 20" HDPE MJ ADAPTER 20" HDPE MJ ADAPTER STA=30+47.10 STA=30+49.57 STA=30+51.26 STA=30+55.56 STA=30+62.18 STA=32+81.62 STA=32+91.20 STA=32+94.31 STA=32+97.37 STA=32+99.95W (SEE SHEETS C-12 THROUGH C-18) CONTRACTOR TO REMOVE 3 "EAR" TREES PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED ROOT BARRIER, SEE SHEET C-22 ROOT BARRIER, SEE SHEET C-22 ROOT BARRIER, SEE SHEET C-22 70 80 90 100 110 70 80 90 100 110 28+00 29+00 30+00 31+00 32+00 33+00 34+0088.388.588.889.289.389.589.990.390.791.091.391.892.392.793.394.194.795.696.397.298.199.0100.0101.0102.1EXISTING GRADE 20" HDPE RCW 16" PVC RCW POINT OF VERTICAL TANGENT PILOT HOLE CL EL=73.67 STATION 29+31 500' MIN RADIUS 500' MIN RADIUS 580.23' 3.47' 4.51' 7.10' 142.97' 5.61' 72.36'9.56' 3.13'2.58' 401.21' 20" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA 32+99.95 20" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA 30+47.10 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 32+05.20 STA 32+09.22 STA 30+51.26 STA 32+94.31 STA 32+99.95 STA 30+55.56 STA 30+62.18 STA 32+81.62 STA 32+91.20 STA 30+49.57 STA 32+97.37 1.74'3.06'J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEIV.DWG | 21507-CS-PlanProfileIV | 1:2.5849 | ---- | 10/15/2024 11:07:39 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:54 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20'N0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMRECLAIMED WATER MAINPLAN AND PROFILE STA 28+00 TO STA 34+00 C-6ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZA.STEWART/K.BOHONANCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  KEYPLAN 1 1 LAKE MEADOW ROAD MATCHLINEDWG C-8DWG C-9MATCHLINEDWG C-9DWG C-1046+00 47+00 48+00 49+00 50+00 51+00 52+00 6" FM 6" FMSITE BENCHMARK 707 N 1552484.29 E 487339.64 ELEV 139.45 STP SET TRAVERSE POINT 1/2" IROM ROD & CAP LB7829 PARCEL ID: 04-22-28-0000-00-017 ORB 3733 PG 2041 ROSWITHA NOBLES PARCEL ID: 05-22-28-0000-00-012 INSTRUMENT #20170354290 KHAMWATIE THAKOR LOT 46, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 45, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 44, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 43, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 42, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 41, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 48, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 47, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 46, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 45, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 44, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 43, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 42, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 41, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 TRACT O PER ARDEN PARK SOUTH PB 79 PG 41 LOT 27 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT O (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 TRACT W (UTILITY EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 LOT 26 PER ARDEN PARK SOUTH PB 79 PG 41 LOT 25 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT X (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 STORM DRAINAGE CATCH BASIN TOP OF GRATE ELEV=132.78' S INV (30" RCP) ELEV=123.64' W INV (30" RCP) ELEV=126.67'JULES AVEUNUESCHILLER AVEUNUE18" LIVE OAK16" LAUREL OAK 20" LIVE OAK 33" LIVE OAK 12" LIVE OAK OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHEOHEOHE OHEOHEOHEX X X X X X X X X X X X X X X X UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGEUGEG G G G G G G G G G G G G G G G G G G G G G G G G G G G G UGEUGE7" CHERRY LAUREL 7" CHERRY LAUREL 19" LAUREL OAK 30" LAUREL OAK 26" LAUREL OAK 24" LAUREL OAK 14" 24 LAUREL OAK 8" LAUREL OAK 8" 20" LIVE OAK 20" LIVE OAK 6" CHERRY LAUREL 12" LIVE OAK 29" LIVE OAK 13" LIVE OAK 23" LIVE OAK 18" LIVE OAK FL VINYL 6 5/8" IRON ROD (fnd) 1/4" IRON ROD (fnd)5/8" IRON ROD (fnd) MAG NAIL IN CENTER OF 1 1/2" IRON PIPE CCR 66240 (fnd) 1/2" IRON ROD & CAP LB 7623 (fnd) 4"X4" CONCRETE MONUMENT LB7194 PRM (fnd) STOP 4' CHAIN LINK FENCE 6' ALUMINUM FENCE 6' ALUMINUM GATE 6' ALUMINUM FENCE 6' ALUMINUM FENCE 6' ALUMINUM GATE 6' CHAIN LINK FENCE 5' BOX WIRE FENCE5' BOX WIRE FENCE 5' CONCRETE SIDEWALK CONCRETE DRIVEWAY PAVER DRIVEWAY PAVER DRIVEWAY ASPHALT DIRT DRIVEWAY 6' VINYL FENCE 6' VINYL FENCE 5'-0" MINROW (TYP) ROW (TYP) 16" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 11.25° BEND, STA 48+07.79 11.25° BEND, STA 48+19.02 16" PVC OPEN CUT RCW 16" PVC OPEN CUT RCW 5'-5"2'-4"OPEN CUT DRIVEWAY (MATCH EXISTING PAVEMENT), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 OPEN CUT DRIVEWAY (REMOVE AND STOCKPILE PAVERS), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 OPEN CUT DRIVEWAY (REMOVE AND STOCKPILE PAVERS), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 OPEN CUT STREET (MATCH EXISTING PAVEMENT), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 PROTECT AND SUPPORT EXISTING 30" RCP TO PREVENT JOINT SEPARATION DURING EXCAVATION OF THE 16" RCM TRENCH PROTECT EXIST. GRATE INLET DURING RCW INSTALLATION OPEN CUT DRIVEWAY AND RESTORE TO ORIGINAL CONDITIONS, SEE SHEET C-21 ORANGE COUNTY DETAILS A1241261271281291301311321331341351361371 3 8 1 3 9 140 141 MIN 3' FROM CONC SLAB W/ FULL LENGTH OF PIPE TO BE LAID AT CENTER OF STRUCTURE STA=50+19.03 W (SEE SHEETS C-12 THROUGH C-18) ROOT BARRIER, SEE SHEET C-22 PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED 110 120 130 140 150 110 120 130 140 150 46+00 47+00 48+00 49+00 50+00 51+00 52+00125.2126.1127.2128.0129.1130.0130.9131.9132.9133.7134.6135.4136.1136.9137.5138.2138.8138.9139.6140.0140.4140.7141.0141.2141.3EXISTING GRADE 16" PVC RCW 301.79 11.54'200.01'405.09' 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 48+07.79 STA 48+19.02 STA 50+19.03 J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEVII.DWG | 21507-CS-PlanProfileVII | 1:2.5849 | ---- | 10/15/2024 11:09:32 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:53 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20'N0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMRECLAIMED WATER MAINPLAN AND PROFILE STA 46+00 TO STA 52+00 C-9ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZA.STEWART/K.BOHONANCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  KEYPLAN 1 24.40 3.52' 14.68 10.15 23.96 120 130 140 150 160 120 130 140 150 160 58+00 59+00 60+00 60+40140.7140.5140.4140.3140.0139.9140.0138.8138.0136.9135.8EXISTING GRADE 16" PVC RCW 12" MIN475.08' 2.77' 2.98'3.23' 6.84' 12.02' 4" GAS 4" GAS 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 59+28.02 STA 59+30.21 STA 59+92.38 STA 59+95.61 1/2" UGT 1/2" UGT1/2" UGT1/2" UGT EXISTING UGT W/ ESTIMATED DEPTH OF BURY CONTRACTOR TO VERIFY (TYP OF 4) 1/2" UGFBO 1/2" UGT 1/2" UGT 1/2" UGFBO EXISTING UGFBO W/ ESTIMATED DEPTH OF BURY CONTRACTOR TO VERIFY CROSSING 17: SEE SEPARATION TABLE ON SHEET C-26 STA 60+02.45 CROSSING 19: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 18: SEE SEPARATION TABLE ON SHEET C-26 EXISTING UGT W/ ESTIMATED DEPTH OF BURY CONTRACTOR TO VERIFY CROSSING 22: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 12: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 13: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 14: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 15: SEE SEPARATION TABLE ON SHEET C-26 STA 59+25.21 12" MINCROSSING 20: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 21: SEE SEPARATION TABLE ON SHEET C-26 EXISTING UGFBO W/ ESTIMATED DEPTH OF BURY CONTRACTOR TO VERIFY EXISTING UGT W/ ESTIMATED DEPTH OF BURY CONTRACTOR TO VERIFY 16" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) 16" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) CROSSING 16: SEE SEPARATION TABLE ON SHEET C-2612" MIN16" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA 59+88.23 STA 59+30.21 12" DIP W SEE DETAIL SHEET C-22 60+00 UGEUGEUGEUGE UGE UGE UGE GGGGGGG45° BEND, STA 59+92.38 45° BEND, STA 59+95.61 16" RCW15" SD12" WOPEN CUT SIDEWALK (MATCH EXISTING PAVEMENT) IN CONFORMANCE WITH ORANGE COUNTY ROAD CONSTRUCTION SPECIFICATIONS AND STANDARD FDOT SPECIFICATIONS. CB 3-28 RIM EL=137.74 15" RCP INV OUT(E)=131.34 5' CONCRETE SIDEWALK 137 138 13812" RCW CONNECT TO EXISTING 12"x16" TEE CONTRACTOR SHALL CONFIRM THE LOCATION OF VALVE AND INFORM THE ENGINEER PRIOR TO CONSTRUCTION 16" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 6' CHAIN LINK FENCE 6' CONCRETE WALL M 6UGEUGEUGE UGE UGE UGE UGE 5 4 3 2 1 3' RADIUS MIN A A ACTUATOR VALVE, SEE DETAIL SHEET C-22 STA=60+21.97 PROTECT AND SUPPORT EXISTING 12" RCW TO PREVENT JOINT SEPARATION DURING EXCAVATION OF THE 16" RCW TRENCH 2'-0" 8" THICK CONCRETE PIPE SUPPORT PAD SEE EXTERIOR CONCRETE PAD DETAIL, SHEET C-22 PIPE SUPPORT SEE DETAIL, SHEET C-22 1'-0"STA=60+15.00 STA=60+31.00LAKE MEADOW ROAD58+0059+0060+0061+00 61+75UGE MATCH LINE DWG C-10 DWG C-11 CY AVENUE COAST L I N E A V E N U E 1" IRON PIPE (fnd) 1" IRON PIPE BENT (fnd) LOT 1, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 4, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 5, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 6, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 17 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT L (DRAINAGE & UTILITIES EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 TRACT H (LANDSCAPE & WALL EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 LOT 16 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT X (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 OPEN CUT STREET (MATCH EXISTING PAVEMENT), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 OPEN CUT (MATCH EXISTING PAVEMENT), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 AND A920 CONTRACTOR SHALL COORDINATE WITH UTILITY OWNERS TO BRACE POLE AS NECESSARY 6" PINE 8" OAK 6" PINE G G 12" & 18" LAUREL OAK 6" BLACK CHERRY 25" LAUREL OAK OHEOHEOHEOHEOHEOHEOHEOHEOHEOHE OHE OHEOHEOHEOHEOHEUGTUGTUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGEUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOGGGGGGGGGG18" LAUREL OAK 10" LAUREL OAK 18" LAUREL OAK 13" LAUREL OAK 16" LAUREL OAK 10" LAUREL OAK 32" LAUREL OAK 8" PINE9" PINE 6" LAUREL OAK 14" & 21" LAUREL OAK 21" LAUREL OAK 11" PINE GGGBICYCLE SYMBOL STOP RECYCLED ASPHALT DRIVEWAY CRUSHED ASPHALT PROJECT BENCHMARK SET TRAVERSE POINT NAIL & DISK LB 7829 ELEV=139.69' (NAVD 1988) 6' VINYL FENCE 6' CHAIN LINK FENCE 6' CONCRETE WALL 6' CONCRETE WALL 5' CONCRETE SIDEWALK16" RCW12" RCW15" SD 12" W ROW (TYP) ROW (TYP) 45° BEND, STA 59+28.02 16" PVC OPEN CUT RCW45° BEND, STA 59+30.21 16" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 OPEN CUT DRIVEWAY (MATCH EXISTING PAVEMENT), SEE SHEET C-21 ORANGE COUNTY DETAILS A124 TEST HOLE 5 N: 1553400.61 E: 487421.70 ELEV: 139.64 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 4" PVC GAS LINE T.C.=-3.33' TEST HOLE 6 N: 1553402.84 E: 487459.14 ELEV: 138.06 SET X-CUT IN SIDEWALK & INLINE WITH UTILITY FOUND 16" DIP RECLAIM LINE AT END OF VALVE & CAP T.C.=-4.07' TEST HOLE 8 N: 1553402.30 E: 487495.50 ELEV: 135.76 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 4" PVC GAS LINE T.C.=-3.22' TEST HOLE 7 N: 1553404.50 E: 487495.72 ELEV: 136.01 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 16" PVC RECLAIM LINE T.C.=-9.20' SPT-2 ELEVATION=138.3' SEE INSET MILL AND REPLACE 50' BOTH DIRECTIONS 13914014114013913 6 137138140CB 3-28 RIM EL=137.74 15" RCP INV OUT(E)=131.34 PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDEDMUGESTA=59+25.21 W (SEE SHEETS C-12 THROUGH C-18)5'-0" 1'-10" 13 5 134 13 3 13 2 13113 0 CONTRACTOR TO REMOVE TREE IF NEEDED ROOT BARRIER, SEE SHEET C-22 J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEIX.DWG | 21507-CS-PlanProfileIX | 1:2.5849 | ---- | 10/15/2024 11:10:55 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:45 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20'N0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMRECLAIMED WATER MAINPLAN AND PROFILE STA 58+00 TO STA 60+40 C-11ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZA.STEWART/K.BOHONANCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  PLAN SCALE: 1"=5' SECTION A-A SCALE: NTS M INSTRUMENTATION CONTROL AND WIRING DIAGRAM NEW RECLAIMED WATER VALVE C1 EXISTING VALVE CONTROL PANEL WITH PLC 1"1"1"1" 1'-0" MIN SPACINGSPARE SPARE P1 C1 ELECTRICAL EQUIPMENT LEGEND EXISTING ELECTRICAL SUPPORT STRUCTURE EXISTING KWH METER EXISTING FUSED SAFETY SWITCH EXISTING POWER PANEL LP-1 EXISTING VALVE CONTROL PANEL WITH PROGRAMMABLE LOGIC CONTROLLER (PLC) NEW RECLAIMED WATER VALVE6 5 4 3 2 1 NOTE: FOR ELECTRICAL SCHEDULES SEE SHEET C-26 240V 0 5 10 KEYPLAN N 1 LAUREN BETH AVENUE 28+00 29+00 30+00 31+00 32+00 33+00 34+00 MATCHLINEDWG C-12DWG C-13MATCHLINEDWG C-13DWG C-1412" EFF 12" EFF 6" FM WETLAND "A" WETLAND "C" WETLAND "B" SITE BENCHMARK 703 N 1550534.29 E 487367.27 ELEV 90.76 STP SET TRAVERSE POINT 1/2" IRON ROD & CAP LB 7829 4"X4" CONCRETE MONUMENT PRM LB 7345 (fnd) HDD EXIT/STAGING AREA OPEN CUT DRIVEWAYS (RESTORE TO ORIGINAL CONDITION), SEE SHEET C-22 CITY OF OCOEE DETAILS PW003 STA=30+29.06 STA=30+59.03 STA=32+84.68 STA=33+14.68 OHE OHE OHE OHE OHE OHE OHE 32" LIVE OAK 10" & 15" LAUREL OAK 60" LIVE OAK8" LAUREL OAK38" LAUREL OAK 8" LAUREL OAK 34" LAUREL OAK 8" LAUREL OAK 40" LIVE OAK 8" & 10 LAUREL OAK 26" LIVE OAK18" LAUREL OAK 16" LAUREL OAK 37" LIVE OAK 8" LIVE OAK 26" LIVE OAK 22" LIVE OAK18", (2) 20" & 23" LIVE OAK 26" LIVE OAK 26" LIVE OAK 19" LAUREL OAK 14" LIVE OAK 6" LIVE OAK 11" LIVE OAK 32" LIVE OAK 14" BLACK CHERRY 13" LAUREL OAK OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE WF B-1 WF B-2WF B-3 WF B-4 C-1 WF A-3 WF A-1 WF A-2 UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT BROKEN WOODEN FENCE BROKEN WOODEN FENCE 4' CHAIN LINK FENCE 4' CHAIN LINK FENCE 4' ALUMINUM GATE 4' CHAIN LINK FENCE 5' WOODEN FENCE 5' WOODEN FENCE 4' CHAIN LINK FENCE 4' CHAIN LINK FENCE CONCRETE BLOCK WALL PARCEL ID: 04-22-28-0000-00-059 WILLIAM & DEBRA VOLKERT PARCEL ID: 04-22-28-0000-00-025 INSTRUMENT #20090616299 HAWK RIDGE PROPERTIES LLC PARCEL ID: 05-22-28-0000-00-007 INSTRUMENT #20160331011 HAWK RIDGE PROPERTIES LLC GRASS & GRAVEL DRIVEWAY ASPHALT DRIVEWAY GRASS & GRAVEL DRIVEWAY GRAVEL DRIVEWAY POLE BARN POLE BARN LAKE MEADOW NATURALS LAKE MEADOW NATURALS PROTECT/RESTORE EXIST. SIGN ROW (TYP) ROW (TYP) HDD EXIT/STAGING AREA PROTECT/RESTORE EXIST. SIGN 3'-8"PROTECT AND SUPPORT EXISTING 12" EFFLUENT TO PREVENT JOINT SEPARATION DURING EXCAVATION OF THE 16" RCM TRENCH DSPT-3 ELEVATION=100.5' DSPT-2 ELEVATION=90.8' 85 86 87 88 89 87 88 86 878685 86 87 88 89 90 929394959697989910010110291PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED AIR RELEASE VALVE, SEE SHEET C-19 CITY OF OCOEE DETAIL UT204a STA=30+55.72 14" HDPE MJ ADAPTER STA=30+49.33 12"X14" REDUCER STA=30+51.35 RESTRAINED 14" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA=30+46.93 RESTRAINED 14" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA=33+00.12 14" HDPE MJ ADAPTER STA=32+97.27 12"X14" REDUCER STA=32+94.17 AIR RELEASE VALVE, SEE SHEET C-19 CITY OF OCOEE DETAIL UT204a STA=32+90.91 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=32+81.50 HYDRANT ASSEMBLY, SEE SHEET C-21 CITY OF OCOEE DETAIL UT201 STA=31+78.68 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=31+82.39 14" HDD W 12" DIP OPEN CUT W 45° BEND, STA 32+03.71 45° BEND, STA 32+07.83 RCW (SEE SHEETS C-3 THROUGH C-11) 14" HDD W 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=30+62.06 579.89 L.F. +/- of 14" HDPE (DIPS) DR11 HDD DEPTH OF BURY EL=74.31' (TOP OF PIPE)3'-8"CONTRACTOR TO REMOVE 3 "EAR" TREES PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED ROOT BARRIER, SEE SHEET C-22 ROOT BARRIER, SEE SHEET C-22 ROOT BARRIER, SEE SHEET C-22 70 80 90 100 110 70 80 90 100 110 28+00 29+00 30+00 31+00 32+00 33+00 34+0088.388.588.889.289.389.589.990.390.791.091.391.892.392.793.394.194.795.696.397.298.199.0100.0101.0102.1EXISTING GRADE 12" DIP W 14" HDPE W 500' MIN RADIUS 500' MIN RADIUS 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 30+49.33 STA 30+51.35 STA 30+55.72 STA 30+62.06 STA 31+78.77 STA 31+82.39 STA 32+03.71 STA 32+07.83 STA 32+81.50 STA 32+90.91 STA 32+94.17 STA 32+97.27 POINT OF VERTICAL TANGENT PILOT HOLE CL EL=73.67 STATION 29+31 579.89' 14" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA 30+46.93 14" 11.25° VERTICAL BEND (ROTATE AS REQUIRED) STA 33+00.12 2.40' 2.02'4.32' 6.38' 116.71' 3.62' 21.29' 5.56' 73.66'9.37' 3.27'3.14' 2.83' 400.83'J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEXI.DWG | 21507-CS-PlanProfileXI | 1:2.5849 | ---- | 10/15/2024 11:12:05 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:50 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20'N0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMWATER MAINPLAN AND PROFILE STA 28+00 TO STA 34+00 C-13ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZC.STANLEYCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  KEYPLAN 1 1 LAKE MEADOW ROAD 46+00 47+00 48+00 49+00 50+00 51+00 52+00 MATCHLINEDWG C-15DWG C-16MATCHLINEDWG C-16DWG C-176" FM 6" FMSITE BENCHMARK 707 N 1552484.29 E 487339.64 ELEV 139.45 STP SET TRAVERSE POINT 1/2" IROM ROD & CAP LB7829 PARCEL ID: 04-22-28-0000-00-017 ORB 3733 PG 2041 ROSWITHA NOBLES PARCEL ID: 05-22-28-0000-00-012 INSTRUMENT #20170354290 KHAMWATIE THAKOR LOT 46, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 45, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 44, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 43, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 42, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 41, BLOCK 16 PER WEST ORANGE PARK PB 1013 PG 4 LOT 48, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 47, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 46, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 45, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 44, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 43, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 42, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 LOT 41, BLOCK 23 PER WEST ORANGE PARK PB 1013 PG 4 TRACT O PER ARDEN PARK SOUTH PB 79 PG 41 LOT 27 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT O (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 TRACT W (UTILITY EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 LOT 26 PER ARDEN PARK SOUTH PB 79 PG 41 LOT 25 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT X (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 STORM DRAINAGE CATCH BASIN TOP OF GRATE ELEV=132.78' S INV (30" RCP) ELEV=123.64' W INV (30" RCP) ELEV=126.67'JULES AVEUNUESCHILLER AVEUNUE18" LIVE OAK16" LAUREL OAK 20" LIVE OAK 33" LIVE OAK 12" LIVE OAK OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE OHEOHEOHE OHEOHEOHEX X X X X X X X X X X X X X X X UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGT UGFBO UGFBO UGFBO UGFBO UGFBO UGFBO UGEUGEG G G G G G G G G G G G G G G G G G G G G G G G G G G G G UGEUGE7" CHERRY LAUREL 7" CHERRY LAUREL 19" LAUREL OAK 30" LAUREL OAK 26" LAUREL OAK 24" LAUREL OAK 14" 24 LAUREL OAK 8" LAUREL OAK 8" 20" LIVE OAK 20" LIVE OAK 6" CHERRY LAUREL 12" LIVE OAK 29" LIVE OAK 13" LIVE OAK 23" LIVE OAK 18" LIVE OAK FL VINYL 6 5/8" IRON ROD (fnd) 1/4" IRON ROD (fnd)5/8" IRON ROD (fnd) MAG NAIL IN CENTER OF 1 1/2" IRON PIPE CCR 66240 (fnd) 1/2" IRON ROD & CAP LB 7623 (fnd) 4"X4" CONCRETE MONUMENT LB7194 PRM (fnd) STOP 4' CHAIN LINK FENCE 6' ALUMINUM FENCE 6' ALUMINUM GATE 6' ALUMINUM FENCE 6' ALUMINUM FENCE 6' ALUMINUM GATE 6' CHAIN LINK FENCE 5' BOX WIRE FENCE5' BOX WIRE FENCE 5' CONCRETE SIDEWALK CONCRETE DRIVEWAY PAVER DRIVEWAY PAVER DRIVEWAY ASPHALT DIRT DRIVEWAY 6' VINYL FENCE 6' VINYL FENCE ROW (TYP) ROW (TYP)1261271281291301311321331341351361371 3 8 1 3 9 140 141 12" DIP OPEN CUT W 12" DIP OPEN CUT W 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=46+24.41 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=50+98.07 HYDRANT ASSEMBLY, SEE SHEET C-21 CITY OF OCOEE DETAIL UT201 STA=46+27.95 HYDRANT ASSEMBLY, SEE SHEET C-21 CITY OF OCOEE DETAIL UT201 STA=51+01.955'-0" MIN10'-0" MINPROTECT AND SUPPORT EXISTING UGFBO DURING EXCAVATION OF THE 12" W TRENCH RCW (SEE SHEETS C-3 THROUGH C-11) ROOT BARRIER, SEE SHEET C-22 PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED 110 120 130 140 150 110 120 130 140 150 46+00 47+00 48+00 49+00 50+00 51+00 52+00125.2126.1127.2128.0129.1130.0130.9131.9132.9133.7134.6135.4136.1136.9137.5138.2138.8138.9139.6140.0140.4140.7141.0141.2141.3EXISTING GRADE 12" DIP W 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 46+24.41 STA 46+28.08 STA 50+98.07 STA 51+01.88 169.54' 3.66' 469.46' 3.81' 219.76'J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEXIV.DWG | 21507-CS-PlanProfileXIV | 1:2.5849 | ---- | 10/15/2024 11:14:13 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:53 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20'N0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMWATER MAINPLAN AND PROFILE STA 46+00 TO STA 52+00 C-16ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZC.STANLEYCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  KEYPLAN 1 LAKE MEADOW ROAD58+0059+0060+0061+00 61+75 MATCH LINE DWG C-18 DWG C-17 UGECY AVENUE COAST L I N E A V E N U E 1" IRON PIPE (fnd) 1" IRON PIPE BENT (fnd) LOT 1, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 4, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 5, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 6, BLOCK 10 PER WEST ORANGE PARK PB 1013 PG 4 LOT 18 PER ARDEN PARK SOUTH PB 79 PG 41 LOT 17 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT L (DRAINAGE & UTILITIES EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 TRACT H (LANDSCAPE & WALL EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 LOT 16 PER ARDEN PARK SOUTH PB 79 PG 41 TRACT X (LANDSCAPE, WALL & DRAINAGE EASEMENT) PER ARDEN PARK SOUTH PB 79 PG 41 6" PINE 8" OAK 6" PINE G G 12" & 18" LAUREL OAK 6" BLACK CHERRY 25" LAUREL OAK OHEOHEOHEOHEOHEOHEOHEOHEOHEOHE OHE OHEOHEOHEOHEOHEUGTUGTUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGTUGEUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOUGFBOGGGGGGGGGG18" LAUREL OAK 10" LAUREL OAK 18" LAUREL OAK 13" LAUREL OAK 16" LAUREL OAK 10" LAUREL OAK 32" LAUREL OAK 8" PINE 9" PINE 6" LAUREL OAK 14" & 21" LAUREL OAK 21" LAUREL OAK 11" PINE GGGBICYCLE SYMBOL STOP RECYCLED ASPHALT DRIVEWAY CRUSHED ASPHALT PROJECT BENCHMARK SET TRAVERSE POINT NAIL & DISK LB 7829 ELEV=139.69' (NAVD 1988) 6' VINYL FENCE 6' CHAIN LINK FENCE 6' CONCRETE WALL 6' CONCRETE WALL 5' CONCRETE SIDEWALK16" RCW12" RCW15" SD 12" W ROW (TYP) ROW (TYP) PROTECT AND SUPPORT EXISTING 12" RCW TO PREVENT JOINT SEPARATION DURING EXCAVATION OF THE 12" W TRENCH TEST HOLE 5 N: 1553400.61 E: 487421.70 ELEV: 139.64 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 4" PVC GAS LINE T.C.=-3.33' TEST HOLE 6 N: 1553402.84 E: 487459.14 ELEV: 138.06 SET X-CUT IN SIDEWALK & INLINE WITH UTILITY FOUND 16" DIP RECLAIM LINE AT END OF VALVE & CAP T.C.=-4.07' TEST HOLE 8 N: 1553402.30 E: 487495.50 ELEV: 135.76 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 4" PVC GAS LINE T.C.=-3.22' TEST HOLE 7 N: 1553404.50 E: 487495.72 ELEV: 136.01 SET HUB AT GROUND LEVEL & INLINE WITH UTILITY FOUND 16" PVC RECLAIM LINE T.C.=-9.20' SPT-2 ELEVATION=138.3'13914014114013913 6 137138140CB 3-28 RIM EL=137.74 15" RCP INV OUT(E)=131.34 UGEOPEN CUT SIDEWALK (MATCH EXISTING PAVEMENT) PER ORANGE COUNTY STANDARDS 12" DIP OPEN CUT W45° BEND, STA 59+49.41 45° BEND, STA 59+52.66 12" DIP OPEN CUT W PROTECT AND SUPPORT EXISTING UGFBO DURING EXCAVATION OF THE 12" W TRENCH RCW (SEE SHEETS C-3 THROUGH C-11) HYDRANT ASSEMBLY, SEE SHEET C-21 CITY OF OCOEE DETAIL UT201 STA=59+70.58 5'-0" MIN ARDEN OAKS DRIVEABANDON IN PLACE WITH GROUT FILL 45° BEND, STA 61+02.80 13 5 134 133 13 2 CONNECTION POINT WITH EXISTING WATER MAIN - 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=61+14.07131 13 0 45° BEND, STA 61+11.12 ROTATE VERTICALLY AS REQUIRED 12" GATE VALVE AND BOX, SEE SHEET C-20 CITY OF OCOEE DETAILS UT205 AND UT009 STA=59+74.27 4'-0"6'-7"CONTRACTOR TO REMOVE TREE IF NEEDED PROTECT TREES, CONTRACTOR TO REMOVE TREES IF NEEDED ROOT BARRIER, SEE SHEET C-22 17.90'121.06'361.75' 4.22'13.23'2.92' 120 130 140 150 160 120 130 140 150 160 58+00 59+00 60+00 61+00 61+75140.7140.5140.4140.3140.0139.9140.0138.8138.0136.9135.0133.2131.8131.0130.3EXISTING GRADE 12" DIP W 3'-0" MIN (3'-0" - 5'-0" WHERE POSSIBLE) STA 59+49.41 STA 59+52.66 1/2" UGFBO 1/2" UGT CROSSING 32: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 34: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 33: SEE SEPARATION TABLE ON SHEET C-26 16" PVC RCW CROSSING 31: SEE SEPARATION TABLE ON SHEET C-2612" MINCROSSING 35: SEE SEPARATION TABLE ON SHEET C-26 CROSSING 36: SEE SEPARATION TABLE ON SHEET C-26 STA 59+70.58 STA 61+02.80 STA 61+11.12 STA 61+14.07 4" GAS 1/2" UGT 1/2" UGE CROSSING 38: SEE SEPARATION TABLE ON SHEET C-26 12" PVC RCW CROSSING 37: SEE SEPARATION TABLE ON SHEET C-26 15" SD CROSSING 39: SEE SEPARATION TABLE ON SHEET C-26 STA 59+74.27 1/2" UGFBO 3.69'J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-PLANPROFILEXVI.DWG | 21507-CS-PlanProfileXVI | 1:2.5849 | ---- | 10/15/2024 11:15:27 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 10:56 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5PLAN SCALE: 1"=20' PROFILE SCALES VERT:1"=4' HORIZ:1"=20' N 0 20 40 CITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEMWATER MAINPLAN AND PROFILE STA 58+00 TO STA 61+75 C-18ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZC.STANLEYCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  KEYPLAN 1 120.0 130.0 140.0 150.0 120.0 130.0 140.0 150.0 60+00 60+40 16" DI RCW EXISTING GRADE 90° BEND 90° BEND 90° BEND 90° BEND SLEEVE COUPLING SLEEVE COUPLING 16" ACTUATOR VALVE CUT, CAP AND GROUT FILL OR REMOVE 16" DI RCW 16" DI RCW 18" MIN 8" THICK CONCRETE PIPE SUPPORT PAD, SEE EXTERIOR CONCRETE PAD DETAIL PIPE SUPPORTS AS REQUIRED, SEE STANCHION PIPE SUPPORT DETAIL 11.25° BEND PROVIDE FILL AND GRADE AS NEEDED TO CONSTRUCT PAD LEVEL 16" RCW 16" RCW J:\ENG\FL\OCOEE\21507-ORANGECOUNTYINTERCONNECTRECLAIMEDWATERTRANSMISSIONMAIN\DRAWINGS\CIV\21507-CS-DETAILSIV.DWG | 21507-CS-DetailsIV | 1:2.5849 | ---- | 10/15/2024 11:16:45 AM | DANIEL.METZLAST SAVED BY: DANIEL.METZ 10/15/2024 7:30 AMAPPROVED:CHECKED:CAD:DATE:12PROJECT NO:DATE:34CAD COORD:DESIGNED:DRAWINGREVISIONSNOAPP'DDATESUBMISSION:5DETAILS IVCITY OF OCOEE, FLORIDATRANSMISSION MAIN INTERCONNECTTO ORANGE COUNTY UTILITIES'RCW SYSTEM C-22ADDENDUM 1   DAD      10-24D.METZB.BOOZ08-23-2024D.DAVIS09-10-202421507D.METZA.STEWART/K.BOHONANCONTRACT DRAWINGS   407.906.1776 | www.wright-pierce.com601 S LAKE DESTINY ROAD, SUITE 290, MAITLAND, FL 32751  ACTUATOR VALVE IN RECLAIMED WATER MAIN SCALE: 1"=5' STANCHION PIPE SUPPORT NTS ADJUSTABLE PIPE SADDLE SUPPORT PIPE PIPE STANCHION 4 - 3/4"⌀ SS EPOXY ANCHORS 10" SQ x 1/2" PLATE GROUTH 7" MIN (TYP)4"4"#5 @12" T&B EW NOTES: 1.THE OWNER'S GEOTECHNICAL REPRESENTATIVE SHALL INSPECT SUBSOILS. 2.COMPACT BASE SOIL WITHIN 1 FOOT OF THE BOTTOM OF CONCRETE SLAB TO 98% MODIFIED PROCTOR MAXIMUM DRY DENSITY (MPMDD) PER ASTM D-1557 3.PROVIDE 8" THICK PAD W/ #5@12" TRANSVERSE AND 3-#5 LONGITUDINAL (UNO), WITH 2" CLEAR COVER TOP. 4.AT CRACK-INDUCING JOINTS TERMINATE TWO LONGITUDINAL BARS 2" FROM JOINTS AND PROVIDE 1" DEEP TOOLED JOINTS - OR 1" DEEP SAWCUT JOINTS WITH EARLY ENTRY DRY-CUT SAW AS SOON AS POSSIBLE AFTER SLAB PLACEMENT (USUALLY 1 TO 4 HOURS AFTER PLACEMENT IN WARM WEATHER). EXTERIOR CONCRETE PAD SCALE: NTS * DIMENSION VARIES PER CRITICAL PROTECTION ZONE DIMENSION VARIES PER CRITICAL PROTECTION ZONE WOOD 1 X 4 STRINGERS. NAIL WOOD STRINGERS SECURELY TO WOOD POSTS. * NOTE: FOR GROUPS OF TREES, PLACE BARRICADES BETWEEN TREES AND CONSTRUCTION ACTIVITY. NOTES: 1.CRITICAL PROTECTION ZONE: THE AREA SURROUNDING A TREE WITHIN A CIRCLE DESCRIBED BY A RADIUS OF ONE FOOT FOR EACH INCH OF THE TREE TRUNK DIAMETER AT 54" ABOVE FINISHED GRADE. FOR GROUPS OF TREES, PLACE BARRICADES BETWEEN TREES AND CONSTRUCTION ACTIVITY. 2.TREE PROTECTION BARRICADES SHALL BE LOCATED TO PROTECT A MINIMUM OF 75% OF THE CRITICAL PROTECTION ZONE. WOOD 2 X 4 POSTS TREE TRUNK SAFETY - ORANGE NYLON OR POLYPROPYLENE TYPE FENCE SECURELY AFFIX FENCE TO STRINGER WITH STAPLES OR NAILS 4' MINIMUM HEIGHT 2' MINIMUM DEPTH EXISTING UNDISTURBED SOIL 1 X 4 MINIMUM STRINGER 2 X 4 MINIMUM POSTS 12' MAXIMUM SPACING TREE PROTECTION BARRICADE SCALE: NTS GALVANIZED STEEL 1 ROOT BARRIER NTS Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Craig Shadrix George Oliver III, District 4 Addendum No.2 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 1 October 31, 2024 ADDENDUM NO. ONE (2) CITY OF OCOEE ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project This addendum shall modify and become a part of the original ITB Documents for ITB #25-001. This addendum consists of nine (9) pages, including attachments. Bidders should acknowledge receipt of this addendum in the space provided in the Bid Form. Failure to do so may subject the Bidder to disqualification. Answers to questions received and/or Amendments to the ITB Documents are as follows 1. Questions / Answers Q1. Please confirm if there is a minority participation requirement and if so, what is the required percentage? A1. The City does not have an MBE participation program. However, when possible to ensure that small businesses, minority businesses, women’s business enterprises, veteran-owned businesses, and labor surplus area firms are considered, the Contractor should comply with Section 710; Paragraph 18.06. Q2. Please advise whether or not this project has any domestic material requirements, such as the American Iron and Steel (AIS) or Build America, Buy America (BABA) provisions. A2. American Iron and Steel (AIS) and Build America, Buy America (BABA) provisions do not apply to ARPA funded projects; however Domestic Preference applies (See p.11 of Section 500), and entities should attempt to achieve the items in the provision. Q3. Please advise whether or not a Field Office is required for this Project. A3. A field office will not be required for this project. Q4. Please confirm that the City will reimburse the Contractor for any required permit fees such as Building permit, Electrical permit, ROW permit ,etc. Addendum No. 2 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 2 A4. The City will not require any Building or ROW permits from this project. The City has been approved for a ROW permit from Orange County but the Contractor will be responsible for the MOT and ROW permit issuance for Orange County as stated in Article 30.2 of Section 00100. Q5. Measurement and Payment provisions for Bid Item No. 10 “Furnish and Install 16” PVC Reclaimed Water Main via open cut” indicates that this item includes pavement restoration. Please confirm that all asphalt road restoration work required for the project is to be measured and paid for under Bid Item No. 6 “Asphalt Removal and Replacement”. A5. All pavement restoration shall be measured and paid for in the Item No. 6 Asphalt Removal and Replacement. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment ( See Addendum 1) which further clarifies this pay item. Q6. Measurement and Payment provisions for Bid Item No. 6 ““Asphalt Removal and Replacement” refers to curbs and gutters. Please confirm that all curb and curb/gutter restoration work required for the project is to be measured and paid for under Bid Item No. 7 “Concrete Work”. A6. Curbs and Gutters should be measured under Bid Item No. 7. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment (See Addendum 1) which further clarifies this pay item. Q7. Measurement and Payment provisions for Bid Item No. 7 “Concrete Work” refers to milling and paving. Please confirm that all milling and paving work required for the project is to be measured and paid for under Bid Item No. 6 “Asphalt Removal and Replacement”. A7. All Milling and paving should be measured under Bid Item No. 6. Please note that we have provided a revised Specification Section 01150 – Measurement and Payment (See Addendum 1) which further clarifies this pay item. Q8. Please confirm that the trees that need to be removed for the installation of the pipeline don’t need to be replaced. A8. Trees to be removed on the plans will not be required to be replaced. Q9. Drawing C11 shows a connection to an existing 16” Reclaimed Water Main. Please clarify whether the City will shut down the existing Reclaimed Water Main to facilitate the connection or if line stops will be required. If line stops are necessary, please provide information and details on the number of line stops , any required bypass piping , existing pipe restraint requirements, and any other relevant information. A9. The City will isolate the valves necessary for the connection of the 16” Reclaimed Water Main. Q10. Please provide the material type of the existing 16” Reclaimed Water Main shown on Drawing C11 as to be connected by the proposed 16” PVC reclaimed Water Main. A10. The existing 16” Reclaimed Water Main is PVC. Addendum No. 2 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 3 Q11. Please advise of any restraint requirements for the existing 16” Reclaimed Water Main shown on Drawing C11 as to be connected by the proposed 16” PVC reclaimed Water Main. A11. If post restraints are required, restraints shall follow the restraint table on Sheet C-20. Q12. Drawing C18 shows a connection to an existing 12” Water Main. Please clarify whether the City will shut down the existing Water Main to facilitate the connection or if line stops will be required. If line stops are necessary, please provide information and details on the number of line stops , any required bypass piping , existing pipe restraint requirements, and any other relevant information. A12. The City will isolate the valves necessary for the connection of the 12” Water Main. Q13. Please advise whether or not there are any known contaminated areas within the project site. A13. To the City’s knowledge there are no contaminated areas but line item #5 in the bid tab is for unsuitable material. Q14. Please provide a copy of all the permits obtained by the City for this project. A14. The approval from Orange County for the ROW permit and Permit #0122422-246-DSGP from FDEP will be attached as a pdf. Q15. Please advise what is the anticipated NTP timeframe. A15. Due to the deadline of the ARPA Funding, the City plans to issue a Notice to Proceed by the end of 2024. Q16. Reference Drawing 1, Figure A124 “Standard Roadway Open Cut Detail” indicates “FINAL ASPHALT MIN 2” OR MATCH EXISTING (WHICHEVER IS GREATER)”. The Geotechnical Report included in the Bid Documents does not provide information on the thickness of the existing asphalt. As a result, bidders have no way of determining the current asphalt thickness. To ensure fairness and consistency among all bidders, please specify the asphalt thickness that should be used for bidding purposes. A16. For bidding purposes use 2”. The successful Contractor will be responsible to confirm with Orange County for Lake Meadow Road thickness. Q17. Please provide a copy of attendance list for the Pre-Bid Meeting for this project. A17. A copy of the Sign-In Sheet will be attached to this addendum. (Remainder of page intentionally left blank) Addendum No. 2 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 4 2. Amendments to Addendum No. 1 Q11. For Item 6, please provide the thickness of the asphalt required. A11. Minimum asphalt thickness shall be 2” on Lauren Beth. Alexis Chnetouf Alexis Chentouf Purchasing Technician cc: Jen Bolling, Utilities Director Attachments: FDEP Water Permit Pre-Bid Sign-In Sheet www.dep.state.fl.us FLORIDA DEPARTMENT OF Environmental Protection CENTRAL DISTRICT OFFICE 3319 MAGUIRE BLVD, SUITE 232 ORLANDO FLORIDA 32803 Ron DeSantis Governor Jeanette Nuñez Lt. Governor Shawn Hamilton Secretary Notification of Acceptance of Use of a General Permit Permittee: Permit Number: 0122422-246-DSGP T’Jean Tomlinson, Issue date: October 29, 2024 Engineering Manager Expiration Date: October 28, 2029 City of Ocoee County: Orange 1800 A.D. Mims Road Project Name: Transmission Main Interconnect to Ocoee, FL 34761 Orange County Utilities Water Main ttomlinson@ocoee.org Water Supplier: City of Ocoee PWS ID: 3480204 PWS Type: Community Dear Mr. Tomlinson: On October 28, 2024, the Florida Department of Environmental Protection received a “Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs” [DEP Form No. 62-555.900(7)], under the provisions of Rule 62-4.530 and Chapter 62-555, Florida Administrative Code (F.A.C.). The proposed project includes the construction of approximately 980 linear feet (LF) of 14-inch PE 4710 water main, 2,900 LF of 12-inch DIP water main, and (8) fire hydrant assemblies with associated valves, fittings, and appurtenances to provide looping for existing system. The project is located along Lauren Beth Avenue and Lake Meadow Road in Ocoee, Florida. Based upon the submitted Notice and accompanying documentation, this correspondence is being sent to advise that the Department does not object to the use of such general permit at this time. Please be advised that the permittee is required to abide by Rule 62-555.405, F.A.C., all applicable rules in Chapters 62-4, 62-550, 62-555, F.A.C., and the General Conditions for All General Drinking Water Permits (found in 62-4.540, F.A.C.). The permittee shall comply with all sampling requirements specific to this project. These requirements are attached for review and implementation. Pursuant to Rule 62-555.345, F.A.C., the permittee shall submit a certification of construction completion [DEP Form No. 62-555.900(9)] to the Department and obtain approval, or clearance, from the Department before placing any water main extension constructed under this general permit into operation for any purpose other than disinfection or testing for leaks. Within 30 days after the sale or legal transfer of ownership of the permitted project that has not been cleared for service in total by the Department, both the permittee and the proposed permittee shall sign and submit an application for transfer of the permit using Form 62- Permittee: DEP File No.: City of Ocoee 0122422-246-DSGP T’Jean Tomlinson, Engineering Manager October 29, 2024 Page 2 of 4 555.900(8), F.A.C., with the appropriate fee. The permitted construction is not authorized past the 30-day period unless the permit has been transferred. This permit will expire five years from the date of issuance. If the project has been started and not completed by that time, a new permit must be obtained before the expiration date in order to continue work on the project, per Rule 62-4.030, F.A.C. Sincerely, ___________________________________ Drake D. Brown Engineering Specialist III Permitting and Waste Cleanup cc: Dennis Davis, P.E., Wright-Pierce Inc. [dennis.davis@wright-pierce.com] Allison Chancy, Drake Brown, FDEP Permittee: DEP File No.: City of Ocoee 0122422-246-DSGP T’Jean Tomlinson, Engineering Manager October 29, 2024 Page 3 of 4 CLEARANCE REQUIREMENTS Requirements for clearance upon completion of projects are as follows: 1) Clearance Form Submission of a fully completed Department of Environmental Protection (DEP) Form 62-555.900(9) Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation and a copy of this general permit notification. 2) Record Drawings, if deviations were made Submission of the portion of record drawings showing deviations from the DEP construction permit, including preliminary design report or drawings and specifications, if there are any deviations from said permit (Note that it is necessary to submit a copy of only the portion of record drawings showing deviations and not a complete set of record drawings.). 3) Bacteriological Results Copies of satisfactory bacteriological analysis (a.k.a. Main Clearance), taken within sixty (60) days of completion of construction, from locations within the distribution system or water main extension to be cleared, in accordance with Rules 62-555.315(6), 62-555.340, and 62-555.330, F.A.C. and American Water Works Association (AWWA) Standard C 651-92, as follows: a. The proposed main at all points of connection to the existing main. b. At all terminal ends of the proposed water mains. c. On straight run of pipes between two isolation valves. The maximum interval between two sampling locations shall be 1,200 ft. Per AWWA C651, no hydrants shall be used for sampling. d. Beginning and end of lines for each segment to be partially completed. Each location shall be sampled on two consecutive days, with sample points and chlorine residual readings clearly indicated on the report. A sketch or description of all bacteriological sampling locations must also be provided. Please submit the entire clearance document package in electronic format to DEP_CD@dep.state.fl.us. If the file is very large, you may post it to the Water Electronic Submittal folder on the Central District’s ftp site at: ftp://ftp.dep.state.fl.us/pub/incoming/Central_District/Water%20Electronic%20Applications. After posting the document, send an e-mail to DEP_CD@dep.state.fl.us, alerting us that it has been posted. Any submitted drawings (should be sized 11” x 17”) and the engineer of record’s signed seal and dates on the required document must be legible for acceptance. Forms: http://www.dep.state.fl.us/water/drinkingwater/forms.htm Permittee: DEP File No.: City of Ocoee 0122422-246-DSGP T’Jean Tomlinson, Engineering Manager October 29, 2024 Page 4 of 4 For further clarification contact: Drake Brown 3319 Maguire Blvd, Suite 232 Orlando, Florida 32803-3767 (407) 897-4342 Mayor Commissioners Rusty Johnson Scott R. Kennedy, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Craig Shadrix George Oliver III, District 4 Addendum No.3 ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project Page 1 November 4, 2024 ADDENDUM NO. ONE (3) CITY OF OCOEE ITB #25-001 Transmission Main Interconnect to Orange County Utilities RCW System ARPA Project This addendum shall modify and become a part of the original ITB Documents for ITB #25-001. This addendum consists of one (1) page, including attachments. Bidders should acknowledge receipt of this addendum in the space provided in the Bid Form. Failure to do so may subject the Bidder to disqualification. Answers to questions received and/or Amendments to the ITB Documents are as follows 1. Questions / Answers Q1. Plans and Spec book call for the 16in reclaim water main to be a 2in arv, but the Details from the city of Ocoee say for this to be a 3in. Plans have the ARV size table edited out. If a 3in is used we will need to know what you want to be used for in lieu of the corp stop. Currently there are no 3in corp stops being made. A1. For bidding purposes, please refer to the plans and technical specifications. Alexis Chentouf Alexis Chentouf Purchasing Technician cc: Jen Bolling, Utilities Director MAYOR: RUSTY JOHNSON PHONE: 407-554-7110 EMAIL: RJOHNSON@)OCOEE.ORG COMMISSIONER: GEORGE OLIVER Ill PHONE: 407-905-3100 EMAIL: GOLIVER@)OCOEE.ORG CITY MANAGER (ACTING): CRAIG SHAORIX PHONE: 407-905-3100 EMAIL: CRAIG.SHADRIX@)OCOEE.ORG CITY OF OCOEE, FLORIDA CONTRACT DRAWINGS FOR TRANSMISSION MAIN INTERCONNECT TO ORANGE COUNTY UTILITIES RCW SYSTEM AND WATER MAIN . -� � SEPTEMBER 2024 GENERAL CML c-, c-, ca c-, '"' "' c-, c-, ,. '"'' c-u c-u c-u C•14 C-15 (.'6 c-n e-a C-19 ,_,. c-,, c-n ,_,, C•24 c-n C-,6 DRAWING INDEX ==��NOTES, l£GENO ANDA88RMlT10HS RECUJMED WATtR MAIN • PlAN AHO PROFILE STA 14+00 TO STA 16+00 RECLAIMED WATER MAIN -PLAN AHO PROFILE STA 16+00TOSTA 22+0D RECUJMEDWATER MAIN -PLAN AHO PROFll£STA U+ODTOSTA 2&tOD RECUJMEO WATtR MAIN· PIAN AHO PROFllESTA lt+OOTOSTAJ.t+OO RECLAIMED WATER MAIN -PLAN AHO PROFll£STA3'+00TOSTA40+00 RECUJMED WATtR MAIN • PlAN AHO PROFILE STA 40+00 TO STA 4&+00 RECUJMED WATER MAIN· PLAN AHO PR0Flt.ESTA4&+00TOSTAS2+0D RECUJMED WATER MAIN -PLAN AHO PROFll£ STA S2+0D TO STA 5&tOD RECUJMEO WATtR MAIN • PLAN ANO PROFILE STA Sl+OO TO STA 60+-'II WATER MAIN -PLAN AHO PROFII.ESTA 22.00TOSTA U+00 WATtRMAIN-PlAN AHDPROFILE$TAl&tOOTOSTA34 +00 WATERMAIN•PLAN AHDPROFII.ESTA34+00TOSTA40+00 WATER MAIN - PlAN AHO PROFll£STA40oOOTOSTA46+00 WATtR MAIN • Pl.AN AHO PROFILE STA 4+00TO STA 52+00 WATER MAIN -PLAN AHO PIIOFII.ESTAS2.00TOSTASl+OO WATER MAIN • PLAN AHO PROFILE STA 51-tOOTO STA 61+75 DETAIi.Si OETAILS II DETAILS IH DETAILS IV STORMWATER POl.lUTION PAEVENTIOH NOTES I STORMWATt:R POl.lUTION PAEVENTIOH NOTES II STORMWATt:R POl.lUTION PAEVENTIOH DETAILS $fPAAATION TA!ILE ANO fLECTIUCAI.SCHfOOW WRIGHT-PIERCE .. �., t' " i Q l o E < i i � '•4-es1.,..P�wy �?4>,,� �·· \ ,1:,I' Fou .. 115�6 � 'l i i, . � r'Lut � <ill Cir ,.,,1.iiD•"-�O• ..... .,"-Wat PROJECT SITE � .. i it: I I o• .t'\ l �LIClll1� Sa�nLuj; N,coie81vd t • •o, ;o�1 \ 1\'Jt. .i ! +.,,..,,o, ! ! ; -=·>I •'' . ·-­--- � I �sa1s1 .,J>• !◄.,:◄.,. ! E�����u,::i�:�-���; LOCATION PLAN $CALE:1•1.S.o6<r ASSISTANT CITY MANAGER (ACTING): MICHAEL RUMER PHONE: 407-905-3100 Engineering a Better Environment EMAIL: MRUMER@)OCOEE.ORG 407.906.1776 www.wright-pierce.com WP PROJECT No. 21507