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 BondBid 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 Bond1
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 IncBid Bond****Bid Bond**Prime Construction Group, Inc.Bid BondMetro 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