HomeMy WebLinkAboutItem #02 Award of Bid #B09-05 Windstone Reclaimed Water Retrofit
Meeting Date: August 18, 2009
Item # Ol
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
~
Subject: Award of Bid #B09-05 Windstone Reclaimed Water Retrofit
Commissioner Keller-District 4
Background Summary:
Bids were received for the construction of a reclaimed water distribution system within an existing residential
subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing
utilities and private property is an important aspect of the work.
Issue:
Award the contract for the Windstone Reclaimed Water Retrofit Project to Cimarron Construction, Inc.
Recommendations
Staff recommends that the City Commission award the bid to Cimarron Construction, Inc, in the amount of
$191,068.50 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the
appropriate bonds and insurance are secured. The funding for this action is derived from a project allocation in the
Water Sewer Construction Fund.
Attachments:
1. Bid Tabulation
2. Cimarron Construction Bid
3. Addendum # 1
4. ITB #B09-0S
Financial Impact:
Allocation of $191,068.50 from the budgeted allocations of $144,400 in FY 2007-08 from the Wastewater
Operating Fund (535-00) and $200,000 in FY 2008-09 Wastewater Operating Funds (535-10)
Type of Item: (please mark with an "x'J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
For Clerk's Deaf Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
Discussion & Direction
-L Original DocumenUContract Attached for Execution by City Clerk
_ Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
JI/Jtf
N/A
N/A
N/A
2
Commissioners
Garv Hood, District 1
Rosemary Wilsen. District 2
Rusty Johnson. District 3
Joel Keller, District 4
Mavor
S. Scott V ander~rift
Citv Mana~er
Robert Frank
STAFF REPORT
TO:
The Honorable Mayor and City Commissioners
FROM:
Joyce Tolbert, Purchasing Agent
DATE:
August 10,2009
RE:
Award of Bid #B09-0S Windstone Reclaimed Water Retrofit Project
ISSUE
Award the contract for the Windstone Reclaimed Water Retrofit Project to Cimarron Construction, Inc.
BACKGROUNDIDISCUSSION
Bids were received for the construction of a reclaimed water distribution system within an existing residential
subdivision that is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation of existing
utilities and private property is an important aspect of the work.
The bid was publicly advertised on June 14,2009 and opened on July 15,2009. There were a total of fourteen
(14) bids received of which two (2) were rejected for irregularities resulting in their bid being unbalanced. The
lowest three (3) bids are:
Bidder Total Bid Amount
1. Cimarron Construction, Inc. $191,068.50
2. Young's Communications Co., Inc. $196,676.35
3. Allstate Paving, Inc. $220,685.72
The bids are listed on the attached bid tabulation. All bids are available in the Finance Department for review.
The Engineering and Finance Departments reviewed the fourteen (14) bids received. It is staffs opinion that
Cimarron Construction, Inc., offers the lowest responsive and responsible bid in terms of qualifications and
price. The bid is well below the Engineer's construction estimate of $381 ,546.00.
"tl
'"
co
11l
Q.
(.oJ
C"'1)
5:Ci)
_0>
o '"
3~
o
!iF
I
.0.
O!:
.0.
:;y
m
c.
0>
3
o
'"
::l
en
0>
iil
"0
::l.
o
(ll
c.
in.
o
iil
"0
0>
::l
o
ijj.
'"
o
::l
'" .
5- $' o'
~~. ~
5 (i CD
(ll C. 0
p..E-~
~ ~
~. ~
10 0
'" ::l
fire
a :l:
~. ~
CD ::r
~ m
~ ~
S' .n
5'
(ll
C"
0:
C"
(ll
::r
10
d g
-i 2:
)> ::r
rlO
~~~1i~~~fC~9"9"~
3 3 3 ~ ~ ~ ~~ 5' g"~' ~
o 0 0 ffi - - CD ~ (") ~ ~ (")
~~~(")CP~r~::r'1J-l::r
~~~gg6~6~~m;
Q.Q.Q.-CO::1;:o::1CC S'
;o;o;oo;o;o(ll;O 0
{g.g.g~~mo~ ::r
~QfQ)~Qf~~~ ~
~ ~ ~ ~. ~. 3 CD ~ CD
~5'~'1'~~c.c.
-g. ~. g. 1i ::: ::: ~ ~
~:E~::raarom
~~~::O~~~;;.
11i q "i ~I ~ g: ~ ~
q ::i ::i ~r ~. ~. ~. (i'
!a 0 c=)' CD CD CD CD
CD~.c:C.
;0 :::
(ll 0>
~ ~
Cl ;:
(ll 0>
.s S'
;?<?
(") 5' S'
:;y 0 0
:;y :;y
l~t;;
I ~ :?
lO lO
Cil CD
(ll (ll
g> g
::l ::l
c.c.
~~
~ ~
:: re
~ '"
u. (ll
<
0>
;:-
(ll
9"
5.
o
:;y
..
u.
o
(ll
~ ~
ll: 10
CD iil
(ll (ll
::l CD
C. (ll
::l
C.
'" 00 0
5' ~ 5' ~.
g.5g.!l
~ 0 ~ g
:E e m ~
o (1) < g'
~~~CD
~ ~ ~. a
3l5''?
~ ~ g' ~.
o )( :;y
)( 0> I
0> ::l 0
aiD ~
1i ~ ;0
< (ll (ll
CD .., Q..
~ 0>
~r
(ll
c.
:::
0>
~
;:
0>
5.
~oo~~~~~~~~~~~~~~~~w~m~
'"
~N{fltA~{AtAEh{,4tA
tAtn~wcnwmW"""N..I:loO'l
{flO'lO'lCJ'lO'l~OlW<OW"'<DW
~O'I()1C11O>Q)""""""W............Q)"""
oooot..>Ou,~;..,,~<.noom
oOOOco-....JmmN'::"01OlO
'"
~ '"
......~ .y}{R......tA{I)tR {fl
_01 ~...... tA (fl _,l:. .1\,) .0) .0) .'" .....;" {fl {fl (fl .......
OO'lC.11 Jlo.WI\J CD 0'1 OlN N'::" 0
<DOOCJ'1C11 o<.no 00 N-...,Jm...... <00>
NtOooom......w.....,"'f\J......OOw
Cnooao;.v~moi:D;..,,<.nCnt.v
OOOOO(OOl~.::..CXl(X)CJ10l0
it> it>
.......Io.....fIt................ ....w-z..
............~Q')wcnww..a.CXtQ
....W~WON....,cnCOI'\)U'lO
NOOOOU'lU'lOoocnoo
i.nbbboobbooboo
000'0'000000000
~ it>
CD .,...,......,...,..,. ..,.
...... ..,. ..,. .,. ..N ~ _C11 _...... ,!'o) _.... ..,. ..,. .,. ..N
OC.DW,J:lo.,J:lo.NQ)....NNcn....mo
cnOOOOONNOOO'NC110
CO......OOOOUtUtOOOUtOO
u,b1obbbbobooboo
00000000'000'000
'"
{:R ~....10 {:R {:R {:R {:R {fl {fl {:R
{:R{fl-(A....100~CO~NNCJ1CO
{:Rmm(.r.)....1o OJ U'l....1oCD....1o co 0
mtOO-.J~O>....1oOlm....1omN
Cooww~o,~:....a.Cotn~Co~
(.r.)~(.r.)m(.r.)NN-.J-.JU'l~CO(.o.)
'"
~ '"
m {:R N {:R (;R {;R (;R
m (;R(;R {;R~N {;R.U'l_CO_w.....1O {;R {;R {;R_....1o
.0l-.J0>0l~ (.r.)NCDOlU'lNU'lCD
~8~~~-.J~~~~~::~g
~o,~wCn~otntnCow~Co~
O'lCOOOO(.r.)OCDCDCXlo~com
'" '" '"
....10 ....10 {;R .....10 {R {;R {;R (;R (;R
{;R{Ai,RO....1om....1o(.o.)(.o.)NOlCD
tflO'lO'l.J:lo.OOoo-.Joooo
!'l0000000CJ10000
0'l000000000000
0000000000000
'"
~ "''''
en (;R(;R N (;R tfl tfl
~CO{;REA(;R_(.r.)_ ~-.J. _~~....1o(;R{;R(fl~....1o
....1oCOOlOlNOO'l::..~O'IOlNmo>
U'looooooooooooo
N-.JOOOOOooooooo
0,0,000000000000
00000000000000
'"
~ '" '"
{Ac.n~.J:lo.
NOO'lO'l
:""'000
0000
(;R tfl {;R {;R
_....10 _....10 ....10 ~....10 {;R (;R {;R {;R {A
O'lN OCO~(.r.)c.nCD
ooooooc.noo
000000000
000000000
000000000
'"
~ "''''
.J:lo. (;R (;Ri,R(.o.)N{;R(;R tfl
~CO{:R!,>{:R_(;J~ ~O~O_~.(.r.)(;R{;R{R~....1o
m<oc.n~mO'lo<oomCD(.r.)O'lm
NCDOO'lOOOOOOOO'lOO
.ta.ooooooooooooo
, :....a.oooooooooooo
00000000000000
(;R{R{R{R
{R(;Rtfl{A(;R_W .1'\:1_
O'IC.n~WW.ta.....1OW<O(;R
WN(.r.)<OCDOlNCD N
o 000'1....10 W..t:......1o-.JCD CD
Cowoof..vm~Cooo
O'lCDoo<oml\J<OO'lN
'" '"
(;R {;R (;R {;R 1'\:1
(;R~~(fl(fl{;R~W~W~~~ ~w
O'lOCD-.JW.J:lo.W-.JO'lO
WU1-.JCDCOOlm-.Jom
omONW..t:..::..<.nCDO
co:......oof..v(n~cow~
(]'lmoo<ommcoom
it> it> it>
..,..u......,......N ..,.w...._....
......UlU'lWWUlC.DCOW..,.
UtOOUtC11COOOW
OOCOOCOOON
ocooocoobo
0000000000
it>
.u...,. ...........,....N
...~~.....,.,!')..N~:"'I...cn
......CO......WUl......cncow
C11COOU'lCOOOW
ocooO'cooo'cn
ocooocoooo
0'000000000
'" '" '"
'" '" '" (fl{:R.!'> "'-~ ~
0> 0> '" '" '" 0> ... ~ 0, '"
... 0> to ex> :::: ~ to 0> ..
... 0 ~ 1" ~ 0 0 (.oJ ....
'" :.... ex, <0 :". '" ex, <0 :".
ex> ... '" '" 0> '" .... 0> '" ....
'"
in (;R (;R (;R {A {:R W
ER_--.....1oERER.N. ...t:...<O.<O
mf\.)....1o-.J(.o.)OONW<.nO
~f\.)NCOCD--WCDOO>
..t:..~W::..N~~......W-.J
~~~~~~::~~~
EfJ (;R (;R (;R
(;R (;R(;R(;R (;R.~. .
<.nmmc.nCJ1C.1'1o-.J....1o(;R
0U1CJ100000'l0.t:r.
000000000-.J
0000000000
0000000000
'" '" '"
(fl .-- _...... .....10
CJ1C,.o)wo
0000
0000
0000
0000
'"
(;A (fl {;R (;R W
{A _,J::a. .w _w _m _CD
O'IUlOCJ1mm
OOOOOCXl
00000....10
000000
000000
(;R {;R {;R (;A
(;R EA{R tR{R_en~....1o~N~"""
mmmO'lO'loo......-.J(;R
OOOOOOOOlO.t:r.
0000000000
0000000000
0000000000
'" '"
(fl{:R(fl (;A{:REI)......w
(fl~~_......_....1o(;R_m_w.,::.._o_1'V
mNNo<.nOOWN<O
oOOOoOOOoN
0000000000
0000000000
0000000000
~b~5.
ctl :J (1 ctl
g~a.~
~ g. ~ g
Q i ~. g'
(ll :;y 10
o 9. en
- 0
OOlO
~. ~
:;y '"
I 0>
o ::l
'1)c.
m}>
;oa
~ c;;
iii<
3 in
(ll '"
c.!!!.
:::
0>
~
;:
0>
5.
'"
:8....10............
...
c
Z
(flEl)~(fl=t
CJ1CJ1c.nc.o"'O
tA.o.ooo,:::O
~8888n
ooooom
moooo
-i
o
-i
'" '" >
CDtA{nN{nr
~b~~~~
woooo~
~!='!='!='!='n
,J::a.oooom
~oooo
c
Z
..,. ...=t
... _N ... ~ "tJ
...cno..........:::O
~??;S?~
00000
00000
-i
o
~
it>r-
... _co "tJ
c;;::~
PPn
ggm
c
Z
",=i
{n{n 1'V"tJ
.(.r.) _...... {n _J::,. :::0
~N-.J~R5n
~J::,.::"OJ:lo,.m
:::~~g~
it>
(Q it>
~tIt..N
"''''0
000
000
coo
000
-i
o
'" -i
"'>
~~~{;R.~~
i:oN~"""m:::o
~J::,.J::,.~~n
~~~g~m
c
Z
~~ ~=t
t;.8.8~~8;g
m0099n
ggg88m
-i
o
-i
>
"'r-
(;R _OJ "tJ
~8~
~~o
ggm
c
Z
",=i
{;R{;R ......"tJ
...... _0'1 {n _0:::0
~8gC;8n
moooom
00000
00000
~
... '" '"
'" (.oJ
Noe
0>00
"'00
000
000
'"
0"''''
'" '"
e~o.o
"'00
"'00
boo
000
-i
o
-i
"'>
~r-
{n.O "tJ
C;8~
090
g8m
;:0
om
!2':cn
i'ro
!!!.;o
0' :;;
<<--i
0-
(llO
3Z
o
g
;;;.
!!!.
0.
::l
r-OJ)>lJl
~. a: () -
"OJ50
'" 0 0 -l
~i1}>
::T ,~lJl
~ CD
7C >
a.
a.
11l
"
a.
'"
3
Z
9
m
en
-i
~d
o
~
.,;
o
c:
::l
;o!i!.
m::l
c....m
~~.
~ffi
o ~.
<.5
:J
()
o
3'
~
o
::l
o
~~~g
cncncn~
c
~
o'
?
:J
!"
~
'"
'"
-i
11l
()
Z
o
. ~~ ~
'" '" >
3
~
-~
:J
r>
m
a.
11l
::l
en
it
o
. ~ ~ ~
en cn {2.
~
3
11l
.a
:J
()
"tl
0>
::1
::T
11l
0"
o 0
-<-<3"
. 11l 11l .;; 0
en en iii 0
~~
2
Sl
o.
"
:::!lJl
....0
~-l
CD>
~~
g!;
;,-l
1i:5
. z
:E
z
o
en
-l
o
Z
m
::tI
m
o
m!;lJl
~3:c
mm:t:l:
ZOlJl
~:Eg
0>'
Z-lo
mUl
::tI
3:
>
Z
::tI
m
-l
::tI
o
-n
=t
"1J
'"
<0
"'
'"
Q,
'"
g"tJ
a."
-0>
o '"
3 ~
o
~
:I:
<is'
2:
<is'
::T
'"
a.
0>
3
o
c:
~
0>
(il
'0
:J,
o
"
a.
u;'
o
(il
'0
0>
:J
o
m"
o
:J
c: . .
6- ~ c=r
~ roO ~
g g ~
" a. 0
0.0.::T
, c: "
" 0
-""
o 0
:'l'~
~ g
ora
g.~
'" -
~ s:
~~
~. ~
5' ...
s:
"
0'
c:
0'
"
::;'
lCl
(n~
~ a.
> ~
,lCl
;u ;u ~ ~ ~ l? _I 5!-, ~'? ~ ~
~ ~ 3 ~ c c ~ ~ -. ~ ~
OOO~CTCTl9.~~Og
<<~~CPCP&r..lg~
(D(tI =.rQ;o::r"'tl-(t)
~~~gg5t5ggca(t)
o.o.o.-lCl:'~;!!
~~~~$~~"
"2."E."E.~9.n.Qi&
g g g go ~' ~' ~ 3
il;'~5!-~~~~"
~~~~'~:E~~
~~l>>::r-2!.CTlm
g. ~ ~ ^'I ~ ~ Q; ~
Iro>-:;;:~I~i""
g,,:"':i[.d;;;;
~::r~~~(r~f;l
~~~c. (1)
;u :E
" 0>
~ ~
n ;:
" 0>
.:; :;
~ ~ l' l' ~ ~ ~ ~ ~ ~ ~_-'
g g. ~ g g. g.i ~ g ~ I g. ()
;:l~ ~ ; t;, ~ 11l ~ ~I g: g
T CD 0 ~ ~ ~ ~ ~ ~ CD ~
~ ~~cgS?~~<~g'
cD cD m<1:) <:t>Q)<CD
~ CD en 2: (0 m ~ ~ I'D sa.
(II g' ~ ~ ~ 3~. ~ ~
::J :J Q. CD O":TI w 5"
c.o. 5. -<g:~g.
)( 0> :I:
0> :J 0
:J a. "U
~I~ m
o < ;u
< " "
~ ., g.
3'
~
:E
0>
~
w~~~ M~ 00
~ooo~~~~~~~~M~~~N~~wNm~
;:
0>
::;'
~~~:J
(t) ::J n g.
g ~ a ~
:J 0 :;
Q):!'. 0
~ g OJ !!
Q "tJ ~. (S-
CD ::r to :J
o g, (It
;:;;t8
~r ~
g.~
~ ~
~ E'
~ ~
iii<
3 ~
~~
:E
0>
~
;:
0>
::;'
'"
~-"'-"'......
....
m
(Jl
-i
~o
o
~
'" '" '" '" '" '"
'" tA_"':'tA~tR(AtR(A~-'" (A {;'t ER {R {A !'J {A .....10 ~-'"
"''''''' <0 '" <0 ~ CD '" '" ~ ~ Ol Ol Ol .... .... U> <0 ...., ~ '" '"
'" '" Ol '" 0 0 U> 0 U> U> 0 Ol ...., '" 0 '" 0 0 01 0 01 Ol ....
'" 0 0 01 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 c:> 01 '"
0 0 0 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
c
Z
",=i
'" ~"tJ
(R~.l:Ja,ER_(J1:::a
~~ogo
occam
0000
0000
'"
'"
'" '" '"
.CJl tR J'') (A .N
....a......,JNO>(X)
011\,)000
<.Omooo
00000
00000
'" '"
'"
oEIJ.o.OJ
<000
0001
000
000
000
J:tl",,,,,,,~
~~<.1'INO>(.rJ
OOOO~I\.)
000000
000000
000000
'" '" '"
(A(J'lWN
"'0""""<0
O\aoo
0000
'"
(;Il _....J. Ell
....,~Ol
"'~OI
"'<OOl
o~o
000
EIlElltltEllEllUl
COO>I\.,)....J.c.n~
W....J.O>CXJOO>
~NQ)~Nc.n
o,Noooo
00'10000
'"
'" "''''
N (It N....J.EIltn
_0 tn Ell tit .!'3 Ell :-J ~I\.,) _w .N Ell tn
OlCOc.n(.o,)(,,)-....ICD~-....I~c.n....J.
~~g~~~~~~~~~
~o,oooooooooo
1\J00000000000
'"
(A tit E/ltlttltEllc.n
tA.....J......J.tAtA!':J.I\.,)~UJ.CJ)_UJ
CJ)NNCXJ~c.nCXJ~tO~
-....Imo~ooc.nOOCD
0000000000'1
0000000000
0000000000
'" '" '"
tA{;IttAEIltA_'::'tA....J. ....J.
c.nCJ'l~~0'I0-....lCJ)NtA
c.nI\JCDO(J'lNN(J'lOW
CJ)CJ'I(J'lUJCJ)c..J(J"lWCD.:a.
oo,o,ooomo,:"""o,
000 000-....10-....1 W
'" '"
01<0
0'"
"'0
00
00
'"
(It (R{;IttntnN
tA .....10 tA Ell tA _.l:J. .N .w _-....I ~Q)
c.nOCDCXJ(J'lO....J.WN~
(J'lCJ'lCOO(J'lI\J-....Io(J'l....J.
0>.........J.0>0)(,,)-....I-....I(J'l~
ooooooooo....J.
oooOOO....J.ONCD
'" '" '" '" '"
'" tIt{htA{A(A '" '" tA(lttAER tA.N{;h....J. ~
'" '" '" --. -0 .... <0 '" '" '" ...., <0 <0 ...., Ol .... .... .... '" CD Ol '"
'" '" Ol .... 0 01 '" 01 <0 '" <0 CD <0 <0 01 01 ...., 01 0 <0 01 0 ....,
~ '" 01 '" 0 0 01 0 01 01 01 01 01 01 0 0 01 0 0 010 c:> 01
01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0
0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0
'"
....
0'"
01 ~
:..,..1\.,)
"'....,
00
0,0,
00
'"
t:RtAN{l"ttlttA
(It tA .w .N .0> ~CXJ .w _....J. tA tA
1\.,)0>(.0.) NoCO(J'lO)N
1\.,)0'10>0 (J'l-....l 0 COU'lCD
OoOooc.nOOoc.n
0000000000
0000000000
'"
"'-~
....,<0
CD <0
010
00
00
'" '"
{A .....10 .....J.
<001'"
<000
0100
000
000
'"
(A{l"t Ell Ell 0)
Ell tA .I\J .....J. .UJ .CD ~
CD~~....J.-...Jo)-....I
c.n<.nOO>OON
Oooc.nOO(J'l
0000000
0000000
~ '" '" '"
'" '" '" '" '" '" '" '" '" '" '" '" ",-'" ",J'> ~
'" '" '" -Ol CD 01 CD 01 01 ~ Ol ...., ...., Ol Ol .... .... U; '" 0 -.... '"
'" "j "j "j '" .... ...., ~ '" '" Ol 0 ...., '" '" CD <0 Ol '"
Ol Ol 0 Ol ~ '" 0 0 ~ <0 0 .... 01 '" .... U> 01 01 ~ CD
m 0. 0. 0. Co :". :". 0. N 0. '" :". :..... w Co :". :..... 0. 0 0. 0 :".
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
'"
'" "''''
I\.){;R (ltEllN....J.{l"t{;R{;It (A
~co .1\.) tl't (A .U1 .....J. .....J. ~o .w .,I\J .....J. tit tA .....J.
I\JW-....I-....I-..I(J)OCDf\J O....J.(J)~
tnCD....J. NW....J.U'l(J)WO>-....IO)W
cnCJ1(J"lCJ1omo....J.o~oo(.o,)co
<.ni:noooi:nom~o~u,(,.)i:n
000000000000000
'"
{fl{R (It{R{l"t{RW
tit ....:J. .....J. tit (A .w ~ ..f:a. .aJ ~....J.
-....IWNaJ~....J.....J.....J.-....Io)
g~:jt~~~~~S
~mmi:n:""C:.noooN
0000000000
~
o
~ "'~
m {h ....J.r-
.:{;h.~{A.U'l"'tJ
o~~C;g~
O>~~~~O
gggggm
c
",Z
a;~
~'"o"'tJ
00::C
990
ggm
'"
'"
"''''
{A.c.n '"0
"'00
"'00
000
000
~
o
~
~ tA)>
I\.) m'
'0 {A.o "'tJ
g~~~
gggm
c
Z
~~
~~;g
oc:>o
ggm
~
o
'" ~
'" >
CJ1 {A tAr-
_~~.~{A.~"'tJ
0>U'l CD 0 02:!
OOOOon
ooooom
00000
'"
CD '"
Ol '"
w.U'l
"'0
CDO
00
00
'"
'" -....,
"'010
OlOlCD
0100
000
000
c
Z
",=i
'" ~ 'tI
tit ~w {A .CD :::tJ
{h(J)co....J.<.nn
~~~g:~m
(,.)0000
-....10000
~
o
~
'" <n>
CD {A ....J.r-
.~~~~{A~"'tJ
c.n(J)WCJ1CO~
~~~9~O
CDoooam
CDooaa
;:0
om
~~
~::c
i'i' 'V
<!.~
0-
,,0
3z
o
sr.
Fl'
~
ci'
:J
r-OJ}>OJ
l;j'CiR--
:J OJ::> C
'" 0 0 -i
~a~>
::r ,e- OJ
~ m
'" }>
0-
0-
"'
:J
0-
c:
3
Z
9
U'l
0'
3
::;
'"
~
110
-<-<c
II- en CD ::l
'" '" a.
"'
i3
o
c:
:J
_0-
r-
r-
(")
~
v;
or
ro
-<-<-<"1J
co CD CD Cl)
en en en <
~'
S-
f'>
(")
~
:I:
II- ~ ~ ~
(fl (fl 5'
-'"
S-
f'>
OJ
o
ill
-<-<I
II- (t) (t) ~
'" '" <3
S-
f'>
c
Z -<
",=i 0
'" '" '" '" '" '" c:
_.f:a. {;R {A {A {A (;R (;R "'-~ (;RUl{A{At:R..I\JtIt~1\.) (A~m(;R.O>'""C :J
<0
'" '" '" ~ CD 01 ...., .... .... ~ <0 .... <0 Ol Ol .... .... 0 CD '" Ol '" '" ...., '" 0 o::c ",-
'" ....,...., U> 0 '" Ol ~ '" ...., '" '" 01 '" Ol 01 '" 01"'" CD~ '" !:::1 0 01 0-
01 ~ <0 <0 0 01 0 01 0 ~ ~ CD 0 0 CD CD 0 <0 <0 '" ~ 01 <0 0 0 0 0(") (")
:". 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 om 0
01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -<-<-<S-~
~
0 ~ ~ ~ f' 5
~ ~ g
'" '" '" '" r-
<0 ~ '" '" '" ~ '" '" '" '" '" tAtA{AtA '" CD '" "'"1J 0'
Ol Ell EIl..l:J. -.... 0 0 '" {A tit Ell .N "'~ ~ tl't {A .I\J .".J ..f:a. <0 '" '" ",_Ol ~.6 ~ :J
'" <0 ....,...., ...., ;" '" ;" '" <0 '" <0 CD <0'" '" <0 .... 0 Ol 01 -Ol -CD -.... ...., '" '"
...., ...., ~ <0 '" 0 ...., .... Ol CD .... .... '" .... 01 <0 '" 0 '" U> ~ Ol <0 Ol 0 0 01 0 0(") (")
Ol CD 0 0 0 0 01 0 0 0 '" ~ ~ 0 0 Ol Ol 0 <0 <0 <0 '" 0 ...., .... 0 0 0 c:>m 9
W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
01 01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
::::!OJ
....0
a-i
<D~
!';)C
g~
'U-i
3:0
. z
:E
Z
c
C/l
-i
o
z
m
::tl
m
(')
m~!!:!
~3:c
mm~
ZCOJ
~:Eg
0>'
z-io
m'"
::tl
3:
~
Z
::tl
m
-i
::tl
o
"
::j
g"'O c: ;0
0.1;" :> (';.
0-'"
O'~ .,-. '"
rAr~ :>
~ '" en
3Z :> CD '"
0
0 '" 0. 0
~ 0.0. "
. c: '"
:I: '" 0
0 ><
<C. 0
2: :j. :>
<C. '" -<
" CO 0
CD c: :>
0. Qj ~
., a
3 iii. '"
0 en !!!.
c: Cil 5'
:>
in en Cil
III ~ '"
Cil :r '"
-0 CO 3
:>. :r en
!;l 5'
0. '"
C;;. 0-
0 c:
Cil 0-
-0 '"
III :r
:> CO
0
iii.
en
0
:>
"tl
III
<0
l1>
w
!2.
w
-I ~ $ ~ b ~5' (!l. S!. ~ 00 00 ~ 00 ~ 'f' Cf t? '" ~ 'f' 0 ~ b ;0 :> ;::0 ~CD )> OJ
o 0 :J :J '? .c. :3 ~ :3 ~ '? 5 ~ ~ :3 ~ 5. ~ '" 0. om ~ a: n
-I 8: 3 3 3 :J c: c: co co _. :J 5 '" :J 8 '" ;?C 6
:J 0-0- :J n o :J g. 1l g. g. 1l 0 !l en gcn
)> 5 0 0 0 '" ~~ 1;" ~ i~ " 0 0 ~ 2' a. 3 ~~ :J CD :J
< < < r- ..," ~;; " ~ 1;" ~~ 0. 0 :J (II 0 o -t
rco '" '" '" !l ~
0 0 " '" )( t; ~ ., :J :J ~ ~ '" l1> :J ~>
III ., III o " ~ '" 'f' :? ~ ~ ~ ~ !!!. !!!. (';. o.'ij aa.
:J :J :J :J :J 0 0 c: co '" ~ CD o III ~ ,g-OJ
0. 0. 0. 0 co ;> ;> co 5. 0 o '" CD g: ~ ~. O!.-I "..
$ ;0 ;0 ~ ~ ;0 g. 0> '" co ~ ~ '" < < $;I 0. 0- 0>
m '" co co Cil ., Cil :J ",0 n 0>
'" '" 0 '" Cil Cil ~ ~ " '" "CO 3 Z ;?C
-0 -0 -0 )( Qj 0 ~ Ii '" !:l. 0 a en )>
~ _ 0 III 0> '" ~ '" 0 a.
Qj Qj Qj ~. Di" 3 '" en '" - 0
0 0 0 5 ~ 3 3 0> g Ig: '" ~ ~ ~ 'f'co g a.
'" '" '" co '" '" :> g 5' '? 5 OJ ;:r l1>
)> 0 S!. o.~ 0. 0. :J :J 0. 0- " g 5. -0 ~ :J
'" C. 0. 0 a.
i :J. 0. ::: ::: :J -<CD 0 " " is c
< '" 5. :::::: 0. " en
'" ~ 0 III III 0 )( :I: ., :J 3
., :l: ~ ., III CD CD )( III :I: 0 :J
;; III ;< CD CD ~ ~ III :J 0 I;f' 0. z
('; '< ;; ~ 5- ~ 'U )> <:>
q ~ 0 ",I~ '" '" b m ;0 c: ~
0 Qj :< :< 0.
:J .., .., 3 S :< ~. < ;0 0> ?
0 ~ < ~ '" 0
Cil " " ~ ~ ~ 0 Qj <
I~ ('; ~ Qj 3
CD z;. 3. C;;.
~ '" c:
~ 0. !!!.
!!!. :::
:J '" :::
0' ~ III
Cl III CD
'" III ~ I~
.e 5 ;::
III 5
5.
m
en
w CD w -j
~ ~ 0:> '" ~ l> ~ ~ CD 0
m 0 0 0 ~ '" CD l> '" ~ ~ '" "'''' '" ~ w '" m '" '" ~ ~ ~ ~
w w l> 0
~
c
z
...=l en
... ... ... ... ~"tJ
... ... ...... ... ...... ... ... ... ... ... ... ... ... ....w ... ~ ~ ... -'" ....m;c OJ
m ~ ... OJ OJ '" '" '" w w '" m '" '" '" l> l> OJ CD ....'" ... ... l> '" ~....- ~
... '" m "'''' '" '" 0 '" l> '" '" .... '" '" '" '" "'''' 0 0 l> ~ '" 0 oma
w '" '" 0 0 0 '" '" 0 0 0 0 '" '" 0 0 0 0 0 0 0 !=' '" 0 0 99m
'" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 '" a
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -<-<g
-l . l1> l1> OJ
0 (II (II
-l U
... ... ... ~ ...)> Q
'"
'" ... ...... ... '" ... ... ... ... ... ... ... ... ... ... w ~ ... ~r .(11
.~ .~ ~ .~ _l> ... .~ .CD .'" ]'J ... ... ....~ ....~ -~ ... {II_CJJ !'J w .... .... ... -'" ...m"tl
'" '" m '" 0:> OJ'" CD ~ 0 .... w "'''' '" ~ ~ CD l> 0:> OJ -l> '-' -0 .m l> '" c; ......;c :;
0 .... '" "'0 '" "'.... 0 0 0 l> '" '" .... 0 0 0 '" '" '" 0 0 w l> '" 0 m- f'
0 0 0 0 0 0 0 '" 0 0 0 0 0 0 '" 0 0 0 0 0 0 0 !=' '" l> 0 0 0 00
0 '" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ",m
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
c
z
... ... ... ... ... ... ... ... ~~=i ::0
w ~ ... ... ... ... ... ... ... ... ... ... ... ....'" .~ -'" -'" _l> "tl }>
... ... ... '" '" 0:> 0:> m l> l> .... CD .... m m '" '" '" -w .OJ '" ... ... 0 '" 0 0;C ~
... ~~ '" 0 "'.... '" 0 "'0 '" '" '" 0 0 '" '" 0 '" 0 0 l> W 0 0 0 o-
w l> 0 0 '" 0 0 00 0 0 0 0 0 0 0 0 0 0 !=' .... w 0 0 0 oa ;c
0 00 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 om ma
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 '-0
-I m:J
0 o!!l.
-l~
... ~ ~ m1;;
'" ... ... ... ... ...~ 015
CD ... ... ... w ~ ... ... ... ... ~~ ... ... ... ... w "'... ... ~"tl _:J
.'" .~ ~{II_'::" W ~ m w ]'J ... ... ...-~ ....~ ....'" l> w _CD OJ CD ~ '" '" _l> ;c
0 0 '" m '" -U'IN '" .l> .. CD l> .... CD .... '" -""-l :...a. '" '" .0 '" 0 .m ..... "0 .", "0 0_ ~
CD OJ 0 l> '" 0'" '" 0 0 0 0 '" 0 '" 0 00 '" 0 '" 0 0 OJ CD 0 0 0 oa ~
.... CD 0 0 0 0 0 '" 0 00 0 !=' 0 0 0 00 0 0 0 0 !=' ~ '" 0 0 0 !='m a
0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
c
z <
~ ...=l
... ... ~ ~ ~~ ... ... ... ~"tJ ^
'" ... ... ... ... ... ... ... ....~ ...-'" ... ~""-l _- ... .w ... _l> ;c <-
-N "0 '" -CJJ ~o l1>
... ... .... CD m CD m", '" OJ w .... ~ '" 0 l>'" ... m 0 ~"'- :J
... m .... m .... ~ '" CD OJ CD 0 '" .... 0 m 0 '" '" l> '" w ~ 0 0 0 ~o (II
'" 0 m CD OJ l> '" '" .... ~ 0 0.... 0:> '" ....0:> ~ .... CD .... 0 0 0 CDm l1>
'" 0 0 en 0 0 0 0 0 0 Co en w 00 0 0 00> '-oJ 0 0:> Co Co 0 0 0 0 :J
0 0 0 0 0 0 0 00 0 0 0 '" 0 0 0 0 0 0 0 0 '" 0 0 0 0 0 0 -<-< m
-l . l1> l1> :J
0 (II (II ro
-l ~
... ~ ...)>
'" ... ... ... ... ... 1ji.
~ '" ... '" ~ ... ... ... ... ... ... ... ... ... ... ... w '" ~r C1>
....'" ..._l> ....l> '" W ]'J ... ... ...-'" .~ ]'J ]'J .'" ... -'" ~ ~,J:. OJ ~ l> ... W {II_,J:. "'tJ !"
"0 CD m .... CD .... m '" .CD .... '" '" OJ .... 0 .... m 0 .... ~ m 0 ...... -.... m .0 ~",;c :;
'" 0 0 m '" .... 0 0 ....'" 00 0 '" .. 0 '" '" .. '" CD '" 0 00 0 0 0 <00
0 .... 0 0 0:> CD 0 '" m OJ l> .... ~ 0 0 ... m 0 .... 0:> ~ .. CD CD W 0 0 0 f'
0 '" 0 0 0 0 0 0 0 0 0 Co en '-oJ 0 0 0 0 0 en ~ 0 ~ :". '" 0 0 0 om
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0
c
z ~
=l
... ... ... ... ... ... ... ... "'"tJ 8
'" ... ... ... ... ... ... ... ... ... ... ... ... l> .'" '" '" ... ..... ;c
...... ... -OJ '-' CD CD OJ ~ ~ l> '" l>W ~ '" '" '" .w "'... ... .", <0 ~ "'- ~
... l> W '" 0 CD CD '" '" .... 0 w.... .. w 0 .... .... CDW '" 0 w 0 00
w 0 OJ'" CD l> l> 0:> CD '" ,.. m '" m w !" l> m ~ 0:> !=' l> m 0 w 0 !='m ~
W '" ~~ '-oJ Co en :". <0 en ~ 0 <0 '" '" en ~ <0 0 ~ :". w '" en 0 '-oJ 0 0
w '" '" '" m 0:> m '" '" '" w CD .... '" 0 w CD w'" 0 '" w w .... 0 '" 0 0 -< -<a
-l . C1> C1> 0
0 (II (II :J
(II
~ -l 2
... )>
'" ... ... ... ... ...r U
l> ... ... ... w ... ... ... ... ~ ... ... '" 0... ... 0.
'" .~ {II {II _-- '" 0 OJ W .w ... ... ....~ ... ... ... ... ....~ .w l> .CD 00 l> '" '" {II;-J"'tJ
'-' '" l> W CD -OJ .w -OJ .CD W '" l> 0 l> .... m l> '" W -w '" .l> .m .", -CD ~",;c .:J
'" 0 0 OJ 0:> 0 .... CD CD ~ '" .... ~ w '" OJ OJ W 0 '" l> ~ '" 0 w 00- ,-
<0 0:> "'''' 0 CD '" 0:> W CD ~ ~ l> W '" W .... l> l> m CD m ~ OJ W 0 W 000
'" '-oJ tntn 0 '-oJ 0 '" en en w ~ 0 CD '" 0 en w <0 0 W en <0 ~ 0 0 '-oJ oom :-0
<0 CD 0 0 0 m 0 l> 0:> OJ 0 W CD l> '" 0 m OJ w '" 0 l> 0:> CD OJ 0 '" 0 0
:::!OJ
....6
a-t
Ul6;
!':Ie
g~
,,-t
ii:o
. z
:E
Z
c
en
-t
o
z
m
;:a
m
(')
m~OJ
~~6
mm'lt
zCOJ
~:Eg
0>'
z-to
mUl
;:a
3:
>
Z
;:a
m
-t
;:a
o
-n
:::j
SECTION 00020
INVIT A TION TO BID #B09-05
WINDSTONE RECLAIMED WATER MAIN RETROFIT
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of the Purchasing Agent in the City ofOcoee,
until 2:00 pm, local time, on July 15,2009. Sealed bids must be date and time stamped at the office
of the Purchasing Agent before that time. Any bids received after that time will not be accepted
under any circumstances. Any uncertainty regarding the time a bid is received will be resolved
against the bidder. Bids submitted after the designated time will be returned unopened. All bids
received before the due date and time will be publicly opened and read aloud by the Purchasing
Technician or her designee in the City ofOcoee City Hall Conference Room at approximately 2:01
pm.
Description of Work: All work for the project shall be designed and constructed in accordance with
the drawings and specifications prepared by or for the City of Ocoee. The proposed project will be
awarded and constructed, if award is made, in conformance with the plans and specifications. Bids
shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals, and
services, including labor, for the work, which generally includes, but is not necessarily limited to, the
construction of a reclaimed water distribution system within an existing residential subdivision that
is already substantially occupied by residents. This retrofit project will utilize directional boring
methods so as to reduce the amount of surface damage and restoration work required. Preservation
of existing utilities and private property is an important aspect of the work.
Prospective bidders may secure a copy of the documents required for submitting a bid through
Onvia/Demandstar by accessing the City's website at WWW.ocoee.org under Finance/Purchasing.
Partial sets of the documents required for submitting a bid will not be issued. By using
Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the
applicable bid; fees may apply for non-members. Membership with Onvia/Demandstar is not
required to submit a bid.
Persons other than prospective bidders may inspect the documents required for submitting a bid at
the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons
will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the
City of Ocoee.
Bids shall be prepared from complete, full-size contract documents. Addenda will be posted on
DemandStar and transmitted to all holders of complete contract documents not later than twenty-four
(24) hours before bid time via facsimile or U.S. mail, as determined by the City ofOcoee. It shall be
the bidder's responsibility to verify addendums and acknowledge and addendums in the bid
submittal.
00020-1
Pre-bid Conference: None is scheduled.
Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond
shall be for an amount not less than five percent (5%) of the bid price, and shall be made payable to
the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days
after bid closing time.
Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be
submitted for the work by each proposing contractor. The contract will be awarded pursuant to the
requirements of applicable state and federal laws and regulations and pursuant to any applicable City
of Ocoee purchasing rules and procedures.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Bid No. B09-05 for Construction of the Windstone Reclaimed Water
Main Retrofit and the bidder's name, address, and State of Florida contractor's license number clearly
shown on the outside thereof. A State of Florida Underground Utility or General Contractor license
is required for each prime contractor who bids on the work. Bidders must acknowledge receipt of all
addenda in the prescribed bid form. Bids must be signed by an authorized representative of the
bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids
shall be sent to the attention of the Purchasing Technician, City of Ocoee, 150 North Lakeshore
Drive, Ocoee, FL 34761.
Award ofContract(s): The City ofOcoee 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, price,
qualifications and other factors taken into consideration. The City reserves the right to award the
contract to the bidder which, in the sole discretion of the City, is the most responsive and responsible
considering price, qualifications, and other factors.
City Clerk
OCOEE, FLORIDA
June 14,2009
END OF SECTION
00020-2
Mavol'
S. Scott Vandergrift
center of Good Li .
r<\,.'r>e f.'1'W
Com missioners
Gary Hood, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Citv Manager
Robert Frank
June 8, 2009
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B09-05
WINDSTONE RECLAIMED WATER MAIN RETROFIT
This addendum shall modify and become a part of the original bid documents for the Windstone Reclaimed Water
Main Retrofit. This addendum consists of two pages. Bidders shall acknowledge receipt of Addendum One (1) in
the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to
disqualification.
Answers to Questions received and/or amendments to the bid documents are as follows:
1. Modify Section 00500 (Agreement) so that Para. 3.1 reads, "The work shall be substantially complete
(all work complete except for the placement of permanent pavement markings on all final asphaltic
concrete surfaces) within one hundred twenty (120) calendar days. The entire work shall be complete and
ready for its intended use, including final dressing and cleanup, within one hundred fifty (150) calendar
days from the effective date of Notice to Proceed, as provided in paragraph 2.03 of the General Conditions
(Commencement of Contract Time; Notice to Proceed)."
2. Modify Section 0 1150 (Measurement and Payment) so that Para. 2.0 1.A. reads:
Measurement - The work specified in this pay item will be measured as a lump sum. The Work consists of
the preparatory work and operations in mobilizing for beginning the construction project, including, but not
limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals
to the project site, and for the establishment of Contractor's temporary offices, buildings, safety equipment,
first aid supplies, and sanitary and other facilities, as required by these Specifications, special provisions,
and State and local laws and regulations. The costs of a 4 ft. by 4 ft. project sign. bonds, permits, and any
required insurance, and any other pre-construction expense necessary for the start of the work, excluding
the cost of construction materials, shall also be included in this item. The amount for this item shall not
exceed five percent (5%) of the total bid price.
3. ModifY Section 01010 to add a new Para. 1.03.B that reads, "A minimum 4-foot by 4-foot post-mounted
project sign shall be provided within 10 days of construction initiation. The project sign shall conform to
the general design provided below. Wood or metal posts of sufficient size and thickness are acceptable.
The City ofOcoee Public Works Department will supply the City logo for mounting on the sign. The sign
should be posted near the main access point to the project area at a location to be established jointly by the
City and the contractor."
City of Ocoee . ] 50 N Lakeshore Drive. Oeoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3491 . www.ocoee.org
(new text is underlined)
Q I) Is the contractor charged for water testing?
A I) Therc is no water testing; this is not potable water.
Q2) Plan pg V-15 mentions jumper to remain, can this be used to charge the line for pressure testing if
it is the appropriate location to the proposed main?
A2) No. The jumper that remains is part of the Orange County Utilities (OCU) system and is not
connected to the reclaimed water system being constructed. The Forest Trails and Windstone
subdivisions are served by OCU. The contractor will need to make arrangements with that agency
to secure water for construction and flushing of lines. The City ofOcoec has no utility facilitics in
this area except for rcclaimed water to the southwest.
Q3) To avoid existing utilities(primarily sewer laterals) the direct bore will be deep in areas, is the city
willing to accept this?
A3) The City ofOcoee understands how directional boring is done and that vcrtical displacement will
be required to avoid some potential conflicts. The contractor is responsible for connecting service
lines to the reclaimed watcr main. Pipe depth will only be an issue for the City when performing
maintenance.
Q4) In areas whcre there are two fittings close together, can the HDPE be installed with an open cut?
A4) Yes, that is our expectation and has been accommodated in the restoration quantities.
Q5) Need detail on the air release assembly, does it require a vault?
A5) Yes. An air release valve detail drawing is included in this addendum.
Q6) Page U-15 indicates a sidewalk ramp to be removed and replaced, is this handicap and does it have
ADA surface?
A6) All sidewalk ramps removed and replaced during construction will need to be fully ADA compliant
regardless of whether they are today.
A 7) What are the specs on sidewalk replaccment-any reinforcement?
Q7) The sidewalk replacement is generally 4" thick, 3,000 psi rating, no reinforcement.
A8) Will the City of Ocoee be obtaining the permits for this job? If not, what permits are required by
the Contractor and what would the costs be?
Q8) The contractor will not be required to pay for City of Ocoee permits; however, permits from other
/llfY&nt~~es, such as St. Johns River WMD, ifany, will be the responsibility of the contractor.
G'lc ~
Cryst Conley
Purchasing Technician
attachments: Reclaimed water project sign; Air Vacuum Release Valve design detail
B0905 Windstone Reclaimed Addendum 1
2
[project name]
Seal of the
City of Ocoee
. . .
CityqfQpQ~~
S. Scott V~r,~~rghft'(~~Y9r
c itY.Go.rr1mi~~iel'l~.r~ ......
. District 1 ~Gary ,Hood, . District 2"'R6~ernary VYilsen I
" District 3-RustyJohnson, District4-Joel Keller,
City Manager-gobej-t Fran k
. Pr6j~'gf9q~t::tp...iC~ ]'"
Funded By:
City of Ocoee Utilities
Design: [name of engineering firm or "City of Ocoee"] ForProject Information, Contact:
. Contractor: [name of contractor] City. of Ocoee 407-905-31 OOext. 1543
FINISHED
GRADE
4' x 4' PRECAST
CONCRETE VAULT
36" SQ.
17-1 4"
rCAST IRON FRAME
/ AND COVER WITH
/ ACCESS LID.
/ "r--- GROUT
4" MAX.
":"~:....., ~ ~
- L' ,...':......::.', . % 'fiU
R \' . '. '.' . c,,- 'Y
00 "," ,)Y.
'. .,,'..... ',',: ,", ;<<'I(",~
t' VALVE (TYP.)
2" PORT WITH
THREADED PLUG
CUT OUT FOR FORCE
MAIN OR WATER MAIN
AS REQUIRED
SEE NOTE 2
SERVICE SADDLE
PER SPECIFICATION
SECTION 50.5.4
NOTES:
1. ABOVE DETAIL IS BASED ON 2" COMBINATION AIR/VACUUM
RELEASE VALVE. CHANGE PIPE AND FITTINGS ACCORDINGLY
FOR OTHER VALVE SIZES AND TYPES. VALVE SIZES TO BE
DETERMINED BY THE ENGINEER AND APPROVED BY THE CITY
PRIOR TO INSTALLATION.
2. THE MINIMUM DIMENSION FROM TOP OF PIPE TO FINISHED
GRADE SHALL BE 4,0 FEET.
CITY OF OCOEE UTILITIES DEPARTMENT
AIR OR COMBINATION AIR/VACUUM
RELEASE VALVE DETAIL
DATEi D'w'GI VACUUM FIG, 109
SECTION 00300
BID FORM
SUBMITTED:
1-15-. fA
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE
WINDSTONE RECLAIMED WATER
MAIN RETROFIT
NAME 0 F Bid~er: -Ci (Y'I,,'- r '" r. ;;;. ":= 0 I-r; d' _ \. f ''''' :r::- ",c..c '
15000 CI t-~'5 Co'U.~ t-r'-t \' \ vc- o\-c... 3...~-<""1
BUSINESS ADDRESS: Oed ~ G' k I (2:-L PHONE NO.: (3~;::!) '7Q (1/ .-3 I ~
. 33Sa3
CONTRACTOR'S FLORIDA LICENSE NO.: C -< 1 C _ L ~""J.~3 q 6S
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
I. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the fOlm 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 ofIntent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. Dated IQ_ ~- oq No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
B09-05
00300-1
809-05
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 stmctures 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 necessalY 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 is aware of the general nature of Work to be petformed by Owner and
others at the site that relates to Work for which this Bid is submitted, if any, as
indicated in the Contract Documents.
f. Bidder has con-elated the infollnation known to Bidder, infOlmation 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 are generally sufficient to indicate and convey understanding of all
00300-2
1-
telms 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, film 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.
1. Bidder hereby agrees to commence Work under this contract on or before a date
to be specified in the Notice to Proceed and to fully complete all work of the
PROJECT within the Contract Time specified in the Scope of Work Agreement
(Section 00500). Bidder further accepts the provisions of the Scope of Work
Agreement as to liquidated damages and agrees to pay as liquidated damages the
amount stated in the Scope of Work Agreement (Section 00500), for each
consecutive calendar day completion of the Work is delayed.
Completion Schedule:
1) The Work shall be Substantially Complete within the Contract Time
specified in Article 3.1 of the Scope of Work Agreement (Section 00500).
2) The Work shall be finally Complete within the contract Time specified in
Article 3.2 of the Scope of Work Agreement (Section 00500).
4. All bid items shall include all materials, equipment, labor, pennit 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 perfonn all the Work, as
required by the Drawings and Specifications.
5. In accordance with Article 17 of the Instructions to Bidders, the City will consider the
lowest "Total Base Bid" after adjustments for additive or deductive alternates. Additive
or deductive Alternates (if any) will be considered in determining the lowest responsive,
responsible Bidder. The Owner reserves the right to accept any or all additive or
deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner
also reserves the right to delete any portion of the Work, as shown in the bid schedule,
prior to award and to adjust each Bidder's "Total Bid" accordingly.
6. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
I. Bid FOlms (entire Section 00300, 00301, 0030 lA, 00302, and 00303)
B09-0S
00300-3
809-05
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Noncollusion Affidavit (Section 00480)
4. Certification of Non-segregated Facilities (Section 00481)
5. Sworn Statement on Public Entity Crimes (Section 00482)
6. Certification of Nondiscriminatory Labor Practices (Section 00483)
7. Corporate Authority to Execute Bid (Section 00501)
(Remainder of Page Left Blank Intentionally.)
00300-4
E-
....
'""
o
~
~
tI.l~
~~
E-l:.::
....r.l
SE-
:~
OQ
r.l~
~j
r.lu
~~
r.l
Z
o
E-
tI.l
~
~
{J
d
r.l = h 8 (1 ) ~ ~ b, h 5 ~- ~.~ g ~ ~'B ~ 3 ~ :> ~
~ ~ 2 B 5 & 1< ::~ (< P :t1( \" 1(<[g~I~'U' ~~(I~ 'r lr JJR ~ iI ~
~=<;;( ~ld~<k sl~~ (~c~g(,)(jrt~I/I~~CJI( i~~~~
~~~( II '-:r~qG\i~,~ig) ,I~ 11~~VI((~I?~~~~
~ ~ (,X...~ G: (] ._, 1-1\0 0=
1-
~~~6~B~Q~,~~~~g~~~~~~Bai~B~~~B
~~'I~I~'~,~;I~~i(<~iQI\c~~~I~I~lc~~I~I~~~K~
~l~'~~v ~-.- ~~ I(lJUlr_l~ ~N~I~~..I}~I~q
ci >< "<t rr: rr
~E-~~~~~N~NM~~NNN~N~~N"<t"<t~~~~~~~
~O' rrOC ~
~~~~I~~~~~~~~~~~~~~~~~~~~~I~~~C
~---I---~_~~~_~~~~~~~~~~~~ICt:~~v.
i=:'E.
~~ ~
~t I~ 1
~~ ~ ~
~~I~ I! .
~Il E .~-:-
Z ~ '~I ~ ~ 9; 9- ~. .2:.
S i, II ~ ~ l ,~ '~I'E .~. ~ ~ I ~
e: I] ~I g:1 ~ 'C ~ ~I J. J. ~I ~ I ~
~ ~~QE~ ~~~~~.~
u l:: 1"S!~::r::l'dx S~~~.fi<il~:f.
00 0 I l;i::r:: >< l'd 0; ,'- "" ~ ~
r.lQ~ ..~]~~~ ~ ~~~~.~v~~.
cd .E r:: co ~ !:: ~ ~ ]13 ,;. ~ ~
N l ,- - -5.D v ~ ~ ~ ~ "::'1 ~';' ...
.- .- I .,.". E r:: !:: Q) V "I v. ~
:-;::: ,x S .-::: [i v co v V!J E E. . E.~ v Q;
.D ~ Vl V co co.!" ._._ cd ~ _ U 5:;
~ ~r~~~~<~~Jgg ~ ~~"i~] i
o .9 .~ s: ~ ~ ~ ~ ~ ~ 0 j ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
~o;~ ~~.~~v~ QQ~~i ~'~~Q~c'i~~~
.0 <.) E' ~ ~ .-:.1 _~ 0 ~ N ~ 0 )> U<.. V ~ ~ 0 r:: c; l:::;: ~
~ ~ Q .g.s ~I c E5 ~ ~ ~ "<t 0: ~ >< ~ p:; Cl. c;3 ~ I "i' ~ !!' ~ ...
] ~ 'E 'f] 'f .' ~ . .3 . . fJ fJ . fJ . . fJ b b,f, 4 r:: ~ .~> .5 <
:.0 v r::!ll!l: .~ g ..... g .5.5 g.5 g g.5 b b -:: I -:: r:: E :g E-
o "0 ~c .!:: .!:: ~ c'j' .!:;l'j' ~ ,0 c 'j' c 'j' 'j' ,0 .5 ,; ~I ~Ic v I cl t
~..5 P: c..: Q CIeX:~ N <<; 00 eX: - - oC - 00 00 ~ iZ tI.l Cle1c..: ~ ~ oq~lE-
~
~ E' r:: ~ "<t :!:I ~ 0 ~ N rr "<t ~ \0 r-I ex: 0' s:; - N c:' "<t ~." 1"1 ex:
~S~5--~-I-~~~5IEIE555555=S2ISSSSSSIS
=
]
><
(!)
~ on
I
0
cr 0
en r"l
II 0
0
><
en
~
en
~
....:l
II
r/)
....:l
.....
0
0
~
~
(!)
~
:.:3
II
~
....:l
..i::f
U
cd
~
II
<
~
Cl
ffi In
Cj c:r
~ cr-
0
....:l a:l
7. The Bidder acknowledges that the City specifically reserves the right to accept and make
an award to a Bidder that has not submitted the lowest Bid when in the City's sole and
absolute discretion the City determines that to be in its best interests. The terms used in
this Invitation to Bid, which are defined in the General Conditions or Instructions of the
Construction Contract, included as part of the Contract Documents, have the meanings
assigned to them in the General Conditions or Instmctions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid licensees) is provided.
9. It is understood that where quantities for unit price work have been presented in the
foregoing Schedule of Bid Items, they are approximate only and are solely for the
purpose of facilitating the comparison of bids, and that the Contractor's compensation
will be computed upon the basis, described in the measurement and payment clauses in
the specifications contained herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers/suppliers, by circling "A", "B", "C", etc. If the Bidder desires to propose
an alternate manufacturer/supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers/suppliers. If the proposed alternate manufacturer/supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or
material items by the circled manufacturer/supplier. If the Bidder fails to indicate which
listed manufacturer/supplier he intends to use if an alternate is rejected, he must use the
manufacturer/supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer/supplier, he must
use the first manufacturer/supplier circled (unless an alternate is approved).
II. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers/suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers/suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
B09-05
00300-6
If Bidder intends to propose substitutions or "equal" items after the effective date of the
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City's
needs. The City of Ocoee encourages the use of minorities and women-owned businesses
as subcontractors.
SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS
Specification Section and Equipment Item
Manufacturer/Supplier
15050 - Process & Utility Piping, Fittings, Valves,
and Accessories
Ductile Iron Pipe
A. American
B. Mc Wane
C. U.S. Pipe
D. Griffin
Fittings
A. Union
B. U.S. Pipe
C. Nappco
D. American
E. Tyler
F. Trinity Valley
G. Sigma
H. EBAA
1. Smith-Blair
HDPE Pipe
A. Plexco
809-05
00300-7
809-05
B. Driscopipe
C. Lamson Vylon
HDPE Stiffeners A. JDM
Gate Valves A. Clow
B. Mueller
C. U.S. Pipe
D. Waterous
E. American Darling
F. M&H
G. ITT Kennedy
PVC Pipe A. Certain Teed
B. Can- T ex
C. North Star
D. J-M
E. Capco
F. H& W Industries
Valve Boxes A. Tyler
Valve Pads A. Sigma
Valve Markers A. Wagco
Service Connections A. Mueller
Meter Valves/ Corporation Valves A. Mueller
Polyethylene Pipe A. EndoCore
Trace Wire A. Kris- Tech
00300-8
SUBSTITUTION LIST
Bidder offers the following substitutions and "equal" items.
Deductible Amount*
Equipment Alternative (Indicate Whether
Item or Spec Manufacturer/Supplier Lump Sum or
Material Section (List One Only) Unit Price)
(\ 1'\ (') -e..---
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.)
B09-05
00300-9
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW T
SIGNA TURES)
If Bidder is:
(SEAL)
SOLE PROPRIETORSHIP
(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)
B09-05
00300-10
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORA nON
By
Ci fY) C;. rr-61,\ Co,\.sh-L>,.c..-t.,-O"\ IV\l:::'--
(Corporation Name)
Flo,'i~c\
(State of Incorporation)
~0-~~'1 Se.-\ e-S \k.....
(Name of person authorized to sign)
-Pre:. S I' d e...~-t
(Title)
~~~~~
(Authorized Sighature)
(Corporate Seal)
Attest
~o..::t~ ~~
. (Secretary)
IS c..x:.:')O C. t-~S Cou." t-~ Or l' ~e..-.
0v...: \- C-. :3 3-<-/
P c~~J c:.-. Cl- h-r J \==-L 33 s ~ 3>
35:>"- t9la -.3) ;;;J..~
~a.A-h'-1 Se.J ~s ~
C~--I d-;;L3 9 8 S
Business address:
Phone No.:
Corporation President:
Florida License No.:
B09-05
00300-11
l
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW Tf
SIGNATURES)
If Bidder is:
A JOINT VENTURE
By
(Name)
By
Business Address:
Phone No.:
(Each joint nturer must sign. The manner of signing for each individual, partnership, and
corporaf n that is a party to the joint venture should be in the manner indicated above.)
809-05
00300-12
B09-05
List the following in connection with the Surety which is providing the Bid Bond:
.Q C ," '-' k.
.. V"'n -e ,...... i (" (' .'"\ 0 '" +-\1 n C ~ (w".s i V"'Id.em ("II 1
C]'R-'--II A j" 'f">rt- ~l" ve... g +~ Reo!
I
Lo-5 r-tr-<:j€-J -e...s.) CA 9 oo'~9
12.
Surety's Name:
Surety's Address:
Name and address of Surety's resident agent for service of process in Florida:
C.. )- 0 IrQ" 1 rc.V"'('~ ,..--
<~91 Pr- f\ ~I ~i'\T~
,'T{~ K ;:;0 ,,, \/;' 'I c- PL
)
END OF SECTION
00300-13
t?n-rcls
lSk. ';2Q'I
~.57
SECTION 00301
QUESTIONNAIRE
DATE:, -) s-. 09
City of Ocoee
Windstone Reclaimed Water Retrofit Projects
NAME OF BIDDER: C i .......... r: ,( 0 V'I C~".,-...., t-"c . ch OV""\ L ..-v. .
C r ~ <:::: 3 '3<-.] )
BUSINESS ADDRESS: I 5 (,00 I trL.l " \. ('\ ( f'" tV"t f \ ...Jr ~ ve ....;h:_
)
D C' ()~ e. C; 1---"1 FL Telephone No.: ( 3S:;L) rCj i n'-,~ t ~..:&-
'335;;:>..3
CONTRACTOR'S FLORIDA LICENSE NO. C \ . C ) ;;:t ;:t ~ q ~ S
PROJECT IDENTIFICATION:
The undersigned warrants the truth and accuracy of all statements and answers herein contained,
Include additional sheets if necessary.
1.
How many years has your organization been in business as a General Cont
- '
:tOI
2.
Describe and give the date and owner of the last project that you have completed similar
in type, size, and nature as the one proposed? R .\:
p \ ...e <7 S-C. ~yD P A -t\<-- C' 1-.. rY". ~ V"'\. f-- A - '"" -.- r-e ~ ~
3.
H':::f\OU ever failed to complete work awarded to you? If so, where and why?
'0
4.
Name three (3) municipalities for which you have performed work and to which you
refer:
p\ e-(\ S' .~ 5 e.-> ~t-\c~c ,,",-et;.~ ~ R-e ~~ r~ r-C e..S
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the ~e and your proposed solutions?
Y c -:-. - UC., '(\ ,.,
00301-1
6.
irO!~~;~~~~;~:~~~~,b~,~~: :rtionS.
7.
Wha equipment do you own that is available for the Work?
~a
. s t-
8.
(9\t equipment will you purchase for the Work?
01) P-
9.
What equipment will you rent for the Work?
10.
The following is given as a summary of the Financial Statement of the undersigned: (List
Assets and Liabilities and use insert sheet if necessary).
P\~t" Sop S-Pe {+H-~c-""p~ - Br___\cr("ro ~hee.l-
II.
State the true and exact, con-ect, an ,complete name under which you do business.
Bidder is:
END OF SECTION
00301-2
SECTION 00301-A
SUBCONTRACTOR/SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes_ No--X- (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List ill.l proposed subcontractors and suppliers to be used to include company names, contract, addresses,
phone numbers, type of work subcontracted (trade/co'mmodity), dollar amount of work, and M/WBE
designation or Majority (Non-M/WBE) owned company. See Instructions to Bidders for M/WBE
requirements. Provide all information requested. Use additional sheets if necessary.
Submit Update Subcontractor/Supplier List with each progress payment requested. Submit Final
Subcontractor/Supplier List with Final Payment Request.
COMPANY NAME,
CONTACT
ADDRESS, PHONE
NUMBER
CC-,\I ~t:. I $"'i J'~p""" V ,'ckb
PC') 6cn< \\0319'
A \, .t- ,:.. I'V\ M\ l- ... S p:;,s
(-'tAll "18&- 1'1)' ~
2~) r. <'j: H'?~ ~A"'C\C \c CGA~-'
~u. o( {) v, 1 \ r.. V'O,....\-Ll.. ..st ...-(2. eF d....
Ol-\Cr-r~(} )-:1.- 3;;r?3\7.
" -"t.D.:J:l Sl=>.s.- ',w "1
,\\'1 \ 3C~."s~V'u.(," fl'Ck+ S\-c-<f."rl'~ SVC5.
::;.w\'\~ ~\I"'/ ~t r \Cj ft"c.
l;~~~ R ~;:tl)n~..",~~
_ ~._""-'::"-_~I_~ e,LzX)1 1<.~
(?~~t)xf~~-~~ ~\\.. 'L- ^
~'i_ _-=-_ ,_ ('~ _~ h:: ("" \ (>-, OJ
.~~~ ELI 330Lit\ __11 C; -7 (fY)
5
-
~~
dC.fC\S
6
7
WORK TO BE
PERFORMED (TRADE)
OR COMMODITY TO
BE SUPPLIED
H-.~
M/WBE
DESIGNATION
OR MAJORITY
OWNER
ESTIMATED
DOLLAR
AMOUNT
:J,C'd:o
cO
~ 5(X)
0.:.)
di . -:::2,1'<Y')
/'
cd
~'?)c:fY1
/
END OF SECTION
0030l-A-I
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90-96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Unit Extended
Cost Cost
A $ $
B $ $
C $ $
D $ $
TOTAL $
BIDDER: C, l"Y')", rrOY"\ (;'\Y"\S h-t . r:' -h on Irc...
SIGNED:_~ ~~" 1 ~. Q.I ~
BY: ~. 'r&~'i!tor~.Ja~e) ~
TITLE: -Pr~ :e, ;- ,....l.~ r -r
DATE: "7-IS-09
THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Lump Sum Total Bid price. Contractor will not receive additional
payment if actual quantities differ from those estimated or if the Contractor uses a safety
measure different than those listed.
(Failure to Complete This Form May Result in the Bid Being Declared Non-Responsive.)
END OF SECTION
00302-1
SECTION 00303
DRUG-FREE WORKPLACE CERTIFICATION
IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free
workplace programs. Whenever two or more bids which are equal with respect to price,
quantity, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
celtifies that it has implemented a drug-free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program (Florida Statutes Section
287.037). In order to have a drug-free workplace program, a business shall:
I. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (I).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or pleas of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactOlY participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
00303-1
As the person authorized to sign the statement, I certifY that this firm complies fully with
the above requirements.
Bidder: Ci" (1'"\ r' \IC:>V"'\ Co,''''''':':' tcvc f. ('01"''\ X'hC-
Signed: ~ -c~ ~ \ lf~ L ~ -'~~
By: ~('~\-\~ ~ ,~\ -P s ilP
(Print or ype Name)
Title: R- of' 6- i" ,.....\ .p r"' 1-
Date: j->S- DC(
END OF SECTION
00303-2
20:36:39 07 -13-2009 11 /18
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Cimarron Construction
Inc. p' . I d American Contractors Indemnity Company
, as nnclpa, an
. as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal slim of, (5 perccnt ol'the Contract Bid) $ Twelve Thousand
Five Hundred Dokllars
(written amount in dollars and cents)
tor the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed, this 13th duyof July ,2009. The Condition
of the above obligation is such that whereas the Principal has submitted to the City or Ocoee,
Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in
writing, for the Windstone Reclaimed Water Retrotit Project.
NOW THEREFORE
I. Biddel' and SUI'cty, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
difference between the total umount of Bidder's bid and the total amount of the bid of the
next lowest, responsible and responsive bidder as determined by Owner for thc Work
required by the Contract Documents, provided that:
1.1 If there is no such next lowest, responsible and responsivc bidder, and Owner
does not flbandon the Project, then Bidder and Surety shall pay to Owner the
penal sum set forth on the face of this Bond, and
1.2 In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum
set forth on the face of this Bond.
2. Detault of Bidder shall occur upon the failure of Bidder to deliver within the time
requiJ'ed by the Bidding DocLlments (or any extension thereof agreed to in wl'iting by
Owner) the executed Amendment to the Agreement required by the Bidding Documents
and any performance and payment bonds required by the Bidding Documents und
Contract Documents,
004 I 0-1
20:36:54 07-13-2009 12/18
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Amendment to the Agreement required by the Bidding Documents and
any performance and payment bonds I'equired by the Bidding Documents and
Contract Documents, 01'
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
fi'om the time and datc fixed for the opening of Bids (or uny extension thercof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof).
4. Payment undcr this Bond will be due and payablc upon default by Bidder and within 30
culendar days aftcr receipl by Bidder and Surety of wl'itten notice of default fi'ol11 Owner,
which notice will be given with reasonable pl'Ornptness, identifying this Bond and the
Pl'Oject and including a statcmcnt of the amount duc.
5. Surety waives notice of and any and all defenses based on 01' al'ising out of any time
extension to issue notice of award agreed 10 in writing by Owner and Bidder, provided
that the total time for issuing notice of award includ ing extensions shall not in the
aggregate excecd 120 days fj'OIll Bid Due Date without Surety's written consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days aftcr the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date,
7. Any suit 01' action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located,
8. Notices required hereunder shall be in writing and sent to Bidder and Surcty at their
rcspective addresses shown on the nIce of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Ccrtified Mail,
retul'n receipt requested, postage pre-paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent 01' representative who executed this Bond on
behal f of Surety to executc, seal and delivcl' such Bond and bind the Surety thereby,
10, This Bond is intended to conform to all applicable statutory requircments. Any
applicable requirement of any applicable statute that has been omitted fj'om this Bond
shall be deemed to be included herein as il'set forth at length, I I' any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
004' 0-2
20:37:13 07-13-2009 13/18
of said statute shall govel'l1 and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and yea,' first set forth above.
BIDDER:
If Bidder is SOLE PROPRIETORSHIP cOl11olete this signature block.
(1)
(Individual's Signature) (Witness)
(2)
(Individual's Signature) (Witness)
doing business as
(SEAL)
(Business Address)
(Telephone No.) (Florida License No~-
00410-3
20:37:23 07-13-2009 14/18
I f Bidder is P ARTN ERSHI P, complete this signature block.
(I)
(Parlnership Name) (Witness)
(2)
(General Pnrlner's Signature) (Witness)
(General Partner's Nume)
(SEAL)
(Business Address)
(Telephone No. ) (Florida License No,)
0041 0-4
(
If Bidder is CORPORA nON, comolete this signature block.
( j' rY")t""'- ,((Y.i"\ C')y\,"", \-n ...c. _ k On (I) (lIl ~-
(Corporation Name) -::t:rc.. . (Witness)
t="\ f'~ \' \ Jr-~ (2) ~~JiA ~
(State of Incorporation) (Witness)
By: ~r:..'\-\.... l So \.-s lie-
(Name of Person A Ithonzed to Sign - See Note I)
Pr l"" ~ i' ('t~ h + (SEAL)
(Title)
~--, ~-,~ . ~ Q...la-
(Aut~OIized Signature)
_~r~'\-h, ~ SeJ~~~
(Corp 'attOn President) O.
I 5o()C) C+r~'S C~"'\-0..r rl \Ie
a't-<- 33"f. I 1= ~
r'l. ;:\.... r t ~ ! I L :::3~S'~::)
(Busines Address)
Z3~'J J,g ~-2> I ~ (\ <' 1:>..2=3 q s-5
(T eohone No.) (FIOlida License No.)
00410-5
16:11:2307-10-2009 20/23
L SURETY J
Witness: (If agency is not a Corporation)
American Contractors Indemnity Co.
(I)
(Witness)
(Surety Business Name)
\ 9841 Airport Dr. 9th Floor
I Los r::::: I<J3Q4~f Business)
i13)': (!l J~~
i (Surel)' Agent's Signature - See Note 2)
!
I
! Carol A. Hopson
I
i (Surety Agent's Name)
(2)
(Witness)
Attest: (If Agency is a Corporation)
,~~~.z0'2C---
(Corporate Secretary Signature)
Attorney-in-Fact
(Surety Agent's Title)
(Corporate Secretary Name)
C & D Insurance & Bonds, ,Inc.
(BLlsin~ss Name of Local Agent for Surety)
3491 Pall Mall Drive Suite 204
Jacksonville, Florida 32257
(Business Address)
(Corporate Seal)
904-292-0803
(Telephone No~
1000786841-7
(Bond No.)
NOTES:
( I) Complele and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice-president.
(1) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing
individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized" Attorney-in-Fact".
13) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
15) Surely companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as wnended) and be authorized to transact business in the state where the project is
located.
00410-6
c, ~o \'01",\
I HEREBY CERTIFY that a meeting of the Board of Directors of { (0)("\:-':" h, ~ rh CVl .~..
(Contractor's Corporate Name)
a corporation under the laws of the State of El (.., r i r~ r~ , held on the IS 1-1""
day of c::r; J I ~ .2008, the following resolution was duly passed and adopted:
"RESOLVED, that R c )::....~ ~'-"" 0, ~~ -1<0 \-~. 5eJ~s ~
(signature of individual) \ (typed name of ind\vidual)
As Pr~ ~ " J-e.vl+ of the corporation, is hereby authorized to execute
(ti tle)
CORPORA TE AUTHORITY
TO EXECUTE DOCUMENTS
and all documents required to be signed by an officer of the Corporation in order to submit a
valid bid, contract and bond for
l ~ ') ;. '" ("1 S '\-O/\-e.- R.p c \ r_; ~ ~...J
(project name)
{ 1 \...:..J-~ \ n'1c:; ^ f!..~ t.r(}P-t-
- - (Bid No.) BoCJ- OS
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 WHEREr~, I have hereunto set my hand and affixed the official seal of the
corporation this-1,c:, day of ~, 20i.R
(CORPORATE SEAL)
~(". 'X'~~d'LO, Ik
.(Corpor te Secretary)
STATE OF ~{(.(l~1\-
CITY OF \;\ e rr\tilt\.(~J
The fo\%oing instru~ent w~acknOWledged before me this K day Of~, 20 (J-q
by ~~~~ (name of officer or agent, title of officer or
~~nt), .of '-...\. '\Jj\{ n 1" <:;.wQb.\~ (name of corporation acknowledging), a --
~(;\j) (stat place-o.t:-incor oration) corporation, on behalf of the corporation.
He/She is personally wn to me or has produced i ntification (type of ide tificatioi as
identification and di . not take an oath.
/. -
(No Public)
My Commission Expires:
fA'
MICHELLE BUNCH
Notary Public. Stale 01 Florida
Commlsslonll 00068816
My romm. tXpll811 Oct. 12. 11 0-7
!JctJ (cd, c::>/)/I
J
16: 11 :46 07 -10-2009 22 /23
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF
Florida
)
)
COUNTY OR CITY OF
Duval
Before me, II Notary Public, personally came Carol A. Hopson known te f!.1: an.d
known to b~ the Attorney-in-Fact of American Contrac tors Ing~i ty Co. a ~ ornla
Corporation, which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate 'seal
of said
Carol A. Hopson were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that th~ execution of tile attached bond is the free act and deed of American Contract.ors
Indemni ty Company (Surety Company)
Given llnd\:r my hand and seal this
13th
day of
July
.2009.
..."t':"V"~""
~"':;..~
~( ~.'):j
~..,~.[J....
"~ ;;.. ~'t-"
"I: ..~"
KATHLEEN H. COLLINS
Notary Public, State of Florida
My Comm. Expires May 1,2010
Commission No. DO 541194
-1{;;-))j cPJd (~) ~
(Notary Public)
My Commission Expires
5-1-2010
END OF SECfION
004] 0-8
~;i;; !~~;~~ftt~~;~~~i~OF A TTO~t~
CTORS INDEMNiTYCOMPANV;iUNITED STATES SUREfV;COMll. ....
~~~'l:G"'.t:::'~~::::::';'- "-J--;.::i::i't;:./~: --,~~...:;,;-=
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, it California corporation, United States
Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the
"Companies"), these presents make, constitute a~d appoint: '1I"liW"
- 'il!~I~1
mm , ' , ',~I'lli:: ',;I;ill
m Carol t. Ho,pson of JacksonvIlI,~,' ii:II!II:I:!;
tl d law u Attomey(s)-in-fact, ~a~hi~'th~ir s6pa~at~ capacity ifmore t e named above, with full power and
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to Include riders, amendments, and consents of surety, providing the boud
penalty does not exceed uU+Three Million""++ . Dollars ($ +*3,000,000.00** ).
'E~i~ rj:!~{'" ~y shall e~pirB,,~i~~~l;'~~~E1r€~~11,*n.t9.!1 ~arch 18, ~2",11 '.__. ~~._ ,m., rneyis grantep und,~rand by
. " ,llytl f)~~'~ mg resolutIOnsI<lii~pt~~bYr;,.t.liei~f'l![E~:2FDlrectors of tn, it,;;; '."" 1~~E~ :~~ , ,.
,:!!]':i'iW d,dha resident, any Vice-P~~RT~;if:~hi~~~i~I~Wt 'Vlf~:President, any Secreiaryc'IlT a~Y~Arsi1'tarifSec y shall be and is her~byvestedwith full
: pow authority to appoint anyone or more suitable persons as Attorney(s)-in-Fact to represenfilnd act for and on behalf of the Company subject to the following
provisions:
Allomey-ill.Facl may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts,agreemcnts or indemnity and other conditional,?r obligatory undertakings and any and all noti '. documents canceling or tenninating tqS""
Cpt11p~ny,:~Iia~lli1:Yitij~t~Y!:l.der, and any such i~strull1el\ts,so.e~ecut~~il~ any such Attorney-in-Fact ' ompany as if sigp.ed b <,the', rlr;;
"i~~f~~ed'a-nd ;:;~b~]t~:~o:::y Sa~:!:W~~"JMi~r~~J's~l~to:il~b~2~~lpany heretofore , ;~._~c.
,,}JjeretoI mile,ancfimy power of attomey orcertificille bearing facsimile signature or facsimi II respect to
'-afiy bond or undertaking to which it is attached. '., . " . ,
"'_"': ,>,Ifl!,
l:i;:I!k,! i:,UI'
, Ili:::li\ tJlli'!
II'i'I""".!..I1
1!!J.iJ~Pi ::1: i: ~,'
, ii~9N,
CIALTY INSURANCE COMPANY
IN WITNESS WHEREOF, TIle Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
15th day of J~,l~'r39 8. '..' .' ", '. . .
I.""", "I.'ldilll'I:"I!;
,,"" 'i!l:!I: ,'I:';
ii"~ Ii 'Gb~!t
;.1.-": I." : ,.,." ;~
:il:;!I'!'l;,j,l. IIIHr" If I!.
liS ,::iiH!1 ,I,hj:j I),!:I
"'Corporate Seals
U1S,
, ::,,~ " ';: ',I,
ALTY INSURANCE COMPANY
1-),"
SS:
On this 15th day of July, 2008, before me, Deborah Reese a notary public, personally appe~r~~d
"i'~r 'C\1,~~~~~~~~f~~t6~e:~~n~~~~~~KK~~~~\~lt:~e ~~~~:~~i~' ti~,
::\I~i~:1 ,V~~d i~~! J~ltrd,iin his authorized~~!fllctt~1iJ!jta iliat b}tRis signature on t tlfeT'
'wIne t e person(s) acted, executed the IIIstrument., '.'
iel P.Aguilar, Vice President of
. e Company wh() prOveq to~e
andacknowledgeq to'l11e ,that j
(s), or the entityupon b'ehalf of
I certify under PENALTY OF PERJURY under the laws of the State of Cali fomi a that the foreg~ing paraw;aph is true and correct.
WITNESSli d '. ....
eles,CalifClrnia thi~"'" 13l:hday
~l<. 'i'.~~~'-t~
';r"~
<-a<:,..'l'.
~..
.....~-
SECTION 00480
NON-COLLUSION AFFIDAVIT
STATE OF_F\(\\:"" I ~~ r>- )
COUNTYOF N'E'='rr-ondO)
tC)'-d-'" l \ ~_.\~ ~ \Le-
, being first duly swore deposes and says:
1. He (it) is the p,c"' c:; i ~ f> I\-r-
C J.9wner, Partner, Office, Representative or Agent)
of i ~;".l. ('" ("'"Dy\ Ct":>n~ \-~~--,-r"' \-..l" r'..", r rk' . , the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, film or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, owners, employees or parties in interest, including
this affidavit.
By: ~ <> *" f, 1 c::lL Q." cl-<.-
Title: ? r e ~ ," c1-e ,,1-'
00480-1
Sworn and subscribed to before me tbis ~day of 0 ~ \j
L..~~ , in the State of f=\.~r\ (~l\ , County of \-.\. MI.........pll'\/lO
VtiI6~,(t !b~ Notary Public
My Commission Expires: Oc./-- {dJ d-fJl!
END OF SECTION
lA'
MICHELLE BUNCH
Notary Publla, Stste of Florida
Commlsslon# 00668816
My comm. elCplr81 Oct. 12, 2011
00480-2
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies fUlther that he will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perfOlm their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of mles and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in offers is prescribed in 18 D.S.C. 1001.
Date 3 u..1 ~ is, ;20(59 . By: ~ nJ- ~. 1 d ~--a\..a.-
Name ~c. rh<-f Se-\ f> ~ ~
Title ~re e;, \' ('~ ~ v\\
Official Address (including Zip Code):
I SC)OO ~l bn......S (D lV\ h-~ n- i v-c-
DQde ~3S~~
5k.. 33'4
c: h.i FL
)
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
00481-1
SECTION 00482
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS. C ,/"\
(('y'\O rrOr '-r-
....L. "c
This sworn statement is submitted to City ofOcoee, Florida by (;'jl'lsrn ....Chft\ by
~t"1t- h( -~-, ~ 5 ~ -? r,... ~ (,..-}.-ei'"\l
I (Print individual's Name & Title)
whose business address is I SifJ:\ elf-{\; l ~ (r,r 0 f"'\ I-~- r ~
~3"/) ~ ~ Cj' h , \ FL -=53S;;t:3>
1.
s " I-r
to. .
-
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1 )(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeeting, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July I, 1989, as a result of a jury
verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1 )(a), Florida Statutes.
means:
a. A predecessor or successor of a person convicted of a pub lic entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
00482-1
5. I understand that a "person" as defined in Paragraph 287.133(l)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
'f. Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this swom statement, or one or more of the officers,
directors, executives, paltners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted ofa public entity crime subsequent to July 1, 1989.
The entity submitting this swom statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH _
7-lS-0CI . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR
CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
~o'~-L ~.R~
tSignature)
Date: 1.- r ~. 09
00482-2
C( fY\o rlOI" COr) 5J-<\..LC k 0,\
Name of Bidder (Contractor)
,--
.:.t-- rc .
STATE OF r= \t.) (\ ch~
COUNTY OF l-\ €:('('lArJu
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
K C;l\\~ ~J.Qs-lL who, after first being sworn by me,
\. (Na"* of Individual Signing)
affixed his/her signature in the place provided above on this
\S-
day of
-:s~s ~J
,d<P~.
i~\
MICHELLE BUNCH
Notary Public, Stale of Florida
Commlsslon# DDB68616
My ~omm. expires Oct. 12, 2011
Notary Public
My Commission
~ '::Vllf'I~l~ .
. ""1C.u/...'ltm:lNm~
END OF SECTION
00482-3
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and/or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
(1) I have/ '-/- have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity
Clause, I have/ have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, 1
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactOlY to the office where the reports are required to be filed.
I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I
receive bids or offers or initiate negotiations for any lower-tier constlUction subcontracts with a price
exceeding $10,000. I also agree that I will retain such certifications in my files.
By: ~rL~'~' :tA~ , Q--,.r.::Lo--
(Signature of uthorized Official)
Date~, 20.o..q
Inc.
( ame of Prospective Constmction Contractor oRub~ontractor) "'-I
. 0 0 I rrv. 5 CO~i"'..f>-~ -t-\- \. ~ 5 ~L- 33
Co .
(A dress of Prospective Construction Contractor or Subcontractor)
(BS:l '-f'1( 0 -:~ 1 ~ ~")C\ ~OS OC)S <.3/
(Tel;;Phone Number) (Employer Identification Number)
END OF SECTION
00483-1
SECTION 00501
CORPORA TE AUTHORITY TO EXECUTE DOCUMENTS
( I HEREBY ,eER TIF~t a meeting of the Board of Directors of C., ~("') :ffJ vi
l11'""",>rn d" h oV'\ l~ nC' ~ . a corporatIon under
(Contractor's Corporate Nam~ _ t~
the laws of the State of t= \ 6 r i r, C- , held on the _15
d.()O g , the following resolution was duly passed and adopted:
day of ,I A. \... 1
"RESOLVED, that
(signature of i
as t?- e S \' c\ -e 1"'\ .+-- 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
Windstone Reclaimed Water Retrofit Project
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 WHERI?9~ I have here~~ set my hand and affixed the official seal of the
corporation this 15 day of <...J l..~ ~ ' rlCY)9
(CORPORATE SEAL)
-r<n.>-~. (d. o~
+J~A
o..~[)
(Corporate Secretary)
STATE OF
CITY OF
~ I>. MICH!LLI eUNCH
ltiA\ Notary Public, State of Florida
Commlsslon#00868616
'. ' My ~mm. expires Oct. 12, 2011
'1!L"TI~'~4I:~I:~~
~l~if ~L )
My Commission Expires: - (d. dO )
END OF SECTION
00501-1
CIMARRON
CONSTRUCTION, INC.
REFERENCES
CITY OF TAVARES, RUBY STREET CAPITAL WATER LINE IMPROVEMENTS
Completed 2009
Project consisted ot 2" - 14" HOPE installed via HOD and Open Cut
Project Owner: City ot Tavares
PO Box 1068
Tavares, FL 32778
Rob Ern, PA
BESH Engineering
Otc: 352-343-8481
Fax 352-343-8495
QUAIL RUN WATER MAIN INTERCONNECT, DIRECTIONAL DRILLING
Completed 2009
1756 LF ot 12" SDR 11 HOPE Water Pipe Directional Drilling
Project Owner: Citrus County
1300 S. Lecanto Highway
Lecanto, FL 34461
John Drye, Construction Foreman
Cell: 352-400-0583
otc: 352-527-7650
Fax: 352-527-7644
PINELLAS COUNTY, NORTH COUNTY, PHASE liB, PARTS 1 and 2
Completed 2008
45,000 LF ot 4" - 16" Directional Drilling
Approximately 600 Homeowner Services
Project Owner: Pine lias County Utilities
14 S. Harrison Avenue
Clearwater, FL 33756
Joe Wolt, Senior Engineering Inspector
Cell: 727-580-0469
Otc: 727 -464-3588
Fax: 727 -453-6766
1
TRAILER ESTATES IV
Completed 2007
7000 LF 6" Potable Water Main
200 Home Owner Services
Project Owner: Manatee County
1026 26th Avenue East
Bradenton, FL 34208
Wendell Whiddon, Project Manager
Otc: 941-708-7409
Fax: 941-708-7548
TRAILER ESTATES V
Completed 2007
6500 LF 6" Potable Water Main
185 Home Owner Services
Project Owner: Manatee County
1026 26th Avenue East
Bradenton, FL 34208
Wendell Whiddon, Project Manager
Otc: 941-708-7409
Fax: 941-708-7548
BELLEAIR BEACH RCW
Completed 2006
100,000 LF ot 2" to 6" HDPE
5000 LF ot 12" HDPE
4000 LF ot 16" H DPE
1200 Home Owner Services
Project Owner: Pinellas County
14 S. Harrison Avenue
Clearwater, FL 33756
Frank Westberry, Senior Engineering Inspector
Cell: 727 -422-8141
Otc: 727 -464-3588
Fax: 727 -464-3595
BELLEAIR BEACH FORCE MAIN
Completed 2006
11,000 LF ot 10" HDPE
Project Owner: Pinellas County
14 S. Harrison Avenue
Clearwater, FL 33756
Kerry Doty, Senior Engineering Inspector
Cell: 727 -580-0943
Otc: 727 -464-3588
Fax: 727-464-3595
2
CLEARWATER BEACH FORCE MAIN
Completed 2005
10,000 LF ot 6" & 8" C-900 Certa-Lok
Project Owner: City ot Clearwater
410 Myrtle Avenue North
Clearwater, FL 33755
John Richter, Construction Inspector
Cell: 727-224-7946
Otc: 727-462-6126
Fax: 727-462-6989
WOODRIDGE ESTATES RCW
Completed 2005
7500 LF ot 4" & 6" C-900 Certa-Lok
250 Services
Project Owner: City ot New Port Richey
6420 Pine Hill Road
New Port Richey, FL 34668
Deborah Bigler, Engineering Technician
Cell: 727-243-4053
Otc: 727 -841-4543
Fax: 727 -841-4586
TRAILER ESTATES PHASE II
Completed 2005
Project Owner: Manatee County
1026 26th Avenue East
Bradenton, FL 34208
Chris Akre, Construction Inspector
Cell: 813-309-0614
otc: 813-882-8366
Fax: 813-884-5990
HARBOR OAKS RECLAIMED WATER CITY OF CLEARWATER
Completed 2004
30,000 LF ot 4" - 10" C-900 Certa-Lok
300 Services
Project Owner: City ot Clearwater
410 Myrtle Avenue North
Clearwater, FL 33755
John Richter, Construction Inspector
Cell: 727 -224-7946
Otc: 727 -462-6126
Fax: 727 -462-6989
3
ADDITIONAL REFERENCES
Rick Rearden
Vice President
Rockdale Pipeline, Inc.
PO Box 1157
Conyers, GA 30012
Cell: 678-562-3037
Ofc: 770-922-4123
Sherman Applegate
Director ot Utilities
City ot New Port Richey
6420 Pine Hill Road
New Port Richey, FL 34668
Otc. 727-841-4536
Fax: 727-841-4586
Steven Weyer
Utilities Senior Technician
City of Tarpon Springs
PO Box 5004
Tarpon Springs, FL 34688-5004
Otc: 727 -942-5606
Fax: 727-942-5620
4
CIMARRON CONSTRUCTION, INC.
EQUIPMENT LIST
1999 Vermeer 80 X 100 Directional Drill
1997 Vermeer 50 X 100 Directional Drill
2006 Vermeer 24 X 40 Directional Drill
2001 Vermeer 24 X 40 Directional Drill
(2) . 2005 Komatsu Excavators
Komatsu Backhoe
2001 F450 Crew Cab
2003 F350 Crew Cab
2007 F450 Crew Cab
(2) 2007 F250 Standard Cabs
2008 F350 Crew Cab
1994 Freightliner with Vermeer DT750 Mixing System
2001 Freightliner with Sam Sr. Mixing System
Various support equipment such as trailers, fusion equipment, pumps,
compactors, etc.
Mavor
S. Scott Vandergrift
center of Good LI .
<\, "r>e .. t'l./{f-
m
Com missioners
Gary Hood, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Mana!?:er
Robert Frank
June 8, 2009
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B09-05
WINDSTONE RECLAIMED WATER MAIN RETROFIT
This addendum shall modify and become a part of the original bid documents for the Windstone Reclaimed Water
Main Retrofit. This addendum consists of two pages. Bidders shall acknowledge receipt of Addendum One (1) in
the space provided in Section 00300-1 of the bid documents. Failure to do so may subject the bidder to
disqualification.
Answers to Questions received and/or amendments to the bid documents are as follows:
1. Modify Section 00500 (Agreement) so that Para. 3.1 reads, "The work shall be substantially complete
(all work complete except for the placement of permanent pavement markings on all final asphaltic
concrete surfaces) within one hundred twenty (120) calendar days. The entire work shall be complete and
ready for its intended use, including final dressing and cleanup, within one hundred fifty (150) calendar
days from the effective date of Notice to Proceed, as provided in paragraph 2.03 of the General Conditions
(Commencement of Contract Time; Notice to Proceed)."
2. Modify Section 01150 (Measurement and Payment) so that Para. 2.0 1.A. reads:
Measurement - The work specified in this pay item will be measured as a lump sum. The Work consists of
the preparatory work and operations in mobilizing for beginning the construction project, including, but not
limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals
to the project site, and for the establishment of Contractor's temporary offices, buildings, safety equipment,
first aid supplies, and sanitary and other facilities, as required by these Specifications, special provisions,
and State and local laws and regulations. The costs of a 4 ft. by 4 ft. proiect sign. bonds, permits~ and any
required insurance, and any other pre-construction expense necessary for the start of the work, excluding
the cost of construction materials, shall also be included in this item. The amount for this item shall not
exceed five percent (5%) of the total bid price.
3. Modify Section 01010 to add a new Para. 1.03.B that reads, "A minimum 4-foot by 4-foot post-mounted
project sign shall be provided within 10 days of construction initiation. The project sign shall conform to
the general design provided below. Wood or metal posts of sufficient size and thickness are acceptable.
The City ofOcoee Public Works Department will supply the City logo for mounting on the sign. The sign
should be posted near the main access point to the project area at a location to be established jointly by the
City and the contractor."
City of Ocoee' 150 N Lakeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3491 . www.ocoee.org
(new text is underlined)
Q I) Is the contractor charged for water testing?
AI) There is no water testing; this is not potable water.
Q2) Plan pg U-lS mentions jumper to remain, can this be used to charge the line for pressure testing if
it is the appropriate location to the proposed main?
A2) No. The jumper that remains is part of the Orange County Utilities (OCU) system and is not
connected to the reclaimed water system being constructed. The Forest Trails and Windstone
subdivisions are served by OCV. The contractor will need to make arrangements with that agency
to secure water for construction and flushing of lines. The City ofOcoee has no utility facilities in
this area except for reclaimed water to the southwest.
Q3) To avoid existing utilities(primarily sewer laterals) the direct bore will be deep in areas, is the city
willing to accept this?
A3) The City ofOcoee understands how directional boring is done and that vertical displacement will
be required to avoid some potential conflicts. The contractor is responsible for connecting service
lines to the reclaimed water main. Pipe depth will only be an issue for the City when performing
maintenance.
Q4) In areas where there are two fittings close together, can the HDPE be installed with an open cut?
A4) Yes, that is our expectation and has been accommodated in the restoration quantities.
QS) Need detail on the air release assembly, does it require a vault?
AS) Yes. An air release valve detail drawing is included in this addendum.
Q6) Page V-IS indicates a sidewalk ramp to be removed and replaced, is this handicap and does it have
ADA surface? .
A6) All sidewalk ramps removed and replaced during construction will need to be fully ADA compliant
regardless of whether they are today.
A 7) What are the specs on sidewalk replacement-any reinforcement?
Q7) The sidewalk replacement is generally 4" thick, 3,000 psi rating, no reinforcement.
A8) Will the City of Ocoee be obtaining the permits for this job? If not, what permits are required by
the Contractor and what would the costs be?
Q8) The contractor will not be required to pay for City of Ocoee permits; however, permits from other
/I ntities, such as St. Johns River WMD, if any, will be the responsibility of the contractor.
l/7.-<-. ~
Cryst Conley
Purchasing Technician
attachments: Reclaimed water project sign; Air Vacuum Release Valve design detail
B090S Windstone Reclaimed Addendum 1
2
[project name]
Seal of the
City of Ocoee
Ci,ty qfOco,~;e
S. Scott Vandergrift, Mayor '
City COrnmissioners,
District 1-Gary Hood, District 21Rosemary Wilsen,
District 3,.Rusty Johnson, District 4-Joel Keller,
City Manager-Robert Frank
Project Cost: [price]
Funded By:
City of Ocoee Utilities
Design: [name of engineering firm or "City of Ocoee"]
Contractor: [name of contractor]
For Project Information, Contact:
City of Ocoee 407-905-3100 ex!. 1543
':'. ,',i
FINISHED
GRADE
4' X 4' PRECAST
CONCRETE VAULT
36" SQ.
17-1 4"
r CAST IRON FRAME
/ AND COVER WITH
/ ACCESS LID.
/ /;-- GROUT
4" MAX.
(5f>
'\ ,,\~
2" VALVE (TYP.)
2" PORT WITH
THREADED PLUG
CUT OUT FOR FORCE
MAIN OR WATER MAIN
AS REQUIRED
SEE NOTE 2
SERVICE SADDLE
PER SPECIFICATION
SECTION 50.5.4
NOTES:
1. ABOVE DETAIL IS BASED ON 2" COMBINATION AIR/VACUUM
RELEASE VALVE. CHANGE PIPE AND FITTINGS ACCORDINGLY
FOR OTHER VALVE SIZES AND TYPES, VALVE SIZES TO BE
DETERMINED BY THE ENGINEER AND APPROVED BY THE CITY
PRIOR TO INSTALLATION.
2. THE MINIMUM DIMENSION FROM TOP OF PIPE TO FINISHED
GRADE SHALL BE 4.0 FEET.
CITY OF OCOEE UTILITIES DEPARTMENT
AIR OR COMBINATION AIR/VACUUM
RELEASE VALVE DETAIL
DA TEl DW'GI VACUUM FIGI 109