HomeMy WebLinkAboutItem #07 Award of Bid #B12-03 Reclaimed Water System Retrofit for Prairie Lake Subdivision Phase I & II She c of Good L
k * �
1
AGENDA ITEM COVER SHEET
Meeting Date: March 20, 2012
Item #
Reviewed By:
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager: /6'A/
Subject: Award of Bid #B12 -03 Reclaimed Water System Retrofit for Prairie Lake Subdivision
Phase 1 & 11 (District 4: Keller)
Background Summary:
In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified
contractors to construct the reclaimed water system retrofit for Prairie Lake subdivision (Project). All work for the
project shall be designed and constructed in accordance with the drawings and specifications prepared by the City •
of Ocoee, as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed
in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the
furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor, for
the work, which 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.
The bid was publicly advertised on January 22, 2012 and opened on February 21, 2012. There were a total of
eight (8) bids received.
Bidder Total Base Bid
1. S.L. Williams Consulting Corp. $546,792.14
2. Young's Communications Co. $582,051.00
3. Andrew Sitework LLC $590,957.90
4. Tri -Sure Corporation $640,224.50
5. T B Landmark Construction $695,349.05
6. Harris- McBurney Co. $705,958.13
7. Barracuda Building Corp. $713,387.80
8. Construction Management Associates $800,968.29
All bids are available in the Finance Department for review. The Engineering and Finance Departments reviewed
all bids received. It is staff's recommendation that S.L. Williams Consulting Corp. offers the lowest responsive
and responsible bid in terms of qualifications and price.
The original budget for this project was $512,400.00, less expenses to date of $9,813.25, leaving a current
available budget of $502,586.75. An additional $44,205.39 is needed for bid award, plus a 5% construction
contingency of $27,339.61, for a total project budget of $574,131.75. Staff recommends the additional funding
requirement for this project of $71,545.00 be re- appropriated from fund 401 - Lake Olympia reclaimed water
retrofit project funded in this year's Capital Improvement Program.
Issue:
Award the contract for the construction of the Prairie Lake Subdivision Phase I & II Reclaimed Water System
Retrofit to S.L. Williams Consulting Corp.
Recommendations:
1) Staff recommends the additional funding requirement for this project of $71,545.00 be re- appropriated from
401 - Lake Olympia reclaimed water retrofit project funded in this year's Capital Improvement Program, for a
total project budget of $574,131.75.
2) Staff recommends that the City Commission award the bid to S.L. Williams Consulting Corp., in the amount
of $546,792.14 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. S.L. Williams Consulting Bid
3. Invitation to Bid #B 12 -03
4. Addendum #1
5. Addendum #2
Financial Impact:
The original budget for this project was $512,400.00, less expenses to date of $9,813.25, leaving a current
available budget of $502,586.75. An additional $44,205.39 is needed for bid award, plus a 5% construction
contingency of $27,339.61, for a total project budget of $574,131.75. Staff recommends the additional funding
requirement for this project of $71,545.00 be re- appropriated from fund 401 - Lake Olympia reclaimed water
retrofit project funded in this year's Capital Improvement Program.
Type of Item: (please mark with an "x")
Public Hearing For Clerk's Dept Use
Ordinance First Reading ✓ Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
X Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. O rk Vyuc4vfkab N/A
Reviewed by ( ) N/A
2
S • -i 73x 77 3 3 m - n - nm m mm m,Z
mJ m m m m0m0 0mOA� W
co • m A A m m
fra0oo mmo OD ODCCC ccccccO) 0 0 0 commOOmmOaO
(0 0 n N X 3 3 3 3 3 5 ' - 5 - - 3 3 3 3 3 3 3 ' 3 3 3 3 3 3 3 7j 7 7Coaa 0
a 5 3 d> 0 0 0 0 0 0 0 (9 m N N 41 N N N N N N 0 N N fn a ( 7 D ( p 0 4 N o C• 7 q ( y o 0
• . ( p N r N N N N N 0 c 0 ( , = a- 7• 0 7 7' 7' 7" 7' N 7' 7' 7' 01 - 7 0 2 .0e A m N 0 F >
(0 0 (1 o1 0) 01 0) . � (p 7 01 CO CO o' O o' o) 03 0) ° m 01 N 0 0 0) a — O. c 3 N W
o �,N n as aaa N ( VI (n aaa aaaaaa y. a a a a 7 0 3 7 o D. ..z T) W
3 3 x � ma 'm'0) mm Oo0 77777 N 7 7 70 3m-%Z. ,03z 0
° c N 2 d va av ( O p ?,Z g 3. 5 d o o 555030 1 n' CO 6 m ?(. -I 3 >
7 '0 o o 0) N 0 C D O N 0' — - — — ti (D o O d
N 3 m corn m m 7 nn nni' N 7 N T -- T 9 ' O N °o Ts aN c j
CD R 0 0 m d ' O O 0 0 7 7 '. 7 7 0 i i 7 7 .0 0 @ N Cl
• N C, N == 77±. 0 0 7 0 0 7 7 0 0 7 7 O 0 CO y
n n IR O 7 7 3 3 D W N 7' S 0 0 0 0 0 7' S 7 , 0 0 0 7' 3 D O Cl
O N N cr a J 7 N R a. 3 Q>•(0 0 77 nd C 7 >• i � N 7 po
n g n mm. a O ? 5 5 a d F p m m c c n. K 0 E pp -9 3 . N
a Q0 N 2 O n N - (n F 3 ° N N a a N N m m m m n C
v ' m g , 0 3 0- d � 3s v°' i < mm • a= 3 3 0 Oy o
m m 3 m O a m r- < co C2 3 Ft, CO CD 0 N y c lc �1 7 .'i .^i N _co. 3 3 N
0 O N d s o. ° cn
0 1 7 7 3 3 CD m 3 y
o y m n (� m
: z: a n F * 33 F* m m O
O 3 N 3 vyi m m a 5 c o
a W (D a N d 7 (� N Q a
o n
o m o n n `0 3 3 9
v
LC) m 3 3 m d ,o
3 7 01 N co LO O 7 7
..G v 7 7
O
7 m
w
W O 8 O O V CO N N N 01 r (O W (J 0 0 V t V 0 0l1 W 0 m
co N O O 0 V W A V V1 (0 O co:, A
n
j D
c 3
? m
kA EA EA q
63 n) EA -. 6j EA EA N D
v
49 EA EA EA N EA __ 0 EA 49 EA EA W V O ;0 a
49 EA EA 49 EA O co 44. co o O "co co - O co co V fA EA 49 EA O) A V 0) (O
co co CO CO 01 V O) V A co 0) W 01 (0 V CO 4) � (0 co N O) N O) N (O 0 (3
oN CO CO O(O AO) OOAO(D O A V W O� N 01 (n Cn o N 0, m CA * -4
N N WmV0) 0 0 00 ((0 - o' 000 j>a {� m
0 (0 (O - • A 01 O O 0 0 0 0 0 0 0 0 0 0 CD NJ V 0 0 0 0 0
p N m o N% t/1
EA EA Ej 1 0. O '.<
0) 44 69 69 EA EA *A EA 44 EA E EA EA D R N
CO EA el N co 49 49 EA EA 4(0 EA EA EA 0) CO 0) EA N r r
O N-3 U6OOCO NO o A (O V (O CO CO o V -+ CO r
(0 O N O co - W 0) A O N V m W W 49 49 .I W (n V 0) (0 A .1 O) (O "O 0 m
Cn O V O)0 -4 0 AO A 0) 0 ) ( 7 ( 0 ) 01 0 ) 0 ) ( 0 0) 0 co V � (ONO)I0(0 Xi E
V co CO V O O CO NO OOOOO OA A N h3 OD cn co Cn 01 O N01
((pp m V A 0 0 in 0 0 0 0 0 0 0 O .4 W- O) Co O (O in Co 0 0 0 0 0 m 73
O o A CO 0 0 01 O O O O O 0 0 O CO V N W 0 O (0 O 01 0 0 0 0 0
EA 4n EA EA 49 EA Z N W 73
EA EA EA EA EA N 0) 69 EA N EA N „( N v O
!A 44 EA N 9 „ N_ (D A W A O O V c o
V) 49 49 44 A o W (O O (O O V 0) 0 O O (n EA 49 EA 49 O .1 A O' V 13 CO -1 _m
A W (EAU O V W 0 0 0 0 O O O O O bi V V co co W 0 0 0 0 ;O N D -i 0
O V A A CO o 0 0 0 000 0 O O O O O W 01 Co V N CD 0 0 0 0 e5 o @
0 0 0000 00 00 000 0000 000 O 0 O 0 0 0 O 0 m N
0 0 0000 00 00 0 00 0 000 0 0 0 0 0000 a ,3 Co 0 0 c C 0 W
1 2 � m N o d O r 73 N
p O d o N a O
EA EA -1 a O co -I
N 44 "0 O
VV EA EA EA EA EA 43 44 44 EA N 44 ND EA EA N N �- p_
EA EA D 7 1 �J W
EA EA NJ W EA EA EA 44 EA 49 0) 0 49 0 D
W CO A N V W O -+ CA A -• CO (O CO 44 44 CO CO O CO CO O V
co O' V A00) O O - 0)OO V V O(n(n co 4i. O O V O V ACn V 13 C O Z
CO V CO CO O O 01 0 0 CO 0 0 0 o 0 V 01 O A V N V 01 N CD 0 0 0 0 .73 73
V A N CO O o O O 0 0 0 0 0 0 0 A W A O-+ (n 01 O 0 0 0 0 0 0 r m
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 Co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m
r
C D
EA EA EE E9 = 0 m IV 4,9 69
49 EA EA " 49 N O 0 0 W CO A W O A 7 CO
EA 49 E4 to N co o) - V "co 9 49 EA 69 (0 A00"co D' C
N 01 01 A W V 7 01 co co V V (O O N N 0t (0 O 01 A V O N 01 V C) W (n 2 v CO
O A CD U CO V O CO O V O 01 O CO O 01 01 O CA O 6 O 01 O 01 m O
N O A A 01 10.4 0 01 O O N V O O O O N- N V 01 O o o IJO a n
CA 0 CO (0 01 0 01 01 0 0 0 0 ((1 01 o 0 0 0 (n co 01 CA O 0 o O 01 C7 R. m - o f 3 G
O d of ? N N C0 (/�
0 0 0 EA 49 EA EA EA EA EA EA EA - EA N EA EA 49 0 n r N 0
0 EA N EA N 49 Ch EA EA (4 EA EA V Ch 0) N EA r N Z
O V V N 01 CO -+ N co N -• W- 4q EA _ 01 ' A -an -.. O W A W r
(0 - CO 0) OD (n - in z A W 00 W O) O W 0) CO CO V (0 A W O O O 3 =
O co N 01 co V O 01 co O V O V V A O co O (O O A Cn co co N o N 01 V 7:1 (0 D
CO CO A 01 CA N CO V O 0 O CA O CO A O O V V V N U O 01 O 01
N NO W 00 01 Ka in OOO ON V O0(0 N N V N 01 01 000 NO m rn
(0 (n 0 0 0 010 0
0) 0 000(n 01 0 CO 0 0 CA CO 01 0 o 0 00 010
c
Z = _
411 G) o)
EA
63 EA E-6-` N4 W W A y) - CO A N'
EA 4D EA 49 O W cn O co 01 v - (D - CO (O (0 _ to 49 EA IV A (n -+ (0
A01 O M (0 co 000101 M co 01 A (n 01 444 O co N 000) 000 K
N O 0) 0O V A 10 N W 000 O V CO 00 00 m CO 0
O o O O W 0 0 in 0 0 0 0 0 0 0 0 0 0 0 A O A Co 0 0 0) O O a C co
O O O O O O o 0 O O O O O 0 0 0 0 0 0 0 O O O O o A 0 0 p 0 0 iii O N
49 (4 44 EA . 0. C7
V EA EA EA EA 4j EA EA 44 49 EA 49 O
O 49 N E A WEAN A EA E A 49 EA ER E A EA O CO CO 49 A NE A 49 r
01 CO CO CO O (O (O 4. (O A CO N O O. 4 CO N CO (O W N O N (O 3
(O (0 - CO V 1 O .P n O W - O. V V N N O A IV W (O N O O) A 01 -s "to N
(n O co 0 001 N 01 V co O j A 0 ^4 N CO N / 1 V A co O CO 0 0 Xi 7
CO O0) 000(0 N NNO01 NO Ch CO W O W O CO C) CD 00 ,
00 0000 00 000000.40)01.0.00 A 0 O 00000 m
CO o o O O O 0 O O 0 0 0 0 0 O O O O CO O 0 O 0 O O O A 0 0
a
Z
EE6� 69 6.9 N f0 N 44 0) _ C « 11 V NJ
N N 0) 1 A in (J1 A W 0) ((0 ( W W-. - 44 N H IV n(0 O Xi
• ( per W NEAP CM N N W O' N W 01 01 > N E11 0 CO W N O OD V 0 0
010 CAA W CO A CO ON01- O-((O CA A0 O 0) N W O (n0)0 0 CO
i7 000 6 0) 001 IV O j v 0 (OA O BI O) N 01 0 0000 r� < O x �
0
O 0 0 0 -• W W V N N CO OD W 010 W COO CO (O (O CD O 00000
p N N
03 � (n N 7
0 0) ) -(0 49 09 AN A0D ND N V - 00) 0) - V yea V N A A W 00) N N ( N n r a
V W N V O 01 V O p (00 co In 0) 01 NAM V O A. -( V W N W 0 13
co ▪ C O n o CO O 0 N V W N -. A C CO O � 0 j OD W N co CO CO V O co OVD00a
A 00 0 0 0 00 -1 ( 0) 1 a)C A NC (0 0)A ON j 0 in GOGOO
A A A O V NO (O V O O O O O O O O
5 • • I T1 .71 .7j7j7)3 m m3 mmmmm mmmmm - nm m m m T0Kc) 0KO7) C: W
• CO W f E a O (p Cp Cp (p N d go Go N 4o c 2 c 2 c c c c c Cp C C c c o p) (p 0 O m Cp o n 2
(o 000 - ( 33 333> > A) 333 3333333 3 3 3 3 = ==cr m '
? .N. j d D o 0 O O o 0 0 Cn (/I N N N N 5 N N N N o 5 5 5 N ( ( p T. ^- n „9 ry 0
ra so m r m m m ( m 2 2 2 2 0 7.7.7• >•>• 0-a 7 S< 7• >• 7• S (ca _ or 2 L A 2 6 n F
m'0 dm m m cc mm>>> >> >>>> m > > > > 5- co a 2. . . vn()s n W
N n d a s a a a o) „ N N >>>> 7 7>>> " a 7 7 7 O ti N c _ -- Q 2 0 (p
g g o , o, m 2 t3 2 D 3. 5. a. d of m m m m w- 0)) 0 ) oo 3. -1 3 o 3 Z 0 )c .
y 2 m m mm 22 ( p ( p rn - _ _ = ago n
C " S Ef O 7 3 7 O
3 d o co co 7 (D N C) C) AN N 0 )N m N � Q ) a -s N D T S a CD
[0 3 Cr d N O. O O o O �. 7 7 >> 5 0 0 . n 0 0 . >> = 7 O 0
N N
.o. 2 N 0 o 7 7 0 0 S a 0 C 0) N
d 'o j 3 7 7 7 7 7 S S 0 S S 0 0 S S S C. _.
ii o m m ,. 7 ,. � ' m m 7 0nm c 0� 0 0 S 7 - m S m 0
N 3 0 7 ry a 0 N ' -.. - 0 0 2 2 N o) o) C C c 2 < 1 a 0 0 -• 7 go
O: N N (D A N 7 > > 7 7 N. F a. < < a _ N (D I m TI f a 0) N X
w 2 F3 mm m m m
3 'm 0 33 d - • m�n03 mm . a 3 0 0 n
-2 0 n
m ,a a 3 .A,Nm oa =0 0 0 d d < D
7 (D S a, 0 N . 2 N F G _ 2 , 3 3 N
'. 0 1m on= R R a 7 3 3 m 03 c E
o y m ° 0 C) n = co 01 m a s 0. 0. 5 ' 3 m CI
= N s 3 c 2 a 0< N N N N co n) rn 0
a 0 v m 5 m? a s 0 m -9 m e a. D
3 j m m y o 3 3 0) 0)i ( -
`< N a a 7 7 M
o X
7 m CO
_ _ o -A CD N O) -
W O W O O V W co N N N U -• CO W w 0 F V: 0 W w-. -. -> -> 0 m
N NO0 m V 0 Vt (O O (0 m
X
EA H EA EA EA EA (O EA N W -i r N D 0 6H EA N 6H N N CO W W A W V 0 01 y co
EA EA to EA 0) O O) 0 W A N N W O V W EA 69 EA EA - CO ()1 0 o 77 7 - T
NJ 01 WEAO 01N NA V AO) co co co NEA01 01 W N (00)030A. Z1 0. - -- D
N co co V V O 01 -4 V CO V -.l CO O N co A 03 N G) G) V 0 01 n 3 >
N A W 01 O O O 0 0 0 0 0 O O O O O N A) N V O O O O O m co CO N W T 4t
0 0 V (O 0 0 0 0 0 0 0 0 0 0 0 0 0 o N (T C n O) w 0 0 0 0 0 a R- N C W
00 OD .� ta 44 - a = O
0) CO 40
EA EA EA EA EAEA EA EA EA EA 4a EA 6A EA EA j9 EA EA E EA > w
CO EA N W 6� A A CO w ) 5 Y C
CT 01 O) o) (n co A -, _ N 01 EA W N N 0) OO NEA O rn O 01 -+ V O m 2
W (O(O 0NN(l1 0) 'cab (ON N 0 A(n NO W (O 0) N 0) 010 0 Z
A j V N CO N N CO 0) O 01 co N W N O CO V N CO (O W V o) CO O A 7J 0
(p O) O) 01 0 (0 0 0 0 A (n co W (O W N (0 0 CO 0 CO O) (O (J V 0 01 n = m
0 0 0 A 0 0 0 0 0 0 0 0 0 0 0 0 4, A C N n ? cn A O 0 0 0 0 0 0 m ET m
c D
z x
EA EA m
(0 E4 DA EA fA EA EA EA EA EA W m - I to
EA EA EA EA_ EA EA 01N fn °.' EA N0)NO A D. C
EA EA EA 6A O) co 0) (O V (0 N IV co Cn in - co O <A EA .69 EA 0) (n O 0 O
N W 01 CO E A 0 0) O 00100000000-.0 0) A N 00000 C CO
V o 0 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V 0 0 0 0 o m co a D
00 0000 00 00000 000002 C o o o • O OOO o a
00 0000 0O 00000 0000000 o O 0 00000 7 7 <(7
0 O m ° o N .2 U)
6n EA -I 0- 0 Q
T EA EA EA EA 69 DA 64 H) 69 EA EA > @ Z
A EA W EA N EA N EA EA EA EA EA EA EA 0) A V EA 44 W r
0 N O m Co) . 03 O O W V -I EA EA _ V N V A N CO N O O M
N W NO01 N W - co N0 NON 0)0)0)01 N V1(J1 W 0 V 07101000 =
g..)- 0000 (no 0000000)0) A 0 (0 00000Z M
A- O 0 0 0 0 0 0 0 0 0 0 0 0 W W O N 0 0 O O 01 0 0 0 0 0 5 D
in o 0 0 0 0 0 0 0 i= O o 0 i 7 O o in 0 0 0 0 o O o 0 0 0 0 6 m n
0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O 0 0 m
c < —
Z 0
EA EAEA EA -CO � N � �� o N c-•E-. 5 E- N 90 c -
fA EA EA EA 01 N01 V Cn 0101 O 000) V V) E0 40 44 ((00t A] OA N
N A 0) A EA V N N 01 0 0 0 O 01 O O 21 01 EA (0 0) W 0) O O O O C)
CO 0 0 A (n c n 0 0 0 0 0 0 0 0 0 0 0 N N A O 01 0 0 0 0 0 0
O in o o A O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O m 077 3
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 D a 3
o ( < 0 (
O =
0
N < O N
C° 0. 0)
0) EA EA ER EA 0) 0 ) r O
N U) 0 EA N EA N N EA EA EA EA EA EA 0) W j EA EA EA 01 7
N N O O) N N V V co (O 0 W N CO c0 W W EA 0) EA N m VI Vt 01 G1 m N
0 0?. 0 0 0100 N - co W OTN(n 01 ?0)o0 j V - 0 0 A0 V V V - CA 0NO (1
- 0 c oON NN ) 00000 00 V CO NO 00
Aw 000 Cn 0 002OO CD CD o(O -A Cn O CO O 0 Cn 0o O0 m o
0 0 0 0 b 0 0 0 0 b o 0 0 o 0 0 0 0 0 0 0 0 o O 2 0 0 0 0
O O O 0 0 0 0 O O O O O O O 0 0 0 0 0 0 0 O O O O O O O 0 (_)
SECTION 00300.0
BID FORM
SUBMITTED:h
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE
RECLAIMED WATER SYSTEM
RETROFIT FOR PRAIRIE LAKE SUBDIVISION
PHASE I & II
NAME OF BIDDER: �. L • W iJ)I G also 11 Grp
BUSINESS ADDRESS: ott �6)USh /an e_ ' PHONE NO.: 56/ - Y 9 6300
CITY,STATE,ZIP: G�) r , FL 334)4-
•
CONTRACTOR'S FLORIDA LICENSE NO.: � UC /Old ( 1 el j_
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No. / Dated ; / • No. Dated:
No. ca Dated e p, t' No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
00300 -1
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
c. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
f. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the site, reports and drawings identified in the
Contract Documents and all additional examinations, investigations, explorations,
tests, studies and date with the Contract Documents.
g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or
discrepancies that Bidder has discovered in the Contract Documents and the
written resolution thereof by Engineer is acceptable to Bidder, and the Contract
Documents are generally sufficient to indicate and convey understanding of all
00300 -2
terms and conditions for performing and furnishing the Work for which this Bid is
submitted.
h. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
Bidder has not directly or indirectly induced or solicited any other Bidder to
submit a farce or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to
obtain for itself any advantage over any other Bidder or over Owner.
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 Proposed Scope of Work Agreement
(Section 00500).
2) The Work shall be finally complete within the contract Time specified in
Article 3.2 of the Proposed Scope of Work Agreement (Section 00500).
4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
Bidder submits the TOTAL BID OR TOTAL BAS E BID to perform all the Work, as
required by the Drawings and Specifications.
5. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Non - collusion 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)
00300 -3
4
W
4 :4 i g 2 Vdc 2 &,- ,;(,- n gc) -,. li c) - .- ' .,; '- N rk c (311r
4
U 2 o 0 a ° � r 0 U U ' r � ' � h c \9 - 0 , 0
E.
• g� 16 C
A F .--i '.-4 r-, .--i M V1 to N V') 1-- M M 01 ,--+ N N , o n o M d `n O) r O
F d ∎o -+ N - O O ,--, O ,� M
co
W o
F
vj vj � v j d w w w w w Z Z Z Z 41¢ g d d g 4 g al ,,,>-, v,
(/)
�aaaawaaaaa0000wwwwwwww
0
F
1
0 cd
Fxe A 0.5
on
�H o E 5 E E 0 ' -, T3 .
el " i a r i 0 0 E
3 a) s ° a3
A 5 3 3 .0 .0 w cn 013 `� ° U °
o
9.
ci t 3 0 cl.) ;-. 1 -' $-■ ;--, > > -,7 sq-1 a )
U as i °' a s 4.4 Y v° a) a� 2 3 cl o o°° .5 o
v) b @ R o o cd 0 o -� 1 ' cd o f
• o '� 't a go' oq + ; v v
ct ii ,4 ,4 o o f=4 .4 ..4 ° . . 4 . . 0 .4 .4 g 1 1 i a . e . 4
a r.. 0 0 5 o -o ,4 0 o o o c) 0 0 0 9 an . .5 .5 . . .5 .5 . .5 .E U U d- %o
_, -F-3 �+ . . N \O 5" . . (,--2 "° . . . . '
p 0 t7 cd "0 00 -4 ,--- • �O 00 - "0 00 (..-11 N a) 0 0 N U U U U
ot at
° -7 E i r b 4 4. -4. -I. V, 0 cp 0 a.
co = 0 0 C 0 - - 0 b -d ' ye - CS b b 'C 'O 'd - d - d ' C et) 6 . , a) -0 b g g
.4 . . .4 O . .4 . .., .4 ...+ � V] A A � O + O � O +
E e E • i-. sa; i-+ E }...' — —— 1--1 5 55
° O ai cd O 0 o a) 0 o R o 0 o 03 03 023 0 0 0
U C7 U w w w w g=4 w w w w w w w w w w w w w r � a; w
W O ,--, N M d- k.o [^- 00 O■ O '--1 N M d ko
F d '-. N M d' vo oo O, , "_, ,--, ,..., ,--, .-, ,-, ..-, ,-..4 , , N N Cl N Cl Cl N
A
A
- : • ' ; ' ' -.1- + + + ••:- '.4-
;.:-; • - - ,.:"-• C. 0 C.` -t .
A • _ -d ; 0 \ CZ: ,--- Q
+1
Fi4 riT '0 0 -
"-- v2)
..
--,,-- .,
-,.
tc,
Lc,
Cl3 m
.'--
E—I 1■"`
0 Z
E. t, 0
RS ‘ q)
F.4
u p4 so a
t 0 to
,...,
v)
O
0
0:.
H
en
c>
c)
44
Fz1
F II (9•••••
ci'l E.-
>0 >-■ 4.4 Z 0
F2
0
'E--
1 ,-....
&.,
.,-.,
ce --
0 - I ,
v .) -----
r-.
I I
1E1 4 1
›-4 0
M ..,
-* o cn c
0..
0 §• - -.°)...- '
A -,--‘
-.--- - 1 7/
1 6 ....._,
g' v) '
0
0 I I
ci D 1 I I: 1
u c.) CIA
I +-
A as 0 --- v..,
r2, ..."-
,9-
as 0
- -4
<I) 4) a.)
0
as cd .
—I —4
a> 0
• ;... s•-■
11
ib > >
as
E E 5 w
f: 11 u 2
f z
atIN
z
w 9,-,
6i . Z
( E
W 0 ,.,..,
13:1
,.4
0 1--1
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 Owner's sole and
absolute discretion, it determines that action to be in its best interest. The terms used in
this Invitation to Bid, which are defined in the General Conditions and included as part of
the Contract Documents, have the meanings assigned to them in the General Conditions.
8. The work shall be performed under a Florida Underground Utility or General Contractor
license. Contract shall not be awarded unless proof of valid license(s) is provided.
9. It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
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).
11. 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.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
00300 -6
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
I. Smith -Blair
HDPE Pipe A. Plexco
B. Driscopipe
00300 -7
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. CertainTeed
B. Can-Tex
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)
p , 0.42 _ Peribrcr)OL-n CC_
)ID A J MCchan -
3 rV Cooed h s ,-- HI- 60(
rador Valves) Corp V0.1 VPs ot_ 6oX
ra012.4 l r� 1?r�C.r. IA/iro_ f eahl -'L_._
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
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
SOLE PROPRIETORSHIP
(SEAL)
(Individu 's ignature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A PARTNERSHIP
(SEAL)
(Partnership Name)
(General Ps Signature)
(General Partner's Name)
Business address:
Phone No.:
Florida License No.:
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 CORPORATION
5•. L kir Con3u1 -11 Cor p
(Corporation Name)
Horiaim
(State of Incorporation)
By C a , , - 6 ) . e . 1 � . W1)i 1 li..ry
(Name of person authorized to sign)
�VQ 510/Q/
(Title)
Ch " //0 i
(Authorize ignature)
(Corporate Seal)
Attest ( ' / 0 : 4°()
Chris-1-1'1a- (Secretary)
Business address: lj cJ a" IL.
X11 �r151.00
FL 33
yV
Phone No.: 5 &I) r_ 4 30
Corporation President: CO. roJe_ I/ 6 11 l arns
Florida License No.: Cu C. I L}6G 5
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:
A JOINT VENTURE
By
(Name)
- x/ f
(Address)
By
(Name)
(Address)
Business Address:
Phone No.:
Florida License No.:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
Florida License No.:
00300 -12
12. List the following in connection with the Surety which is providing the Bid Bond:
Surety's Name: R Iletjh rk Ca,)t)a I°] Cornet
Surety's Address: A/PLCX..y/ CQ(?4Q f Y J
Alec 13, Iti4 rw : a%'J b7/Od,
Name and address of Surety's resident agent for service of process in Florida:
3ure-7 �- �� ,
6 tv 5-fr e ) /a
I it LL kes L- 33OiY
00300 -13
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CE that a meeting of the Board of Directors of 3 • L
W, /hair m s Gems o 111 (o rr , a corporation under
(Contractor's Corporate N ar4a�
t
th
he laws of the State of r)Orf dO'.- , held on the / 7 day of Fe h , 2012,
the following resolution was duly passed and d
11a optted ',, /
"RESOLVED, that VII ( nn s�� CQfl3JQ_. L Lf(i 1 ) 00'` S
' > 0 , (signature of individual) (typed name of individual)
as ),,'p51 de /If 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
RECLAIMED WATER SYSTEM RETROFIT FOR PRAIRIE LAKE SUBDIVISION PHASE I & II
between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed
shall be the official act and deed of this corporation."
I FURTHER CERTIFY that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto se my hand and affixed the official seal of the
corporation this day of i 2012.
(CORPORATE SE
Q A. (Corporate Secretary)
STATE OF -nOr1CIQ
CITY OF VNC V1i(1
The ffregoing instrument was acknowledged before me this t5 day of T-p ot+.uaricv , 2012
by C A rL't c-A-k,1, S ra o t
(name of officer or agent, title Olofficer or agent), of 5 L W i t l i a ran s C,o n S u 1+4 J (name
of corporation acknowledging), a IOY-i d (state or place of incorporation)
corporation, on behalf of the corporation. He /She is personally known to me or has produced
identification �� U�tn,. U.( (type of identifica ) as identification and did/did
not take an oath.
otary Public)
My Commissi •
END OF SECTION - p Notary p u b ENA S BRe
A of Florida
;;A;; Commission#DD 801718
My comm. expires Sept. 18, 2012
00300 -14
SECTION 00301
QUESTIONNAIRE
DATE: / ,
PROJECT IDENTIFICATION: City of Ocoee
Reclaimed Water System Retrofit for Prairie Lake
Subdivision Phase I & II
NAME OF BIDDER: �V �- i C ._S ti )1„ Corp
BUSINESS ADDRESS: is 1)c) Hon 8, anh 1 e-/i n l r)
21) Telephone No.: 6540/ ' 2 Go 300
CONTRACTOR'S FLORIDA LICENSE NO. ( U C . GA 4 W ?
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? ��//
�SCiPAf.S f r7 bin (n105 s, r(r: fi,' an tJ nll'L /'t Jt'I (4._ - 1
U ///1, Ccofrir i - C is 'i)a)
2. Describe and give the date and owner of the lastject that you have completed similar
in type, size, and nature as the one proposed?
, Eft roam c ta.n °_ il ,oc LF o /0 / /n �.
c t � ) P �r fl'')e l fey QQ 1 w , 1-ot-
rO --van 5) cOP)
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:
52. ninOe i;rriirzn , T vicL &he p Cis) a75 -a/65
I A _ J �. • ,� . • v. (5,i 63 -Pa G,/
�r # l I r [i " 9;IG 11.3L111‘47
(G 765 9(.Q
5. Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
00301 -1 1/18/2012
6. Will you Subcontract any part of this Work? If so, describe which portions:
ve U 11di/
• e D/& ihforP c f j 0 '_
7. What equipment do you own that is available for the Work? � � . h
c3- `kat 'L3 �DJ Y l) �'V /- 70 "
i !• 0 j L_ L 1 d / L / .
A m / ;II / r, 1 O vOe.
0.6 mu - ott5 1), a ' (75, no n'roO. p S s'o �r f7l.�1
/ c?1 1C tC
8. What equipment will you purchase for the Work?
non
9. What equipment will you rent for the Work?
1 oCkr"
10. State the true and exact, correct, and complete name under which you do business.
Bidder is: L,. Ohl 1 II U / r
END OF SECTION
00301 -2 1/18/2012
SECTION 00301 -A
SUBCONTRACTOR/SUPPLIER LIST
Will your fine 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, WORK TO BE M/WBE
CONTACT PERFORMED (TRADE) ESTIMATED DESIGNATION
ADDRESS, PHONE OR COMMODITY TO DOLLAR OR MAJORITY
NUMBER BE SUPPLIED AMOUNT OWNER
1 LIOU (16 1)1 (echo/Jo-1
C. -uthn Carp. Dr/ nt12 I C
2 HD S0,..Do/
43» 411 1V nVe_ 0 p ` ooh
3Cbco i i
-
.d .# i vQ- VG.I vQ t,n '
4115 0Z7
.. 9 1 174 - its
4
5
6
7
END OF SECTION
00301-A-1 1/18/2012
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 3horu L1= 1o0 $ / bu $ ` OE)
B 3OJ1 L F 600 $ / X $ U" `° 0 0
0
c aot • b x L_.-. F l 0 0 $ j . 00 $ /00
D $ $
TOTAL $
BIDDER: 3 . L • W i Il! G n' Coo ,3u 11 C r
SIGNED: ( l bA 0-00fb0d
BY: o ) e. L i / I i c/r - j
(Print or type name)
TITLE: PrJdQf
DAT E: a) ilp'l / '2-
THIS IS NOT A P AY 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 1/18/2012
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 1/18/2012
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements. 1 j
Bidder:,.9. L . W 1 III Cf7roi / / #1 Corp
Signed: &O
By: Q2)& L • V v 1) a
(Print orType Name)
Title: - e J 101-0 n
Date: a)i ti
END OF SECTION
00303 -2 1/18/2012
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, S.L. Williams Consulting Corp.
, as Principal, and Allegheny Casualty 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 amount bid
(written amount in dollars and cents)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
Signed, this 21st day of February , 2012. The Condition of the
above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a
certain Bad. attached here a dd�eebv. made a part hereof to enter into a contract in writing, for
the Prairie Lake Subdivision Phase 1 & 11 (Project).
Bid #B12 -03
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 Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bidding Documents and Contract
Documents.
00410 -1 1/18/2012
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 Agreement required by the Bidding Documents and any performance
and payment bonds required by the Bidding Documents and Contract Documents,
or
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
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 within 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 award 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 written 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 Surety 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 1/18/2012
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.
BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP, complete this signature block.
(1)
(Individual's i ature) (Witness)
(2)
(Individual's Si ature) (Witness)
doing business as
(SEAL)
(Business Address)
(Telephone No.) (Florida License No.)
00410 - 1/18/2012
If Bidder is PARTNERSHIP, complete this signature block.
(1)
(Partnership Name) (Witness)
(2)
(General Pa ' - r's Signature) (Witness)
(General Partner's Name)
(SEAL)
(Business Address)
(Telephone No.) (Florida License No.)
00410 -4 1/18/2012
If Bidder is CORPORATION, complete this signature block.
S.L. Williams Consutling Corp. (1)
(Corporation Name) (Witness)
Florida
(2) 46 G_
(State of Incorporation) witness)
B Ceti *. tod lia.rn 3
(Name of Person Authorized to Sign - See Note 1)
(SEAL)
e5 /CL.Qx)
(Title)
OW) 0121
(Authorized Signature)
'aro)e. L i IJi Or 0-
(Corporation President)
242 Button Bush Lane, Wellington, FL 33414
(Business Address)
(i42-3c 1e9a9Las
(Telephone No.) (Florida License No.)
00410 -5 1/18/2012
SURETY
Witness: (If agency is not a Corporation)
Allegheny Casualty Company
(Surety Business Name) (1)
(Witness)
One Newark Center, 20th Floor
Newar , w Jersey
(Princip 1 Place of Business) ; (2)
(Witness)
By:
(Sure gent's Signature - See Note 2)
Attest: (If Agency is a Corporation)
Warren M. Alter As per attached Power of Attorney
(Surety Agent's Name) (Corporate Secretary Signature)
Attorney -In -Fact
(Surety Agent's Title) (Corporate Secretary Name)
Alter Surety Group. Inc.
(Business Name of Local Agent for Surety)
(Corporate Seal)
5979 N.W. 159th Street, Suite 104
Miami Lakes, FL 33014
(Business Address)
(305) 517 -3803 0436
(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 1/18/2012
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF FLORIDA )
COUNTY OR CITY OF MIAMI - DADE )
Before me, a Notary Public, personally came Warren M. Alter known to me, and
known to be the Attorney - - Fact of Allegheny Casualty Company , a Pennsylvania
Corporation, which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
Allegheny Casualty 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 the free act and deed of Allegheny Casualty Company,
(Surety Company)
Given under my hand and seal this 21st day of February , 2012.
o7 �. . ;D-A 'td AfL9.. PITZ
: t' e M Y COMMISSION # 009401
- 4 vol :41rz
%S.
.0., , - EXPIRES November 15, 2013
(407)'3a-0153 FloridGJ�fo taryServicc.cotti _ _ }y2
(Notary X 1 1 ,
My Commission Expires
END OF SECTION
00410 -7 1/18/2012
Tel (973) 624 -7200 POWER OF ATTORNEY
ALLEGHENY CASUALTY COMPANY
HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR
NEWARK, NEW JERSEY 07102 -5207
KNOW ALL MEN BY THESE PRESENTS: That ALLEGHENY CASUALTY COMPANY , a corporation organized and existing pursuant to the laws
of the State of Pennsylvania, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint
WARREN M. ALTER DAVD T. SATINE
Miami Lakes, FL.
its true and lawful attomey(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and
other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and
the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said ALLEGHENY CASUALTY COMPANY,
as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its
principal office.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3- Section 3, of the By -Laws adopted by the Board of
Directors of ALLEGHENY CASUALTY COMPANY at a meeting called and held on the 7th day of February, 1974.
The power of attorney is granted under and by authority of the following resolution adopted by the Board of Directors of ALLEGHENY CASUALTY
COMPANY at a meeting duly held on the 15th day of August, 2000.
RESOLVED, that (1) the President, Vice President, or Secretary of ALLEGHENY CASUALTY COMPANY shall have the power to appoint, and
to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and
to execute on behalf of the Company and affix the Company's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other
written obligations in the nature thereof of related thereto: and (2) any such Officers of the Company may appoint and revoke the appointments of
joint - control custodians,. agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the
Company; and (3) the signature of any such Officer of ALLEGHENY CASUALTY COMPANY and the Company seal may be affixed by facsimile
to any power of attorney or certification iven for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same
force and effect as though manually affixed.
�,pwUALTy IN TESTIMONY WHEREOF, ALLEGHENY CASUALTY COMPANY has caused instrument to
(........-
oo signed and its corporate seal to be affixed by its authorized officer, this 12th day of Novem berA.D2009
ALLEGHENY CASUALTY COMPANY
1936
... STATE OF NEW JERSEY
* County of Essex / 4 * /44,,,,.
No- r i
Secretary
On this 12th day of November 2009, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly
sworn, said the he is the therein described and authorized officer of the ALLEGHENY CASUALTY COMPANY; that the seal affixed to
said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of
said Company.
,ol. M1 VA? 4. #,, IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal,
� .y. «•, VA?, at the City of Newark, New Jersey the day and year first above written.
T ,
1 * CU . , J - .. *-A S.
: : ow • Alm : : lefe...____
r'0rFr Q�NE'N "� " " A NOTARY PUBLIC OF NEW JERSEY
r rRrn.,n"N "�" My Commission Expires March 27, 2014
CERTIFICATION
I, the undersigned officer of ALLEGHENY CASUALTY COMPANY do hereby certify that 1 have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON
IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power
of Attorney has not been revoked and is now in full force and effect
IN TESTIMONY WHEREOF, I have hereunto set my hand this 21st day of February , 2012
f
Ass Secretary
v ; �. STATE OF FLORIDA
�r r " DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
'444 CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395
-r`' 194 0 NORTH MONROE STREET
max. TALLAHASSEE FL 32399 -0783
SINGLETON, LEIGH
S L WILLIAMS CONSULTING CHRISTINA CORP
242 BUTTON BUSH LANE
WELLINGTON FL 33414
am ; ' STATE OF FLORIDA A
Congratulations! With this license you become one of the pearl one million ?`I� :
Floridians Ilcensed by the Department of Business and Professlonal Re ulation ,'' x �r PAF FD BUS INESS _.
Y P 9 � <<�� DEBROF-ESS -IO O :� R EG U - C ATION
Our professionals and businesses range from architects ■
to yacht brokers, from s
boxers to barbeque restaurants, and they keep Florida's economy strong. s
C'fiC i224 ▪ , 641 - -1 - _- - : • - - - :;:::::,06 f 2 __,, „ , 09
Every day we work to improve the way we do business in e
For information about our services, please log onto www.myfloridaorder to liserve censeyou .cbettom r CERT UNDERGROUMD & EX.CAV CNTR
There you can find more information about our a rn more about the
• the regulations that -; S NGLETON • CHRISTINA L IGF _: = _
impact you, subscribe to department newsletters divisions and lea r _ WII�IIiMS.C CORP
Department's initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly. We 1 h
constantly strive to serve you better so that you can serve your customers. I3 CE RTIFIED wader t isions of ;prov Ch 489 Fs if: Thank you for doing business in Florida, and congratulations on your new licensee Ex racioa acre ;AUG 31 20 = L 100624 ooa�s
DETACH HERE •C# .7K r" L = S TATE_ OF FLORIDA , ��-
.fir SF r t df jk zfi 1 { ' _ - 3 � t t
DEPAR T BU ES S AND P ROFES. O , 4R i; I • = ' ' y
CONSTRUCTION INDUSTRY LICENSING , BO e ms` ` ry 1 ` ),' ` t
j i 7_ st,a[ Jfc,`It +1t it lQ
LICENSE NBR t � -ri: , .
DATE BATCH PdUiViBER = 7„ t
b r^ �. , , a I 44 I { 1 l ,
e ,may 1 1 4 T'+ t
01 X90 1 C 1 2?4695 - ' ;
t �. - 1,- , ,,, '.� .® �' - el f' 'af 'z! _ ` ,' E -3 L -.x -� zi • _ .6 it --- } � ` I '- a te � . I r
e E - R . � C I T Y & EXCAVATION_ CO •� = a 4 , , i F ;
x. :. � c a� } 3 er = i �� Iw -t i t ;, - --.. ' ;. ry i . '. . . �
t t .:
4- d betl CER T IFIED - - �' -F Ii r • ,7�e -� a • I2 / a 3r t a � . -_
�de he ovl TI o f :Cha ' 8 9 FS 3 '
Expira tion.E, d ate AUG • 31,E 20 2 = _
.r 1 } j a - '4.sf �' ° - } ` - _ - t -tEt 1 1 - 9 } • a . 1 1. = � ,fi z" „+5 , N1
w NGLETON, _ C R I STINA LEIGH .v j 2 �- • : x' _ � .
�.�� � L ' W AMS CONSULTING CORP. s 3 ec t � : ;i f - + a ¢ ,�,� V �:
t +: 4: t - - . r ' ✓ J`" 5.. , r5 , - pa �,aq r e ` 's' �-~ -
, � � � X42 � B 6.14'')33117811.A14 --42-3 t,�, � _ � .� "�,��� �_� 4 - � 4l' % :
WEL T ON F L :33414 -
t — ! 3 i '
1 � . 7{ . 4 3 1 f 4.
`� , - j� Y ,- r _ -- ▪ ! i r ii } , �tIp .. 43 • L t3,.. ▪ J � } ,y{ 4 €,
i��4 4 v ` 4 _ 2 3 ° iT � } . 7 #. � '2Y -1 1 . 4 '-k y 1 - "t 11 0 4 s c �` -4 - . 'EsJ v, '''.
y ?: -5 - r CHAS `i RT �%' .. - - ,,6, - ' �' . _ , y:11 - i S' t , t - 7. - 4, ,,
,i
5A- )
GOV F` _ ,r. '� i - .'#` ' .- . 4'x'3' i7 r�� EY+ y, ' • �_
,�� -. _. .� _ ,:z ' 3 ,DIS ▪ (X 45 EQ IRE Y LI �. . .
SECTION 00480
NON - COLLUSION AFFIDAVIT
STATE OF F) on oLCA---
COUNTY OF d �
a ro) e . v i 11 1 O-'Y 1S , being first duly swore deposes and says:
1. He (it) is the Pros i n
(Owner, Partner, ffice, Representative or Agent)
of 3 - 1. �i 1)i CIOYt5 C o n s LI 1 � n re 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, 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, employees or parties in interest, including
this affidavit. ��
By: 0�bz l/ �.aL ortn
Title: Pre icJQi'1f
00480 -1 1/18/2012
Sworn and subscribed to before me this (( day of -2 • , 2012, in the State of
1'\C{t , City of i P .
Notary Public
My Commission Expires: •
END OF SECTION
JOSEPHIE 0 � Notary Public, Stta e�of Florida
at pA+, Commission #DD1000622
My comm. expires August 3, 2014
00480 -2 1/18/2012
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, 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 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 Fab i 4 , 2012. a l i b) L- We IJtcLt
By: ( tt) lil & Th
Prey) n
(Title)
Official Address (including Zip Code):
t/a i, 'are &zh l_aft
011 I1(1 o FL 3 3 L)
ATTACH A INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
00481 -1 1/18/2012
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.
sworn statement is submitted to City of Ocoee, Florida b .S• L • 1 "» 1 � y r
1. This sw ty � Y
airb)Q- 2 - . W t / h t OLry 5, r Qs rOte .
(Print individual's Name & Title) Lafie_
whose business address is C y 0 6 0 5)1
�U1 / in , +bn FL '3 '
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 1/18/2012
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.
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 e tity submitting this sworn statement. (please indicate which statement applies).
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 THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
a / L o a . 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 CONT A INED IN THIS FORM.
OMB . ' 1J L&OJ
(Signa
Date: a )r 1 �JS
00482 -2 1/18/2012
J .L. (A,'c.I li rx.rn 5 C6rl su 1 I r7c3 Ca
Name of Bidder (Contractor)
STATE OF () PP'
COUNTY OF -pi, rn
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
(o' e t ` a vV1 S who, after first being sworn by me,
(Name of Individual Signing)
affixed his/her signature in the place provided above on this day of
-9Vt,( &L{ , 2012.
Notary Public -) 1 1 ' -k-
My Commission Expires: $ • Z,
END OF SECTION
414 _ Ai JOSEPHINE MARRONE
,g A Notary Public, State of Florida
"""; Commission,/ DD1000622
ur n
My comm. expires August 3, 2014
00482 -3 1/18/2012
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contracto r shall not discriminate on the basis of race,
color, national origin, gender, a ge, handicappe d status, veteran status, and /or religion in
performing the w ork governed by this con tract. The Cit y is an Equal Opportu nity Employer
(EOE) and as such encourages all contra ctors to c omply w ith EOE re gulations. Any
subcontract the Contractor may enter into shall include this clans e w ith the same degr ee of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
V (1) I have/ have not participated in a previous contract or subcontract
subject to the Equal Opportunity Clause and
(2) if I have partici ed 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, 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 will obtain identical certifications from prospective lower -tier sub - contractors when I
receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price
exceeding $10,000. I also agree that I will retain such certifications " )my'"�, files.
Date cQ ) , 2012 By: 0 vv lgu °
(Signature of A orized Official)
3. L I I lara3 Con3vl + Corp.
(Name of Prospective Construction Contractor o
(N p bcontractor) W&11
a 4 a Art k}-or 80311 Ian , e ) FL 334 I L
(Address of Prospective Construction Contractor or Subcontractor)
( S7)12 6,31)0 1 43 - (-3N-16)581
(Telephone Number) (Employer Identification Number)
END OF SECTION
00483 -1 1/18/2012
SECTION 00020
INVITATION TO BID #B12 -03
RECLAIMED WATER SYSTEM RETROFIT
FOR PRAIRIE LAKE SUBDIVISION
PHASE I & II
OCOEE, FLORIDA
Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance/Purchasing
Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until
2:00 pm, local time, on February 21, 2012. 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 of Ocoee 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 City of Ocoee, as subsequently modified 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 be deemed to include all items necessary for the
furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including
all labor, for the work, which 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
http: / /www.ocoee.org /Departments /Finance /Purchasing /home.htm. 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 project requirements; 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.
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.
00020 -1
Pre -bid Conference: None is scheduled at this.
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 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. B 12 -03 for Construction of the Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II" 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 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 Agent, City of Ocoee, 2 " Floor, 150 North Lakeshore
Drive, Ocoee, FL 34761.
CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been
placed on the convicted vendor list following a conviction for a public entity crime may not submit a
bid on an award to provide any goods or services to a public entity, may not submit a bid on an
award with a public entity for the construction or repair of a public building or public work, may not
submit bids on leases of real property to a public entity, may not be awarded or perform work as a
Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in section
287.017 for Category Two for a period of 36 months from the date of being placed on the convicted
vendor list. [See s. 287.133(2)(a), Florida Statutes.]
The City reserves the right to accept or reject any or all bids, to w aive formalities,
technicalities or irregularities, to request clarifcation of information submitted in any bid, or
to re- advertise for newbids. The City may acceplany item or group of items of any bid, unless
the Bidder qualifies its bid by specific limitations.The City may accept one or more bids if, in
the City's discretion, the City determines that it is in the City's best interest to do so.
The City reserves the right to aw and the contract to the Bidder w hich, in the City's sole
discretion, is the most responsive and responsible Bidder. The City reserves the right, as an
aid in determining w hich bid is responsible, to require a bidder to submit such additional
evidence of Bidder's qualifications as the Ci ty may deem necessary, and may consider any
evidence available to the City ofthe financial, technical, and other qualifications and abilities
of a Bidder, including past performance (experi ence) with the City and others. The City
Commission shall be the final authority in the selection of any and all bids.
City Clerk OCOEE, FLORIDA January 17, 2012
00020 -2
e Ce nter of Good L11, 1
Mayor �� � � _ 11 ) Commissioners
S. Scott Vandergrift w:4111 " = Gary Hood, District 1
Rosemary Wilsen, District 2
City Manager Q ` Rusty Johnson, District 3
Robert Frank sm Joel Keller, District 4
Florida
February 9, 2012
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B12 -03
RECLAIMED WATER SYSTEM RETROFIT
FOR PRAIRIE LAKE SUBDIVISION PHASE I & II
This addendum shall modify and become a part of the original bid documents for the Prairie Lake subdivision
reclaimed water system retrofit phase 1 and II. This addendum consists of eighteen (18) pages including the
replacement Detail Figure 410 on Plan Sheet 17, and Project Manual Sections 1 150, 2675, and 2700. Bidders shall
acknowledge receipt of Addendum One (1) in the space provided in section 300 of the bid documents. Failure to
do so may subject the bidder to disqualification. The bid date remains the same.
Amendments:
1) The plans and specifications were changed to eliminate the use of electrofusion couplings. Ductile iron sleeves,
MJ adapters, and ductile iron pipe are now required. Detail Figure 410 in the Plans and Sections 1150 and 2700 in
the Project Manual were modified to reflect this change.
2) Amended Section 2675 of the Project Manual to include content related to pigging the reclaimed pipe prior to
pressure testing and acceptance.
3) Section 1150 was modified to show the payment for the complete installation of HDPE pipe will be made under
two project components. Installation of the pipe itself will be paid at a rate of 70% of the bid unit price per linear
foot. Restoration of the area disturbed by construction will be paid at a rate of 30% of the bid unit price per linear
foot. Payment for installation can precede payment for restoration; however, it is the intent of the City not to delay
most restoration work until the end of the project. Restoration activity should be ongoing throughout the
installation process, as permitted by the completion of work in a given area.
4111 ,
e .ert, CPPB
Purchasing Agent
attachments
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org
VALVE COLLAR
(SEE DETAIL)
wv, y v/ 7 • I • /`• &,4 \
COMPACTED
DUCTILE IRON
SLEEVE BACKFILL
I MJ ADAPTER W/
MJ ADAPTER W/ GASKET AND
GASKET AND - GLAND RING
GLAND RING
'riririo S'I I.V /, r1 P % t % -, 44.
&M%aVI..� Ek V VAS
HDPE PIPE
ALL SIZES 6" BEDDING ROCK
LENGTH OF D.I.P. RESILIENT SEAT GATE
AS APPROV'D BY CITY VALVE AND BOX
(SEE DETAIL)
STANDARD INSTALLATION
LENGTH OF D.I.P. MJ ADAPTER W/
AS APPROV'D BY CITY GASKET AND
GLAND RING
I'iill ! i' _
MJ ADAPTER W/ 6" BEDDING ROCK
GASKET AND
GLAND RING YHDPE PIPE
DUCTILE IRON ALL SIZES
SLEEVE
STANDARD COUPLI \G INSTALLATION
GASKET GLAND RING
AWWA C153
COMPACT FITTING MJ ADAPTER
\1 '
. IIIIII��Im
CITY OF OCOEE UTILITIES DEPARTMENT
/i / % % %" " :,
��7G��OGOG�� APPURTENANCES, FITTING, AND
MJ ADAPTER PIPE COUPLING DETAILS
DATEI FEB 1, 12 DWG( HDPE FIG: 410
SECTION 01150
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 GENERAL
A. Payment for all Work done in compliance with the Contract Documents, inclusive of
furnishing all manpower, equipment, materials, and performance of all operations
relative to construction of this project, will be made under Pay Items listed herein.
Work for which there is not a specific Pay Item listed herein but is necessary for
complete execution of the Work will be considered incidental to the Contract and no
additional compensation will be allowed.
B. Measurement and payment will be based upon Work completed and accepted in
accordance with the Contract Documents. No separate payment will be made for
excavation, trenching, dewatering, backfilling, leakage tests, surveying, concrete or soil
tests, or other incidental items of Work not specifically stated in the Agreement or listed
in the Bid Form but required for completing the Work. The described items apply for
all items in the Bid Form. All work shown on the Drawings, herein specified, or
implied in any way in the Drawings or Specifications shall be done regardless of
whether or not the work is specifically defined in any Pay Item.
C. Work shall not be considered complete until all testing has been satisfactorily completed
and the item of work has demonstrated compliance with plans and specifications.
D. Water required for construction, testing, and flushing shall be furnished by Contractor.
The water shall be from a potable water source satisfactory to Owner. The cost of the
water shall be included in the unit cost of the pipe and no separate payment will be made
for this item. A contractor's meter can be obtained from Owner without paying a
deposit. Contractor shall be responsible for timely payment of monthly water bills and
associated costs.
E. The Pay Items shown on the Bid Form have been created solely for the purpose of
comparison of bids and for use in the preparation of monthly construction pay requests.
Quantities shown thereon must be considered as approximate only and should not be
used by Contractor as a basis for ordering materials. Contractor shall conduct his own
independent analysis of the work to determine necessary material quantities to complete
the work and order all materials based on his independent determination of quantities.
F. Measurement for payment will be based on complete work performed in strict
accordance with the Drawings and Specifications. All work completed under this
contract shall be measured by Contractor in the presence of Owner or its representative
according to the methods outlined below.
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -1
G. Owner reserves the right to alter the Drawings, modify incidental work, and increase or
decrease quantities of work to be performed in accord with such changes, including
deduction or cancellation of any one or more of the Pay Items. Changes in the work
shall not be considered as a waiver of any conditions of the Contract, nor shall it
invalidate any provisions thereof. When modifications result in changes to the quantity
of Work to be performed, Contractor will accept payment according to Contract Unit
Prices that appear in the original Contract, unless the parties have agreed to a schedule
of values. A schedule of values or a change order will be required when quantity
changes involve a net increase or decrease of more than 25 percent (25 %) of the
estimated quantity of a Pay Item in cases where the particular Pay Item amounts to 10
percent (10 %) or more of the Contract Price. In other cases, the parties may utilize a
change order to modify the unit price as a result of quantity changes.
1.02 EQUIPMENT AND MATERIAL IN STORAGE: Payment for materials and equipment in
proper storage at the site of the Work or other approved storage site will be made for those
items for which the Contractor has submitted paid invoices to the Engineer, Tess 10 percent
(10 %) retainage or as specified in state law.
If stored off -site, proper storage requires that the materials are stored in a bonded warehouse
and proof of the bonding insurance must be provided to Owner. Contractor shall be wholly
responsible to replace any and all items that are lost or stolen, whether stored on site or in a
bonded warehouse. This replacement shall be done by Contractor at no additional cost to
Owner. Owner shall not be responsible for materials and equipment that become damaged
or stolen, even if Contractor chooses to store said materials and equipment on Owner's
property.
PART 2 - MEASUREMENT AND PAYMENT
2.01 MOBILIZATION AND DEMOBILIZATION (Bid Item U1)
A. Measurement - The Work specified in this pay item will be measured as a lump
sum. The mobilization component 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 shall also be included in this item. The demobilization component
consists of all clean -up and close -out work, removing excess and scrap materials,
removing of the project sign, relocation of equipment out of the project area, and
any other action necessary to completely prepare the project area for normal use.
The amount for this bid item shall not exceed five percent (5 %) of the total bid
price.
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -2
B. Payment for this lump sum Pay Item will be made at the applicable lump sum price
listed in the Bid Form. The price to be paid for this item shall be based on such
work being completed and accepted. No more than 50 percent (50 %) of the total
bid price may be paid in the first two progress invoices, and at least 25 percent
(25 %) must be held until final payment is made. The standard retainage will be
applied to this item.
2.02 CONSTRUCTION PHOTOGRAPHS AND AUDIOVISUAL RECORDING (Bid Item
U2)
A. Measurement — The work consists of furnishing all labor, materials, and
supervision necessary for preparing and submitting construction photographs and
audio- visual documentation in accordance with the requirements of Sections
01380 and 01390 of these Specifications, including, but not limited to, a record of
the City of Ocoee's facilities in the affected construction area, other publicly
owned facilities, and privately owned properties on either side of the project area
that are within 100 feet of the construction limits. Said audiovisual record shall
be delivered to Owner along with a suitable narrative identifying the location
within the record of each affected facility.
B. Payment shall be based on the lump sum price listed in the Bid Form. The price
to be paid for this item shall be based on such work being completed and
accepted. The price to be paid for this item may be paid in the first progress
invoice, and shall be based on such work being completed and accepted. The
standard retainage will be applied to this item.
2.03 GENERAL REQUIREMENTS (Bid Item U3)
A. Measurement — The work consists of all activities generally required to undertake
the project and to successfully complete it in accordance with the plans and
specifications that are not covered by other Bid Items. Such items may include
bonds, permits, insurance, and other preconstruction expenses necessary for the
start of the Work save for material costs. It also includes any work necessary to
secure or comply with bonds, permits, insurance, locate existing utilities and other
potential structural conflicts in the field, and other requirements of the Work. The
amount for this bid item shall not exceed three percent (3 %) of the total bid price.
B. Payment for this Pay Item will be made at the applicable lump sum price listed in the
Bid Form. The price to be paid for this item shall be based on such work being
completed and accepted. No more than 50 percent (50 %) of the total bid price
may be paid in the first two progress invoices, and at least 25 percent (25 %) must
be held until final payment is made. The standard retainage will be applied to this
item.
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -3
2.04 MAINTENANCE OF TRAFFIC (Bid Item U4)
A. Measurement — The bid price for this item shall include, but not be limited to, the
requirements of Section 102 Maintenance of Traffic of the Standard
Specifications. The maintenance of traffic for this project shall be in accordance
with the applicable FDOT index numbers (600 Series) and these documents: The
Manual on Uniform Traffic Control Devices for Streets and Highways, U.S.
Department of Transportation, and FHWA. These documents shall be followed in
the design, application, installation, maintenance and removal of the Maintenance
of Traffic. It shall include, but not be limited to all traffic control devices,
warning devices, barriers, temporary reflective markers, temporary pavement
markings, dust control and all items necessary, unless specifically covered for
payment under other items, to protect the public and workmen from hazards
within the project limits.
At the Pre- Construction Meeting the CONTRACTOR shall submit a detailed plan of
how the existing traffic will be maintained through the work site during the
construction period along with the traffic control to be utilized for approval by the
ENGINEER. The following items shall apply:
• The CONTRACTOR shall coordinate any type of traffic restrictions with
City oo Ocoee Engineering Department.
• The CONTRACTOR shall notify City of Ocoee Engineering Department
of any road restrictions at least two (2) weeks prior to actual
implementation.
• The CONTRACTOR shall provide access to driveways at all times.
B. Payment shall be based on the lump sum price listed in the Bid Form. It is
expected that this bid item will be invoiced throughout the period of project
activities with the first pay application containing a request for no more than 33%
of the total bid price.
2.05 CONNECTION TO EXISTING RECLAIMED WATER MAIN (Bid Item U5)
A. Measurement — This Pay Item will be measured as the actual number of
connections to the existing 6 -inch and /or 8 -inch reclaimed water main installed in
accordance with the Drawings and Specifications. The unit price for the bid item
shall include the cost of all labor, equipment, materials, fittings, any transitional
couplings, mechanical restraining devices, connection sleeves, excavation,
backfill, compaction, flushing, testing, and any necessary incidental items to
provide fittings completely installed and ready for service.
B. Payment will be made based on the actual number of connections to existing 6 -inch
and /or 8 -inch reclaimed water main installed, complete and ready for service, and the
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -4
applicable contract unit price stated in the Bid Form. The standard retainage will be
applied to this item.
2.06 FURNISH AND INSTALL HDPE RECLAIMED WATER MAIN (Bid Item U6 -U9)
A. Measurement - These Pay Items will be measured as lineal feet of pipe installed at
the proper location and depth using primarily directional bore methods with limited
open- trench construction in accordance with the Drawings and Specifications. The
unit prices to be paid for this item shall include all labor, equipment, materials,
excavation, dewatering, shoring, HDPE pipe, ductile iron pipe, maintenance of
traffic, stormwater pollution prevention, MJ Adaptors, Ductile Iron Sleeves and
mechanical restraining devices for coupling, backfilling, compaction, locating
wire, warning identification tape, flushing, testing, and any necessary incidentals
to provide completed reclaimed water mains ready for service. Measurement and
payment for ductile iron fittings for reclaimed water mains shall be based
separately, as described in Article 2.08 of this Section. Ductile iron pipe is to be
used as spool pieces necessary for installation of fittings.
B. Payment for this item will be phased as follows. Payment of 70% will be made based
on the actual measured number of lineal feet of pipe installed and accepted in
conformance to the plans and specifications and the applicable contract unit price
stated in the Bid Form. Payment of 30% will be made upon completion of associated
restoration. The standard retainage will be applied to this item.
2.07 REMOVAL OF EXISTING 6 -INCH RECLAIMED WATER MAIN (Bid Item U10)
A. Measurement - This Pay Item will be measured as lineal feet of pipe removed at the
proper location in accordance with the Drawings and Specifications. The unit prices
to be paid for this item shall include all labor, equipment, excavation, dewatering,
shoring, maintenance of traffic, stormwater pollution prevention, backfilling,
compaction, and any necessary incidentals to provide completed removal of
existing reclaimed water mains.
B. Payment will be made based on the actual measured number of lineal feet of pipe
removed in conformance to the plans and specifications and the applicable contract
unit price stated in the Bid Form. The standard retainage will be applied to this
item.
2.08 FURNISH AND INSTALL DIP FITTINGS (Bid Item U1 1-U14)
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 mechanical restraining devices
installed in accordance with the Drawings and Specifications. Weight of each
fitting and mechanical 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
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -5
transitional fittings, excavation, backfill, compaction, flushing, testing, and any
necessary incidental items to provide fittings completely installed and ready for
service. MJ Adapters are included under the installation of the HDPE main, and
not included in Pay Items U11-U14.
B. Payment will be made based on the actual weight of fittings installed, complete and
ready for service, and the applicable contract unit price stated in the Bid Form. The
standard retainage will be applied to this item.
2.09 FURNISH AND INSTALL DUCTILE IRON GATE VALVE AND VALVE BOX (Bid
Item U15-U17)
A. Measurement — This Pay Item will be measured as the actual number of valves
and valve boxes installed in accordance with the Drawings and Specifications.
The unit price for the bid item shall include the cost of all labor, equipment,
materials, valve, valve box, concrete collar, excavation, backfill, compaction,
flushing, testing, restoration, required transitional fittings, mechanical restraint
devices, connection sleeves, MJ Adapters and any incidental items necessary to
provide a gate valve complete and ready for service.
B. Payment will be made based on the actual number of valves and valve boxes
installed, tested, and ready for service, and the applicable contract unit price stated in
the Bid Form. The standard retainage will be applied to this item.
2.10 FURNISH AND INSTALL 2 -INCH BLOWOFF ASSEMBLY (Bid Item U18)
A. Measurement — This Pay Item will be measured as the actual number of blow -off
assemblies installed in accordance with the Drawings and Specifications. The unit
price for the bid item shall include the cost of all labor, equipment, materials,
piping, valves, blow -off box, restraining devices, bedding gravel, excavation,
backfill, compaction, flushing, testing, and any necessary incidental items to
provide a blow -off assembly complete and ready for service.
B. Payment will be made based on the actual number of blow -off assemblies installed,
complete and ready for service, and the applicable contract unit price stated in the
Bid Form. The standard retainage will be applied to this item.
2.11 FURNISH AND INSTALL 4 -INCH RECLAIMED FLUSH ASSEMBLY (Bid Item
U19)
A. Measurement — This Pay Item will be measured as the actual number of air
release valve assemblies installed in accordance with the Drawings and
Specifications. The unit price for the bid item shall include the cost of all labor,
equipment, materials, piping, valves, valve box, restraining devices, bedding
gravel, excavation, backfill, compaction, flushing, testing, and any necessary
incidental items to provide a blow -off assembly complete and ready for service.
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -6
B. Payment will be made based on the actual number of air release valve assemblies
installed, complete and ready for service, and the applicable contract unit price
stated in the Bid Form. The standard retainage will be applied to this item.
2.12 FURNISH AND INSTALL RECLAIMED WATER SERVICE (Bid Items U20 through
U23)
A. Measurement — These Pay Items will be measured as the actual number of
reclaimed water services (single -short (near side of reclaimed water main), single -
long (far side of reclaimed water main requiring boring under street), double -
short, double -long) installed in accordance with the Drawings and Specifications.
The unit prices to be paid for these items shall include all labor, equipment,
materials, excavation, dewatering, shoring, polyethylene pipe, connection to
proposed main piping, stormwater pollution prevention, mechanical restraining
devices, corporation stops, curb stops, service saddles, fittings, backfilling,
compaction, boring, warning identification tape, flushing of individual water
services, testing, and any necessary incidentals to provide completed reclaimed
water mains ready for service.
B. Payment will be made based on the actual number of reclaimed water services installed,
complete and ready for service, and the applicable contract unit price stated in the
Bid Form. The standard retainage will be applied to this item.
2.13 REMOVE, REPLACE, AND MAINTAIN SOD (Bid Item U24)
A. Measurement- This Pay Item shall be measured as the actual square yardage of
sodding removed and replaced. This work will include all labor, watering,
fertilizing, equipment, materials, restoration, and any other incidentals to provide
complete sodding in a condition so as to ensure its continued service at the time
of acceptance by Owner.
B. Payment will be made on the measured square yardage of sod removed, replaced,
and accepted by the Owner, and the applicable unit price stated in the Bid Form.
The standard retainage will be applied to this item.
2.14 REMOVE AND REPLACE CONCRETE SIDEWALK, DRIVEWAY, AND PAVEMENT
SURFACE (Bid Items U25 -U27)
A. Measurement- These Pay Items shall be measured as the actual square yardage of
concrete sidewalk (4" thick), concrete driveway (6" thick with reinforcing), asphaltic
concrete (match existing). These components of the Work are measured in square
yards completed and accepted. The work will include all labor, equipment, and
materials require for removal, proper disposal of removed media; temporary
sidewalks, driveways, roadways, site preparation, grading, compaction, formwork,
concrete work, saw cuts, handicapped ramps (including truncated domes), and any
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -7
other incidentals to provide a completed sidewalk, driveway, or roadway.
Replacement of asphaltic concrete includes any temporary paving or road base that
must be installed until final paving can be accomplished.
B. Payment will be made on the measured square yardage of sidewalk, driveway, or
asphaltic concrete, replaced and accepted by Owner, and the applicable unit price
stated in the Bid Form. The standard retainage will be applied to this item.
2.15 REMOVE AND REPLACE CONCRETE CURB (Bid Items U28)
A. Measurement- This pay item shall be measured as the actual linear feet of concrete
curb removed and replaced. These components of the Work are measured in linear
feet completed and accepted. The work will include all labor, equipment, and
materials require for removal, proper disposal of removed media, site preparation,
grading, compaction, formwork, concrete work, saw cuts, and any other incidentals
to provide a completed curb.
B. Payment will be made on the measured linear foot of curb removed, replaced, and
accepted by Owner, and the applicable unit price stated in the Bid Form. The
standard retainage will be applied to this item.
END OF SECTION
Reclaimed Water System Retrofit
For Prairie Lake Subdivision Phase I & II 01150 -8
SECTION 02675
CLEANING AND TESTING OF
RECLAIMED WATER MAINS
PART 1 - GENERAL
1.01 SECTION INCLUDES
Cleaning and pressure testing of reclaimed water distribution systems.
1.02 PAYMENT
Payment for pigging, flushing, and cleaning reclaimed water mains, fittings, and
appurtenances shall be a separate lump sum payment.
Payment for construction of pressure testing shall be incidental to the work.
PART 2 — PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 PIGGING, FLUSHING, AND CLEANING
All mains shall be pigged, cleaned, and flushed to remove all sand and other foreign matter.
The contractor shall be responsible for developing a pigging and flushing plan to be
submitted to the project representative for approval prior to pigging and flushing. The
contractor shall dispose of all water used for pigging and flushing without causing a
nuisance or property damage, in accordance with state and local requirements. Any permits
or fees required for the disposal of flushing water shall be the responsibility of the
contractor.
Flushing water used by the contractor shall be taken from an approved metered source. The
water utility will provide the meter and designate the source. Potable and reclaimed
flushing water shall be at the contractor's expense. Allowable water sources are:
a. Reclaimed water should be used for reclaimed water mains.
b. Potable water can be used for all service types.
02675 -1
The cleaning of the new piping system shall be accomplished by the controlled and
pressurized passage of a series of hydraulic or pneumatic polyurethane plugs of varying
dimensions, coatings, and densities, which shall be selected by the Contractor. Contractor
shall provide a means to cnter the pig into the system, control and regulate flow, monitor
flows and pressures, and remove the pig from the system. The contractor shall maintain a
constant surveillance of the system and immediately report to the proper authority any in-
line problems encountered or any malfunctions discovered in the piping system. A record
of pig models, sizes, styles, and other pertinent information shall be kept by Contractor and
turned over to Owner.
Contractor shall furnish pig launching and retrieval equipment to minimize additional
valving , fittings, and auxiliary water supplies. Valves and blowoff assemblies, which are
installed as part of the project, shall be used as possible to minimize the number of
temporary ports required for proper flushing and cleaning.
All materials used shall be specifically manufactured for flushing and cleaning pressure
pipes, bends and valves. The pigs shall be able to go through bends, open valves, and
fittings, and provide adequate cleaning of the pipe.
3.02 TESTING OF PRESSURE MAINS
Pressure Test: Pressure tests shall be conducted in the presence of the Owner. Contractor
will provide a suitable pressure gauge for the test. Contractor will provide all other
necessary apparatus including a pump, flow measuring device, piping connections and
fittings and the necessary labor to conduct the tests. The pressure test shall be of two hour
duration. During the pressure test, the pipe being tested shall be maintained at a pressure of
not less than 150 psi. During the leakage test, the piping being tested shall be maintained at
the test pressure. Leakage is defined as the quantity of water added to the pipe being tested
during the test period. No pipe installation will be accepted if the leakage exceeds the
quantities specified in AWWA C600, Section 4.2. Visible leakage shall be corrected
regardless of total leakage. Contractor shall submit to Owner the testing pattern he proposes
to follow prior to testing for the Owner's approval. The test procedure shall include a means
to test against all valves ensuring that each valve is watertight. Therefore, to meet this
requirement, it is necessary for all new water main segments to be tested from valve to
valve. Any deviation from this requirement would need to be submitted to Owner for prior
approval.
Flushing of Completed Pipelines: Following the leakage test, each section of completed
pipeline shall be as thoroughly flushed as possible. A minimum flow shall be used for
flushing that will insure a velocity in the pipe of 2.5 ft. per second.
02675 -2
Water for Testing and Flushing: Water required for testing and flushing shall be furnished
by Contractor. The water shall be from a potable water source satisfactory to Owner. The
cost of the water shall be included in the unit cost of the pipe and no separate payment will
be made for this item.
3.03 FIELD QUALITY CONTROL
All tests, inspections, and record drawings shall be conducted and prepared in accordance
with the Owner's Standards.
END OF SECTION
02675 -3
SECTION 02700
PIPE AND FITTINGS FOR RECLAIMED WATER MAIN
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK: Work under this section consists of furnishing all materials,
supplies, equipment and labor in accordance with the requirements set forth herein and as
shown on the drawings for furnishing and installing reclaimed water pipe and
appurtenances.
1.02 APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: The Work under this
Contract shall be in strict accordance with the following codes and standards.
A. Local, city and municipal codes.
B. American Society for Testing and Materials (ASTM).
C. American National Standards Institute (ANSI).
D. American Water Works Association (AWWA).
E. American Association of State Highway and Transportation Officials (AASHTO).
F. Florida Department of Transportation Specifications (FDOT).
G. Federal Specifications.
H. National Sanitation Foundation (NSF).
I. United States Department of Commerce Commercial Standards (CS).
J. All local government rules and regulations.
1.03 SUBMITTALS
A. Manufacturer's Data: Prior to delivery, submit manufacturer's descriptive literature,
catalog cut sheets, technical data and any other necessary information to show
proposed products conform with the contract documents.
02700 -1
B. Shop Drawings: The Contractor shall submit 3 copies for all equipment and
materials to the City of Ocoee. Include details of pipe and fitting products, pipeline
drawings, laying schedules, underground structures, connections, restraints, and
anchors. At a minimum product shall meet City of Ocoee Water Standards.
C. Certifications: The Contractor shall submit a certification from the pipe
manufacturer that the pipe and fittings supplied have been inspected at the plant and
meet these specifications and all applicable standards. All lined pipe shall be
certified to be holiday free by the manufacturer's independent testing laboratory; and
meets all requirements of these specifications.
1.04 MATERIALS AND EQUIPMENT
Unless otherwise specified or shown on the drawings, materials, and equipment
shall be the standard product of a manufacturer and shall comply with the Contract
Documents and applicable standards for such materials or equipment.
1.05 WORKMANSHIP
All materials and equipment shall be installed in accordance with the manufacturer's
instructions and to these Contract Documents. The Contractor shall notify the City
when the manufacturer's instructions conflict with these specifications.
1.06 SITE MAINTENANCE
The Contractor shall take the necessary steps to prevent objectionable blowing or
drifting of dust, sand, or other debris where the construction occurs in residential,
commercial or other developed areas.
1.07 STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide space for storage of materials and equipment. Pipe
strung along roads and right -of -ways shall be placed in a manner that will not
endanger or restrict pedestrian or vehicular traffic.
1.08 OPEN TRENCH
The amount of open trench shall be limited so that no more than 100 feet of open
trench in advance of the backfilling operation will remain at the end of the working
day. All open trench shall be protected by the Contractor with barriers, warning
devices and traffic control devices, which shall be kept in the correct position,
properly directed, and clearly visible at all times. The barrier, warning and traffic
control devices shall be suitably lighted at all times that vehicular traffic lights are
02700 -2
required.
1.09 QUALITY ASSURANCE
A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of water,
materials and products, of types and sizes required, whose products have been in
satisfactory use in similar service for not less than 5 years.
B. Installer's Qualifications: Firm with at least 3 years of successful installation
experience on projects with water piping work similar to that required for project.
C. Reclaimed Purveyor Compliance: Comply with requirements of Purveyor
supplying reclaimed service to project, obtain required permits and inspections.
PART 2 - PRODUCTS - PRESSURE RECLAIMED MAINS
2.01 PIPE AND PIPE FITTINGS
A. General: Provide piping materials and factory fabricated piping products of sizes,
types, pressure ratings, and capacities as indicated.
1. Where not indicated, provide proper selection as determined by Installer to
comply with installation requirements. Provide sizes and types matching
piping and equipment connections; provide fittings of materials which
match pipe materials used in potable water systems.
2. Where more than one type of materials or products are indicated, selection at
a minimum shall meet City of Ocoee's Water Standards.
B. Pipe Fittings and Accessories: Same material and weight/class as pipes, with
joining method as indicated.
C. Ductile Iron Fittings
1. Fittings: Fittings shall be push -on, mechanical joint, or flanged ductile
iron fittings conforming to ANSI /AWWA C110 /A21.10, ANSI /AWWA
C111/A21.11 or ANSI /AWWA C153/A21.53 with cement mortar lining
and asphaltic seal coat. Gaskets for push -on or mechanical joints shall be
vulcanized styrene butadiene rubber. Tee -bolts and nuts for mechanical
02700 -3
III
joints shall be high strength low -alloy steel having the characteristics listed
in Table 6 of AWWA C111. .
All fittings shall have a minimum 250 psi working pressure and one of the
following end connections:
a. Mechanical Joints: ANSI A21.53 /AWWA C153
b. Flanged Joint: ANSI/AWWA CI10 /A21.10, ANSI B16.1, Class
125 flanges; working pressure of 250 psi minimum.
c. Restrained Joints: All fittings shall be restrained. Restrained joint
fittings may be factory restrained joints or mechanical restraining.
2. Fasteners: Provide studs, bolts, nuts and washers in quantities required to
fully assemble all piping and accessories. Fasteners for flanges joints shall
be AISI Type 316 stainless steel conforming to ASTM F 593 and ASTM F
594 for all exterior flanged piping. Fasteners for mechanical joints shall be
high strength, low alloy steel having the characteristics listed in Table 6 of
AWWA C111.
3. Polyethylene encasement shall conform to the requirements of
ANSI /AWWA C 105/A21.5.
PART 3 - EXECUTION
3.01 EXCAVATION: The Contractor shall perform all excavation of every description and of
whatever substances encountered to the depths indicated on the drawings or as necessary.
This shall include all necessary clearing and grubbing of any foreign substance encountered
within the structure or trench area. Excavated material suitable for backfrll shall be piled in
an orderly manner at a sufficient distance from the trench to prevent slides or cave -ins. All
applicable provisions of Section 02200, Earthwork shall be followed.
3.02 INSTALLATION OF FITTINGS: Unless otherwise noted on the drawings or in other
sections of this specification, the pipe shall be handled and installed in strict accordance
with the manufacturer's instructions and with the applicable AWWA or ASTM Standards.
If a conflict exists between the manufacturer's instructions and the AWWA or ASTM
Standards, the manufacturer's instructions shall govern.
The Contractor shall use every precaution during construction to protect the pipe against the
entry of water, dirt, wood, small animals and any other foreign material that would hinder
the operation of the pipeline. Where the groundwater elevation is above the bottom of the
trench, the Contractor shall provide suitable dewatering equipment. All piping shall be
placed in a dry trench, unless wet trench installation is approved by the City.
02700 -4
A. Depth of Cover: Unless otherwise shown on the drawings, or otherwise authorized
by the City, the pipe shall have a minimum cover of 36 inches.
B. Connections to Existing Mains: The Contractor shall make connections to existing
mains as shown on the drawings. Connections to pressurized mains shall be made
only after flushing has been completed and under the system Owner's immediate
supervision.
3.03 RESTORATION OF DAMAGED SURFACES, STRUCTURES AND PROPERTY:
Where pavement, trees, shrubbery, fences or other property and surface structures not
designated as pay items, have been damaged, removed or disturbed by the Contractor
whether deliberately or through failure to carry out the requirements of the contract
documents, state laws, municipal ordinances or the specific direction of the City, or through
failure to employ usual and reasonable safeguards, such property and surface structures shall
be replaced or repaired at the expense of the Contractor to a condition equal to that before
Work began within a time frame approved by the City.
3.04 PROTECTION: At the end of each workday the mains under construction shall be plugged
to prevent the entry of small animals or rodents. Temporary plugs shall be provided by
the Contractor for this purpose.
3.05 CLEANUP: The Contractor shall maintain the site of the Work in a neat condition. The
Contractor shall remove all excess materials, excess excavated materials and all debris
resulting from his operations within a time frame approved by the City.
3.06 PRESSURE TESTING AND FLUSHING: See Section 02675.
END OF SECTION
02700 -5
C of Good L
Mayor 1 1
Ma t'11)
Y `S 1 � Commissioners
S. Scott Vandergrift Gary Hood, District 1
Rosemary Wilsen, District 2
City Manager Rusty Johnson, District 3
Robert Frank Joel Keller, District 4
Florida
February 16, 2012
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #B12 -03
RECLAIMED WATER SYSTEM RETROFIT
FOR PRAIRIE LAKE SUBDIVISION PHASE I & II
This addendum shall modify and become a part of the original bid documents for the Prairie Lake subdivision
reclaimed water system retrofit phase I and 11. This addendum consists of two (2) pages. Bidders shall acknowledge
receipt of Addendum Two (2) in the space provided in section 300 of the bid documents. Failure to do so may
subject the bidder to disqualification. The bid date remains the same.
Answers to questions received and /or amendments to the bid documents are:
Questions:
Q1. On sheet 4 of 18 the tie in of the 6" and the 16 ", according to note 13. On sheet 2a. of 18 will require tapping
sleeves and valves and linestops correct. On sheet 7 & 9 of 18 at the connection I'm assuming there is a
existing B/O assembly on the valves?
Al. Note 13 still applies to the project, however, in the instance shown on Sheet 4 of 18 where the portion of 6"
reclaimed main along Clarke Road is to be removed and replaced with 16' main there will be a two day
window in which the reclaimed will be shut off and the existing main is to be removed and replaced with the
new 16" main. The new main will need to be completely installed, pressure tested and accepted in this two
day window. The contractor will schedule this time with the City so that notifications can be sent out to the
residents affected by the shut off. If the new reclaimed main is not completely installed and accepted in this
time the contractor will be responsible for providing a by -pass until completion. On sheets 7 & 9 the existing
reclaimed mains have only a dead end. One has only a cap and one has a valve and cap.
Q2. Fig. 410 that was included in Addendum #1 showing the standard installation of a gate valve with the
requirement of an mj adapter connection to a sleeve and dip on one side in lieu of the direct connection of the
mj adapter to the valve itself. My question is, is this same requirement in effect for fitting installation as
well?
A2. This requirement is for any instance that its not possible to use the direct connection to the MJ adapter.
Typically it is not needed for connection to fittings.
Q3. Will the City except an electromagnetic sound "walk over" guidance system for directional boring in lieu of
the magnetic guidance system as referred to in the specifications?
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org
A3. Any electromagnetic or magnetic guidance system that will accurately guide and track the boring head is
acceptable.
Q4. The bid form, sheets 4 & 5, list quantities of concrete sidewalk, concrete curbs, sodding & asphalt paving to
be removed & replaced. The specifications, section 11550, measurement & payment, also state to restore
areas disturbed @ pipe installation, including asphalt paving, etc. My question: Are the bid form items for
restoration of concrete sidewalks, asphalt paving, etc. meant to be the only quantities for this work or do we
also have to include additional quantities of restoration in the pipe installation bid items. Please clarify.
Corrected Question: I have read addendum No. 1 which discusses aspects of my question. The addendum
deletes the paving restoration from the section 11550 payment item of HDPE pipe, however, I'm confused as
to what the 70% vs 30% rates mean in the addendum. Do we include restoration in payment items for pipe &
the other line items on the bid form that specifically refer to restoration?
A4. Restoration will be billed under the respective bid item such as asphalt and /or concrete. The 80% payment of
HDPE pipe installation and 20% payment for restoration is to encourage the restoration to be completed as
the pipe is installed and not at the end of the project. Responsive bidders are cautioned against submitting
unbalanced bid items.
Amendments:
Amendment to Addendum #1: Part 2.06, paragraph B of Section 1150 in Addendum 1 is to be changed to read:
Payment for this item will be phased as follows. Payment of 80% will be made based on the actual measured
number of lineal feet of pipe installed and accepted in conformance to the plans and specifications and the
applicable contract unit price stated in the Bid Form. Payment of 20% will be made upon' completion of associated
restoration. The standard retainage will be applied to this item.
e Tolbert, CPPB
Purchasing Agent
B11 -02 Pioneer Key Phase I Addendum 2 2