HomeMy WebLinkAboutItem #04 Approval of Award of id #B10-06 Peach Lake Manor Water Main Replacement Project
AGENDA ITEM COVER SHEET
Meeting Date: May 18, 2010
Item # 4
Contact Name:
Contact Number:
Joyce Tolbert
1516
Re0ewedBy ~.~~
Department Director: _ _ _
City Manager:
Subject: Award of Bid #B10-06 Peach Lake Manor Water Main Replacement Project
Commissioner Hood-District 1
Background Summary:
Bids were received for the construction of a replacement water distribution system within Peach Lake Manor,
which is an existing residential subdivision that is already substantially occupied by residents. Preservation of
existing utilities and private property is an important aspect of the work.
Issue:
Award the bid for the Peach Lake Manor Water Main Replacement Project to Hazen Construction, LLC.
Recommendations
Staff recommends that the City Commission award the bid to Hazen Construction, LLC, in the amount of
$649,537.50 and authorize the Mayor, City Clerk, and Staff to execute the required contract documents once the
required bonds and insurance are received. Staff also recommends that the City Manager be authorized to approve
change orders to this contract up to the limit of his purchasing authority for each change order and up to the
budgeted amount for this project for all change orders.
Attachments:
1. Bid Tabulation
2. Hazen Construction Bid
3. Addendum # 1
4. Addendum #2
5. ITB #B10-06
Financial Impact:
The Water Line Replacement and Upgrade Project has $900,000 budgeted. The remaining funds will be used for
contracting the relocation of rear yard water services, construction material testing services and other miscellaneous
items associated with the project.
Type of Item: (please mark with an "x'?
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerk's Deat Use:
_____ Consent Agenda
Public Hearing
Regular Agenda
Citv Manager
Robert Frank
Commissioners
Gary Hood. District 1
Rosemary Wilsen. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
TO:
The Honorable Mavor and City Commissioners
FROM:
Joyce Tolbert, Purchasing Agent
DATE:
May 10,2010
RE:
Award of Bid #B10-06 Peach Lake Manor Water Main Replacement Project
ISSUE
Award the bid for the Peach Lake Manor Water Main Replacement Project to Hazen Construction, LLC.
BACKGROUNDIDISCUSSION
Bids were received for the construction of a replacement water distribution system within Peach Lake Manor,
which is an existing residential subdivision that is already substantially occupied by residents. Preservation of
existing utilities and private property is an important aspect of the work.
The bid was publicly advertised on March 28, 2010 and opened on April 27, 2010. There were a total of twelve
(12) bids received. The lowest three (3) bids are:
Bidder Total Bid Amount
1. Hazen Construction LLC $649,537.50
2. Cimarron Construction Inc. $672,918.80
3. Masci Corporation $742,070.37
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 twelve (12) bids received. It is staff s opinion that
Hazen Construction LLC offers the lowest responsive and responsible bid in terms of qualifications and price.
The bid is below the estimated budget amount of $900,000.00.
1
_ Original Document/Contract Attached for Execution by City Clerk
~ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney ~
Reviewed by Finance Dept. ~
Reviewed by ( )
N/A
N/A
N/A
2
~~~~~
~~~~[
mzSmr
:J2.Cbg.~
8~mmm
;p;~~=
rl 'go (II en 0
m = C I
a.cg. 3" c.C
[ ~[
III 0.-
g Q~
a ~~
'" Jlo
III
Ol
"C
2"
0.
e;;"
"
Ol
"C
III
::>
"
cD"
'"
3'
!!1.
Ol
m-
Ol
::>
"
'"
'"
<
'"
~
'"
0.
o
::>
'<
o
::>
-i ;:0;:0 ;:0 ;:0 ;:0 g ;:0 ;:0 ;:0
o CD CD (t) (t) ctl CD ~ (t) ro
~~ggg1lg"o1l1l
r~~~~ni~~~C6
~~~~~~~~~
Q.(t)<D..!...Q.-jQ.Q.Q.
~~~~~~~~~
aJ~.~g~Q~~~
~. ~ ~ ~ @ ~ ~ ~ ~
g>~~li?b'Ul;;\'~:t
~~.~.~~5.C6g~
O)a.a.Cb@~~::r:::r
a.~'~'CD ro(t)a.b'Q
~~~ ggg>qQ
g:;:;: a-~;.~~
rog'~ ~~'i'
~~)> c:;l-
~- ~ ~ ~
'" 3 ~
~ ~~
- ~'"
:>::r
{g b'
[~
-~
.... '"
u,c.no
aaa
ooo~
...
N
e",MiIfIt
~~~g~~
~~~bbb
Q!<n<ncoc
...
en ...
~MiIfIt""~ ,J:I.
..CD _"'~.!'J.!'J iIt_N
~gg~~g:~~
....,o<noooo
Cnoooooo
0000000
."
IV
.", ."
{A{R{ROW{R
Nf'\)OOen
oo~ooo
000000
."
0>
.......{R{R{R{R {R
~M .'::".Ul!'\J!'\J (A_en
COc.nO.......01W01
ooooow
enoooooO)
0,000000
0000000
."
-1>.,,'"
{A{R{ROMM
O-"MOOO1
;..,,~~ooo
'::"010000
."
...., ."
~ {R{R{R M
.M ~....II. ~~ _M {R (R _(J)
oOw.......~1\J(J)
.......00.......000.......
000100001
woooooo
.......000000
."
IV
CntR{R
(A{R{A.......1\JM
1\JJ:l.0'l0'l.......0
000000
000000
."
....,." ."
.......{A-"{A{A N
.m ~co ~O ~O'l .N tR _-"
oooO(J)1\JW
oooo..............~
00000100
~oooooo
.......000000
~
i\J.y){A
.y).y)tAW....II.01
ON~W~(J)
;.."wwooo,
o>-"ooo.t..
."
...., ."
CD.y){AtA{A (J)
........ ~....II.~"""'.J:l..-" .y)_o
CO....ll.NWN....II.~
N-....I-...&OW'::"W
.......OO'lOWO~
woooooo,
0)0000000
~~~~~~~~~~~~~~~~~~~~~~~Q0
; ~ ; ~ ~" ~" ~" ~" ~" ~" ~" ~" ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~
&~&~~~~~~~~~~~~~~~~~~~~~rl
'~'~~~~a.aaaa.~Q.~~Q.Q.Q.Q.a.a.~2~'
~(t)~ctl~~~~~~~~S.~:J~ c
~,~~,~'i_i_~_:i_~i_i_i_~~a=en~~~~~~~~~'~
~~~~~""Nn~~~~~~~~~~~~~~~~~
gggg~~~~~~~~~~~g~~~~~[[~~
~~~~~~~ro~::r::r:::rQ.~::r::r~::r::r:::r~~::r ~
ngn~~~~m~~~~~~~~~~~~O~~ w
~g5'g-l-l-l~~~~~~~g~ong~~~~ ~
~1:~!!!2:>~~~"'1ll~~11~~~~~ ~
~~w~ooo~~~~~~~a~aaa~~~~ ~
::o::03l'DmmmtDCD~~<cn ~ :J:J:Jctl(tl(tl:E <
g~~~[~~g~~~Ul~ ~ ~~~~~~w ~.
a.0a.~S'~S'~~ ~ ~~~~.~~~ ~
0~CDO~~<C < <<<~:J:J ::0
~~ai~~~ ~ ~~~ f 8
;~'~g~~~ : ::: a
<c !~~~~ & aaa ~.
~0~.~; ro rororo
~ ~ e e e e
S' ~
~
"0
~O>
a....,
N ~ao ~~
~m ~~o mw
8~~~t~N~~N~~~~~NO'::"~W~~~~~
m
C/l
-i
d
o
~~~~
S:C::OCOJ:>lJl
~rn~~~~a
N n -. (f) ro 0 -I
~~~mg~>
0" ()~ro
~::!6'g-~~lJl
~~3R- ;.
o '" a.
2: 0-
~ ~
!!1. a.
~. 3
z
~
Qo
:l>
a.
a.
m
:J
a.
EO
3
z
o
IV
c
z
~ iIt ~~ ~
~~~ ~~~iIt~~~iIt~~ ~~~" N
~iIt~rr~t~~~~~~b~~~~~~~~~~~b~~~ ~
N~~N~NOOON~OOOOOoooo~~~...~ooon 0
~bg~~~~~~~g~~PPPPpppp~~~ppppm 0
oooooooooooooggggggggggggggg ~~g~~
~m~5.3:2
o '" n
~ ilfltMiIfIt M~ M ~~ g
~~~~N~ m~ilfltilflt~~~r ~
WCD,J:I.m~W~~~N~~W~ -
~ggg~~~~~~~~g~~~ F
~?PPPPPP~~~PPPPn 0
gggggggggggggggm
ilfltilt~itt~iIt ~
cn~N~""""....A.~~~ ~~~
N _C11_cn ~ ~....~..o:J ~ ~ M_N ~ N
~Q)CDQ)ClOWQ)tDQ)"'W<no
O~~OO"""'OoOCIICII""'cn
O(X)OOOU'lOOOOONO
oooooooooooCno
0000000000000
tA~{A {AtA{R
tA.y){A.y)~w.w.w .y).w.w~w
(A.y)O'I~WNUlOO"""N(J)O)
Wf\,)N.......M.......OOOf\,)O'lOO
0l~0'l0'l0010000'lOOO
0000000000000
0000000000000
{A {A tA (A tA th
m N-"-"th~tAth CD{A{A
_....... _<0 _0'1 _0'1 _~ _CD .-..J _W ~W .y) ........ ~Ol .f\,)
Ul-....l-..JMOO>OOOI'V....... CD
Of\,)NOOOI'VOOOO'lUl'::"(J)
OOJO'Iooc.nooooO~(J)
oooooaoooao~~
0000000000000
C
." ."z
~~r~~ ~th~=i
g~~~.~~~~~{A~{A g~g ~
~~~~~6~~~~0~~~~~
000000000000000
-im
0'"
." -i
tA tA{AtA.y) th)>
~~No;~~{A~~~~~~~r
~~~~~~.2; ~~Cog~~g~~g ~
~!=>!=>~~!=>!=>!=>-!'-~~?>~~~n
gggggggggggggggm
()
3"
~
a
:J
lllCT~()
~gm~
roo. 2"
n-
o"
:J
:;-
n
c
Z
th .y) (;;A=i
thtAth tAthtA.y)O'ltA .y) I'VtAW"
{A{Ath.y)~~!'\Jth~~~~~~tA~tAthtA ~~~~ ~
~~~~~~8~~oggggg8~g~~~~E~:~~~~ ~
~ooooooooooooooooaooooooo~ooo ._w~~n
UlOOOOOOoooooooooOOOOOOOO'l.......oooo ~no~o
~m~am~
o m 10
tA th (AtA .y) th~ ~
.y)~;~~;~th~;~~~~~~ ~.
~g~~~~~~~~~~~~~~
~!=>!=>!=>~~~. ~~~~~~9n
~gggggggm~~ggggm
thtntA{R~(R (A
(J) WNN-"{Ath{A mthtA
_CD _00 .w _0 .0 ..t.. .M ~w .M th _-" .<D _O'l
CDOW~O'""-Jm~OI'VONW
-",&ooNoo(J)O O.......O)f\,) OOOC11
O'l~ooJ:l.oooomoooo(J)
ooooooooooo~o
0000000000000
{A tA tA th tA {A
{A {A (A .y)_W.W_W .y).N_~_o)
(A{AOOOO(.t.)W010~OO<D-..JW
Wf\JWOO) 0'I01-..J0'l <DO)
N<D(J)(J)-..JOCDOOO(J)WMW
0000000000000
0000000000000
.y)YJthththth (A
CDI'V.t..N ......{AtAthtR.......{Rth
OW0C110l0'-JWW enO)O'l
aOO-<D-.......~ 00. a-~.........m-CDi\J
oW(J)<DJ:l.O'I O1.....-"Ul~~
OOOJ:l.f'\)CDO(J)OCDI'V .....w
oooooooooao~~
00000000000......-"
.y){A.y) {Ath{l}
(A{A.y).y)_W_W~Wtn_W.CJ1~O'I
th-E;R.......~WWW-"O'I~NN-"
~~~8~t~~m~~.......(J)
0,<000000000000
01\.)00000000000
th{Ath{A{A-E;R (A
O)....II.WN ......{A{A.y) m{l}tA
.<D _OJ _(J) .M ~(J) .t\J _Ol _w _w tR _CD ...... .~
OOOO~O'lO"""'-"O'I<OOO'lM
OJ:l..(J)<DOJ:l......~......-....I~WO'l
oO~o)OOOl...a.(J)mo)NM
Ot..loooooooao;..."o,
O.,f:lo.ooooooooOO)(J)
c
Z
(AtA .y) th=i
NO)~{I}{A I'V{AN"
_'""-J_C11.~_-".W{A.y){A p"J_01_C11:;:c
~~;~~~~~~~~~~~~~
000000000000000
000000000000000
-i
o
." -i
{A {I}.y)tA .y)-" (A th)>
Q).y)...a.....II.-"{A (OJ:l.{A N{ANr
.y)_O'l~en.N.O'I_~_N {R_................N tA.m~01~C11"
~~~~fJ1~c::;~~~~~~~c::;~
~~?>9~9"J!-O. ~99-!'-~9~n
~ggggggggggggggm
c
.y){A {AZ
:::j~r~~ ~{A~=i
~~~~~~~~~~~~~~~;g
6~~0666~~~6~~6~~
OOOOOOOO.,f:lo. 00 <D.......ooo
-i
o
." -i
th ~.y){A {R....II.. (A)>
CJ'1{A-"-"'......{A r.o........y)th.y).y)wr
.y).W~<D~ .<O.J:l.4Nth.CJ'1~Y'!'\J.w_-".w"
~~~(J)oo~o2;8t;~~~~~~
~~~9!'.l-!'-~9~~:--J~~~!=>n
~88ggggg~~~~gggm
en
n
::r
~
~
CT_()
..OC5g
5.(f)~
n-
Q
'"
:;-
o
OJ
e-
m
o
><
m
. . g~ ~
5."'~
Iii"
m
'"
r
r
()
~lJl
.....a
N-I
0>
c;lJl
NC:
0>
0-1
,,-
. 0
~Z
"
m
>
o
:I:
>
"
m
s:
>
Z
o
;tI
:iE
>lJl
-1_
me
;tI~
S:lJl
~c;
Z6
;tIO'l
m
"
>
o
m
s:
m
Z
-I
"
;tI
o
c...
m
o
-I
'"
~~
<1> g:
,,"<1>
ill Z
" 0
" CD
0"
=< I
n<g:
~~
. :T
CD
C-
"
3
o
"
"
c;;
"
a
"C
".
"
<1>
C-
e;;'
"
a
"C
"
"
"
iii'
"'
5'
~
~CCd~$l~~~~~~~
~~[~~5gg5g'25g
~~rr-g~C6~~~ctl~(5
~~~ ~~~~~{~~~
::!lOt/l Q.ctlm_c.-i c.o.
3~:: ~"2."2.~:::o(t)::O::o::tl
CJ)t/lO ~.~~~CD-5~CtlCD
cI ::ICDctlo"'2.0nr"'2."2..
3cO ~~Q,Qi'~@~~~
affi ~5.5.~g~~;~
~~ m~~~:J5.a35"5"
~~ ~:r5'~@lU3g.g.
cn~ 5.~~mCi~~~b'
Qo ~cncn Qg~g~
ta ~8.8. a--3"'l.,,~!a
CD' :::r-- n (1) CD
ca a;g'?a CDctl-
::I D)::T)> ~~{
~ ~,gS m8l
~ - ~ 3~
~ .~~ ~ ~
ctl - _ t/I
~ :t>::r
::I ~ ~
~ ~ ~
:J - ~
....'" ~
",'"<.ho a
888~o~
...
'"
Cntf}tA
{A{;AEAO':::'I'\.)
......1\)(.0.)0.:::.-...
~f..JCoOOO
-..Io<>>oom
...
CX> ...
EAtAEAtfl l\,)
.0 ~O) .CJ1 .UJ .w {A wOO
OO)01<OC>,l:lo.CXl
CJl......omOJ:lo.-..I
-..JO'lOOOOW
(,,000000
-000001\)
...
'"
NiAtA
(AtA{ACO....l.~
o NO'J<D,ll.
t.n(o~i:oOoN
0.....,0)............1'\)
...
CX> ...
N{A{I}{A{A ,ll.
.(1) ..N .l:>. ..N .UJ in w-..J
O>N<O"""-JN............
co Oll\Jooco(Om
(.0)00'1000001\,)
:"oooCo' ~
NOOO......O~
...
CX> ... ...
EA 6l} (A CJ'I f\)
0............00'10
w~:....,aao
O'l<.nc.nooo
...
CX> ...
CJ'l{A{;AE:A I\J
..:. w........:....J. {A EA....1-
01 OlW ,",,00""" w
O-..J-..Jc:.n<.nc.nJ:ao.
000'10'10000
enoo606o
0'1000000
~
OtnEA
tI}{fltA 0 I\.) (.0)
......NWOO'lO'l
00(,,000
000000
...
CX> ...
-..JEA-EAEAtA to)
.0 ..:::. .01 .UJ ....... in ."""'"
CDUlO<.nOf\JW
......oaooO'l.f:lo.
(.0)0000001
0000000
0000000
...
.'" ...
~...
{;R(A{;RO-JCl
ONWtOOOOO
Cno,~o~CD
OtOCJ'lOOW
...
ID ...
l\JiR-E;R-E;R-E;RtA"-I
CJ'll\Jmwl\J......w
t..J ..........~ '".......1.-" "......J <.n
CXlO"-lCJ'lOOO~
CDOCJ'lOtOI\.)CD
o,ooooow
"""'00000-"
~~~~~~~~~~~~~~~~~~~~~~~Qn~~~~~~m
omomiiiiiiii~iiiiiiiiiill~~I~;~a
&~&~~~~~~~~~~~~~~~~~~~~~~~~~rog~~
- CD - It) ::1 ::1 ::1 :3 ::1 ::1 ::1::1 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ :::tl e g -0 ()I~ ro >
'~'~~~~Q~~QQ~~~~~~~~~~~!g~~~~CD~'~m
OOCDOOCDS~~~S~~~5.~~~~~~~~~ c -0 CD
~_~~o.~_.io,a~a~~~~a""C3~~~~~~~~~~~'~~Z~~ ~
OCDOCD~~~~~~~=CD~~~~~~~~~~~~o w ~
CDnCDn~~~n~~~~~~~~~~~~~~~roo~ u
~~~~~~~~i~~~it~~~~~~~~~~il i
~g,~g,~~~CD~~~~~~~".~~~~~~~~ ~ Z
gg5'g~~~~~~~~c <~~~~~~~ ~ 0
~.?~~~~2>~~ ~<~ CD CD CD ~ ~ .
~~~33000~CD~~~~~~a~aaa~~~~ ao-' ~
;o~ rommm ------ " """CDCDCD< ~
o~CDoo~.~~.~~ii~@ ~ ~Q~~~~< I.
[~~~ggg~~ ~ ~ ~~~~~~~ ~ ~
n~CDo~~~ < ~~~5'~~~ :::tl ~
~~ai~~~ ~ ~~~ ~ CD ~
;co5'~,,~~~~ CD CD CD CD 5' [ 3
~ a.~~~ ~ Q)Q)W Z
~m~~~ & &&~ ~. 9
~~5'5'5' ~ ~~~ I\J
~, S'
N 00 w""'"
~CXl ~oob mw
8~~~t~N~-"N~~~~~NO~~W~~~~~-"
m
1Il
-i
d
o
~~~
c:
tA-E;R tA -E;RZ
.:::.~~~~-E;R-E;R{,') .~(,q.~=i
8~~~~~~~~~~-E;R~~g~
~~~~~~~~~~~~9~~O
~8gg8~~~~~~~8ggm
-i .
o
-E;R -E;RtA-E;R ~~ tA-E;R>
"""'-E;R-"-".......ut OOO-M-E;Rf\.) I\J""
{,9 .CJ'l .to !'J .aJ .~ J'.l -E;R ..l:J,. .I\J y.> .-1>. .-" {;A J'.l -0
~~~~~~~~~~~~~~g~
~!=>!=>~!=>!X>~~~~!D!::D!=>~~n
~gggg~~~~g;~~gggm
c:
z
-E;R {,9 -E;R=t
-E;R-E;R-E;R -E;R-E;R-E;R{,9"""'-E;R-E;R{,9 ......-E;R-"-o
-E;R-E;R-ER~~~~~~~~~~~~~-E;R-E;R{,q ~. y.>~
~~:~~~~~~~~~~~g~~~~~~~~~~~~~~
~wCD' ~~o,Cno~w' . . . ~o' o~~o~~~~~~
~~"-IwmwCJ'lO~"""'~ W~I\JW~~tOCJ'lO~~~"""'~"""'tO
-E;RtA{,q(l)~{,q{,q
~~{A{A.w.wJ'.l. J'l.CJ'l.to
-E;RYJ~~~I\JCXlW-"O"-lW
WW"-lWCX>C,11"""'l\JtOCDmWm
CXl"-ltO~I'\)CJ'lOOmCXlO>I'\)CD
u,o' ~oex,oooooo~~
OCXl"-l~"""'J::to.OOOO"-lCJ'l1\J
-ER~-E;R-E;R-E;R -E:A
tOWI\J (I)-E;R(I)(I)(I)"-I-E;R-E;R
O>OWWl'\)aJ"-IWI\Jf\.)~"""'''-I
j...j '".::.. :r:.. Co :r:.. Co :...,w .~ ~ '".......I .m <.n
CJ'l......J"-I-.........C,11~l\JtOCDOI\JO"I
OCDtO-"-"J::tooommO"lOCJ'l
o~wCno~oooo~o,Cn
ocnwcoCOOOOOOCDOO
-E;R-EA-E;R-E;R-E;R-EA-E;R tA
tOI\JWI\J-1>.-1>.-"-E;R-E;R CD{AtA
~ .0.tO.~.tO.-".0.~.0"I {A .0 .""'" .~
ooooaJ"""'w"""'mCJ'lI'\)O"I.....w""'"
CJ'lwaJ~I\JOJ"-IwwOJo>oo.e.
O'""'-A~I\J"""'c.nCJ'lwO'lcn-"O'Im
o~o,o:,:.u,~Cnoo,Cn~w
OOWCD~c.nOOI\JJ:io,.~WCJ'l
-E;R -E;R {A -E;R {A -E;R
-E;R-E;R -E;R (;R~~.~.w (I).I\J_w.w
{,q~CDtOO>CDCJ'lOCJ'l-"tO~CD
CJ'lWmOCDOOOOI\JI'\)OO
o CJ'1CJ'l0CJ'l00000"lCJ'l0 0
0000000000000
0000000000000
...
-1>.~-E;R-E;R{A{A tA
Mf\,)~MNI\,){,q-E;R-E;R """'-E;R-ER
.0'1 .co ~""'" ~oo ~to. .to.~.w (I) .CD ..e. .M
O'""'-AI\JOOI\JOOOO'll\,)tOCJl<D
O......J 00 0 mooo oO"l""",,,,,,,,m
OOCJ'lOOOOOOOCJ'll'\)m
ooooooooooo~:':'
0000000000000
{,'} -E;R-E;R-E;R -E;R-E;R~
-1>. -E;R -E;R ~ ~~ ~w.1\J (I) J'.l.CJ1..e.
{,q-E;ROCDCJl.l:J,.OI\JCJ1W-..Joo
I\JI'\)W-"CJl'""'-AOOOOCJ'lOO
"-Il\Jopomooooooo
0000000000000
0000000000000
{A {A -E;R -E;R {,q -E;R (I)
m CJ'lNI\J-"{,q-E;R{f} """'-ER-E;R
~""'" ~oo .0 .to .~ .CD .00 .w .I\J {A ~~ ~""'" ~w
CJ'l0~ NcnOI\JCJ'lml\J-"1\J
OOJ"""'I\JOCJ)OOOOU"l~CD
O~OOOOOOOOOO'lm
0000000000000
0000000000000
-i
o
... -i
{;A(I)-E;RiR(I) (I}-" tA-E;R>
"-I-"-1>.N-"tfl c.om-E;R-E;R-"-E;R-1>.""
tn.CJ'l.~.O.'::'.N~-1>.-E;R.~.o.w~ .O'J. .w-o
m~~~~~~~~g~m~~o~
~P~!=>~~~~:--J~~~!'J~~n
00 OOWU'lmCJ'l"""'OlWOOW~f\JNm
Ol\JmOO'JNCJ'lOO'Jml\J~'::''''''''CD
c:
Z
(I}~-ER(I)Y) {A-E;R(I)=i
.U'l.CJ1.CJ'l.-1>..J::to.-ER-E;R-E;R ~CJ'l~W~CJ'l-O
~cx)OOOlCX)mCJ'l(l}-E;R(I)(;Ro'::'CJ'l~
g~g~8~~~~~~~g~8o
ooooooooooooooom
000000000000000
-i
o
~
{A-E;R-E;R(I}-E;R ~~ {A""
(I}~~.o~o~aJ~c::.~ -E;R~CD~~~~~~_O"I-o
cx>o"""'O"""'OCJlOCD"""'CJ'lO'::'U"l~
~~~ppp~~w~~~p~~~
'::'00000000000000
U'loooooooooooooo
c:
Z
-EA-ER ~ -E;R=i
c;~r~~ ~tA~-o
oo""ooot..J~~r(l}{,q{,qtnO.CDO ~
OOOOOcx)CJ'l~WI\JI\J-"OOOon
!=>~~P!=>~P~!'J~~~~~~m
000000000000000
000000000000000
-i .
o
-i
~-E;R~{A~-E;R {A~{,q-E;R~-E;R~~
{A.o.tO.o.m.~ -1>. -E;R.Ol.W~~~I\J.~. .0-0
NomOaJOCDJ:io.J:io.CJ'lO OtOo:::tJ
ogggg~~~~~~~8~8o
ooooooooooooooom
000000000000000
c:
z
-E;R-E;R-E;R -E;R-E;Rtn{A~-E;R{A-E;R ~-E;R~=i
-E;R{,q-ER~~~~I\J.I\J(I).w.oo.aJ.......J~"""'~m.-"~J:io.t:R-E;R{A .W.N~ ."
{f}{Am~m.l:J,.tOCJ'lCDWmO'lmW"""'O-"CD"""'~m{A-E;R-E;R-E;RCXlOOO~
~~O~g~CD~~~CJ'lg~~~~~~w~~~~~~~~~O
ooo,~~o,:':'~Cno:':'ooo~o,oo~~~Cno,~W-1>.~O~m
oom"""'-"......J~~OOO"""'OOOCDmN'""'-ACJ'lCJ'l"""'f\.)I\J"""'CXlOOO
...
-1>.~-E;R-E;R-E;RtA -E;R-E;R
WN I\J-"{R-E;R-E;R CD-"tA
.l\J 1'> .CD ~U'l ~m .0' .CJ'l J'l !'.:J (;R .""'" ~I'\) ~""'"
U'lOOJ:io.OCX>WtOCJ'lCD'""'-Am
OCD"""'mO~CXlCJ'lCJ'lO ~o
oom""",ocol\Jwooo""",m""",
oO~i:D~~~CDCnOCnU,O
OO~~J:io.c.n~~ooowoo
-i
o
~
-E;R-ER-E;RtA-E;R ~~ {,9 {,9""
(;R.~_~_-1>. .o;.~~ -E;R.~_m~~~~~ ~
-"""'" U"l0l wmoo'::"ol\JaJaJO_
~~~~~~~~'""'-A~~~~~~~
tOID ~OOCJ'lI\JCJ)cnOtO"-I~ON
(]'lCXlNOOOOCJ'l""",.e.CD-"mooo
en
CD
~
110
g<B i;;'
-s.w g
iii'
en
VI
5'
"
"U
~
~
OJ
. . g 0; ~
acn5"
a
OJ
::>
5'
"
;lJ
~
en
8
::l:
. .g<B b'
a(J)~
2"
s:l
o'
::>
()
9
-i
o
~.
VI
()
- g~ ~
a(J)2
s:l
o'
::>
5'
"
-i
OJ
r-
OJ
::>
c.
3
OJ
""~ ~
_ _ 0 CD ("")
::> VI 0
C. ::>
~
c:
s:l
o'
::>
5'
"
~lXl
~a
N-I
0>
c;lXl
!':Ie
0>
0-1
"5
3:Z
"
m
>
(")
:r
r
>
"
m
s:
>
Z
o
;:0
:e
>lXl
-1_
me
;:O'lt
S:lXl
>.....
_0
Z'
o
;:oC')
m
"tl
>
(")
m
s:
m
z
-I
"tl
;:0
o
c..
m
(")
-I
~~~cc
(1l Ph ~ ~ ;.
m~g~~
~~m~~
0" ::::l 0 (I)
iil;q,.--
o (Q CI1 '"en 0'
i[~ c: J:
~ [cg
ro _CD
a. "'"'
Q) ~;
~ g 2:
5 ~ ~
or Qo
..
iil
"0
:J
o
'"
a.
0;
o
iil
"0
..
:J
o
iii
"'
S'
!l?
'"
iil
m'
iil
:J
o
'"
"'
<
'"
3i
~
a~~~~$'~~$'~
~~~~~~fi.~~~
r-@~(%(%~~~~~
~~~N~{~~~
Q.ro CD tc.-1Q.c.c.
~"2."'Q.:::J::oCD::O;o;o
~.~ rJ ~.g.g~~~
W~~~~~~~~
:::J :::J :::J' (1l ~ CD (1l (1l
(Ila.a.fi?~(Il;;?9'i"
~~~~:Js.~5"5"
Q):J:J:::;4Qm3g.g.
~~~m~@~Qg
S:(J)cn 2~~~g
~8.8. a-~~CD@
'=:rocn ~~!ro
roDJ:-+ a-1{
~E ~ .,
Q) (Q -m~
- ~ 3~
.[ ~fi
l:~
-g.b'
~~
!P.
o
:J
-<
o
:J
...'" ~
~U.8 ~8
cs8o~o.....
~
NtA~
{A{A{AOf\,JO>
...i.t.)c.noc.nc.n
;""'01tnOOO
U'looaco
....
CD
<.n ....
.-tA-EA{:It{A m
o (11 (X) O'1-tn co
~~~-~~~-~
,fi.,(J"looooU't
(..)000000
000000
....
<.n ........
tAEA{;A-...J~m
::.~c.noc.cco
~<OCoO~O
000000
~
NtAtA ER
J:lr,.--EA -...J
.~.~~~~~~
J:lo.OO'lO-.....lCON
<.nOOOO-...J(.O)
0000000
0000000
-E;AtA{Rt/ttA{R
000000
000000
000000
{:It {A{AtAtAEREA
0000000
0000000
0000000
{A{A{R(;fl{R(;A
000000
000000
000000
ffl{fltAtA{A{R{R
0000000
0000000
0000000
{A{Rt:A {A {R{A
000000
000000
000000
{A {A{AtAtAtREA
0000000
0000000
0000000
"T\"T\"T\Il"T\"T\'Tl"Tl"T\"T\"T\"T\m
~~~~3333333 3N
O(J)Cl~(ij'C;;'(ij'(ij'U;'(ii'(ii' iii'~
&~&~~~~~~~~~~
CPz,CPz,aaas.5.aas.~
U'Jm U'JC1l 5"5"5"5"5"5"5" 5"~"
~;?"~S.ViViViViViViVi ~3
cr~ cr~ ~~~~~~~ =CD
~~~~~~~~~iiii
a:~a:~:E:E:E*Q. -6'
gggg~~~~~~~~~
~.~-(Il:lc,,!!~_~ bo-n-n-n;-
~:l"Q)3000~m~~~~
;o;o3",mmmo3cocotEB
g~~~~~~ncrViViCl)m
a. () a. g. ::i" S" 3" ~-<
()...,CDOCOCOCO
iP~ !2. ;; :E :E :E
5"~' 6' g ~ ;. ~
co Q) a. ..., ..., ...,
~~~~~
~ ~:J :J :J
S" :J
~~~~~~~~~~QO~c;oc~>m
c: c: c: c: c: c: c: c: c: c: ~ Q g. m ~ ~ a: ~ -
3 3 3 3 3 3 3 3 3 3 1D <;; =. en~ :::> en:::> e
~~~~"~"~~~"~"~'...,-NO-.~~O~
:l":l":l":l":l":l":l":l":l"~~~~~~mg~>
~~~~~~~~~:l::O=:o" n...,mm
~~~~~~~~~~~ga~~~~~
ViViViViViViViViVi~!~~~~~ ;
~~~~~~~~~~3~O ~ ~
~~9'9'i"~~9'i"~~S~ ~
~~~~~~~~~~~~~ a
:l":l":l":l":l":l":l":l":l":l" i~ ~
[l1l?omooooo~~ Q)
~ ~g5~~~~~ 5. ~
~~~~~~:E:E:E~ ~ ~
1~liia~Ra~ 5" ~
:J~~~~ < :x>
i iii~~~!l? ~ R
~ ~ ~ ~ ~" ~, ~, ~ ~ ~
Q) Q) Q) Q) s: CD ~
< <<< Q) n c:
C1l CD CD CD S" 0 3
~ ~~~ j ~
ro rororo ~
o 000
)( )()()(
~ ~oo W~
~~ ~~o m~~
8~~~t~~~~N~~~~~NO~~~~~~~~
m
en
-l
ci
o
~~~~
c:
z
~~~ ~~
~~~~~~~~~~99~~~~~~~ ~~~~
~~~~~~~~~~~~~~=~~~~~~~~~~~~gn
~~N~OOON~O~O~~~PP9~PP~~~P9PPm
oo~oooooooooomooooomoo~ooooo
oooooooooOOOO~OOOOOOOoOOOOOO
o
<u
::1
:I:
.. g~ ~
5.~s:
y>
5'
o
~tA~~~tA ~
....a.WN....a.~....a.tR~tR OtRtR
.0 ~ ~~ ~m _~.o.m.N _W tR ~~ _~_~
oo~m~O'I~m....a.mU'lNO
OOlNOOOO~Nowm~
OCCNOOOON~O~CO....a.
oo~oooooooo~m
OOOOOOOOOOOO.fA,.
-l .
o
........ -l
~~~~~tR ~~~tR tR~~
~.N_o~m~~.o_N tR_m.~_~_~ (;R~~_~"'tJ
N~o~NN~m~N~mO'lU'lO~
~m~g~~N~~~~~gggo
~ooooo~oo~ooooom
<000000000000000
tR ~(;AtR ~(;A~
_~ (;A ~ (;R ~m .w _~ {tJ ~::.. _co _co
~~~~~~~~~~~~C;
~NOOOOOOOOOOO
:"000000000000
0000000000000
c:
Z
tA~ tA ~=i
~~~~~~ ~~~"'tJ
~ Co (0 W Co.o ~ ~ tA ~ (A tR"O U, 0 2:!
ON~~o)U'l~~J:lo,W::"....a.oooo
9P99~P9~~~9~~99m
OOOOOOOOWWNWOOO
OOOOOOOOOooo....a.OO
<-
;!::
. g~ ~
5. ~ ~
:::>
o
.... ....
....a.~~~tR~tR ....a.tR
W.l:aoANN ~tRtR~....a.~~
~I\.)CO~~CDNu')~ ~Nm
".....J~j:.-....,j:.(omcoo~mwm
U'l.l:ao~OOJoco~~CCWo~
O.l:aoooooooooow,t:...
boooooooooom~
OOOOOOOOOOO~O
-l .
o
~tAtR ~~ {,R ~~
~{A....a.~....a.~ .l:aoCOtA{AW{A,t:...1
tA _m:-".w .0'1 ~co ~ tA.oo ~ Y' ~ .0 ~ .co "
~~~~~~~~~~~~g~g~
NOOOOooOl<o....a.comoooO
~ooooooo" ;...,mmooom
OOOOOOOOOOOO~OO
c:
z
=i
'tI
{A{A{A{AtR~~tRtR~~tR~tA~tR~{,R~~{AtR~~~{,RtR{A~
~~~66~666~66~666666666666666~
0000000000000000000000000000
-l . .
o
~
r-
'tI
tR{A~~~~~tRtR~tR~~tA~~~tA~~~~~tA~~~~~
00oooooooooo099999P~~9~~99990
ggggggggggggggggggggggggggggm
c:
z
=i
'tI
~~tR{A{A~tRtA~~{AtR~tAtRtR~tAtR~~~tR~~{AtA{A~
66666b666bgg6bbgbbbbbbbbbbbb~
0000000000000000000000000000
-l . .
o
-l
>
r-
'tI
~{,R{AtR~{AtR{A{A{A~~tR{,R{AtRtR{,R~{A~tR{A~tR~{A~~
0000000000oo099PP99999P999990
ggggggggggggggggggggggggggggm
c:
z
=i
'tI
(A{AtR~~{A~{AtR{A~tR{AtA{A~~tA~~tR{A~tR~{AtR{A~
bgbbbgb6bb6bbgbbbbb6bb6bbgbb~
0000000000000000000000000000
-l . .
o
-l
>
r-
'tI
tR{A{A~{A~~~~{A{AtR~{A~tRtR{A~tRtAtA{A~tR~{A~~
oooooooooooo09~9999P99999P990
ggggggggggggggggggggggggggggm
iSm
--Ie
N-I
0)>
c;m
!':Ie
o~
0-1
:05
~z
\l
m
)>
(')
:I:
r
)>
'"
m
3:
)>
Z
o
:;0
:E
)>m
-1_
me
:;0'11:
3:m
)>......
-0
Z'
o
:;ocn
m
\l
~
(')
m
3:
m
z
-I
\l
:;0
o
c...
m
(')
-t
SECTION 00300
BID FORM
SUBMITTED:
April 27, 2010
(Date)
PROJECT IDENTIFICATION:
CITY OF OCOEE
PEACH LAKE MANOR WATER MAIN
REPLACEMENT PROJECT
NAME OF BIDDER: Hazen Construction, LLC
BUSINESS ADDRESS: 1599 Tionia Road PHONE NO.: 386-322-8700
CITY,STATE,ZIP: New Smyrna Beach, FL 32168
CONTRACTOR'S FLORIDA LICENSE NO.: CGC061991 and CUC1223713
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is. accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and furtherwarrants and represents that:
.
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. 1 Dated 4-08-10 No. Dated:
No. 2 Dated 4-21-10 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.
00300-1
c::cc::S5c::c::c::c::c::c::cc::cc::c::~~~~~~~~
tv N N ,- N)o-I ~ ........ ..- I-' ...- ........... 1-'........ ~ ~ \......t '-t '-l "---4 "--4 ~
~WN~>O~~~~~~WN~O~~~~~~W
o
o
w
o
o
J
..,.
'7j'7j'7j'7j"rj'7j'7j'7j'7j~~tI1
~ ~ ~ ~. ~, ~. ~. l ~. ~. ~. ~
S-~::: ::r::r::r::r::r::r::r::r:;:
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0
7" ~ <f 5. 5. 5. 0.. 0.. 5. g. 5. tI1
~ c'n ~ 5' 5' 5' 5' 5' 5' 5" 5' S.
~ ~ ~ ~ ~ ~. ~;::::~. ~ ~ ~ ~ ~
00 s. o. ~ ~ ~ ~ ~ ~ ~ ~ ~
o g G >- ~ ~ ~
OOO~';::'NQ~I 9', r+
o 0 0 ~ ~ ~ ::: G 5' 5" 5' ~
5 ::: 5 ~ ~ ~ n nn n 5-
G ::: G ~ ~ ~ @ ~ ::r ::r ::r
~ g ~ GOO S 0.. V V ~~
o' 0'0' ~ ~ ~ >-l ...., ;..... ;..... t-< ~
::: g F ~ ~ ~. ~ m ~ ~ ~ ~
:!1" C/.l~~~ ~ >-'7j~'7jo
g.: ~ s S- S- S- r+ ~ a: a' ;:j:' ~
~ S 0 tI1 tl1 trl t:l:l CIl ::: 5' 5' g
o CIl C/.l ~. ~. ~. 0' S ~ oa oa G
~ C/.l _. ~. ~ ~ ~ g ~ ~
0.. s: g- s 5' 5' rn ......
OCllOOQOQOQ
~g,;;d~~~
~. ~ 0 e e e
~g~~~~
~. el ~ ~ ~
In ~ ~ ~
~ # 5' 5' 5'
~ -.
5' :::
'7j'7j'Tj'Tj~"rj'Tj'Tj'7j'7jO
~ 8 ~ ~ ~ ~ ~ ~ ~ ~ 0
~. ~. ~. ~. ~. ~. ~. ~. ~. ~. ~
::r::r::r::r::rP"'::r::rP"'P"'e:..
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
0.. 0.. 0.. 0.. 0.. 0.. 0.. 0.. 0.. o..,g
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~.
~ ~ r+ r+ r+ ~ r+ r+ r+ ~ 0
~E.~E._ e. e.e. ~e. E..s
..-- .-- ------('tl
~ ~ ~.~ ~ ~ ~ ~ ~ ~ a
5'5'5'5'5'5"5'5'5'5'~
n n n n n n n n n n
::rP"'::r::rP"'::r::rP"'P"'P"'
~t)~t)vt1vv~d'
N?iN?i?i ?i;.....;.....~-
t""t- I"'"!-I""f'-rl-O. ~~
-< -. -< ..... _. ..... 'i:i 'i:i ;... i::
~ G~ GGG' . ~cr"
:;: t:;" :;: t:;" I:;' I:;' ~ ~ <:; 5'
ooooooeeeOQ
::: ::::::::: 0 0 ~ ~
o 0 0 0 ...., ...., ~.;;.
e eee~~~-
G 0 CIl G ... .... ..... g
5' 5' ::: .,
~ ~;:;: ~
~ ~ ~ ~ 5'
~ ~ ~ ~
0.. 0..0..0..
t:l:l t:l:ltDb:1
o 0 0 0
~ ~ ~ ~
o
o
:::
~
g
~
o'
::J
'"t:1
::r
o
r+
o
~
~
~
::r
~
~.
0..
>-
s:::
0.-
o'
..:
;n'
s:::
e:..
~
g
o
a
5'
OQ
tI1 ~ trl tI1 tI1 ~ 0 ~ ..., ..., ..., r:-< tl1 tl1 tI1 tI1 trl tl1 r:-< ~ r:-< r:-< r:-< r:-<
>- )- )- )- >-< ~ ~ ~ C/.l )- )- >- )- )- )- 'Tj ~ 'Tj C/.l C/.l
~ ~ 0 W -.J
~ W N ~ '=' ~ ~ 0.. W ~ ~
w N ....... ~ N ~ N ~ W >- ~ 00 ~ ~
N ~ Ul -.J N N N 0 00 0 ~ W N
~ ..,. - ~ ~
U1 .....
~ w w W t>J N N W ~ ..... ~ ..... ..... (Xl w .....
~ ~ w ~ \0 ~ N 0 U1 U1 0 0 U1 ~ ..... N ..... \0 0 U1 U1
t>J U1 t>J 0 0 0 N U1 0 0 0 0 0 0 0 0 0 U1 ..... 0 0 0
U1 0 U1 0 0 0 U1 0 0 0 0 0 0 0 0 0 0 0 \0 ~ 0"\ 0 0 0 0
.....
..... ..... ..... (Xl U1 ..... ..... N 0"\ ..... ..... .....
W \0 ..... (Xl w W N W N W \0 ~ 0"\ W (Xl -.J t>J ..... (Xl W .....
.....
0"\ (Xl w (Xl \0 0"\ ~ W U1 0 0 0 0 W \0 ex> N
0 0 -.J 0 0 0 U1 U1 -.J 0"\ ~ 0 b 0 0 U1 t>J (Xl
0 0 U1 0 0 0 c:i 0 t>J 0 t>J 0 0 0 0 0 ~ (Xl
.
U1 0 0
0 0 0
"d
t1
CD
Ul
1-"
0..
CD
::.
rt"
o
o
w
o
o
I
VI
::r:
OJ
N.
CD
::s
(')
o
::s
Ul
rt"
t1
~
(1
rt"
1-"
o
::s
...
l'
trl
~
~
II.
trl
$ll
.P.-
l'
'7j
II
l'
S'
~
e;
'7j
o
o
.rt
t"i
t"i
(')
l'
en
/I
l'
c
.g
en
ffi.
en
>-<
II
en
.g
e;
~
>-<
e;
P.--
o-J
~
II
s::
en
o-J
o
::s
ccccC::::
WWWWN
WN-O\o
~~~Id
o Ct> .Ct> ~
~'2.. a a
~ I>> 0 0
o <: <:
Ct> Ct> .~
~ . -
o.~~
~'2..'g.
I>> ~ ~
_. Ct> Cl>
a. ~
~~ ~ ~
p 0. 0.
W~~
Ct> I>> I>>
0. S' S'
Pol ..... ....
::s I>> ~
0. S' S'
~CnC/.l
s..8.8..
Oar--..
=:rcoC/.l
,-..... C) r+
~e:>
=:r Pol c
E '-'. ~
en
....
S'
Cl>
~
~~
a s
o 0
<: <:
Cl> Cl>
~ ~
I '0.
5':;0
~ Cl>
.... '0
tj~
-. (')
P' Cl>
00
I>> 0
?' ::s
>-l ~
Cil ~
Ct> Cl>
n
c
...,
0-
enenc:ntrlt:
>< >< >< > "J
.j::.. 10 -
"vt~b......)0-4
000 0
000
.c c c C
10 10 10 10
OO-...JO'\Vl
r--..~Id~>-rj
> Ct> (ll Ct> ~
"'aase::;
'g.oootj
I>> <: <: <:
;:;:" Ct> Ct> Ct> g
~~~gg:
't:Jj0. P. 0. 0/
::s.~ ~ ~ W
~ '2.. '2.. '2.. ~
>< ~ ~ ~ CS'
~ Ct> (ll ~ (ll
>-l 'i:l 0'\ .j::.. n
(ll ~ ssg
a (ll 0 (') ::s
'0 S =:r =:r g
~(ll nn.....
~ a g g g'
en 0 0 :;:
~ ~ Cil a -.
..., Pl" ..... ..... So
~ 0 (ll (ll
I>> Cl>'-" :::0
g L....l:;: 0
"....... I>l
>-lCil >-rj p.
a~ ~ n
~::l!!l a
::l Cl> I '"
Cl> a ~ ~.
::s Cl> ;;J
~ ~ (1q
n
o
::s
o
...,
g.
Cl> .
'-'
c:nc:nen~
><><><.....
~ 10
ov-.oo.j::..
0'\0101.0
-...J 0 10
~
-" N ...
. . . lT1
~~,l:>.0 -,,'~
OVlU10VlO
~
~
-.J-"W
... ... ...
W<Xl~~
WO~~
~0U1U1
~
~ ~
... ...
U1 -" ~
o U1 <Xl
0.0 0
~ .....~
U11.00
~-"~
~U1:T1
...
U1~\D
0-"J1
o <Xl ::>
.. . . . . .. ..
o 0
o 00
000
c-
~.
-....'
,.
~-
'J
v_
--:>
-::l 0
I
I
I
U1000000
~'
)...:;
--l::....
-'-
".
<:--
".
" g
PJ PJ
:::1 ?;"
D.C'1l
/
//
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 s~vings 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, andlor 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
ManufacturerlSupplier
02600 - Pipe and Fittings for Potable Water Mains
02640 - Valves and Accessories
Ductile Iron Pipe
~
B. Griffin
C. Me Wane
D. U.S. Pipe
Fittings
A.
B.
-(C:
D.
American
, Nappco
Tvler-l Jni.on---"
U.S. Pipe
Mechanical Restraints
A. EBAA Iron
~
TC:Siglii
~tar
Tapping Saddles
00300-7
'(
i
i
~.
1
~
1
I
,I
I',:
I
!i:
Fire Hydrants
I!
HDPE Pipe rv[4
HDPE Stiffeners rv/r+
Gate Valves
Ii
r
:/
.,
.,
i
"
Ii
Ii
Ii
r
II
PV C Pipe
N{?\-
Valve Boxes
Valve Markers
Service Connections
Meter Valvesl Corporation Valves
Polyethylene Pipe
1
r--~ JCM~
~-Blair
~
B. Claw
C. Mueller
B 84 B54 V4
Medallion
Super Centurion
A. Driscopipe
B. J-M
C. Lamson
D. Plexco
A. JDM
~rican Flow Cont~
~
C. Kennedy
D. M&H
E. Mueller
F. U.S. Pipe
A. CertainTeed
B. J-M
C. National
D. North American
A. American Flow Control
~peiljka
~T~
~~
~
B. Mueller
0fuTID I
B. Mueller
~E~
00300-8
SUBSTITUTION LIST
Bidder offers the following substitutions and" equal" items.
Deductible Amount*
Equipment Alternative (Indicate Whether
Item or Spec Man ufacturerlSu pplier Lump Sum or
Material Section (List One Only) Unit Price)
N/A
--'.
.
.
:
Represents 50 percent of the difference in cost in accordance with the General Conditions
(Minimum Deductible Amount per Substitution Item shall be $1,000)
(Bidder may make additional copies of this page as required.)
00300-9
-~,-=~~",....,--....-...-
~".' ..........-.~
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNA TORIES MUST HAVE THEIR NAMES PRlNTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
SOLE P~TORSHIP
(SEAL)
(Individual's Slgnatu,/
Phone No.:
(Individual's Name)
doing business as
Business Address:
Florida License No.:
A PAR1NERSHIP
(SEAL)
(partnership Name)
(General Partner's Signature)
(General Partner's Name)
Business address:
Phone No.:
Florida License No.:
- .-...-
-........... ....-- -
-"~~~'"':.:'"
." '9"'" ..-T.....--~..,~_.. . _.. .
00300-10
::::,=:~,;:;-~~;:"<c,.,,,,:,<!:,:..
\ ~
\.
'",
',.
~,
~
..::.:;....,;:.'~,..._.--....
J'
i~
: ~
I"
:\
"
j;i
I.'
" .~:
i
'.
j
~~\I
Strike out (X) non-applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is: .
A CORPORATION
By
(Corporate Seal)
Attest
Business address:
Hazen Construction, LLC
(Corporation Name)
Florida
(State of Incorporation)
Chad S Hazen
(Name of person authorized to sign)
President
(Title) .
(Authorized Signa
~H~~)
1599 Tionia Road~
New Smyrna Beach, FL 32168
Phone No.: 386-322-8700
Corporation President: Chad S Hazen
Florida License No.: CGC061991 and CUC1223713
00300-11
~-~.--..--"""""'--
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:
By
By
Business Address:
Phone No.:
(Name)
(Address)
Florida License ~ .:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
Florida License No.:
00300-12
... ~-'.. ."; . ..,"-
<. '.-------------.---------.
~
-
'~.
"",
"
~
J'
,/
.'
/
12.
List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name:
Western Surety Company
Surety's Address:
101 S Phillips Avenue
Sioux Falls, SD 57104
Name and address of Surety's resident agent for service of process in Florida:
Waldorff Insurance & Bonding, Inc
Paul A Locascio
5023 NW 8th Avenue, Suite B
Gainesville, FL 32605
END OF SECTION
00300-13
;::>
\0
SECTION 00301
~
'~
'"
QUESTIONNAIRE
DATE: April 27, 2010
PROJECT IDENTIFICATION:
City of Ocoee
Peach Lake Manor Water Main
Replacement Project
NAME OF BIDDER: Hazen Construction, LLC
BUSINESS ADDRESS: 1599 Tionia Road New Smyrna Beach, FL 32168
Telephone No.: 386-322-8700
CONTRACTOR'S FLORlDA LICENSE NO. CGCO 61991 and CUC1 223713
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
1. How many years has your organization been in business as a General Contractor?
Eiqht
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?
Install new water main in existinq Suqar Forest neiqhbor-
hood. Completed for thp- City of Port Or~ngp- (Frpo ~riffith)
in Februarv 2010. Final contract amount was $325.000
3. Have you ever failed to complete work awarded to you? If so, where and why?
No
4. Name three (3) municipalities for which you have performed work and to which you
refer:
City of Port Orange
City of Daytona Beach
City of Palm Coast
5. Have. you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
Yes - coordination with residents. Patience
00301-1
/
/'
/
/
6.
Will you Subcontract any part of this Work? If so, describe which portions:
Yes, asphalt, concrete & sod
7. What equipment do you own that is available for the Work?
excavators, loaders, dozers, skid steers, mini-hoes, pumps,
lasers. rollers. jumpin jncks nnn nll o~hp-r miscp-Ilnneous
itmes needed.-
8. What equipment will you purchase for the Work?
None
9. What equipment will you rent for the Wark?
None
10. State the true and exact, correct, and complete name under which you do business.
Bidder is: Hazen Construction, LLC
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~ (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor license
number, contact, addresses, phone numbers, type of work subcontracted (trade/commodity), 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
1 Blacktops by
Beede Pavinq
PO Box 1089
Edqewater, FL .32132
2 Greco I s Concrete
PO Rox SR7
Pierson. FL 32180
WORK TO BE
PERFORMED (TRADE)
OR COMMODITY TO
BE SUPPLIED
Asphalt
M/WBE
DESIGNATION
OR MAJORITY
OWNER'
ESTIMA TED
DOLLAR
AMOUNT
57,000
Concrete
72,000
6,000
3 McMasters Sod
5316 New Jersey Ave
Dp-leon Springs, FL 32130
4
5
6
7
END OF SECTION
00301-A-l
."_ _"_ ~~';:"'''-'' -".",.._-_...,,-~__.~-...:;~~_._. '_0"-'
-9..
/
/'
/
SECTION 00302
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT
(90-96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are
included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section
00300 - Bid Form, "Schedule of Bid Items". For informational purposes only, the bidder is
required to further identify these costs in the summary below.
Trench Safety Unit of
Measure Measure Unit Unit Extended
(Description) (LF, SY) (Quantity) Cost Cost
A Trench excavatioh LF 11 ,300 $1.00 $ 11,300
B $ $
C $ $
D $ $
TOTAL $ 11,300
BIDDER: Ha~en: c. nstruction,
SIGNED:
BY: Cha~ Ha en .
(Print or type name)
TITLE: President
LLC
DATE: April 27, 2010
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
certifies that it has implemented a drug-free workplace program shall be given preference
in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program (Florida Statutes Section
287.037). In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited
in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about' the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, and available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each' employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1). .
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement 'and will notify the
employer of any conviction of, or pleas 'of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States
or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program is such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
00303-1
.......
tJ) Il) r
..t-B r
,
....:~"'
"
''''"
""
~
//
t,l
';H
l'''i
, ~l
:~
~ ~
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
I
"1
Ii
f
I
I
Bidder:
Signed:
By:
Title:
Date:
ruction, LLC
(Print or Type Name)
President
April 27, 2010
END OF SECTION
00303-2
_.______.L....o.-"-"'_~:...=...c';-..--''''..,..'-'-...-..'';'''
. ..,-~.,..-'.-~.~...;~-'-<-
-_.._~'--'.~
-
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Hazen Construction, LLC
,.as Principal, and Western Surety Company
as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $
FIVE Percent (5%) of the amount bid
(written amount in dollars and cents)
for the payment of which, well and tm1y to be made, we hereby jointly and severally bind
ourselves, successors and assigns. .
Signed, this 27th day of April , 20JJ2.. The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee,Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in \vriting, for
the Peach Lake Manor Water Main Replacement Project. .
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Amendment to the Agreement required by the Bidding Documents
and any performance and payment bonds required by the Bidding Documents and
Contract Documents.
00410-1
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 required by the Bidding Documents ~d
Contract Documents, or .
3.2 All bids are rejected by O'Wller, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder wit11in ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hereof). .
4. Payment under this Bond will be due and payable upon default by Bidder and \vithin 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of u\vard agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due Date without Surety's \vritten consent.
6. No suit or action shall be commenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which the Project is located.
8; Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre-paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on
behalf of Stlrety to execute, seal and deliver.such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
00410~2
of said statute shall govern and the remainder of this Bond that is not in conflict therewith
shall continue in full force and effect.
11. The term "bid" as used herein includes a bid, offer, or proposal as applicable.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
BlDDER:
ature block.
doing business as
(1)
(Wimess)
(SEAL)
(Tele hone No.)
(Florida License No.)
00410-3
___n__~
(1)
(General Partner's Name)
(Business A7
Florida License No.)
00410-4
(Witness)
(Witness)
(SEAL)
If Bidder is CORPORATION, com lete this signature block.
Hazen Construction, LLC
(Corporation Name)
Florida
(State of Incorporation)
N/l>.
By:
(Name of Person Authorized to Sign - See Note 1)
N/A.
Chad S Hazen
(Corporation President)
1599 Tionia Road
New Smyrna Beach, FL 32168
(Business Address)
CGC061991 and
CUC1223713
(386) 322-8700
(Tele hone No.)
(Florida License No.
00410-5
(I)
~f\<V)
~S)
(2)~
ess)
(SEAL)
I SURETY I
Witness: (If agency is not a Corporation)
Western Surety Company
(Surety Business Name) (1)
(Witness)
101 S. Phillips Avenue, Sioux Falls, SD 57104
(Principal Place of Business) (2)
P~a.. ~~ (Witness)
By:
(Surety Agent's Signature - See Note 2)
Attest: (If Agency is a Corporation)
Paul A. Locascio . ~aA
(Surety Agent's Name) (Corpor I e Secretary Signature)
Attorney-In-Fact & FL Resident Agent Magen Baker
(Surety Agent's Title) (Corporate Secretary Name)
Waldorff Insurance & Bonding, Inc.
(Business Name of Local Agent for Surety)
(Corporate Seal)
5023 NW 8th Avenue, Suite B, Gainesville, FL 32605
(Business Address) I
I
I
I
(352) 374-7779 NjA
(Telephone No.) (Bond No.)
NOTES:
(1) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice-president.
(2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing
individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding
notarized "Attorney-in-Fact".
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
(5) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state where the project is
located.
00410-6
CORPORATE AUTHORITY
TO EXECUTE DOCUMENTS
;" .
.....
'~
I HEREBY CERTIFY that a meeting of the Board of Directors of
~ (Contractor's Corporate Name)
a corporation under the laws of the State of , !].era on the
day of "'"", ' 2010, the following resolution was dU7lY pa sed and adopted:
"RESOLVED, that '" -
(signature of in'dividual) (typed name of individual)
~
(title) \
and all documents required to be signe~ by an offic of the Corporation in order to submit a
valid bid, contract and bond for
attested by tile Secretary of the co
act and deed of this corporation:."
, is hereby authorized to execute
As
(project name)
\ (Bid No.)
orp~ratio~d this corporation, and that his execution
oration and with co' orate seal affixed shall be the official
between the
thereof,.
I FURTHER CERTIFY
IN WITNESS WHE
corporation this
I have hereunto set my hand and affixed the official seal of the
. "-
day of , 2010.
(CORPORATE SEAL)
.(Corporate Secretary)
STATE OF
CITY OF
The foregoing instrument was acknowledged before me this _ day of ,2010
by (name of officer or agent, title of officer or
agent), of (name of corporation acknowledging), a
(state or place of incorporation) corporation, on behalf of the corporation.
He/She is personally known to me or has produced identification (type of identification) as
identification and did/did not take an oath.
(Notary Public)
My Commission Expires:
00410-7
A TTOR~"EY-IN-F ACT AFFIDAVIT
STATE OR COl\:n10~"\VEALTH OF FLORIDA )
COU~TY OR CITY OF
ALACHUA
)
Before me, a Notary Public, personally came Paul A Locascio
lmown to be the Attomey-in-Fact of Western Surety Company
Corporation, which (Surety Company)
known to me, and
, n South Dakota
(State)
executed the attached bond as surety, who deposed and said that his signaturc and thc corporate seal
of said
Western Surety Company were affixed by order and authority of said Company's Board of
Directors, (Surety Company)
and that the execution of the attached bond is thc free act and deed of Western Surety Company.
(Surety Company)
Given under my hand and seal this
27th
day of
-Atu:i1-
,2010.
~$afi.
eN aT)' Public)
E!\"D OF SECTION
MAGEN BAKER
Notary Public, State 01 Florida
My comm. expo June 30, 2012
Comm. No. DO 802046
My Cornmission Expires
06-30-12
00410-8
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY. a South Dakota corporation. is a duly organized and existing corporation
having its principal office in the City of Sioux Falls. ond State of South Dakota, and that it docs by virtue of the signature and seal herein affixed hereby
make, constitute IInd appoint
Benjamin H French, Paul A Locascio, Sheree W Lewis, Individually
of Gainesville, FL, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds. undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized ollicer of the corporation and all the nets of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on tile reverse hereof, duly adopted, as indicated. by
the shareholders of tile corpomtion.
In Witness Whereof, WESTERN SURETY COMPANY has caused these prcsents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 8th day of October, 2009.
WESTERN SURETY COMPANY
~~",OCV;~P'~id"l
State of South Dakota
County ofMinnchaha
} 5S
On this 8th day of October, 2009, before me personally came Paul T. Druflat.to me known, who, being by me duly sworn, did depose llDd say: that he
resides in tile City of Sioux Falls, State of South Dakota; that he Is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal allixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
ll(:knowledges same to be the act and deed of said corporation.
November 30, 2012
+..........&t............,........,,,.............Cot&tl.. +
~ D.KRELL ~
, I
$~NarARY PUBlIC~~
.r~SOUTH DAKarA~.r
, .r
+..............."'................................. .
~
~!'"bli,
My commission expires
CERTIFICATE
I, L. Nelson. Assistant Secretary of WESTERN SURETY COMPANY do herehy certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
mv name and affixed the seal of the said corporation this 27th day of April 2010
WESTERN SURETY COMPANY
cr
~u-.rv" ___
L. Nelson, Assi.1l1Ot .~ecretary
SECTION 00480
....
...,.
,<.
~
NON-COLLUSION AFFIDA VlT
STATE OF Florida )
COUNTY OF Volusia )
Chad S Hazen
, being first duly swore deposes and says:
1.
He (it) is the
(Owner, Partner, Office, Representative or Agent)
of Hazen Construction, LLC ' the Bidder that has
submitted the attached Bid;
President
2. He is fully informed respecting the preparation and contents ofthe attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have .in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrains from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price. or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price in any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, owners, employee or arties in interest, including
this affidavit.
By:
azen, President
Title: Chad
00480-1
,r:.!L."....,...........", .'",., .,... .."'?'.'C..~~_.i-:~.,T_- '"-5= ~~;~~......~--,
-: ~'.."" " ~ ---
/
Sworn and subscribed to before me this 27 day of Apri~ 2010, in the State of.
Florida ,City of New Smyrna Beach
cf#~~
My Commission Expires:
END OF SEC
00480-2
Notary Public
MARNIE A HAZEN
SECTION 00481
CERTIFICATION OF NONSEGREGATED FACILITIES
The Bidder certifies that he does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not permit his employees to perform their
services at any location, under this control, where segregated facilities are maintained. The
Bidder certifies further that he 'will not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he will not permit his employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and'
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, ot otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
, '
persons and implementations of rules and regulations prescribed by the United States Secretary
, of Labor are incorporated herein.
Note:
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Date April 27
,2010. ,
ction, LLC
By:
President
Official Address (including Zip Code):
1599 Tionia Road
New Smyrna Beach~ FL 32168
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICA nON OF YOUR BID.
END OF SECTION
00481-1
~~"
"
'"
",
,.
~
/
//
/
SECTION 00482
(page 1 of 2)
SWORN STATEMENT UNDER SECTION 287. 133 (3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to City ofOcoee, Florida by Hazen Constr~tion, LLC
Chad S Hazen, President
(print individual's Name & Title)
whose business address is
1599 Tionia Road
New Smyrna Beach, FL 32168
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an. agency or
political subdivision of any other state or with the United States, including, but not.
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
00482-1
"'.
'''-..
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 he considered an affiliate. '~
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
x Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are actIve in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989. .
The entity submitting this sworn statement, or one or more of the officers,
. directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding concerning the. conviction
before a Hearing Officer. of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (please attach a copy of the final order.)
(,
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR TRA T PUBLIC ENTITY ONLY AND, THAT TIDS FORM I~ VALID THROUGH_
4-27-10" . 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 INFORMAT NTAINED IN THIS FORM.
Date:
00482-2
I-'""h ;::.-
tj'j -.
:::"'n
p;' ('1)
~ ;:3
('1) ~
. ~.
/
/
STATE OF Florida
COUNTY OF Volusia
Hazen Construction, LLC
Name of Bidder (Contractor)
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
affixed hislher signature in the place provided above on this .
April
Chad S Hazen
(Name of Individual Signing)
who, after first being sworn by me,
27
day of
,2010.
Notary Public ~~ ~~
My Commission Expires:
END OF SECTION
"~~!/'~;;;-" MARNIE A HAZEN
l~m. /i''-o;. Notary Public. State of Florida
. * .
~. .. . ~ My Comm. Expires Oct 14, 2013
\~'" ~o~i Commission Ii DO 900590
"4:'- OF f\.O',\\
,"""",' Bonded Through National Notary Assn.
00482-3
r..........,~~~.
t. . '"
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 X have! have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity
Clause, I X havel have not filed with the Joint Reporting Committee, the
Director of the Office of Federal Contract Compliance Programs, or the Equal Employment
Opportunity Commission all reports due under the applicable filing requirements.
I understand that, if I have participated in a previous contract or subcontract subject to the Equal
Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I
am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the
proposed contract or subcontract, unless and until I make an arrangement regarding such reports that
is satisfactory to the office where the reports are required to be filed. .
I agree that I wiII obtain identical certifications from prospective lower-tier sub-contractors when I
receive bids or offers or initiate negotiations for any low r-1' r construction subcontracts with a price
exceeding $10,000. I also agree that I will retain such ations in my files.
Date April 27
,2010
By:
Hazen Construction, LLC
(Name of Prospective Construction Contractor or Subcontractor)
1599 Tionia Road New Smyrna Beach, FL 32168
(Address of Prospective Construction Contractor or Subcontractor)
386-322-8700
(Telephone Number)
01-0569979
(Employer Identification Number)
END OF SECTION
00483-1
SECTION 00501
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
Hazen Construction, LLC , a corporation under
(Contractor's Corporate Name)
the laws of the State of Florid 27 dayof' April ,2010,
the following resolution was d ly,
"RESOLVED, that
Chad S Hazen
(typed name of individual)
as President 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
Peach Lake Manor Water Main.
Replacement Project
between the CITY OF OCOEE, a muniCipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary 9f the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this 27 day of April, 2010.
(CORPORATE SEAL)
~"~. ~~
(Corporate Secretary)
STATE OF Florida
CITY OF New Smyrna Beach
The foregoing instrument was acknowledged before me this 27 day of A pri 1 , 2010
by Chad S Hazen
(name of officer or agent, title of officer or agent), of Ha zen Cons truc t i on, LLC (name
of corporation acknowledging), a Florida (state or place of incorporation)
corporation, on behalf of the corporation. He/She is personally known to me or has produced
identification (type of identification) as identification and didldid
not take an oath.
1f~~~ #v---
(Notary Public)
My Co .. -. - - -
. ,,\'~~~~IIII MARNIE A HAZEN
I l~m'" :(~ Notary Public. State 01 Florida
~. : 'S.My Comm. Expires Oc114. 2013
\~~ rl',i Commission /I DO 900590
111,,<ff.l,'i\~" Bonded Through National Notary Assn.
~
00501-1
SECTION 00020
INVITATION TO BID #BI0-06
PEACH LAKE MANOR WATER MAIN
REPLACEMENT PROJECT
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, FinancelPurchasing
Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until
2:00 pm, local time, on April 27, 2010. Sealed bids must be date and time stamped at the office of
the Purchasing Agent before that time. 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 Agent 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 the City of Ocoee. The proposed project will be
awarded and constructed, if an award is made, in conformance with the plans and specifications.
Bids shall deemed to include all items necessary for furnishing, delivering, and installing all
materials, equipment, incidentals, and services, including all labor, for the work, which is generally
described as, the following: the construction of a replacement water distribution system within an
existing residential subdivision that is already substantially occupied by residents. 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
OnvialDemandstar 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
OnvialDemandstar, prospective bidders will be provided with all addendums and changes to the
project requirements; Fees may apply for non-members. Membership with OnvialDemandstar 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.
Prospective bidders shall prepare their bids by reviewing complete, full-size contract documents.
Addenda will be posted on DemandStar. Demandstar will transmit addenda 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 of Ocoee. It shall be the bidder's responsibility to verify
addendums and acknowledge receipt of all addenda in the bid submittal.
Pre-bid Conference: A non-mandatory pre-bid conference will be held on April 13, 2010, at 10:00
a.m. (local time) at Ocoee City Hall, 150 N Lakeshore Drive, Ocoee, FL 34761. All bidders will be
00020-1
held liable for contents as presented at the pre-bid conference. Additional questions shall be
submitted in accordance with the instructions contained in the Bidding Documents.
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%) ofthe bid price, and shall be made payable to
the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days.
after bid closing time.
Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be
submitted for the work by each proposing contractor. The contract will be awarded pursuant to the
requirements of applicable state and federal laws and regulations and pursuant to any applicable City
of Ocoee purchasing rules and procedures and the contract documents.
Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed
envelope, with the words "Bid No.BlO-06 for Construction of the Peach Lake Manor Water Main
Replacement Project" and the bidder's name, address, and State of Florida contractor's license
number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in
the prescribed bid form. Bids must be signed by an authorized representative ofthe bidder. Failure
to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to
the attention ofthe Purchasing Agent, City ofOcoee, 2nd Floor, 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
March 28, 20 I 0
END OF SECTION
00020-2
Mayor
S. Scott Vandergrift
center of Good 1...1
<\.~e - t'/~
Commissioners
Gary Hood, District 1
Rosemary WiIsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
April 8, 2010
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #BI0-06
PEACH LAKE MANOR WATER MAIN
REPLACEMENT PROJECT
This addendum shall modify and become a part of the original bid documents for the Peach Lake Manor
water main replacement project. This addendum consists of five (5) pages including attachments. 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. The bid date remains the same.
Revised Bid Form Section 00300-4 - 00300-5:
Replace Bid Form with the attached Revised Bid Form to correct errors in Bid Items U5, U6, and U7. Bid
items U-5, U-6, and U-7 should be listed as'D.LP. Water Main. The plans Table of Quantities as well as
Section 01150 has the correct information.
Answers to auestions received and/or amendments to the bid documents are as follows:
QI. What is the duration/deadline for completion of the project?
A 1. Section 00500 states the number of days for substantial and final completion.
Q2. What is the budget for this project?
A2. The budgeted amount is posted on Demandstar.
Q3. What type of license is required to bid this project?
A3. An Underground Utilities license or General Contractor's license.
Q4. In review of these and other contract documents for the City ofOcoee, the special conditions (SC-
5.04.C part C 2.) requires an Excess Umbrella policy for a value of $1 0,000,000.00. Most
contractors carry an umbrella of$2,OOO,OOO.OO.?
City ofOcoee' 150 N Lnkeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org
A4. The correct limit for Excess Umbrella is $2 million, see the sample insurance certificate Section
00650. The Excess Umbrella limit in the Supplementary Conditions Section 00800 is changed from
$10 million to $2 million.
Q5.. What method is to be used for installation? Directional Bore or Open Cut?
AS. Open Cut method is to be used for D.I.P. Pipe.
Q6. If the open cut methodis chosen, is the asphalt, concrete and curb quantities correct on the bid form
for the open cut method?
A6. The asphalt, curb, and concrete quantities were calculated using open-cut.
Q7. Are there any Liquidated Damages associated with this project?
A7. See Section 00500.
Q8. Who is responsible for the building permit fees, impact fees, etc? Will there be an allowance for
for these fees? If so what amount is allotted for the allowance?
A8.. All City permit fees will be waived for this project.
Q9. Where will addendums for this project be available?
A9. See Section 00020 and Section 00100-5.
QlO. What is the warranty period?
AlO. One year after completion.
Ql1. Are there any requirements for any tempo~ary facilities, such as an office trailer and fencing?
All. No requirements for temporary facilities; however, there is a requirement for temporary project
signing. Section 01010 has been changed 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 ata location to be established jointly by the City and the contractor." See attached sign design.
ce Tolbert, CPPB
Purchasing Agent
attachments: revised bid form & sign design as listed above
B 1 0-06 Peach Lake Manor Addendum 1
2
Mavor
S. Scott Vandergrift
c.enter of GOod LJ
<\.~e ~/~
Commissioners
Gary Hood, District 1
Rosemary WiIsen, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
April 21, 2010
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #BIO-06
PEACH LAKE MANOR WATER MAIN
REPLACEMENT PROJECT
This addendum shall modify and become a part of the original bid documents for the Peach Lake Manor water main
replacement project. This addendum consists of eight (8) pages including attachments. Bidders shall acknowledge
receipt of Addendum No. Two (2) in the space provided in Section 00300-1 of the bid documents. Failure to do so
may subject the bidder to disqualification. The bid date remains the same.
Revised Bid Form Section 00300-4 - 00300-5:
Replace Bid FOIm with the attached Revised Bid Form dated 4/21/10. Line item U21 was split into U2lA & U21B
to account for l4x6 wet tap. Quantities for Line Items U15~U17 have been adjusted to account for weight of
pressure restraints. Quantities of Line Items UlO & Ul2 have been adjusted.
Plan Chan!!:cs:
Included with Addendum No. Two (2) are revised plan sheets as follows:
Sheet 3 - Tabulation of Quantities
Sheet 5 - Plan View
Sheet 7 - Plan View
Sheet 12 - Abandonment Plan
Plan Attachments are also posted on Demandstar as a .pdf file.
The foIlowin!!: are chan!!es to Para!!:raohs within Section 1150 of the soecifications:
2.09
FURNISH AND INSTALL DIP FITTINGS (Bid Item UI5-UI7). (This section was modified to
show both Measurement and payment will include weight of the required pressure restraints.)
A.
Measurement - This pay item will be measured as the total weight, stated in U.S. tons of 2,000 lbs.,
of ductile iron fittings and pressure restraints installed in accordance with the Drawings and
Specifications. Weight of each fitting and oressure restraint shall be as published by the
manufacturer, and as supplied to Owner. The unit price for the bid item shall include the cost of all
labor, equipment, materials, fittings, mechanical restraining devices, required transitional fittings,
City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194 . www.ocoee.org
B.
connection ,sleeves, excavation, backfill, compaction, flushing, testing, and any necessary
incidental items to provide fittings completely installed and ready for service.
Payment will be made based on the actual weight of fittings and oressure restraints installed,
complete and ready for service, and thc applicable contract unit price stated in the Biel Form. The
standard retainage will be applied to this item.
2.12
FURNISH AND INSTALL WET TAP TO EXISTING WATER MAIN (Bid Item U20, U2lA, &
U2IB). (The title was modified to include the added pay line item on the new bid tab. Paragraph A
was changed to include tapping tee and tapping valve.)
A.
Measurement - This pay item will be measured as the actual number of wet tap connections to the
existing 12-inch andlor I4-inch water mains installed in accordance with the Drawings and
Specifications. Th~ unit, price for the bid item shall include the cost of all labor, equipment,
materials, fittings, any transitional couplings, mechanical restraining devices, taooina tee, taooina
valve. tapping saddles, excavation, backfill, compaction, flushing, testing, and any necessary
incidental items to provide fittings completely installed and ready for service.
Answers to Questions received and/or amendments to the bid documents are as follows:
Q1. Sheet 13, detail 112 indicates that all non-metallic pipe shall be installed with #10 THHN solid copper tracing
wire. Detail I 08 on same sheet indicates all pipe shall require #10 THHN solid copper tracing wire. Which is
correct?
A I. All pipe shall be installed with # 1 0 THHN tracing wire.
Q2. Will the City supply and pay for water for pressure testing?
A2. Yes, the City will supply the water for tcsting free of charge.
Q3. Please confirm that all soil testing is to be paid for by the City as indicated in note 15 on sheet 12.
A3. Soil Testing will be provided or paid for by the City.
Q4. Will exjstingwater main or services be removed, grout filled or will not be a part of this contract?
A4. Existing water main will not be removed or grouted as part of this contract.,
Q5. How many sample points are rcquired?
A5.' A minimum of ten sample points will be required if the entire system is cleared at once. If partial clearances
are obtained then this number will be dependant on submitted partial clearance plan submitted by the
contractor. Samples will be collected and processed by the City. Only failed tests wiIJ be paid for by the
contractor.
Q6. Is all DIP to be bagged upon installation?
A6. DIP is not to be bagged.
e-, ert, CPPB
Purchasing Agent
attachments: revised bid tab and revised plan sheets
B 1 0-06 Peach Lake Manor Water Main Addendum 2
2