Loading...
HomeMy WebLinkAboutItem #09 Award of Bid #B12-06 Ison Center Civil Improvements center of Good L, AGENDA ITEM COVER SHEET Meeting Date: July 17, 2012 Item # —1 Reviewed By: Contact Name: Joyce Tolbert Department Director: i,# 4#, 1 .. Contact Number: 1516 City Manager: Award of Bid #812 -06 Ison Center Civil Improvements (District 1: Hood) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct a number of civil site improvements at the Ison Center for Senior Citizens and Veterans, located at 1701 Adair Street in north - central Ocoee. These improvements are specified in the bid specifications and drawings prepared for the City by Inwood Consulting Engineers, and a supplemental drawing for the building identification sign. This project is funded by two Congressional grants, one of which is in the amount of $148,800 and expires on September 30, 2012. As a condition of the work, the Contractor must satisfactorily complete at least $140,000 of construction work for this project prior to September 10, 2012. Failure to meet this deadline will eliminate the majority of funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. The bid was publicly advertised on June 10, 2012 and opened on July 10, 2012. There were a total of three (3) bids received. Bidder Total Base Bid 1. Atlantic Civil Constructors Corp. $305,753.40 2. Crossroads Site Development & $341,791.00 Underground Utilities LLC 3. American Persian Engineers & $383,415.64 Constructors Inc. 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 Atlantic Civil Constructors Corp. offers the lowest responsive and responsible bid in terms of qualifications and price. Issue: 1 Award the contract for the construction of the Ison Center Civil Improvements to Atlantic Civil Constructors Corporation. Recommendations: 1. Temporarily redirect $125,000 approved in the FY 2012 Budget for construction for additional hiking trails at Prairie Lake Park to the Ison Center project. 2. Staff recommends that the City Commission award Bid #B12 -06 to Atlantic Civil Constructors Corporation in the amount of $305,753.40 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. Atlantic Civil Bid 3. ITB #B 12 -06 with Drawings 4. Addendum #1 5. Addendum #2 6. Addendum #3 7. HUD Grant $148,800 8. HUD Grant $247,500 Financial Impact: There are two remaining HUD Grants totaling $396,300 for the Ison Center Improvements: 1. #B- 05 -SP -FL -0418 for $148,800 awarded 4/30/07 and must be expended by 9/30/2012. 2. #B- 06 -SP -FL -0212 for $247,500 awarded 6/12/08 and must be expended by 9/30/2013. Ison Center construction is being funded by two federal grants totaling $396,300; however, one of the grants was not known to staff when the FY 2012 Budget was adopted by the City. As a result, there is only $247,500 of budget authority to undertake the work in the current fiscal year, with about $15,500 being spent to date on design, bidding, and permitting. In order to fund the full amount of civil construction activities at the low bid price of $305,753.40, it is necessary to temporarily redirect $125,000 in other Parks & Recreation capital budget funding allocated to extend the Prairie Lake Park trail system. The remaining $148,800 in grant funds will be included in the Proposed FY 2013 Budget. If adopted, it will return the funds to the Prairie Lake Park trails project, which will not be impacted by the funding arrangement. 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 2 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. ,IAA N/A Reviewed by ( ) N/A 3 BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS BID TABULATION 7/10/12 2:00 P.M. American Persian Engineers & AU T&QtvUGonttructors Crossroads Site Development & BID TAB Constructors, Inc earpotitiert Underground Utilities, LLC. Acknowledged Addenda 1 - 3 Yes Yes Yes Bid Security or (3) Yrs. Active Business Bid Bond Verified Bid Bond License Check - General Contractor Active Active Active Required Forms Yes Yes Yes DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization & Demobilization 1 $23,543.07 $23,543.07 $18,085.00 $18,085.00 $5,000.00 $5,000.00 General Requirements 1 $23,543.07 $23,543.07 $5,591.00 $5,591.00 $15,000.00 $15,000.00 Maintenance of Traffic 1 $2,500.00 $2,500.00 $500.00 $500.00 $2,000.00 $2,000.00 Project Survey & Stakeout 1 $3,500.00 $3,500.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 As -built Survey 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 $3,000.00 $3,000.00 Prevention, Control & Abatement of Erosion & Water Pollution 1 $5,000.00 $5,000.00 $902.05 $902.05 $4,000.00 $4,000.00 Clearing & Grubbing 1 $18,500.00 $18,500.00 $15,076.00 $15,076.00 $3,000.00 $3,000.00 Excavation, Embankment & Grading 1 $40,000.00 $40,000.00 $41,353.00 $41,353.00 $34,000.00 $34,000.00 Type B Stabilization (12 ") (Min. LBR 40) 2,167 $6.00 $13,002.00 $8.16 $17,682.72 $6.00 $13,002.00 Optional Base, Base Group 06 (Limerock) (8 ") 2,167 $16.50 _ $35,755.50 _ $11.66 $25,267.22 $15.00 $32,505.00 Milling Existing Asphalt Pavement, 1" Average Depth _ 1,159 $5.00 $5,795.00 $5.15 $5,968.85 $6.00 $6,954.00 SuperPave Asphaltic Concrete, Traffic "B" (SP -12.5) (1.5 ") 366.2 $110.00 $40,282.00 $83.00 $30,394.60 $125.00 $45,775.00 Inlets, Ditch Bottom, Type C, <10' 2 $1,785.00 _ $3,570.00 $1,673.14 $3,346.28 $2,100.00 $4,200.00 Inlets, Ditch Bottom, Type C, Modified, <10' 1 $2,100.00 $2,100.00 $2,364.25 $2,364.25 $3,500.00 $3,500.00 Pipe Culvert, Optional Material, Round, 15" SD 228 $33.00 $7,524.00 $24.78 $5,649.84 $35.00 $7,980.00 Mitered End Section, Optional Round, 15" SD 3 $997.00 $2,991.00 $559.80 $1,679.40 $700.00 $2,100.00 Concrete Curb, Type D 100 $14.00 $1,400.00 $9.00 $900.00 $15.00 $1,500.00 Sidewalk, Concrete, 6" 326 $35.00 $11,410.00 $42.00 $13,692.00 $70.00 $22,820.00 Painted Pavement Markings, Standard, White, Solid 6° 0.25 $6,000.00 $1,500.00 $3,000.00 $750.00 $2,000.00 $500.00 Painted Pavement Markings, Standard, Double Yellow, Solid 6" 45 $5.00 $225.00 $1.00 $45.00 $5.00 $225.00 Painted Pavement Markings, Special, Handicap Parking 2 $650.00 $1,300.00 $100.00 $200.00 $150.00 $300.00 Painted Pavement Markings, Stop Line, 24" 24 $15.00 $360.00 $1.00 $24.00 $20.00 $480.00 Light Pole Complete, Fumish & Install, Custom Height 10 $2,500.00 $25,000.00 $3,470.00 $34,700.00 $2,200.00 $22,000.00 Electrical System Expansion 1 _ $5,000.00 _ $5,000.00 $9,985.00 $9,985.00 $7,500.00 $7,500.00 Dumpster Enclosure 1 $10,800.00 $10,800.00 $11,303.45 $11,303.45 $18,000.00 $18,000.00 Pavers, Architectural, Sidewalk 267 $45.00 $12,015.00 $30.13 $8,044.71 $50.00 $13,350.00 6° Reinforced Concrete Pad for Bench 6 $1,800.00 $10,800.00 $200.00 $1,200.00 $450.00 $2,700.00 4° Concrete Pad for Trash Receptacle 2 $1,500.00 $3,000.00 $100.00 $200.00 $400.00 $800.00 32° High Decorative Concrete Block Wall, with Capstone 1 $10,000.00 $10,000.00 $9,056.00 $9,056.00 $20,000.00 $20,000.00 30' Aluminum Flagpole, Fumish & Install 1 $5,000.00 $5,000.00 $1,533.00 $1,533.00 $2,200.00 $2,200.00 Poligon 12'x12' Prefabricated Pavilion, Fumish & Install 1 $16,500.00 $16,500.00 $14,807.00 $14,807.00 $15,000.00 $15,000.00 Baseball Backstop, Fumish & Install 1 $12,000.00 $12,000.00 $2,400.00 $2,400.00 $3,000.00 $3,000.00 Building Runoff Collection & Conveyance System 1 $6,000.00 $6,000.00 $2,234.03 $2,234.03 $6,000.00 $6,000.00 Traffic Sign Assembly, Fumish & Install 2 $8,000.00 $16,000.00 $200.00 $400.00 $200.00 $400.00 Bnck Building Identification Sign 1 $2,500.00 $2,500.00 $17,419.00 $17,419.00 $18,000.00 $18,000.00 TOTAL $383,415.64 $305,753.40 $341,791.00 Bids are listed in alphabetical order. * License check, submitted forms & references vented only on lowest three firms. * Highlighted amounts are price discrepancies on bid form. IF C0PY EXHIBIT B BID FORM B12 -06 ISON CENTER CIVIL IMPROVEMENTS n . NAME OF BIDDER .0!1) . 1... \V t l NCVSACU 0.11)( ( I CY) Item Numbi 'r, . anti' Unit _ - Iten Tian` il'nit rice- xt lig6n 1 1 LS Mobilization & Demobilization ►.,:: ice, . o 2 1 LS General Requirements r' 1 -oz 1 _LID 102 -1 1 LS Maintenance of Traffic 4 1 LS Project Survey & Stakeout pop 5 1 LS As -built Survey 00 1 00.0C) 104-14 1 LS Prevention, Control & Abatement of Erosion & Water Pollution � ..,-, Lial _0_6- 0 -- LS Cl & b' • . 11 1 1 1 S earwig Gru bw._ li .04.7. 120 -9 1 LS Excavation, Embankment & Grading 41 37 ,c '- -52 .cam 160 -4 2,167 SY Type B Stabilization (12 ") (Min. LBR 40) 2), lt.o 1`1 , 1=1d 285 -706 2,167 SY Optional Base, Base Group 06 (Limerock) (8 ") 1 \ . te(p , Z yy a , b`1. as 327 -70 -1 1,159 SY Milling Existing Asphalt Pavement, 1" Average Depth - l tlldt ' 334-1 -12 366.2 TN SuperPave Asphaltic Concrete, Traffic `B" (SP -12.5) (1.5 ") �z - ,,, y . Leo 425 -1 -521 2 EA Inlets, Ditch Bottom T pe C <10' v..__—._.____.- - -_ - -_ -A-(0--1- -- 425-1-531 1 EA Inlets, Ditch Bottom, Type C, Modified, <10' ,, . ,,Z:s -- 430 -174 -115 228 LF Pipe Culvert, Optional Material, Round, 15" SD L - (( 430 - 984-123 3 EA Mitered End Section, Optional Round, 15" SD ~ r,' �'lCi . q 520 -2 -4 100 LF Concrete Curb, Type D 4. 00 q � .00 522 -2 326 SY Sidewallc, Concrete, 6" 4-4 a.cc , lib_Id -0c..) 710 -11 -111 0.25 NM Painted Pavement Markings, Standard, White, Solid 6" ..tom ; 0 "(,,j[:), _ 710 -11 -211 45 LF Painted Pavement Markings, Standard, Double Yellow, Solid 6" k zoo 2..c 710 -11 -660 2 EA Painted Pavement Markings, Special, Handicap Parking 100 _ no r9CD . 0rD 710 -11 -125 24 LF Painted Pavement Markings, Stop Line, 24" L_ C ..° 91/4t _cam 715-4 -139 10 'EA Light Pole Complete, Furnish & Install, Custom Height ..,`-171.0 . oO &k QQC) -Th 715 -500 -1 1 LS Electrical System Expansion 1 4 s . (x3 Q CI. Q . c) 25 1 LS Dumpster Enclosure l\ ,3:A 1125 B12 -06 Ison Center Civil Improvements 45 ilk •7 ��. 526 -1 -2 267 SY Pavers, Architectural, Sidewalk 44/044-"1 522 -2 -SPEC 6 EA 6" Reinforced Concrete Pad for Bench 7• 'l^ b .0 0 522 -1 -SPEC 2 EA 4" Concrete Pad for Trash Rec *tacle 1C0 534 -73 1 LS 32" High Decorative Concrete Block Wall, with Capstone 40-30,00 '; o., .0 30 1 EA 30' Aluminum Flagpole, Furnish & Install _ 153 • 460 -6 1 EA Poligon 12'x 12' Prefabricated Pavilion, Furnish & Install t kA , 01.7 l 4 '� c 3 550 - 10 - 252 1 LS Baseball Backstop, Furnish & Install !` qc0 . t , c) 425 -10 1 LS Building Runoff Collection & Conveyance System a , c 34. 700 - 20 - 11 2 EA Traffic Sign Assembly, Furnish & Install •ci c 699 - 1 1 LS Brick Building Identification Sign 11 I y,1.Ct. 11A lR .tom TOTAL ,"xt . Florida DOT pay items used where possible; see Measurement & Payment Section for more information. Units: EA = Each, LF = Linear Foot, LS = Lump Sum, NM = Net Mile, SY = Square Yards, TN = Tons NAME OF BIDDER `t ,. Otot c.A. ,ter, BID PREPARED BY t FL Contractor LICENSE Id \" C.uc.1aa4o s` " T^ 'n Center Civil Improvements 46 If Bidder is CORPORATION, complete this signature block. iriLitll, r,1' iit ia,r _ _1 (1) - I/ .. �. j i! (Corporation Name) / (; itness) • owt 86 (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign - See Note 1) -`` (SEAL) Rl e-s \ � C+en . (Title) (Authorized Signature) (Corporation President) tJ `J"i iletci„e f u kaA Maio 1 (Business Addre O ` ) ?JZt`i `01`a-lrl - 1C7 eAs ka‘-'142$ ..e.LIC (Telephone No.) ` Florida License No.) I B12 -06 Ison Center Civil Improvements 52 EXHIBIT F BID #B12 -06 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. C • MPANY NAME TELEPHONE (INCLUDE AREA CODE) Ao-v- an.-,-\ �U d FAX (INCLUDE AREA CODE) Cr _s..Scijs: Q4 -CA0 LL ci E -MAIL ADDRESS p �vrr IF REMITTANCE ADDRESS IS DIFFERENT HORIZE SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, ��-,� PLEASE INDICATE BELOW: I 1 1 Es c a e&i8eil t- NAME/TITLE (PLEASE P T) BEET ADD (/ (V City �t1 ‘1'E i ZIP I� FEDERAL ID irn ^ \, t0, - 1, r 6"t (} Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this (-1 day o ,_, Q , 2011 -7 Personally Known ✓ or Produced Identification Notary Public - State of -CA Or1.6bd (Type of Identification) County of fib l ONDAAGOSTINOROORI f dIRI . * * MY COMMISSION I EE : ;": nature of Not: � blic EXPIRES: June 24, 20 5 %,� Bonded Tlru 9ddget Noisy 8e *u Printed, typed or stamped Commissioned name of Notary Public B12 -06 Ison Center Civil Improvements 59 ___� ' . , ` ':.... :::■• -‘2: .;.' • • .. . .I: - ir :f .;', _ ,I.- 7 :..: -J.- ::;(::;. •V s '' ' ' jl!! * ; ''' ' Y ! ' 4 .!i : ' '1?i'; < . ';..: ' r ! .5 7.i , " .. 3 . -? :. '-.: .i ;: ..f, . • . . - . - - romon;ooEwTxAxxnouonsooxcxaxuoou`m/cnopx/mrmo^umcmxnx'`pA /swrsopxrsn -:-:,-.„-;:_,,,,,,;...: •s RI ADTT.'5 i ..:-: ': 2, ::: if •-.. ;z ':;, - A- - .::: :- ... - - -, P.: • z ..., .'s - --.->•• - 4. '-'.t• .•_-,'' . •KEN ••LAO/SDN . . . 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME/ADDRESS/FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: r/� �rA L ♦ _ IZ ♦.4'1 ' s r ,Oro4' . 1 ) ,mss n,tit_r\EU t c. a. - ��y_in a,. .4QL P'M 00.0 t a.a.l `(ca't - `l��"• a� � • t `I l eDin � i /1/0--Malt: h r, tLC .s +cam , c�%o rre , :e 's-�'� -135 ix„ vi t( 02O.- 3 €',rte (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Please list year, make & model of all equipment that will be used on City of Ocoee properties, inc4Oin!_v_vhet4er owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. If Bidder is not able to do so, then a 5% bid bond must be provided. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). B12-06, Ison Center Civil Improvements 20 ATLANTIC CIVIL EQUIPMENT LIST Heavy Equipment VIN no. 2006 Caterpillar 315CL Excavator - TBH100 2011 Caterpillar 277C Skid Steer - SS112 2005 Lay -Mmor 8HC Broom - SW102 30648 2007 Hypac C 815C Vibratory Single Drum Compactor - VR100 901581371313 2005 Caterpillar D3G Dozer - D100 BYR00827 Vehicles 2000 Ford F750 Dump Truck - TK2000 2012 Ford F -150 FX2 - TK110 2008 Ford F550 Utility Truck - TK107 1995 Chevy S -10 p/u - TK109 2011 Nissan Titan p/u - TK108 Trailers 2005 Felling FT -10FP T/A Equipment Trailer - TR106 5FTFH142551025035 2004 Wylie & Sons Water Tank Trailer - TR107 1W9TD13284P342509 2006 Imperial 10 Ton Trailer - TR105 1Z9TA25276J213610 20' Storage Container Attachments 1 Indeco Hydraulic Breaker 1 Landscape Tiller 1 Grapple 1 Forks Survey Equipment 1 Berger Level 3 Survey Tripod 1 Sokkia Level 1 Sokkia Theodolite 1 Berger Transit Level 1 Topcon Rotating Laser Level 2 16' Level Rod 1 25' Level Rod 1 10' Lenker Rod 1 Topcon TP -2S Pipe Laser 1 Spectra Physics Dialagrade Pipe Laser 1 LCI PL 120 Pipe Laser Gas Power Equipment 2 14" Stihl TS400 Cut Off Saw 1 12" Stihl TS400 Cut Off Saw 1 EDCO DS16A -11H Walk Behind Concrete Saw 1 Stow DP -80 3" Diaphragm Pump 1 Wacker PT3 Trash Pump 1 5000KW Generator 1 Wacker WP1550 Plate Compactor 1 Wacker BPU 3050 Reversible Plate Compactor 1 Mikasa MT -65 Jumping Jack Compactor 1 Air Compressor 1 16" Husqvarna Chain Saw 1 16" Homelite Chain Saw 1 3" Multiquip 3" Diaphragm Pump 1 Welder 1 Multiquip MC64PH8C Concrete Mixer 02751028 1 Wacker PDT3A Water Pump 5565958 Electric /Pneumatic /Cordless Power Tools 1 Milwaukee 1/2" Hammer Drill 1 Ryobi 3/8" Drill 1 Rigid Saws all 1 Rigid 7" Grinder 1 Black & Decker 4" Grinder 1 7 1/4" Skill Worm Drive Saw 1 Black & Decker 7 1/4" Saw 1 Skill Jig Saw 1 Dewait Hammer Drill w/ Spline Shaft 1 Aqua Tap Standard (Hot Tap Kit) 2 1/2" Impact Wrench 2 Concrete Vibrator YD4514615 1 Tsurumi LSR24S60 Submersible Pump Misc Tools 2 500 Gallon Diesel Storage Tank 2 20 GPM Fuel Transfer Pump 2 15 GPM Fuel Transfer Pump 1 75 Gallon Fuel Transfer Tank 1 100 Gallon Fuel Transfer Tank 1 Oxygen /Acetylene Tanks and Torch Cutting Set 1 500 Gallon Poly Storage Tank 1 350 Gallon Poly Storage Tank 1 2" Wellpoint Stinger 1 1" Wellpoint Stinger 1 4 -Way Chain 3/8" x 10' 1 4 -Way Chain 1/2" x 10' 1 2 Way Cable Choker Cable 1/2" x 16' Two (2) 4" Levels Misc Concrete Tools Shovels /Rakes Discharge Hose Misc Electric /Grease /Air /Screws /Etc Two (2) Partial Pipe Wrenches One (1) Busted Hanole 2Ib Hammer Two (2) Chalking Guns One (1) Marking Paint Hand wand One (1) Torch Tank with Missing End One (1) Misc Tool Box - 2" Brl /Grinding Wheels One (1) Saw for Pruning One (1) String Rope Line on Wheel One (1) Measuring Wheel One (1) 4' Plastic Level One (1) 2" MPT to Fence Cam Lock One (1) Fire HYD x 2" Mall Camlock (bob's truck) One (1) Large Snap Ring Pliers Three (3) Water Line Wrenches Two (2) Tie Wire Tools One (1) PR Welding Gloves One (1) Small Copper Pipe Cutter Two (2) Structure Lift Pins One (1) 20' Extension Ladder (Casselberry) One (1) 18PC 1/2 Dr Socket Set (Casselberry) One (1) 14PC Comb Wrench Set (Casselberry) One (1) 7" Gaugin Trowel (Casselberry) One (1) Large Mortar Tub (Casselberry) One (1) Masonry Brush 6 1/2" (Casselberry) Two (2) Husky Long Handle Digging Shovel (Casselberry) One (1) Scepter Spout Carb (Casselberry) One (1) Adjustable Wrench 12" (Casselberry) One (1) 2.5 LB Engineers Hammer (Casselberry) Three (3) 1x6 8PT Appear Weathershield (Casselberry) 1/2" Air Impact Wrench One (1) Set 1/2" Drive Swivel Sockets (7/16 " - 11/4 ") One (1) Set 1/2" Drive Deep Sockets (1/15 -7/8) (Bob) One (1) Partial Combo Wrench Set (11mm -19mm) (Bob) Box End Wrenches 1 7/8"/ 1 3/4"/ 1 5/16" / 1 1/4"/ 1" Box End Wrenches 1 3/8" / 1 5/8" / 2" (1" & 1 1/4") Bob Casselberry One (1) Small Pry Bar Three (3) Small Pipe Wrenches (Casselberry) (Bob) One (1)3 Pc Water Line Wrench Set (Casselberry)(Bob) One (1) 3/8" Drive Socket Set ( Casselberry)(Bob) „.._„__ n to-,T, ix , s Do you have any similar work in progress at this time? Yes No _ Length of time in business L� t p s . (Note: Minimum of three years or bid bond is required.) Bank or other financial references: P + (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projec ed outcome, and the monetary amounts involved. If none, then please say so. 0 (. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. C1 Dated (0--1Q -&C No. ()� Dated 1 - ?_)- ao f No. 02) Dated - 1. - - C/ () l dig B 12 -06, Ison Center Civil Improvements 21 .11il ATLANTIC CIVIL II[7NSTRUCTORS CQRpt3RATION f Project Name Projest Description Location Owner ContrattAmount Contact information Completion Date 1-4 Drainage Improvements @ installed trench drain system In median, concretesieb replacement Wilkes Kemp 407. 482 -7836 Wyman Bridge concrete grinding and grooving, not, and restriping a 1 mile section of , tinter Park, FL FDOT $ 221, 442,00 Witkes.Kempgadot.myflorida.eom 4/6/2012 highway. installation of two nutrient upending beffle boxes into an existing Osceola Trail (Gee Creek and lake Marty Paw Ilkawski (407) 262 - drainage Hodge) Baffle Boxes system, drain inlets and pipe, dealing and grubbing, type Casselberry, Fl City of C $ 233,217.00 7725 mpawkkowaidi9eaae @ erry.oq 4/33/2012 B fence, rubble rip rap, milling and resurfacing, and sodding Multi Turn lane Intersection improvement project consisted of Marigold Ave t$" Walnut St clearing & grubbing, embankment, excavation, MDT. drainage, Poinciana, R. Palk County o ty Transportation $ 589,147.00 k* Montoya 863+534 -5610 I/4(2012 Intersection improvements stabilization, lime rock base, superpave asphalt, milting„ signalizat on, Eng neering joe nwnbvyatppolk-county.net signs, striping and sod. US 27 Shoulder Rework South of Shoulder and slope rework of a 6.4 mile section of US 27 Clermont, FL Florida Dept of Transportation S 290000.00 Frank Keith 863-943-552.5 7/19/2011 Clermont frank keld+()dat.stattfl.us Construct two tum lanes mnsisbng of Gearing and grubbing. Yd leans of Kissimmee Turn Lane excavation and arrtbmLTnent, Drainage structures, water main, St mud, Fl Schoffieid Properties S 271,000.00 Torn Kennedy 407- 8/2/2011 stabilization, timerak base, soli cement base, Superpave asphalt, 908 -8665 concrete curb and sidewalk, signing, striping and sodding US 27 (o Citrus Ridge /Minute Maid intersection improvement consisting of constructing two turn lanes, Palk County Transportation Joe Montoya 143-534-5610 Ramp Two Rd Intersection clearing and grubbing, excavation, embankment, asphalt base, Davenport, FL $ 245,000.00 8/15/2011 Improvements superpave asphalt, drainage pipe, MOT, signing, stnping and sod. Engineering Jot montoW @poi oouniy.nat Remove existing roadway and culvert , temporary canal bypass piping, water main deflection, 9' x 6' precast concrete box advert, C.i.P. John Tutak 407- 518-2170 Columbia Ave Box Culvert =web/wing walls, excavation, embankment, roadway stabilization, Kissimmee, FL Oty of Kissimmee $ 239,209109 jtulak immet org $/7/2013' flmerodt base, concrete curb and sidewalk, guardrail, milling and resurfadng and sodding clty hall improvements consisted of roadway reconstruction, milling City Hall Campus Access and asphalt paving, drainage, concrete sub, sidewallr.and stairs, AI Butler 407-905-3100 Improents masonry walls and signs, electrical upgrades, landscaping, aluminum • FL CM1y of Ocoee $ 374,000 00 abuUer@ciaxoee.ltus 8/26/2011 vem railings, brick pavers, dumpster enclosure, striping, signs and sodding. Project consisted of deanng and grubbing, exavation, steel sheet Chris Grossenbadser 407-264 - SR 417 Southern Connector Erosion Florida Dept. of Transportation Repair piing, class ni reinforced concrete an, rubble rip rap, type 8 fence OAando, FL TumpikeAuthoiity $ 113,860.00 3014 1/26/2010 and sodding Chris .grassenbadter@dotstate.fl.us Four Quarters Drainage project consisted of constructing a 15 an ' deep french drain system Dam Krud 386860.0020 Improvements throughout an apartment complex along with trench skeins, Swale Miami, FL AtMCO $ 698, 995.00 damondadbkcorntructiongmup.ca 10/1(2010 grading and miscellaneous asphalt rn Project consisted of the Bearing and grubbing, installation of 1200cy Terry Phillips 863-943-5525 SR 15A Drainage Improvements of Import embankment, 36" HOPE Drainage Pip*, Type J7 manholes, Deland, FL Florida Dept of Transportation $ 74,915.00 11/19/2010 type £ Inlet, cast in place enthrall end sodding. terry.phillipsedotstatetius US 17-92 to Southbound US 27 Ramp consisted of daring and grubbing, MOT, import embankment, Tim Dewitt 863 -519 -2222 Improvements concrete gutter, asphalt base, structural asphalt, guardrail, sodding, Haines City, FL Florida Dept of Trans portation $ 89,799.00 10 /12/2010 striping and signs. tim.devritt@dorstate ftus Removing and replacing drainage pipe, cured In place pipe lining, (Wren Madrid 863 -943 -5525 Park Ave. - Tavares Outfall modify manhole, install inlets, remove and replace control structure at Tavares, FL Florida Dept. of Transportation $ 94,318.00 10/4/2010 retention area. karxmadrid)dotstate.fl.us P Project consisted of MOT, Bearing and grubbing, concrete curb and City of Melbourne $ 74,663.00 Tarn Gillen 321-953-6200 7/1/2010 Hibiscus Blvd Sidewalk Im rovemenls Melbourne, FL sidewalk, adios ramp modifications tgllengmeboumaflorida.org Project consisted of clearing and grubbing, erosion control, drainage, (Lake Wales Trail); From SR 17 To NW embankment, type b stabifuabon, limerock base, asphaltic concrete lake Wales, FL Florida Dept of Transportation $ 111 ,551.68 Lee Jones 863-519-2222 3/8/2010 4th St pavement, sodding, stri ping, signing and MOT. leejones @dotstate.fl.us 98 (SR35), From North Crystal Lake Project consisted of clearing and grubbing, erosion control, drainage, Drive to take Bonny In the Gtyof excavation, embankment, drainage, erosion control blanket, fabric Lakeland, FL Florida Dept. of Transportation $ 227,76438 Tun Dewitt 863-519-2222 3/9/2010 Lakeland formed riprap, bank and shore rip rap, sodding and MOT tim.dewil2@dotstaie.fl.us SR4281AIoma Ave)From West of Constructed complete drainage system for the roadway widening Tuskawilla Rd to West of SR 417 5B Dept Consisted of RCP drainage pipe, french drainage system, Oviedo, FL Florida pt of Transportation $ 224,627.42 Dave Dllie 407 -206- 2/13/2010 Ramps manholes, curb inlets, ditch bottom inlets, ditch fining riprap and 0077dpillon®mdlsuco.com removal of existing pipe. Project consisted of clearing and grubbing, erosion control, MOT, Lucerne Park Rd Intersection embankment and excavation, drainage pipe and structures, concrete Terrance Neely 863-291-5664 Winter Haven, Fl Gty of Willer Haven $ 227,656.30 3/31/2010 Improvements curb, asphalt base, superpave and faction course asphalt, signalized tnaly@mywinterhaven.com intersection with mast arms, striping and signs. The work herein encompasses sediment and vegetation removal from Lake Underhill Drainage retention ponds, Vertical volume Recovery Structure, muds removal Orange County, FL Orange County Public Works $ 98,825.48 Mike Wehrfrht 407-836 -7930 11/20/2009 Improvements #Y9 -783 and replacement, and bahia sod 14 Dr[ch Pavement Removal and replacement of concrete ditch pavement and installation Lake Mary, FL Florida Jeffrey Oakes407-482 -7835 of erosion control mat along 1 ditches Dept of $ 59,066.00 Jeffrey.oakes@dotstate.ft.us 6/16/2009 Remove existing concrete median barrier wail from bridge and Turnpike Median Crossover roadwa MOT, oast in lace median concrete wall, milli and Orlando, FL Florida Doug Prager 9549341215 Modifications at milepost 265 V P ^g Dept of Transportation $ 164,039.00 D.pragar@dotstate.fl.us 6/28/2009 resurfacing, and Installation of type K precast barrier wall. SR 472 Shoulder Rework Reworking non-paved shoulders and performance sodding along a Deland, FL Florida Dept of Transportation $ 123,790.00 Tim Dewitt863 -SI9 -2222 4/14/2009 2.45 mile section of SR 472 tdewitz @dotstatfl.u$ CR 557(Buena Vista), from south of Project consisted of MOT, dearing and grubbing, concrete curb and Lake Alfred, FL Florida Dept. of Transportation $ 54,786 00 Leeions 863-51.9-2222 7/7/2009 Messer Lane to East Swoope 5t sidewalk, ado ramp modifications and turnout construction lee.jones @dotstate.fl.us Project consisted on daring and grubbing, embankment, drainage, sanitary sewer, lift station, water 0M, o fire line, direction boring, Lenny Roar 407- 875.1590 Lake Fax Commercial concrete curb and sidewalk, type b stabilization, limerock base, ^tar Haven, FL Capital Development Group $ 390.981-90 Iroca@opitaldevgroup 5/15/09 asphaltic concrete, striping and signing. Alamo Drive @SR371ntersadion Project consists of maintenance of traffic, retention pond, construct Orlando, FL Polk County Transportation $279,936.00 Christine Lewis 863 -534 -5610 10/31/09 right turn lane, sgnalization, sidewalks, resurfaced road. Engineering dxistine.rewis @polkcounty.net Project consisted of concrete pavement removal, a>vavatton, french Ed Food 803402-672.1 gal Transfer Station drain system, type bstabilisation, limen ck base, asphaltic concrete, Miami, R. Allied Waste Management $ 28ZR000-00 edvrud.hood@awin tu .ca 10/1/2008 concrete curbing, highway fighting, landscaping, sniping and signing, Centre Cane Construct entire rite clearing, grubbing Install storm sewer system, Winter Party R. Capital Development Group $ 172,491.00 Lenny Roos 407475-1560 5/2/2006 final grading, sonarrta curb and sidewalk. kowAeapitaldevgroup Joe 77 SPA6 Resurfacing Construct shoulder embankment, drainage pipe modification. Sorrento, FL The Middlesex Corp $ 75,371.00 Myer 407-296.00 8 /13/2008 jrnyergarndlsexcocorn Lakeview Ave Warehouse DamoCah and dispose of a 24,009 warehouse, asbestos survey and Winter Garden, FL City of Winter Garden $ 2.500.04 James Dillon 407 6562256 6/3/2008 abatement Jdifon @cwgdn.com Project consisted of leaning and grubbing, installation of storm sewer Stan 13aggeK 949r159-8900 i0nderCare Learning Canter system, gravity sewer system, water main and service, construct Orlando, FL S T Meet. Inc $ 207,225.90 S /19/2 pareng fat, construct sidewalk. • ATLANTIC CMIu CONSTRUCTORS CORPORATtON ATLANTIC Glum CONSTRUCTORS CORPORATION BankFirst 1031 W. Morse Blvd Suite 150 Winter Park, FL 32789 Acct No. 100018555 Gilbert Tercano 407 -629 -9089 407 - 629 -6488 Vendor_ Name Vendor Name CAT Financial P.O. Box 73061 Dallas, TX Fax 800- 651 -0567 Tele: 407 - 856 -4851 Maschmeyer Concrete Block #ATL001 1142 Water Tower Rd Lake Park, FL 33403 Fax: 561- 848 -1501 Tele: 561 -848 -9112 Ring Power Corporation #061697 PO Box 116987 Atlanta, GA 30368 -6987 Fax:(904)737 -7735 Tele: 352 -620 -0660 Sunbelt Rentals #451702 1337 Hundred Oaks Drive Charlotte, NC 28217 Fax: 407 -816 -1591 Tele: 407-816-6760 Ferguson Enterprises #31854 Orlando Waterworks 801 Thorpe Road Orlando, FL 32824 Fax: 813 - 988 -8853 Tele: 800- 458 -1488 Old Castle Precast, Inc #374003205 P.O. Box 402721 Atlanta, GA 30384 Fax: 407 -851 -4829 Tele: 407 -855 -7580 Central Hauling & Excavating 1215 Crown Park Circle Winter Park, FL 34787 Fax: 407 -656 -9138 Tele: 407 -656 -9132 • ilk Assistance Award/Amendment U.S. Department of Housing and Urban Development I Office of Administration F L Assistance Instrument 2. Type of Action Li Cooperative Agreement Ix I Grant )r(1 Award 1 1 Amendment [3. Instrument Number F. Amendment Number 5. Effective Date of this Action 8. Control Number B-05-SP-FL-0418 I r 7. Name and Address of Recipient 8. HUD Administering Office City of Ocoee CPD, EDI Special Project Division . 451 7th Street, SW, Rm 7146 I 150 North Lakeshore Drive Washington, DC 20410-7000 1 Ocoee, FL 34761 I ' CIN: 59-6019764 8a. Name of Administrator 8b. Telephone Number ITO. Recipient Project Manager 9. HUD Government Technical Representative i Scott Vandergrift Herbert Mallette 202-708-3773, Extension: 4885 11. Assistance Arrangement 12. Payment Method 13. HUD Payment Office . ! El Cost Reimbursement Li Treasury Check Reimbursement Chief Financial Officier Li Cost Sharing I I Advance Check I [0 Fixed Price 1 Lx] Automated Clearinghouse 177Astance Amount 15. HUD Accounting and Apropriation Data 1 14 Previous HUD Amount 15a. Appropriation Number 15b. Reservation Number HUD Amount this Action $148,800.00 EID 05 Total HUD Amount $148,800.00 Amount Previously Obligated Recipient Amount Obligation by this Action $148,800.00 Total Instrument Amount $148,800.00 Total Obligation $148,800.00 r 16. Description by the City of Ocoee, Florida for facilities construction for a senior citizen veterans services center This Award consists of the following items which are appended to and hereby made part of this Award: (A) Cover Page - HUD 1044 (B) Grant Agreement Special Conditions: Please contact Ubaldo Cazzoli - HUD Area Environmental Officer at 305-536-4652, Ubaldo_A._Cazzoli@hud.gov concerning environmental review. NO FUNDS may be committed to the project or drawn down prior to environmental release of funds approval. ' 17. • i 18, r...i . x Recipient is required to sign and return three (3) copies of • . i Recipient is not required to sign this document. this document to the HUD Administering Office. " 19. Recipient (By Name): I 20. HUD (By Name): ' The Honorable S. Scott Vandergrift s,ik., r.o>•-, 1 V),., : Signature & Title: I D te• : Signatt; and ',,- --i - 1; --. ;Date: Mayor of Ocoee - 1 tt- r" -.11 /DAS for Economic Develo_pment : 4 i!40 Previous Editions are Obsolete form H -1044 (8/90) Ref. Handbook 2210.17 - ----• ,,....--- ( ) • • I. LL FY 2005 EDI- SPECIAL PROJECT NO.13- 05 -SP -FL -0418 GRANT AGREEMENT This Grunt Agreement between the Department of Housing and Urban Development (HUD) and City of Ocoee (the Grantee) is made pursuant to the authority of Public Law 108 -447 (the FY 2005 Appropriations Act for HUD and other agencies) and House. Report 108 -792 (the Conference Report on the Appropriations Act). The Amount shown below is 99.20% of the amount specified in the Conference Report because . of a -.80% rescission mandated in the Act. The Grantee's application package, as may be amended by the provisions of this Grant Agreement, is hereby incorporated into. this Agreement. In reliance upon and in consideration of the mutual representations and obligations hereunder, HUD and the Grantee agree as follows: • Subject to the provisions of the Grant Agreement, HUD will make grant funds in the amount of $148,800 available to the Grantee. The Grantee agrees to abide by the following: • ARTICLE 1. HUD Requirements. • The Grantee agrees to comply with the following requirements for which HUD has enforcement responsibility. A. The grant funds will only be used for activities described in the application, which is incorporated by reference and made part of this Agreement as may be modified by Article VII (A) of this Grant Agreement. • B. EQUAL OPPORTUNITY REQUIREMENTS The grant funds must be made available in accordance with the following: 1. For projects involving housing, the requirements of the Fair Housing Act (42 U.S.C. 3601 -20) and implementing regulations at 24 CFR Part 100; Executive Order 11063 (Equal Opportunity in Housing) and implementing regulations at 24 CFI( Part 107. 2. The requirements of Title. VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d) '( Nondiscrimination in Federally Assisted Programs) and implementing regulations issued at 24 CFR Part 1. 3. The prohibitions against discrimination on the basis of age under the Age Discrimination Act of 1975 (42 U.S.C. 6101 -07) and implementing regulations at 24 CFR Part 146, and the prohibitions against discrimination against handicapped individuals under section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CFR Part 8. • 4. The requirements of 24 CFR 5.105(a) regarding equal opportunity as well as the requirements of Executive Order 11246 (Equal Employment Opportunity) and the implementing regulations issued at 41 CFR Chapter 60. 5. For those grants funding construction covered by 24 CFR 135, the requirements of section 3 of the Housing and Urban Development Act of 1968, (12 U.S.C. 1701u) which requires that economic opportunities generated by certain HUD financial assistance shall, to the greatest extent feasible, be given to low- and very low - income persons and to businesses that provide economic opportunities for these persons. 6. The requirements of Executive Orders 11625 and 12432 (concerning Minority Business Enterprise), and 12138 (concerning Women's Business Enterprise). Consistent with HUD's responsibilities under these Orders, the Grantee must make efforts to encourage the use of minority and women's business enterprises in connection with grant funded activities. See 24 CFR Part 85.36(e) , which describes actions to be taken by the Grantee to assure that minority business enterprises and women business . enterprises are used when possible in the procurement of property and services. 7. Where applicable, Grantee shall maintain records of its efforts to comply with the requirements cited in Paragraphs 5 and 6 above. C. ENVIRONMENTAL REVIEW REQUIREMENTS, 1. If the Grantee is a unit of general local government, a State, an Indian Tribe, or an Alaskan Native Village, the Grantee agrees to assume all of the responsibilities for environmental review and decision- making and actions, as specified and required in regulations issued by the Secretary pursuant to the Multifamily Housing Property Disposition Reform Act of 1994 and published in 24 CFR Part 58. 2. If the Grantee is a housing authority, redevelopment agency, academic institution, hospital, or other non - profit organization, the Grantee shall request the unit of general local government, Indian Tribe, or Alaskan Native Village, within which the project is located and which exercises land use responsibility, to assume all of the responsibilities for environmental review and decision - making as specified in paragraph C.1 above, and the Grantee shall carry out all of the responsibilities of a recipient under 24 CFR Part 58. • • D. Administrative requirements of OMB Circular A -133. "Audits of States, Local governments and Non - Profit Organizations." E. For State and Local Governments, the Administrative requirements of 24 CFR Part 85, including the procurement requirements of 24 CFR Part 85.36, and the requirements of OMB Circular A -87 regarding Cost Principles for State and Local Governments. For Non - Profits, the Administrative requirements of 24 CFR Part 84, including the procurement requirements of 24 CFR Part 84.40, and OMB Circular A -122 regarding Cost Principles for Non - Profit Institutions. For Institutions of Higher Education the applicable OMB Circular regarding Cost Principles is A -21. F. The regulations at 24 CFR Part 87, related to lobbying, including the requirement that the Grantee obtain certifications and disclosures from all covered persons. G. Restrictions on participation by ineligible, debarred or suspended persons or entities as described in Executive Order 12549 and at CFR 24 Part 5.105(c). H. The Uniform Relocation Act as implemented by regulations at 49 CFR Part 24. I. The Grantee will comply with all accessibility requirements under section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CFR Part 8, where applicable. ARTICLE II. Conditions Precedent to Draw Down. The Grantee may not draw down grant funds until the following actions have taken place: A. The Grantee has received and approved any certifications and disclosures required by 24 CFR 87.100 concerning lobbying and by 24 CFR 24.510(b) regarding ineligibility, suspension and debarment. B. Any other conditions listed in Article VII ( C ) of this Grant Agreement. ARTICLE III. Draw Downs. A. A request by the Grantee to draw down grant funds under the Voice Response Access system or any other payment system constitutes a representation by the Grantee that it and all participating parties are complying with the terms of this Grant Agreement. B. The Grantee will be paid on an advance basis provided that the Grantee minimizes the time elapsing between transfer of the grant funds and disbursement for project purposes and otherwise follows the requirements of 24 CFR Part 8.5 or Part 84 and Treasury Circular 1075 (31 CFR Part 205). C. . Before the Gran( Agreement is signed, the Grantee may incur cost for activities which: are exempt from environmental review under 24 CFR Part 58 and may charge the costs to the grant. Funds provided by this grant however, may not be used for reimbursement of expenses incurred prior to the enactment of The Act authorizing these funds on December 08,2004. ARTICLE IV. Progress Reports;. A. The Grantee shall submit to the Grant Officer a progress report every six months after the effective date of the Grant Agreement. Progress reports shall consist. of (1) a. narrative .of work accomplished during the reporting period and (2) a completed Financial Status Report - Form 269 A. . HUD. may require additional information or increased frequency of reporting as described in Article VII (C ). . B. The performance reports must contain the information required under 24 CFR Part 85.40(b) (2) or 24 CFR Part 84.51(a), as applicable including a comparison of actual accomplishment to the objectives indicated in the approved application, the reasons for slippage if established objectives were not met, and additional pertinent information including explanation of significant cost overruns. • C. No grant drawdowns will be approved for projects with overdue progress • reports. ARTICLE V. Project Close -out. A. The grantee shall submit to the Grant Officer a written request to close -out the grant 30 days after the grantee has drawn down all funds and completed the activities described in the application, as may be amended. The final report shall consist of (1) a narrative of all work accomplished during the project period and (2) a completed Financial Status Report - Form 269 A covering the entire project period. HUD will then send the Close -out Agreement and Close -out Certification to the Grantee, At HUD's option, the Grantee may delay initiation of project close -out until the resolution of any HUD monitoring findings. If lIIJD exercises this option the Grantee must promptly resolve the. findings. B. The Grantee recognizes that the close -out process may entail a review by HUD to determine compliance with the Grant Agreement by the Grantee and all participating parties. The Grantee agrees to cooperate with any review in any way possible, including making available records requested by HUD and the project for on -site HUD inspection. {I . • C. The Grantee shall provide to HUD the following documentation: 1. A Certification of Project Completion. 2. A Grant Close -out Agreement. 3. A final financial report giving the amount and types of project costs charged to the grant (that meet the allowability and allocability requirements of OMB Circular A -122, A -87 or A -21 as applicable, including the "necessary and reasonable" standard); a certification of the costs; and the amounts and sources of other project funds. 4. A final performance report providing a comparison of actual accomplishments with each of the project commitments and objectives in the approved application, the reasons for slippage if established objectives were not met and additional pertinent information including explanation of significant cost overruns. D. The Grantee agrees that the grant funds are allowable only to the extent that the project costs, meeting the standard of OMB Circular A -122, A -87 or A -21 as applicable, equal the grant amount plus other sources of project funds provided. E. When HUD has determined that the grant funds are allowable, the activities were completed as described by the Grant Agreement, and all Federal requirements were satisfied, HUD and the Grantee will sign the Close -out Agreement and Close -out Certificate. E. The Close -out Agreement will include the Grantee's Agreement to abide by any continuing federal requirements. ARTICLE VI. Default. A default under this Grant Agreement shall consist of using grant funds for a purpose other than as authorized by this Agreement, any noncompliance with legislative, regulatory, or other requirements applicable to the Agreement, any other material breach of this Agreement, or any material misrepresentation in the application submissions. ARTICLE VII. Additional Provisions. A. Project Description. The project is as described in the application with the following changes: NONE B. Changes or Clarification to the Application Related to Participating Parties: The Administrative Agent if any: C. Special Conditions: NONE • • U.S. Department of Housing City of Ocoee and Urban Development The Honorable Scott Vandergrift a Authorized Signature Authorized Signature . t..P e> - per V, s b nKS Ayer a DGo eQ Aoting Deputy Assistant Secretary Titl for Economic Development �1 arc� (� � 020 Date Date FOR USE AND ff(.L14NCE BY THE CITY Of OCOEE APPROVED AS 10/ 24 Tel( LEGALITY . this b . of l J'' 2 4 'ey / d /r 11.P By,: �� City AftornP+,. f' r Assistance Award/Amendme U.S. Department of Housing and Urban Development Office of Administration ___ 1. Assistance Instrument 2. Type of Action j I Cooperative Agreement [X I Grant © Award f I Amendment 3. Instrument Number 1 4. Amendment Number 5. Effective Date of this Action 6. Control Number B- 06 -SP -FL -0212 1 7. Name and Address of Recipient 8. HUD Administering Office City of Ocoee CPD, EDI Special Project Division 150 North Lakeshore Drive 451 7th Street, SW, Rm 7146 Washington, DC 20410 -7000 Ocoee, FL 34761 E1N: 59- 6019764 8a. Name of Administrator 8b. Telephone Number 10. Recipient Project Manager 9. HUD Govemment Technical Representative S. Scott Vandergrift Herbert Mallette 202 - 708 -3773, Extension: 4885 11. Assistance Arrangement 12. Payment Method 13. HUD Payment Office n Cost Reimbursement I 1 Treasury Check Reimbursement Chief Financial Officier Cost Sharing C Advance Check y Fixed Price © Automated Clearinghouse 14. Assistance Amount 15. HUD Accounting and Aproprlatlon Data Previous HUD Amount 15a. Appropriation Number 15b. Reservation Number HUD Amount this Action $247,500.00 EID 06 Total HUD Amount $247,500.00 Amount Previously Obligated Recipient Amount Obligation by this Action $247,500.00 Total Instrument Amount $247,500.00 Total Obligation $247,500.00 16. Description by the City of Ocoee, Florida for construction of a senior citizens veterans service center This Award consists of the following Items which are appended to and hereby made part of this Award: (A) Cover Page - HUD 1044 (B) Grant Agreement Special Conditions: Please contact Ubaldo Cazzoli - HUD Area Environmental Officer at 305- 536 -4652, Ubaldo_A._Cazzoll@hud.gov concerning environmental review. NO FUNDS may be committed to the project or drawn down prior to environmental release of funds approval. j X Recipient Is required to sign and retum three (3) copies of ! 18. r Recipient is not required to sign this document. I---J this document to the HUD Administering Office. j y 19. Recipient (By Name): 1 20. HUD (By Name): The Honorable S. Scott Vandergrift 't �, (2 6 IVY M. P u nca h Signature & l' Date: ,,Signature and Title; 'Date: Mayor o � (p. j l? 1 1 0 6 , DAS for Economic Devel ij, o $ Previous Editions are Obsolete t form HUD -1044 (8/90) Ref. Handbook 2210.17 t •� N v FY 2006 EDI- SPECIAL PROJECT NO. B- 06 -SP -FL -0212 GRANT AGREEMENT This Grant Agreement between the Department of Housing and Urban Development (HUD) and City of Ocoee (the Grantee) is made pursuant to the authority of Public Law 109 -115. (Department of Housing and Urban Development Appropriation Act of 2006) and a listing of certain specific Economic Development Initiative Special Projects specified in the Congressional Record of November 18, 2005. The amount shown below,is 99.00% of the amount specified in the Congressional Record of November 18; 2005, because of a 1.00% rescission mandated in the Act. The Grantee's application package, as may be amended by the provisions of this Grant Agreement, is hereby incorporated into-this Agreement. In reliance upon and in consideration of the mutual representations and obligations hereunder, HUD and the Grantee agree as follows: Subject to the provisions of the Grant Agreement, HUD will make grant funds in the amount of $247,500 available to the Grantee. The Grantee agrees to abide by the following: • ARTICLE L HUD Requirements. • The Grantee agrees to comply with the following requirements for which HUD has enforcement responsibility. • A. The grant 'funds will only be used for activities described in the application, which is incorporated by reference and made part of this Agreement as may be modified by Article VII (A) of this Grant Agreement. B. EQUAL OPPORTUNITY REQUIREMENTS The grant funds must be made available in accordance with the following: 1. For projects involving housing, the requirements of the Fair Housing Act (42 U.S.C. 3601 -20) and implementing regulations at 24 CFR Part 100; Executive Order 11063 (Equal Opportunity in Housing) and implementing regulations at 24 CFR Part 107. 2. The requirements of Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d) (Nondiscrimination in Federally Assisted Programs) and implementing regulations issued at 24 CFR Part 1. 3. The prohibitions against discrimination on the basis of age under the Age Discrimination Act of 1975 (42 U.S.C. 6101 -07) and implementing regulations at 24 CFR Part 146, and the prohibitions against discrimination against handicapped individuals under section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CPR Part 8. • , , 4. The requirements of 24 CFR 5.105(a) regarding equal opportunity as well as the requirements of Executive Order 11246 (Equal Employment Opportunity) and the implementing regulations issued at 41 CFR Chapter 60. 5. For those grants funding construction covered by 24 CFR 135, the requirements of section 3 of the Housing and Urban Development Act of 1968, (12 U.S.C. 1701u) which requires that economic opportunities generated by certain HUD financial assistance shall, to the greatest extent feasible, be given to low- and very low- income persons and to businesses that provide economic opportunities for these persons. 6. The requirements of Executive Orders 11625 and 12432 (concerning Minority Business Enterprise), and 12138 concerning Women's Business Enterprise). Consistent with HUD's responsibilities under these Orders, the Grantee must make efforts to encourage the use of minority and women's business enterprises in connection with grant funded activities. See 24 CFR Part 85.36(e), which describes actions to be taken by the Grantee to assure that minority business enterprises and women business enterprises are used when possible in the procurement of property and services. 7. Where applicable, Grantee shall maintain records of its efforts to comply with the requirements cited in Paragraphs 5 and 6 above. C. ENVIRONMENTAL REVIEW REQUIREMENTS. 1. If the Grantee is a unit of general local government, a State, an Indian Tribe, or an Alaskan Native Village, the Grantee agrees to assume all of the responsibilities for environmental review and decision- making and actions, as specified and required in regulations issued by the Secretary pursuant to the Multifamily Housing Property Disposition Reform Act of 1994 and published in 24 CFR Part 58. 2. If the Grantee is a housing authority, redevelopment agency, academic institution, hospital, or other non - profit organization, the Grantee shall request the unit of general local government, Indian Tribe, or Alaskan Native Village, within which the project is located and which exercises land use responsibility, to assume all of the responsibilities for environmental review and decision - making as specified in paragraph C.1 above, and the Grantee shall carry out all of the responsibilities of a recipient under 24 CFR Part 58. e j ' • D. Administrative requirements of OMB Circular A -133 "Audits of States, Local governments and Non - Profit Organizations." E. For State and Local Governments, the Administrative requirements of 24 CFR Part 85, including the procurement requirements of 24 CFR Part 85.36, and the requirements of OMB Circular A -87 regarding Cost Principles for State and Local Governments. For Non - Profits, the Administrative requirements of 24 CFR Part 84, including the procurement requirements of 24 CFR Part 84.40, and OMB Circular A- 122 regarding Cost Principles for Non - Profit Institutions. For Institutions of Higher Education the applicable OMB Circular regarding Cost Principles is A -21. F. The regulations at 24 CFR Part 87, related to lobbying, including the requirement that the Grantee obtain certifications and disclosures from all covered persons. G. The regulations at 24 CFR Part 21, regarding requirements for Drug- Free Workplace. H. The Uniform Relocation Act as implemented by regulations at 49 CFR Part 24. I. The Grantee will comply with all accessibility requirements under section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CFR Part 8, where applicable. J. The regulations at 24 CFR Part 35, where applicable, regarding Lead -Based Paint Poisoning Prevention in Certain Residential Structures. ARTICLE II. Conditions Precedent to Draw Down. The Grantee may not draw down grant funds until the following actions have taken place: A. The Grantee has received and approved any certifications and disclosures required by 24 CFR 87.100 concerning lobbying. B. Any other conditions listed in Article VII (C) of this Grant Agreement. ARTICLE III. Draw Downs. A. A request by the Grantee to draw down grant funds under the Voice Response Access system or any other payment system constitutes a representation by the Grantee that it and all participating parties are complying with the terms of this Grant Agreement. B. The Grantee will be paid on an advance basis provided that the Grantee minimizes the time elapsing between transfer of the grant funds and disbursement for project purposes and otherwise follows the requirements of 24 CFR Part 85 or Part 84 and Treasury Circular 1075 (31 CFR Part 205). • C. Before the, Grant .Agreement is signed, the Grantee may incur cost for activities which are exempt from environmental review under 24 CFR Part 58 and may charge the costs to the grant. ARTICLE IV. Progress Reports. A. The Grantee shall submit to the Grant Officer a progress report every six months after the effective date of the Grant Agreement, Progress reports shall consist of (1) a narrative of work accomplished during the reporting period and (2) a completed Financial Status Report - Form 269 A. HUD may require additional information or increased frequency of reporting as described in Article VII ( C ). B. The performance reports must contain the information required under 24 CFR Part 85.40(b) (2) or 24' CFR Part 84.51(a), as applicable including a comparison of actual accomplishment to the objectives indicated in the approved application, the reasons • for slippage if established objectives were not met, and additional pertinent information including explanation of significant cost overruns. C. No grant drawdowns will be approved for projects with overdue progress reports. ARTICLE V. Project Close -out. A. The grantee shall submit to the Grant Officer a written request to close -out the grant 30 days after the grantee has drawn down all funds and completed the activities described in the application, as may be amended. The final report shall consist of (1) a narrative of all work accomplished during the project period and (2) a completed Financial Status Report - Form 269 A covering the entire project period. HUD will then send the Close -out Agreement and Close -out Certification to the Grantee. At HUD's option, the Grantee may delay initiation of project close -out until the resolution of any HUD monitoring findings. If HUD exercises this option the Grantee must promptly resolve the findings. B. The Grantee recognizes that the close -out process may entail a review by HUD to determine compliance with the Grant Agreement by the Grantee and all participating parties. The Grantee agrees to cooperate with any review in any way possible, including making available records requested by HUD and the project for on -site HOD inspection. • • C. The Grantee shall provide to HUD the following documentation: 1. A Certification of Project Completion. 2. A Grant Close -out Agreement. 3. A final financial report giving the amount and types of project costs charged to the grant (that meet the allowability and allocability requirements of OMB Circular A -122, A -87 or A -21 as applicable, including the "necessary and reasonable" standard); a certification of the costs; and the amounts and sources of other project funds. 4. A final performance report providing a comparison of actual accomplishments with each of the project commitments and objectives in the approved application, the reasons for slippage if established objectives were not met and additional pertinent information including explanation of significant cost overruns. D. The Grantee agrees that the grant funds are allowable only to the extent that the project costs, meeting the standard of OMB Circular A -122, A -87 or A -21 as applicable, equal the grant amount plus other sources of project funds provided. E. When HUD has determined that the grant funds are allowable, the activities were completed as described by the Grant Agreement, and all Federal requirements were satisfied, HUD and the Grantee will sign the Close -out Agreement and Close -out Certificate. • F. The Close -out Agreement will include the Grantee's Agreement to abide by any continuing federal requirements. ARTICLE VI. Default. A default under this Grant Agreement shall consist of using grant funds for a purpose other than as authorized by this Agreement, any noncompliance with legislative, regulatory, or other requirements applicable to the Agreement, any other material breach of this Agreement, or any material misrepresentation in the application submissions. ARTICLE VII. Additional Provisions. A. Project Description. The project is as described in the application with the following changes: None B. Changes or Clarification to the Application Related to Participating Parties: The Administrative Agent if any: C. Special Conditions: The 2006 HUD Appropriations Act provides that no funds made available under the Act may be used to support any Federal, State or local projects that seek to use the power of eminent domain, unless eminent domain is employed only for a public use. For purposes of this provision, public use shall not be construed to include economic development that primarily benefits private entitites. 1 10) U. S. Department of Housing City of Ocoee and Urban Development The Honorable S. Scott Vandergrift RdleAt V c Authorized Signature Authorized Signature I`0481/1 M. Dah cc < t `6 n r J (J(` b•e:e Deputy Assistant Secretary Title for Economic Development 1./0 ret,(1 ).06 Date Date J Mayor ter of G Commissioners g S. Scott Vander rift beC 'S Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager ' Rusty Johnson, District 3 Robert Frank ` Joel Keller, District 4 Florida' CITY OF OCOEE INVITATION TO BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905-3194- www.ocoee.org BID DOCUMENTS Section Page Legal Advertisement 3 Invitation to Bid 4 - 7 General Terms & Conditions 8 - 21 List of Subcontractors*, p. 20 Equipment Listing *, p. 20 References /Experience *, p. 20 -21 Summary of Litigation*, p. 21 Acknowledgement of Addenda*, p.21 SCOPE OF WORK, MEASUREMENT & PAYMENT, AND BID FORM Section Page Exhibit A — Scope of Work 22 -44 Change Order Form, p. 40 -42 Payment Application Form, p. 43 -44 Exhibit B — Bid Form* 45 -46 Exhibit C — Bid Security 47 -54 Exhibit D — Performance Bond 55 -56 Exhibit E — Payment Bond Forms 57 -58 Exhibit F — Company Information and Signature Sheet* 59 Exhibit G — Example Contract for Construction 60 -66 Exhibit H — Plan sheets 1 -10, also available as a pdf file on Demandstar 67 *Submit document with Bid End Table of Contents B12-06, Ison Center Civil Improvements 2 Invitation to Bid, Legal Advertisement The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #B12 -06, Ison Center Civil Improvements. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on July 10, 2012. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. No Pre -bid conference is scheduled at this time. 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 under Finance/Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements. Membership with Onvia/Demandstar is not required to submit a bid; fees may apply for non - members. 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. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, June 10, 2012. B12-06, Ison Center Civil Improvements 3 CITY OF OCOEE INVITATION TO BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS INTENT: Sealed bids for Bid #B 12 -06 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the construction of civil site improvements at the Ison Center for Senior Citizens and Veterans in the City of Ocoee, as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department/Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407)905 -3194, or email preferred jtolbert @ci.ocoee.fl.us , and must be received not later than 2 :00 P.M. on July 3, 2012. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department/Purchasing. Bidders should not contact other City staff, City Commission, or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on July 10, 2012. Bids received by the Finance Department after the time and date specified will not be considered and will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e -mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee, Finance Department/Purchasing Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761 -2258 B12-06, Ison Center Civil Improvements 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) List of References/Experience; b) List of Subcontractors /Temporary Worker Agencies; c) Equipment Listing; d) Summary of Litigation; e) Bid Form; f) Evidence of having been in business for a minimum of three (3) years or, in the alternative, providing a 5% bid security; and g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. G. No Pre -bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: B12-06, Ison Center Civil Improvements 5 a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Failing to provide evidence of the bidding firm having been in business for a minimum of three (3) years at the time of bidding or, in the alternative, providing a 5% bid bond; e) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or f) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. 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.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and/or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities, or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. B12-06, Ison Center Civil Improvements 6 The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally.) B 12 -06, Ison Center Civil Improvements 7 GENERAL TERMS & CONDITIONS: 1. PERFORMANCE AND PAYMENT BONDS a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 2. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 3. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. B 12 -06, Ison Center Civil Improvements 8 4. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of any bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. In submitting a bid, the Bidder represents: a) The article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise required by law, the prices that have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under any contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. B12-06, Ison Center Civil Improvements 9 5. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at the destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 6. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 7. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: a) Compliance with scope of work, specifications, terms, and conditions b) Bid price c) Warranty offered d) Experience with similar work (includes duration of business activities or 5% bid security) e) Successful reference check f) Licensure of prime contractor and any subcontractors 8. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 9. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: a) A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. b) A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and /or (b) applicable federal, state, or local law. No bid protest may be B12-06, Ison Center Civil Improvements 10 based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. c) The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. d) The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. e) The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 10. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten percent (10 %) retainage until the job is fifty percent (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five percent (5 %). All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made not later than the twenty -fifth (25) business day after the date on which the properly submitted Application for Payment is initially received by the Owner. All applications for payment must be submitted using the form provided by the City of Ocoee and will require the notarized signature of the Contractor. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods, or services have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C-0. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 11. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City; the proposed contract is attached as Exhibit G. Construction time will be sixty (60) days from the Notice to Proceed for substantial completion and ninety (90) days from the Notice to Proceed for final completion. B 12 -06, Ison Center Civil Improvements 11 b) The project for which bids are being solicited is funded by a federal Congressional grant with significant requirements as to the manner of bidding, the terms of the contract, the time for construction, and other elements of the work. These requirements are listed in the next section. c) The City may, in its sole discretion, award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 12. FEDERAL REQUIREMENTS: The subject project is funded by two Congressional grants, one of which is in the amount of $148,800 and expires on September 30, 2012. As a condition of the work, the Contractor must satisfactorily complete at least $140,000 of construction work for this project prior to September 10, 2012. Failure to meet this deadline will eliminate the majority of funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. The Contractor shall supply a construction schedule at a preconstruction conference to be held following award of the work. The City shall, at that time, present a notice to proceed with the scheduled project milestone dates. Acceptance of the notice to proceed by the Contractor shall constitute confirmation that the work schedule is intended to meet the September 10, 2012, grant completion deadline. In addition to meeting the time of construction requirements and the specific requirement to complete at least $140,000 of the work prior to September 10, 2012, the City and, therefore, the Contractor, must comply with the following grant requirements: a) The requirements of Title VI of the Civil Rights Act of 1964 (42 USC 2000d, Nondiscrimination in Federally Assisted Programs) and implementing regulations issued at 24 CFR Part 1. b) The prohibitions against discrimination on the basis of age under the Age Discrimination Act of 1975 (42 USC 6101 -07) and implementing regulations at 24 CFR Part 146, and the prohibitions against discrimination against handicapped individuals under section 504 of the Rehabilitation Act of 1973 (29 USC 794) and implementing regulations at 24 CFR Part 8. c) The requirements of 24 CFR 5.105(a) regarding equal opportunity, as well as the requirements of Executive Order 11246 (Equal Employment Opportunity) and the implementing regulations issued at 41 CFR Chapter 60. B12 -06, Ison Center Civil Improvements 12 d) The requirements of Executive Orders 1125 and 12432 (concerning Minority Business Enterprise) and 12138 (concerning Women's Business Enterprise). Consistent with the responsibilities of the U.S. Department of Housing and Urban Development (HUD) under these Orders, the City of Ocoee, as Grantee, must make efforts to encourage the use of minority and women's business enterprises in connection with grant - funded activities. See 24 CFR Part 85.36(e), which describes actions to be taken by the City to ensure that minority business enterprises and women business enterprises are used when possible in the procurement of property and services. In conformance with these requirements, the City will accept a five percent (5 %) bid security in lieu of a statement that the bidding firm has been in business for at least three (3) years prior to submitting the bid. e) The work is subject to a federal environmental assessment process, which the City hereby affirms has been completed and a waiver granted by HUD. The City and its design consultant have applied for a construction permit from the St. Johns River Water Management District (WMD), which must be received prior to the award of any contract for the work described herein. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the mandates of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, as described in CFR Part 1926, and CFR 1910, General Industry Standards, which are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, that telephone numbers of physicians, hospital, and ambulance services are posted (copy to Personnel Director, City of Ocoee), and that a first aid kit is available on the job site at all times. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g. hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. B12-06, Ison Center Civil Improvements 13 g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring, and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder - actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, (c) load chart, (d) reeving, (e) fire extinguisher, and (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building and for all external power outlets. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Waste Depot, LLC, d.b.a. Waste Works. 14. DRUG -FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's 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 room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the B12-06, Ison Center Civil Improvements 14 provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non - discriminatory 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 U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. B12-06, Ison Center Civil Improvements 15 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of 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 contract 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." All Bidders who submit a Bid to the City of Ocoee are guaranteeing that they have read the previous statement and, by signing the bid documents, are qualified to submit a bid under Section 287.133(2)(a), Florida Statutes. 18. PERMITS/LICENSES /FEES: a) Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any required City of Ocoee permits. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. The minimal fee of $5.00 for registration cannot be waived by the City. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the Contractor. 19. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. B12-06, Ison Center Civil Improvements 16 a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and /or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: n/a for this project. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: B12 Ison Center Civil Improvements 17 PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE City SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: n/a for this project 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (remainder of page left blank intentionally) B 12 -06, Ison Center Civil Improvements 18 1 ACORD. CERTIFICATE OF LIABILITY INSURANCE rR a ° .i ° DATE oiio PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. • INSURERS AFFORDING COVERAGE NA/C. 'NSURED INSURER Yt Net NtL.B A- as Net.• INSURER It _an actor'/ Name G NEMER Addra ■■ INSURER R USURER E COVERAGES THE POUCIES OF INSURANCE U TEO BELOW HAVE SEEN ISSUED TO THE INSURED NAIAD ABOVE FOR TIE POLCY PER100 I MATE°, NOTWRWTARONO ANY REQUIREMENT, TERM OR COMMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFPOROID SY THE P0u03a DESCRIBED HEREN IS N AJECTTO ALL THE TERMS, ENCLOSE/N.AM, CONDITIONS OF SUCH MMES. LIMITS S. AGGREGATE LTS SHOWN MAY HAVE SEAN MEOWED W U. PAD CIAB rI 4:4 TYPE OPANCE POLICY NUMBER OA � Pp E TS LENTS GENERAL EMCEE EACH OCCURRENCE $1,000,000 X X COMMERCIAL G r.wawe rvw.nrcu 1 50, 000 GENERAL LIABILRY PREMSEd ( 6 arcwAna J CLANS MADE © OCCUR LED DIP LAN EmPE NI $ 5, 000 PERSONAL MAW /AMY $ 1, 000, 000 — CENERALAGOREGATE 12,000,000 — OENL AGGREGATE COW EN LIMIT PER PRODUCTS CO AGO $ 2,000,000 ---I PO IA �—I ' J T nLoc AUTDADSIi LIASSITY SINGLE LNR i 1, 000,000 Z ANY AUTO GEE =NNE ALL OWNED AUTOS — SCHEDULED AUTOS IPeTAKEN INJURY i X HILTED AUTOS BODILY X NOE -OWNED AUTOS s I PROPERTY DAMAGE thrANANAII .5 GARAOEUANLRY AUTO ONLY• EA ACCIDENT 1 r^ ANY AUTO OTHEq TFWI EA ACC 1 AUTO ONLY. AGO 5 SNCSSNIRABRSLLA LABILITY EACH OCCURRENCE 51,000,000 X Z OCCUR Ej CLAMPS MADE AGGREGATE 5 2, 000, 000 i OEWNCTNILE t �OER E - . MORENRO COMPENSATION AND X TORY L�j4b 7 i BP54AYSRp LABILITY EL EACH ACCIDENT $500,000 ANT PROPMETORMARTNENDIECUTIVE OFFICEWMEANER EXCLUDED? EL DSENE• EA REMOTE* 5 500,000 s a CAL pRpyp wo E.L DISEASE•P000Y MIT $ 500,000 OTHER Builders Risk Any 1 Loc 100,000 Any 1 Occ 1,000,000 DE$CRITON OF OPSRATNOUS /LOCATION!/ PONGEES / SECLUSTOW ADDEO BY ENDCR56MENT / SPECIAL PROVINCES The insurance widened by this certificate shall Tame the certificate holders as an additional insured on the General Liability i Umbrella Liability. Workers. Compensation, Employers' Liability & General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a TTY inlaid fTr lt,kISCIS RSk, CERTIFICATE HOLDER CANCELLATION OCO Zt01 SHOAL> AMY OF DSSCNASD POLICIES IECNICELLSD BSFORETNE EXPIRATION DATE THGBOP, THE swum INSURER WILL ENDEAVOR TO MAIL 10 DAYS NOTICE TOTES CERTIFICATE HOLDER NAMED TO TNB LB7. BUT FMLWB TO 00 SO SHALL City of Ocoee SMOSS NO OSUGATIN OR LMilRY OF ANN MD UPON THE INSURER. ITS AGENTS OR 150 N. Lakeshore Drive Ocoee TL 74761 -2255 REPRESENTATIVES. AUTHORIZED NIPPS$W(IATWE ACORD ZS (2001106) sig-fik pc e. O ACORD CORPORATION 1955 B12 -06, Ison Center Civil Improvements 19 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS /FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City's approval before any work shall commence by the additional subcontractor on this project. 21. LIST OF EQUIPMENT: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. (Attach additional sheets if necessary) 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK: The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. If Bidder is not able to do so, then a 5% bid bond must be provided. For each listed project, provide: (a) client's name; (b) contract date; (c) amount of contract; (d) whether Bidder was the prime contractor or a subcontractor; and (e) contact information (name of contact, address, telephone number, and e-mail address). B 12 -06, Ison Center Civil Improvements 20 Do you have any similar work in progress at this time? Yes_ No _ Length of time in business . (Note: Minimum of three years or bid bond is required.) Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, then please say so. (Attach additional sheets if necessary) 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated B12-06, Ison Center Civil Improvements 21 v CITY OF OCOEE BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS EXHIBIT A SCOPE OF WORK, MEASUREMENT & PAYMENT, AND BID FORM SCOPE OF WORK The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to make a number of civil site improvements at the Ison Center for Senior Citizens and Veterans, located at 1701 Adair Street in north - central Ocoee. These improvements are specified herein, on a set of Bid Plans (drawings) prepared for the City by Inwood Consulting Engineers (Oviedo, FL), and a supplemental drawing for the building identification sign, all of which are made a part of these Bid Documents. All work is to be done in accordance with the drawings, the Measure and Payment section, below, and other bid documents. 1. PRICES AND BID AWARD: The total base bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and as a means of calculating bid prices, and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. Should the City instead award one or more of any add - alternate bid items, no increases in lump sum unit prices will be permitted, as the add - alternate item bids should be inclusive of all additional effort and costs related to that work. • 2. WORK REQUIREMENTS: Work is to be performed during normal business hours of Monday through Friday between 7 am and 5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee's City Engineer. If a special event is scheduled for the facility during construction hours, Contractor shall make reasonable accommodations in order to reduce the impact of construction on the event. 3. CONTRACTOR QUALIFICATIONS: The prime contractor submitting a bid must hold a Florida general contractor license. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, which may be performed a subcontractor, will B12-06, Ison Center Civil Improvements 22 be required to hold a State of Florida general contractor's license and a City of Ocoee building permit will be required for any such improvement. Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state - licensed electrician will be required to secure a building permit for the electrical power elements of the work, if any. 4. SHOP DRAWINGS: Where required, the Contractor shall furnish shop drawings to the City in sufficient time to allow a thorough review by City staff while not delaying progress of the Work. Shop drawings shall be provided as three complete sets of drawings and specifications. Two sets will be returned to the Contactor; the City will retain one set. All sets returned to the Contactor will be stamped by the City indicating its decision as to the acceptability of the proposed material and manner of incorporation into the Work. Any item not provided or installed in accordance with the approved shop drawings and/or the plans and specifications will be rejected by the City and must be replaced with acceptable material and/or workmanship prior to payment. 5. CONSTRUCTION TIME The construction period is SIXTY (60) days to substantial completion and NINETY (90) days to final completion. At least $140,000 of the value of construction work for this project must be completed and accepted by the City prior to September 10, 2012. Failure to meet this deadline will eliminate funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the Work and federal funds are lost as a result, the Contractor shall not be paid for any item for which funding has been lost due to said failure to timely perform the Work. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The date of substantial completion will be established using a certificate issued by the City and acknowledged by the Contractor. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. In particular, the construction schedule must show the progress of the work with sufficient speed to meet the federal funding deadline. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions; however time is of the essence. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the Notice to Proceed, in addition to B12 -06, Ison Center Civil Improvements 23 foregoing payment for those items not completed in time for the City to receive federal grant funds. Five (5) unfavorable weather days are included in the 90 -day construction period to Final Completion; four (4) of these five days are included in the period for Substantial Completion. The City will evaluate any time extension sought by Contractor in light of these built -in time allowances. 6. WARRANTY The Contractor is to provide a minimum one -year warranty beginning on the date of substantial completion, as recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform periodic inspections of the work and note any items that require correction. Unless posing a danger to the public, potentially leading to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City, but in no case longer than one year in duration from the date of correction. MEASUREMENT AND PAYMENT This section defines the method that will be used to determine the quantities of work performed or materials supplied, and establishes the basis upon which payment will be made. 1. ESTIMATED QUANTITIES Where quantities are shown on the bid form and/or drawings, they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. The City does not make any claim that the final quantities will exactly match the bid quantities, nor shall Contractor claim misunderstanding because of error in the estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item. A change order is a written order to the Contractor signed by the City to authorize additions, deletions, or revision in the Work, to make an adjustment in the unit price for one or more pay items, to add pay items, or to modify the Contract Time. A representative Change Order Form is attached below. The example form shows the B12 -06, Ison Center Civil Improvements 24 t requirements for a modification to the Work that is authorized by the City Manager. For an amount in excess of $25,000 or when the total budget of the project must be increased, it will be necessary for the Ocoee City Commission to approve the change order and the form will be modified accordingly. The Contractor is advised not to rely upon a change order until it has been fully executed by the City. A change order may be required to reconcile bid and installed quantities before final payment is made. Any information provided by the City that does not result in a change order is a clarification and not a change to the work. 2. MEASUREMENT STANDARDS All work completed under the Contract shall be measured according to United States Standard Methods. a) Measurement of Length. Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid on the basis of length shall be taken along the construction alignment, including any dips or rises, in order to best reflect the amount of work performed in the opinion of the City's Project Representative. b) Measurement of Area. In the measurement of items paid for on the basis of area of finished work, the lengths and /or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work. c) Lump Sum Items. Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum item within the limits of work shown or specified. Progress payments may be made for lump -sum pay items when an identifiable portion of the final deliverable has been installed and accepted by the City. d) Unit Price Items. Where payment for items is shown to be paid on a unit price basis (square yards, linear feet, each, etc.), separate payment will be made for the items of work described herein and listed on the Bid Form. Any related parts or labor not specifically listed, but required for satisfactory completion of the Work, shall be considered to be included in the scope of the appropriate listed bid items. 3. COSTS INCLUDED IN PAYMENT ITEMS a) No separate payment will be made for the following items and the cost of such work shall be included in the applicable bid items. • Disposal of excess material • Trench excavation, including necessary pavement and vegetative surface removal • Dewatering and disposal of surplus water • Structural fill, backfill, and grading, except as hereinafter specified • Manual excavation or soft digs • Replacement of unpaved roadways, grass, and shrubbery plots • Restoration and cleanup (see note, below) B 12 -06, Ison Center Civil Improvements 25 • Foundation and borrow materials, except as hereinafter specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration, and/or appurtenances included within the limits of lump sum work, unless otherwise shown • Maintaining or detouring of on -site and off -site traffic • Appurtenant work as required for a complete and operable system • Surface restoration, including removal and replacement of trees (under 4 -inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and /or replacement of irrigation systems disturbed by construction • Relocation and /or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Verification of existing survey • Maintaining driveway and building access (see note, below) b) Restoration and cleanup are considered to be intrinsic aspects of the work of construction. No payment will be made until restoration and cleanup for a particular pay item are essentially complete. When applicable, partial payment may be made for installed and accepted pay items for which full restoration may not reasonably be provided at the time. Any such partial payment may include a deduction, determined by the City, to reflect the value of remaining restoration and cleanup. c) The construction site is open to the public and serves a population with physical limitations, including limitations on the ability to traverse uneven surfaces. Smooth hard surfaces must be maintained along the existing access paths to the Ison Center. Any modification to these paths must similarly provide suitable walking surfaces in adherence to the requirements of the Americans with Disabilities Act. Access pathways may not be used for material storage, equipment parking, or equipment maneuvering. At the end of each week of construction, the Contractor shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. 4. APPLICATIONS FOR PAYMENT The City shall appoint an Owner's Representative, who shall have the right to interpret and apply the Bid Documents, subject to approval of the City Engineer, and one or more Engineering Inspectors, who shall be responsible for insuring compliance with the drawings and specifications and for confirming the acceptable installed quantities for approval of pay applications. The Contractor will be notified of these appointments at the preconstruction conference. Applications for payment shall be prepared by the Contractor and submitted to the Owner's Representative on a monthly or other basis agreed to by the parties. At least one pay application must be submitted on September 11, 2012, for work completed by the B12 -06, Ison Center Civil Improvements 26 Contractor and accepted by the City through September 10, 2012, with payment expected to be made by the City on September 13, 2012, in order to maximize the value of work completed prior to expiration of the funding federal grant. Applications for payment shall be submitted using the form established by the City, as shown below. The form shall be completed and executed by an authorized representative of the Contractor. Three original pay applications must be submitted; one will be returned to the Contractor when it has been approved in order to document the tolling of time and to be made aware of any changes or notations made by the City. Supporting data, such as a list of installed units by bid item and a schedule of stored materials shall be attached to each original copy of the pay application. After a pay application has been reviewed by the Engineering Inspector and the quantities of installed and accepted items are confirmed, approval of the Owner's Representative and City Engineer shall be required for payment to be authorized. At the Contractor's option, any deficiencies in the pay application may be corrected by the Owner's Representative prior to payment approval or the pay application may be returned to the Contractor for correction. Payment terms are net 30 days with a 10% retainage up to 50% completion and 5% retainage thereafter, with the requirement that the final payment must be equal to at least 10% of the total contract amount. 5. EXPLANATION OF PAY ITEMS The following numbered paragraphs explain each of the bid items listed on the Bid Form by stating what is included in each item and how it will be paid. a) Mobilization and Demobilization (Bid Item 1) — Includes all general costs of starting and ending the project, including transport of equipment and materials, delivery and pickup of portable toilets, construction signing, site clean up, and transport of construction trash and excess materials. No more than 50% of this bid item can be paid on the first invoice and at least 25% must be invoiced in the final pay application. b) General Requirements (Bid Item 2) — Includes the cost of the required insurance, overhead, office operating costs, and any items of material or labor required to complete the project as specified but which are not explicitly listed as pay items. The cost of any fencing, signs, markings, and other items necessary to secure the work site and to notify the public as to the hazards present is explicitly included in this bid item. Should the cost of the work awarded exceed $200,000, the Contractor will be expected to supply a payment and performance bond, the cost of which should be included in the bid price for this item. c) Maintenance of Traffic (Bid Item 102 -1) — Includes all costs associated with construction signing, flagman traffic control, temporary directional signs, temporary B 12 -06, Ison Center Civil Improvements 27 pavement markings, barricades, and other devices and manpower required to direct motorized and pedestrian traffic around and through areas of construction, whether on the roadway or other locations where such traffic may be reasonably expected. Temporary directional signs may be required on Adair Street and /or Sorenson Lane to redirect motor vehicle traffic to other points of access as work progresses. Maintenance of traffic plans should be provided to the City before construction begins. This bid item may be paid at a rate of 33% for each month of the 90 -day construction period. d) Project Survey and Stakeout (Bid Item 4) — Includes all costs associated with transferring the locations shown on the plans to the actual construction area, including outlines and elevations. This bid item includes any pre - construction videos and photographs the Contractor may compile for its own purposes in order to document existing conditions. Potential bidders are advised that the construction plans associated with this project are available in AutoCAD format. It is expected that this bid item will be invoiced throughout the period of project activities in proportion to the amount of work completed. e) As -built Survey (Bid Item 5) — Includes all costs associated with updating the original site survey to reflect the work of this project. The as -built plans are to be signed and sealed by a Florida- licensed professional surveyor and mapper. As -built plans are to be delivered as two (2) signed and sealed paper prints and one (1) AutoCAD file on CD -ROM in a file version to be determined by the parties. The bid price for this item will be included as part of the final payment, subject to acceptance by the City. f) Prevention, Control & Abatement of Erosion & Water Pollution (Bid Item 104 -14) — Includes the costs of furnishing and installing erosion control fencing, temporary groundcover, and other efforts to reduce stormwater flows into and out of the work site in accordance with NPDES rules and City regulations. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 104. This lump sum bid item also includes the restoration of areas where a replacement surface or other improvement is not anticipated, and may be paid at a rate of 33% for each month of the 90 -day construction period. g) Clearing & Grubbing (Bid Item 110 -1 -1) — Includes the costs of removing all vegetative and hard finished surfaces except milling of asphalt pavement, which is covered by a separate pay item. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 110. This bid item includes the cost of carefully removing the existing flagpole and transporting it to a new location within the city limits of Ocoee. Paid as a lump sum upon completion. h) Excavation, Embankment & Grading (Bid Item 120 -9) — This bid item covers the grading of the project site to conform to the final elevations shown on the drawings, including construction of the enlarged detention pond and rough grading of the parking lot expansion area. Unless otherwise specified, relevant Florida DOT B12-06, Ison Center Civil Improvements 28 material and construction standards apply; e.g., Specification Section 120. Although classified as a lump sum pay item, it may be paid in proportion to the amount of work completed. i) Type B Stabilization (12 ") (Minimum LBR of 40) (Bid Item 160 -4) — Includes all costs associated with stabilizing the soil under new pavement to a depth of 12 inches, such as supplying an acceptable soil stabilizer, working the stabilizer into the soil, grading, and compacting to 98% (modified proctor method). Stabilized subgrade is to extend 6" horizontally beyond the limits of the proposed paved area. The bid quantity is based on the requirement for a subgrade to be established under all areas of new pavement. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 160. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. j) Optional Base, Base Group 06 (Limerock) (8 ") (Bid Item 285 -706) — Includes all costs associated with materials and labor required to furnish, place, grade, and compact the limerock base for asphaltic concrete pavement. Limerock is to extend six inches (6 ") horizontally beyond the outside edge of asphalt pavement on all sides. The limerock base surface must provide the appropriate slope indicated on the plans for water runoff, which is generally 1% to 2 %. Limerock is to be compacted to 98% using the modified proctor test. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 285 and Index 514. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. k) Milling Existing Asphalt Pavement, 1" Average Depth (Bid Item 6) — Includes all costs associated with removing all indicated asphalt pavements to the specified depth, including transportation of the material to a suitable disposal site or recycling center, and preservation of base areas where shelf match lines will be established for repaving. (A minimum 12 -inch wide shelf is to be provided at each match line where new pavement will abut existing pavement.) This bid item does not include the removal of any asphalt associated solely with the installation of stormwater pipes and structures. The cost of such work and related patching of affected pavement following installation of stormwater facilities is part of the bid items related to those facilities. Contractor is encouraged to dispose of all removed asphalt material at an appropriate asphalt recycling facility. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 327. Payment will be made according to the actual number of square yards milled by Contractor and accepted by the City. 1) SuperPave Asphaltic Concrete, Traffic "B" (SP- 12.5)(1.5 ") (Bid Item 327 -70 -1) — Includes all costs associated with material and labor required to create the paved parking and driving surfaces shown on the plans, exclusive of base and subgrade, including transport, placement, and compaction. This material is governed by the specifications provided in Florida DOT Section 334. This bid item does not include B12-06, Ison Center Civil Improvements 29 the cost of asphalt pavements where stormwater pipes and structures are installed. That cost is included in the various bid items related to that work. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. m) Inlets, Ditch Bottom, Type C, <10' (Bid Items 425 -1 -521 and 425 -1 -531) — Includes the cost of materials and labor associated with manufacturing, delivery, field adjustment, and installation of a ditch bottom catch basin and supporting concrete structure for stormwater collection in accordance with the requirements of Florida DOT Index No. 232 and Specification Section 425. Installation is at a depth of less than 10 feet and includes excavation, 8 -inch gravel base of No. 57 stone, leveling, proper top elevation and orientation, correct pipe invert, sealing of segment joints, mortaring of pipe joints, and any required restoration of adjacent or overlying surfaces. Where the standard structure is to be modified in a manner shown on the drawings, the cost of such modification is explicitly included in the price of the bid item. Contractor must supply manufacturer's shop drawing and specifications subject to review and approval by the City prior to fabrication. Payment is to be made based on the actual number of structures installed by Contractor and accepted by the City. n) Pipe Culvert, Optional Material, Round, 15" SD (Bid Item 430 - 174 -115) — Includes the cost of materials and labor associated with manufacturing, delivery, field adjustment, and installation of precast steel- reinforced concrete pipe for stormwater transmission in accordance with the requirements of Florida DOT Specification Section 430. Installation includes excavation, 8 -inch gravel base of No. 57 stone, leveling, proper elevation and orientation, correct pipe slope, and any required restoration of adjacent and/or overlying surfaces. Any overlying paved surface must be sawcut so as to provide a minimum 2 -foot wide supporting base structure shelf on either side of the excavation. Contractor must supply manufacturer's shop drawing and specifications subject to review and approval by the City prior to fabrication. This bid item does not include the cost of mortaring joints at structures, as such work is part of the structure bid item, but it does include the cost of removing and restoring paved surfaces where pipe is to be installed but the overlying improved surface is not otherwise proposed for removal. Payment is to be made based on the actual number of linear feet of pipe installed by Contractor and accepted by the City, as measured along the centerline of the pipe from structure to structure and not including any pipe that extends into the structure. o) Mitered End Section, Optional Round, 15" SD (Bid Item No. 430 - 984 -123) — Includes the costs of fabrication and construction of a sloped culvert headwall for the pipe terminating at the location shown on the drawings. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Index No. 272. Payment is to be made based on the actual number of units installed by Contractor and accepted by the City p) Concrete Curb Type D (Bid Item 520 -2 -4) — Includes the cost of preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, B12 -06, Ison Center Civil Improvements 30 finishing, form removal, and any required restoration behind the curb. This structure is subject to the specifications provided in Florida DOT Specification Section 520 and Index Nos. 300 and 303, which may be field modified with City approval to better match contiguous existing curb. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by the City. q) Sidewalk, Concrete, 6" (Bid Item 522 -2) — Describes a 6 -inch wire - reinforced 3,000 psi concrete, including all costs associated with preparing the compacted subgrade, construction and placement of forms, supply and delivery of 3,000 psi concrete to the job site, concrete placement and finishing, form removal, and any required restoration of adjacent disturbed areas. Fiber reinforcement as a concrete admixture is not an acceptable alternative for reinforcement using a 6," x 6" wire fabric. Preformed expansion joints shall be placed every 120 feet along linear runs of sidewalk, between the sidewalk and any integrated driveway apron, and between any new concrete and an adjacent hard surface. Surface cuts of minimum 3 /4 -inch depth shall be located every 5 feet between preformed expansion joints. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Index No. 310 and Specification Section 522. This pay item also includes the cost of materials and labor associated with detectible warning surfaces in accordance with Florida DOT Index No. 304 and Specification Section 527. Retrofit mats are not acceptable for new concrete; detectable warning surface mats are to be cast in place with integral tabs that extend into the concrete. Payment will be made according to the actual number of square yards of concrete installed by Contractor and accepted by the City. r) Painted Pavement Markings, Standard, White, Solid 6" (Bid Item 710 -11 -111) — Includes the cost of paint, other materials, surface preparation, and installation of 6- inch wide white paint stripes. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Specification Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2012. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of net miles of painted striping installed by Contractor and accepted by City. s) Painted Pavement Markings, Standard, Double Yellow, Solid 6" (Bid Item 710 -11- 211) — Includes the cost of paint, other materials, surface preparation, and installation of parallel 6 -inch wide yellow paint stripes with an intervening 4 -inch space. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Specification Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2012. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of linear feet of painted striping installed by Contractor and accepted by City. Measurement is made using the net length of the composite striped centerline, not the separate lengths of the two parallel 6 -inch lines. B12 -06, Ison Center Civil Improvements 31 t) Painted Pavement Markings, Special, Handicap Parking (Bid Item 710 -11 -660) — Includes the cost of paint, other materials, surface preparation, and installation of 6- inch wide white and blue paint stripes and a white 5 -foot high handicapped parking symbol in conformance with Florida DOT Index 17346. This pay item includes two handicapped parking spaces with an intervening shared white hatch area for vehicle passenger egress and ingress. The diagonal stripes are to be at an angle of 60 degrees to the adjacent direction of travel and spaced 24 inches on- center. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Specification Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2012. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of assemblies installed by Contractor and accepted by City. u) Painted Pavement Markings, Special, Stop Line, 24" (Bid Item 710 -11 -125) — Includes the cost of paint, other materials, surface preparation, and installation of 24- inch wide white stop line. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Specification Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2012. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of linear feet of painted stop line installed by Contractor and accepted by City. v) Light Pole Complete, Furnish & Install, Custom Height (Bid Item 715 -4 -139) — Includes the cost of permitting, procuring, delivering to the site, and installing a painted light pole with base attachment, 100 watt fixture, and wiring with break -away connectors, as specified on the drawings, along with any required underground conduit and wiring from a suitable service point. Pole is to be a 20 -foot tall, 4 -inch square unit constructed from 7 gauge steel. The pulse start shoebox light fixture is to include a 175 -400 watt metal halide bulb. Poles, fixture housing, and other visible hardware are to be powder- coated black. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Index No. 17500 and Specification Section 715. Cast concrete or screw -in steel footers are acceptable but must be specified by a qualified and Florida - licensed engineer. All electrical conduits are to be minimum 2 -inch diameter PVC. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Signed and sealed footer design documents are also to be submitted to the City as part of the shop drawings. Drawings must indicate the amount of base /footer exposed above grade, if any. A City of Ocoee electrical permit will be required to construct this bid item and all required inspections must be satisfactorily completed for the installed products to be accepted by the City. Payment will be made according to the actual number of pole assemblies installed by Contractor and accepted by City. w) Electrical System Expansion (Bid Item 715 - 500 -1) — This bid item includes a complete turnkey electrical system for up- lighting the flag pole, providing four B12-06, Ison Center Civil Improvements 32 weatherproof GFCI - protected duplex convenience outlets around the perimeter of the entry plaza patio (in the block wall), and making any necessary changes to the existing parking lot lighting system to extend it to include the additional fixtures covered under Bid Item 715 -4 -139. This bid item includes the cost of providing electrical service to the replacement building sign on Adair Street frontage; see Bid Item 18. Each external lighting circuit shall be controlled by a switch that can select either continuous power or power controlled by a photocell for night -only operation. Flagpole uplighting shall consist of two (2) spotlight fixtures, each containing one 175 watt-R40 metal halide medium base spotlight bulb. All electrical conduits are to be minimum 2 -inch diameter PVC. Contractor will be required to apply for and receive a City of Ocoee electrical construction permit and pass all related inspections. The electrical system is to be designed by a Florida- licensed electrician and shall be submitted to the City for review and approval prior to permitting. The design documents are to include shop drawings for all fixtures, wiring, and hardware. Payment is to be made in a lump sum following completion by Contractor and acceptance by the City. x) Dumpster Enclosure (Bid Item 25) — Includes the cost to design and construct a dumpster enclosure in accordance with the drawings, except that the enclosure is to use prefabricated solid corrugated steel doors instead of the chainlink fence doors shown on the drawings. The enclosure is to be constructed of split -face concrete masonry units and is to be painted on all surfaces by Contractor (City to select color from exterior latex paint samples provided by Contractor). Bidders are directed to ignore the note included on Sheet 4 of the drawings that references split -face block "to match pavilions and concessions building" and the reference in another note to "3/4" stucco" as an exterior finished surface. Price includes steel bollards to be installed inside and outside the structure. Contractor will be required to apply for and receive a City of Ocoee building permit and pass all related inspections. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Signed and sealed design documents are also to be submitted to the City as part of the shop drawings. Payment is to be made in a lump sum following completion by Contractor and acceptance by the City. y) Pavers, Architectural, Sidewalk (Bid Item 526 -1 -2) — Includes the costs related to materials, construction of subgrade and base layers, placement of pavers, construction of a concrete ribbon curb to retain the pavers where there is no perimeter wall, and restoration of adjacent areas so as to provide a complete surface ready for use. The pavers to be used are Hanson PaverModule Crown Stone in Color E 11 (Red /Tan/Brown), as produced at the company's Haines City plant, or an equivalent material approved by the City. Pavers are to be laid in the Tee pattern using 75% 6x9 pavers and 25% 6x6 pavers. Where a perimeter wall marks the edge of the paver patio, the pavers may abut the wall, which can serve to retain the pavers in place. Where there is no perimeter wall, a 6" deep by 8" wide ribbon curb will be required to retain the paves and serve as a transition threshold to the adjacent grass lawn. (Use two longitudinally continuous #4 rebars on chairs as reinforcement for each segment of ribbon curb.) The ribbon curb should align with and continue the boundary B12 -06, Ison Center Civil Improvements 33 established by the perimeter wall. A soldier course of 6x9 pavers shall be used along all interior and exterior boundaries of the paver patio surface, except Contractor is not to use a soldier course of pavers around the trash receptacle footer. 2. Maximum cross -slope allowed is 1:48 (2 %); maximum longitudinal slope is 1:20 (5 %); provide slight crown when no cross -slope exists. Edge pieces composing the Tee pattern along the patio border may be trimmed to fit. Trimming on each side of the patio should balance; one side should not be full size and the other trimmed. Trimmed pieces should be at least 3 inches in width. A shop drawing is required from Contractor and must be approved by City showing the materials to be used, the pattern to be followed, and the shape and manner of constructing the concrete ribbon curb in those areas where a perimeter wall is not provided. Unless otherwise specified, relevant Florida DOT material and construction standards apply; e.g., Specification Section 526. See also figures below and Sheet 3 of the drawings. Payment will be made according to the actual number of square yards of pavers installed by Contractor and accepted by the City. Four Repeats of the One Border Example of One Running Example of Random -T Pattern the Tee Paver Pattern the Tee Paver Pattern • 401 r / \ Soldier Course Border ` l' r x......11...... I■■■■■■11■■■■■■rnms -- I■ ■■ ■■ ■11 ■■■ ■ ■■ ■■ ■1 C. ■ ■! Ribbon Curb or Wall \ I ■ ■ ■■ ■ ■ ■ ■1i■ ■■■ ■■■ ■1 ■ ■ I■ ■ ■•■ ■ ■ •11■•■ ■■ ■ ■ ■1 I■■ ■■.■■ ■11■■ ■■ ■■ ■1 1■ ■ ■■ ■ ■ . ■ ■ ■11 ■ ■ ■ ■■■I ■ .!■■■■■■ ■a■■11■■■■ ■ ■I 1 ■ ■ ■ ■ ■■ ■ •■ •11■ ■ ■■■ ■I ■ ■ I•uu•. ■ ■ ■11 ■■■■ ■■■ ■1 I■■■■.■■■11■■■■ ■■■! i...■ ■ ■..11 ■ ■ ■ ■■■■■1 ■ ■■1 ■ •■1 Figure showing paver pattern. (remainder of page left blank intentionally) B12 -06, Ison Center Civil Improvements 34 Perimeter Wall "' 8 "x6" Ribbon Curb ♦� ♦111/11111011111 ♦ +.. + +� ♦♦ ♦ +..... +..111 ♦1 ♦ +.. +... +.► +r � 1' 1' 1�.' 1' 1�. 1 1' 1' 1�1�1'. 4 � ► 1'1'1'1'1'1�.'1'1'1�1'1� ►�1� x w 16" W x 8" D ♦11111/11..1 ►1111111111111♦ Z !+!+!+ �►"'a 1 i 1 i' i 'v�f'i'i ►iii' — — Continuous Footer .. 1. 1 • 0•• 1. 1•p +•.• 01•p01.1.301.0.• +•.'.'� ♦11 111 1 11111 N +111111111111♦ ��+� ►� +� - +1..x+ i1�. +V.. . 1 . . . . .1 . 1 . 1 . 1 . 1 + 1.��1�1. ♦.111 +11111111. +11111.1 ♦11 ♦ +♦ � Soil v.- t` • Figure showing configuration of wall footer and ribbon curb. z) 6" Reinforced Concrete Pad for Bench (Bid Item 522 -2 -SPEC) — Includes the cost of a 7' x 3' concrete pad on which the City will mount the bench. The bench itself is not in the contract but will be acquired directly by the City. For bidder's information only, the City will acquire a 6 -foot long Model No. 93 -60 bench from DuMor, Inc. (Millflintown, PA, call 800 -598 -4018, http: / /www.dumor.com/benches /steel - bench- 93.shtml). The pad is to be constructed of 3,000 psi, wire - reinforced, 6 -inch thick concrete with a broomed finish at an elevation flush with the surface of the surrounding pavers. City staff will identify the location of all benches; the drawings show the approximate location. Payment will be made for each complete bench pad constructed by Contractor and accepted by City. aa) 4" Concrete Pad for Trash Receptacle (Bid Item 522 -1 -SPEC) — Includes the cost of a 3' diameter concrete pad on which the City will mount the receptacle. The trash receptacle itself is not in the contract but will be acquired directly by the City. For bidder's information only, the City will acquire a Model No. 84- 32 -FTO receptacle from DuMor, Inc. ( Millflintown, PA, call 800 -598 -4018, http: / /www.dumor.com/receptacles /receptacle- 84.shtml). The pad is to be constructed of 3,000 psi, non - reinforced, 4 -inch thick concrete with a broomed finish at an elevation flush with the surface of the surrounding pavers. City staff will identify the location of all receptacles within or adjacent to the paver patio; they are not shown on the drawings. Payment will be made for each complete trash receptacle pad constructed by Contractor and accepted by City. (remainder of page left blank intentionally) B12 -06, Ison Center Civil Improvements 35 3" x 12" Precast Concrete Capstone stone Perimeter Wall cv Rebar � � � 1" Bedding Sand 4" Limerock Base Paver Patio ` \ \ ` \'' •_•••••••••11••1111•1•\• • �������� : ■_._.....111111111.•1111• \•.1.1. r 1111111 6" Stabilized Soil 16" W x 8" D Soil Continuous Footer Figure showing construction of perimeter wall. bb) 32" High Decorative Concrete Block Wall, with Capstone (Bid Item 534 -73) — Includes the cost of design, materials, and labor to construct a decorative concrete block perimeter wall with a finished height of approximately 32 inches above finished grade of the paver patio surface. The wall is constructed as a series of discontinuous segments around the perimeter of the patio plaza and requires a continuous 16" wide by 8" deep perimeter footer with two (2) #5 rebar longitudinally for each segment; see figure, above. The top of the footer should be an average of 3 inches below grade. The top of the wall should be level around the entire perimeter of the patio, so minor grading adjacent to the exterior of the wall may be necessary to provide the required cover. The cost of any such grading is part of this bid item. The wall itself B12 -06, Ison Center Civil Improvements 36 is constructed from two parallel rows of 4 -inch split -face concrete masonry units (actual dimensions are 3.5625" x 15.625" x 7.625 ") so as to provide a total thickness of 8 inches. (This design assumes that 8x8x16 split -face units with both exterior faces having that finish are not usually available. The Contractor may substitute 8x8x16 units if a source can be found, subject to City approval.) The end of each wall segment should be constructed using 8x8x16 units with split faces on both sides and the exposed end. A vertical #5 rebar shall be installed 36" O.C. and the cell filled with concrete. These rebar reinforcements may be placed in either of the two parallel block rows, assuming 4x8x16 units are utilized. The perimeter wall will be constructed using four courses of running bond block providing a total height of approximately 32 inches; however, the bottom of the lowest course should be set at least three inches below grade, providing a net height of 29 inches. A 3 -inch thick by 12 -inch wide precast concrete capstone should be installed on top of the block wall to provide a finished wall height above grade of 32 inches. Contractor will be required to apply for and receive a City of Ocoee building permit and pass all related inspections. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Design documents are also to be submitted to the City as part of the shop drawings; a signed and sealed design is not required, as the wall is not structural and is less than 48 inches in height. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. cc) 30' Aluminum Flagpole, Furnish & Install (Bid Item 30) — Includes the cost of materials, transportation to the site, and installation of an aluminum flagpole with rope and fittings ready for use at the location indicated on the drawings. The net height of the pole should be at least 26 feet above grade, which provides a ground depth of 4 feet. The pole assembly to be provided must include a gold anodized, spun aluminum terminal ball; a cast aluminum, single sheave revolving truck assembly; cast aluminum cleat; flash collar; braided polypropylene halyard with snap hooks; and a ground setting tube. The flagpole uptight is included in Bid Item 8. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. dd) Poligon 12'x12' Prefabricated Pavilion, Furnish & Install (Bid Item 460 -6) — Includes the cost of procuring, shipping, assembling, and installing a prefabricated roofed pavilion, Model SQR12, acquired from Poligon Park Architecture, a division of PorterCorp (Holland, MI, 800 - 354 -7721 or www.poligon.com). The colors of roof panels and structural members are to be selected by the City from the standard colors available. The structure has four supporting columns and a roof. The price of this bid item includes the cost of any required concrete footers and signed and sealed design drawings needed for permitting. Contractor must apply for and receive a City of Ocoee building permit and pass all related inspections. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Design documents are also to be submitted to the City as B12 -06, Ison Center Civil Improvements 37 part of the shop drawings. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. ee) Baseball Backstop, Furnish & Install (Bid Item 550 -10 -252) — Includes the cost of materials, fabrication, and installation of a 10 -foot high, three -sided backstop ready for use. The baseball backstop shown on Sheet 4 of the drawings consists of three panels fabricated from chainlink fencing and is to be constructed at the general location shown on Sheet 6 of the drawings. The City is to specify the actual location for the backstop in the field. All fittings are to be black powder- coated galvanized commercial grade material, with posts made from black powder- coated galvanized Schedule 40 pipe. Post and rail dimensions shown on the drawings are nominal Schedule 40 values; e.g., an indicated 2.5 -inch end post has an actual outside diameter of 2.875 inches. Shop drawings and specifications shall be submitted prior to construction. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. ff) Building Runoff Collection & Conveyance System (Bid Item 425 -10) — Includes the cost of materials and labor to construct a stormwater collection and conveyance system from the bottom of existing building downspouts to Structure S -104, located between the paver patio and the parking lot. Sheets 7 and 8 of the drawings show a network of 4 -inch PVC pipes to be placed under the patio. Suitable holes will need to be made in Structure S -104 to accommodate these pipes, which must be sloped downhill from the building to S -104, as shown on the drawings. The price of this bid item also includes the cost of any fittings required to provide a solid connection between the downspouts and the PVC conveyance pipes. Shop drawings and specifications shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. gg) Traffic Sign Assembly, Furnish & Install (Bid Item 700- 20 -11) — Includes all materials and labor to furnish and install a complete traffic sign assembly, including heavy -gauge galvanized post, aluminum sign with the appropriate retroreflective face, and all required mounting hardware for a complete installation conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and ready for use. Shop drawing and prior City approval are required for each sign type and for the post to be used for all signs. Applicable signs are shown on the plans. Payment will be made for each complete sign assembly installed by Contractor and accepted by City. hh) Brick Building Identification Sign (Bid Item 699 -1) — Includes the demolition of the existing building identification sign facing Adair Street and the cost of materials and labor to construct a brick sign with a changeable message board. The design of this sign is shown on separate drawings by the City. The price of this bid item includes the cost of extending electrical service to the sign and may be on the same circuit as that provide for the flagpole uplight. Contractor will be required to apply for and receive a City of Ocoee building permit and pass all related inspections. Shop drawings and specifications for brick, capstone, lighting, sign lettering, sign panel, B12 -06, Ison Center Civil Improvements 38 and other fittings shall be submitted prior to acquisition for all materials to be used in the completion of this bid item. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. (Remainder of page left blank intentionally.) B12 -06, Ison Center Civil Improvements 39 e Center of Good Zit. r40 k.3 ( - __ -_ a V City OF OCOEE 150 North Lakeshore Drive Ocoee, Florida 34761 B12 -06 ISON CENTER CIVIL IMPROVEMENTS CHANGE ORDER FORM DATE: The following changes are hereby made to the CONTRACT DOCUMENTS. Original CONTRACT PRICE Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDERS Net Increase (Decrease) Resulting from this CHANGE ORDER The current CONTRACT PRICE including this CHANGE ORDER Original CONTRACT COMPLETION DATE: Current CONTRACT COMPLETION DATE adjusted by previous CHANGE ORDERS Net Increase Resulting from this CHANGE ORDER Current CONTRACT COMPLETION DATE including this CHANGE ORDER B12 -06, Ison Center Civil Improvements 40 CHANGES ORDERED: I. REQUIRED CHANGES: II. JUSTIFICATION: III. NARRATIVE OF NEGOTIATIONS: IV. PAYMENT: Change order negotiated per contract unit cost, including mobilization. Change Order amount $ . [A separate table may be provided to explain the various changes made to each pay item.] V. APPROVAL AND CHANGE AUTHORIZATION It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. Contractor acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the Contractor as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The Contractor hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. RECOMMENDED BY: ACCEPTED BY: CITY OF OCOEE, FLORIDA , Contractor By: By: Signature Signature Date: Date: Title: Title: B12-06, Ison Center Civil Improvements 41 APPROVED BY: CITY OF OCOEE, FLORIDA By: Date: David A. Wheeler, P.E., City Engineer By: Date: Wanda Horton, Director of Finance By: Date: Robert D. Frank, City Manager By: Date: _ S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, City Clerk FOR USE AND RELIANCE ONLY BY THE APPROVED BY THE City OF OCOEE CITY OF OCOEE, APPROVED AS TO FORM COMMISSION IN A MEETING HELD ON AND LEGALITY THIS DAY OF , 20_ UNDER , 20_ AGENDA ITEM NO. By: City Attorney B12 -06, Ison Center Civil Improvements 42 APPLICATION AND CERTIFICATION FOR PAYMENT FORM Application No. Progress Payment Final Payment P.O. No.: Contractor: Contract Date: Application Date: For Period Ending City Project Nos.: Project Name: Construction Start Date: End Date: Construction Days — Total: Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) B 12 -06, Ison Center Civil Improvements 43 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive (not applicable for first application.); and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20_ (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20_, personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 13 is recommended by City's Resident Project Representative and authorized by the Owner: B Date: Representative's Authorized Signature B Date: Owner's Authorized Signature Title B12 -06, Ison Center Civil Improvements 44 EXHIBIT B BID FORM B12 -06 ISON CENTER CIVIL IMPROVEMENTS NAME OF BIDDER x:.. "' *' '*1 irrrro ;t1-4 e r S § 't ?5 "1 T r 1 1 LS Mobilization & Demobilization 2 1 LS General Requirements 102 -1 1 LS Maintenance of Traffic 4 1 LS Project Survey & Stakeout 5 1 LS As -built Survey 104 -14 1 LS Prevention, Control & Abatement of Erosion & Water Pollution 110 -1 -1 1 LS Clearing & Grubbing 120 -9 1 LS Excavation, Embankment & Grading 160 -4 2,167 SY _Type B Stabilization (12 ") (Min. LBR 40) 285 -706 2,167 SY Optional Base, Base Group 06 (Limerock) (8 ") 327 -70 -1 1,159 SY Milling Existing Asphalt Pavement, 1" Average Depth 334 -1 -12 366.2 TN SuperPave Asphaltic Concrete, Traffic `B" (SP -12.5) (1.5 ") 425 -1 -521 2 EA Inlets, Ditch Bottom, Type C, <10' 425 -1 -531 1 EA Inlets, Ditch Bottom, Type C, Modified, <10' 430 - 174 -115 228 LF Pipe Culvert, Optional Material, Round, 15" SD 430 - 984 -123 3 EA Mitered End Section, Optional Round, 15" SD 520 -2 -4 100 LF Concrete Curb, Type D 522 -2 326 SY Sidewalk, Concrete, 6" 710 -11 -111 0.25 NM Painted Pavement Markings, Standard, White, Solid 6" 710 -11 -211 45 LF Painted Pavement Markings, Standard, Double Yellow, Solid 6" 710 -11 -660 2 EA Painted Pavement Markings, Special, Handicap Parking 710 -11 -125 24 LF Painted Pavement Markings, Stop Line, 24" 715 -4 -139 10 EA Light Pole Complete, Furnish & Install, Custom Height 715 -500 -1 1 LS Electrical System Expansion 25 1 LS Dumpster Enclosure B 12 -06 Ison Center Civil Improvements 45 4 . E4f:v " - 526 - - 267 SY Pavers, Architectural, Sidewalk 522 -2 -SPEC 6 EA 6" Reinforced Concrete Pad for Bench 522 -1 -SPEC 2 EA 4" Concrete Pad for Trash Receptacle 534 -73 1 LS 32" High Decorative Concrete Block Wall with Capstone 30 1 EA 30' Aluminum Flagpole, Furnish &. Insta 460 -6 1 EA Poligon 12'x12' Prefabricated Pavilion, Furnish & Install 550 -10 -252 1 LS Baseball Backstop, Furnish & Install 425 -10 1 LS Building Runoff Collection & Conveyance System 700 -20 -11 2 EA Traffic Sign Assembly, Furnish & Install 699 -1 1 LS Brick Building Identification Sign TOTAL Florida DOT pay items used where possible; see Measurement & Payment Section for more information. Units: EA = Each, LF = Linear Foot, LS = Lump Sum, NM = Net Mile, SY = Square Yards, TN = Tons NAME OF BIDDER BID PREPARED BY FL Contractor LICENSE # 46 B12 -06 Ison Center Civil Improvements EXHIBIT C BID SECURITY 1. Each bid must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Respondent, if awarded the Contract, will, after written notice of such award, enter into a written Contract with the City and as a guarantee that the Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. 2. In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, or Respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP after issuance of Notice of Intent to Award by the City, then such Respondent shall be liable to the City in the full amount of the check or Bid Bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the Bid Bond as liquidated damages and not a penalty. 3. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. 4. The cost of the required Bid Bond and required insurance coverage is to be included in the Respondent's overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three (3) most favorable Respondents will be returned within three (3) days after the City and the successful Respondent have executed the contract for work or until the 91st day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check. 5. In lieu of providing a bid security, the Respondent may provide documentation that their business has been active with the Secretary of the State of Florida for a minimum of three (3) years. Respondent warrants by virtue of bidding the prices in his proposal response will be good for an evaluation period of ninety (90) days from the date of proposal opening. B12-06 Ison Center Civil Improvements 47 BID BOND (MAY NOT BE REQUIRED; SEE INSTRUCTIONS) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , as Principal, and 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) $ (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 day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the B12 -06 Ison Center Civil Improvements (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 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 B12-06 Ison Center Civil Improvements 48 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 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. B12 Ison Center Civil Improvements 49 If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1) (Individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) B12-06 Ison Center Civil Improvements 50 If Bidder is PARTNERSHIP, complete this signature block. (1) (Partnership Name) (Witness) (2) (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) B12 - 06 Ison Center Civil Improvements 51 If Bidder is CORPORATION, complete this signature block. (1) (Corporation Name) (Witness) (2) (State of Incorporation) (Witness) By: (Name of Person Authorized to Sign - See Note 1) (SEAL) (Title) (Authorized Signature) (Corporation President) (Business Address) (Telephone No.) (Florida License No.) B12 Ison Center Civil Improvements 52 SURETY Witness: (If agency is not a Corporation) (Surety Business Name) (1) (Witness) (Principal Place of Business) (2) (Witness) By: (Surety Agent's Signature - See Note 2) Attest: (If Agency is a Corporation) (Surety Agent's Name) (Corporate Secretary Signature) (Surety Agent's Title) (Corporate Secretary Name) (Business Name of Local Agent for Surety) (Corporate Seal) (Business Address) (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. (6) Bid security is required only when the Bidder has less than three years of corporate existence. B12 Ison Center Civil Improvements 53 ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF ) COUNTY OR CITY OF ) Before me, a Notary Public, personally came known to me, and known to be the Attorney -in -Fact of , a Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said 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 . (Surety Company) Given under my hand and seal this day of , 20 . (Notary Public) My Commission Expires . END OF SECTION B 12 -06 Ison Center Civil Improvements 54 EXHIBIT D PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and ., a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Ison Center Civil Improvements (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by Inwood Consulting Engineers, dated May 2012; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B12 -06 Ison Center Civil Improvements 55 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B12 -06 Ison Center Civil Improvements 56 EXHIBIT E Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal"), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20 to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of 20 _, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B12-06 Ison Center Civil Improvements 57 (Seal) (Principal) - By (Name & Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney END OF SECTION B12 -06 Ison Center Civil Improvements 58 EXHIBIT F BID #B12 -06 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS City STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20_ Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public B12-06 Ison Center Civil Improvements 59 EXHIBIT G PROPOSED CONTRACT FOR CONSTRUCTION NOTICE: Owner reserves the right to alter anv contract provisions shown in this example. THIS AGREEMENT is dated as of the day of in the year by and between the City of Ocoee, a municipal corporation, hereinafter called Owner, and , hereinafter called Contractor. Owner and Contractor, in consideration or the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: CITY OF OCOEE B12 -06 ISON CENTER CIVIL IMPROVEMENTS Scope of Work ARTICLE 2. Architect and Engineer The Project has been designed by Inwood Consulting Engineers; however, the City Engineer or his designee is to act as Owner's representative, assume all duties and responsibilities of the project engineer, and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the work. ARTICLE 3. CONTRACT TIME 3.1 The work shall be substantially complete (all work complete except for the placement of permanent pavement markings on all final asphaltic concrete surfaces) within sixty (60) calendar days. The entire work shall be complete and ready for its intended use, including final dressing and cleanup, within ninety (90) calendar days. All time periods begin from the effective date of the Notice to Proceed, as provided in paragraph 2.03 of the General Conditions (Commencement of Contract Time; Notice to Proceed). 3.2 Placing of permanent pavement markings on all final asphaltic concrete surfaces, if applicable, shall not be accomplished before thirty (30) calendar days have elapsed after placement of the final surfaces. The charging of Contract Time will be suspended during the thirty (30) calendar -day period provided the work is considered to be Substantially B 12 -06 Ison Center Civil Improvements 60 Complete, as provided in paragraph 3.1 above. The charging of Contract Time will resume on the 31st day. 3.3 Contractor recognizes that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General and Supplementary Conditions. Contractor acknowledges that proving the actual loss and damages suffered by Owner if the work is not completed on time is impracticable and not susceptible to exact calculation. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Two Hundred Dollars ($200.00) for each day that expires beyond the date specified in paragraph 3.1 above for substantial completion Two Hundred Fifty Dollars ($250.00) for each day that expires beyond the date specified in paragraph 3.1 above for final completion (readiness for final payment). 3.4 In addition to the liquidated damages, there shall be additional incidental damages paid by the Contractor to the Owner for failure to timely complete the work. These may include, but not be limited to, delay damage settlements or awards owed by Owner to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by Owner in connection with Contractor's failure to timely complete the work. 3.5 In addition to liquidated damages and incidental damages arising from Contractor's failure to perform the work, Contractor may be required to repay Owner for the cost of corrective actions undertaken by Owner to resolve construction defects. Such corrective actions include, but are not limited to, restoration of damaged areas, clearing of reclaimed water customer facilities to remove construction debris, repair and replacement of damaged reclaimed water customer equipment, and emergency repairs to the reclaimed water distribution system during the one -year warranty period. ARTICLE 4. CONTRACT PRICE 4.1 Owner shall pay Contractor for performance of the work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Form, DOLLARS AND CENTS, (NUMBERS), which is incorporated herein and made a part hereof by this reference. 4.2 The Contractor agrees that the Contract Price is a stipulated sum except with regard to those items in the bid which are subject to unit prices and agrees to perform all of the work as described in the Contract Documents, subject to additions and deductions by Change Order, and comply with the terms therein for the Bid stated in the attached Bid Form. 4.3 The subject project is funded by two Congressional grants, one of which is in the amount of $148,800 and expires on September 30, 2012. As a condition of the work, the B 12 -06 Ison Center Civil Improvements 61 Contractor must satisfactorily complete at least $140,000 of construction work for this project prior to September 10, 2012. Failure to meet this deadline will eliminate the majority of funding allocated to the project and result in significant losses to the City. Should the Contractor fail to adequately complete the work and federal funds are lost as a result, the Contractor shall not be paid for any work for which funding has been lost due to said failure of Contractor to timely perform the work. ARTICLE 5. PAYMENT PROCEDURES Contractor shall submit applications for payment in accordance with Article 14 of the General Conditions. Applications for payment will be processed by Engineer, as provided in the General Conditions. 5.1 Progress Payments. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's properly submitted and approved Applications for Payment, as recommended by Engineer, not later than the Twenty -fifth (25 business day after the date on which the properly submitted Application For Payment is initially received by the Owner. All such progress payments will be on the basis of the progress of the work measured by the Schedule of Values established in paragraph 2.07 of the General Conditions (Initial Acceptance of Schedules) (and in the case of Unit Price, work based on the number of units completed) and included in Contractor's qualifications submittals. 5.1.1 Progress payments will be made in an amount equal to the percentage indicated in Paragraph 5.1.2, below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with paragraph 14.02 of the General Conditions (Progress Payments). 5.1.2 Progress payments shall be equal to ninety percent (90 %) of the value of work completed, and ninety percent (90 %) of the value of materials and equipment not incorporated into the work but delivered and suitably stored and accompanied by documentation satisfactory to Owner, as provided in paragraph 14.2 of the General Conditions, with the balance of the value of the work being retainage. However, when the work has reached the point of being fifty percent (50 %) complete, the retainage may not exceed five percent (5 %) of the value of the work completed. 5.2 Final Payment - Upon final completion and acceptance of the work in accordance with Paragraph 14.07 of the General Conditions (Final Payment), as supplemented, Owner shall pay Contractor an amount sufficient to increase total payments to 100 percent of the Contract Price. However, not less than two percent (2 %) of the contract price shall be retained until Record Drawings, specifications, addenda, modifications and shop drawings, including all manufacturers instructional and parts manuals, are delivered to and accepted by the Engineer. B 12 -06 Ison Center Civil Improvements 62 ARTICLE 6. INTEREST All monies not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the rate of,6% simple interest per annum. ARTICLE 7. CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations: 7.1 Contractor has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents including "technical data." 7.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishings of the work. 7.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations that may affect cost, progress, performance, and furnishing of the work. 7.4 Contractor 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 or subsurface structures at or contiguous to the site (except Underground Facilities) that are identified in Section 00200 "Information Available to Bidders ". 7.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional 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 costs, 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 Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.6 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the work as indicated in the Contract Documents. 7.7 Contractor has correlated the information known to Contractor, information and observations obtained from visits to the site, reports and drawings identified in the B12 -06 Ison Center Civil Improvements 63 Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.8 Contractor has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. 7.9 Contractor shall perform work with a value of not less than fifty percent (50 %) of the Contract Price with his own forces. ARTICLE 8. CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between Owner and Contractor concerning the work, are attached to this Agreement, made a part hereof, and consist of the following: 8.1 This Scope of work Agreement (Section 00500). 8.2 Exhibits to this Scope of work Agreement (if any). 8.3 Performance Bond, Payment Bonds and Certificates of Insurance. 8.4 Notice of Award and Notice to Proceed. 8.5 Project Manual bearing the general title "City of Ocoee, Florida, Ison Center Civil Improvements" dated June 2012. 8.6 Drawings consisting of a cover sheet and the sheets bearing the following general title: City of Ocoee Ison Center Site Improvement 8.7 Addenda numbers to , inclusive. 8.8 Contractor's Bid. 8.9 Documentation submitted by Contractor prior to Notice of Award. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented, as provided in paragraphs 3.05 and 3.06 of the General Conditions. ARTICLE 9. MISCELLANEOUS B12 -06 Ison Center Civil Improvements 64 9.1 Terms used in this Agreement that are defined in Article 1 (Definitions) of the General Conditions shall have the meanings indicated in the General Conditions, as may be modified in the Supplementary Conditions. 9.2 No assignment by a party hereto of any rights under, or interests in, the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due, and moneys that are due, may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Notwithstanding the foregoing, the Owner may assign this contract to the State of Florida or any political subdivision, municipality, special district or authority thereof without Contractor's consent and without recourse. 9.3 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, his partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.4 Chapter 558, Florida Statutes: The parties agree that the provisions of Chapter 558, Florida Statutes are not applicable to this Agreement. 9.5 Waiver of Jury Trial; Legal Costs. It is mutually agreed by and between the Contract and Owner that each of the parties do hereby waive trial by jury in any action, proceeding or claim which may be brought by either of the parties hereto against the other on any matters concerning or arising out of this Agreement. The parties further agree that the sole and exclusive venue for any action to enforce this agreement shall be in The Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. 9.6 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. (Remainder of Page Left Blank Intentionally.) B12-06 Ison Center Civil Improvements 65 IN WITNESS WHEREOF, the parties hereto have signed this Agreement. All portions of the Contract Documents have been signed or identified by Owner and Contractor or by Engineer on his behalf. CONTRACTOR: BY: PRINT NAME: TITLE: WITNESSES: NAME: NAME: TITLE: TITLE: OWNER: CITY OF OCOEE, FLORIDA ATTEST: APPROVED: BY: BY: Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY CITY OF OCOEE THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND LEGALITY on , under Agenda Item this day of , SHUFFIELD, LOWMAN & WILSON, P.A. BY: Scott A. Cookson, City Attorney END OF SECTION B12 -06 Ison Center Civil Improvements 66 Exhibit H Plan Sheets 1 -10, also available as a pdf file on Demandstar B12-06 Ison Center Civil Improvements 67 ISON CENTER SITE 1 1 PROVEMENT CITY OF OCOEE FLO' IDA S. Scott wndsrpritt Mayor Cllr Commissioners Robert Fronk ay avow Cary Hood District 1 2 Aaal Sheens ! }, �� . )11' vet s glrnl:� ISL � ' � Roaamary rri um "' 0 � O YalrFcf t1wk1 A. Wheeler, PE. O Johnson City Wheele OE..e.0 I PROJECT LOCATION Mlle Distri t 3 Stephan Krug o Joel Mike Mind 4 a ' Pots a Recreation DNecior ' IAll MUM INDEX OF SHEETS CITY OF OCOEE - um 1 � 2 GENERAL ENGINEE / , ING 3-4 SITE DETAILS ' 5 EXISTING CONDITIONS ICI VISION _ 6 SITE PLAN 7 i CI 8 P GRADING PLAN 8 1 8 PATIO GRADING DETAIL 9 POND DETAILS 111 IC DRAINAGE SWALE DETAILS rilliWr' N SIGN DETAILS IVII �111111LL1•i 1111 UTILITY SERVICES PROVIDER& mrSracrd MANS I i1I1I OOIl EXAM a MC " DEW n.OFAr PROYfDER: CONTACT: M it IrUSE NETWORKS MANN USED" 4, 00d4) JR. '-53Z-8A'19 �t.4 WO CITY OF 000EE LMVN WHEELER 107 -905 -3X10 consulting engineers PROGRESS ENERF' N/A 8G0-1C0-8744 OWNS, Ronde 32765 0? D-"- Pim Suer 200 sou, CENTURYLA1'X JEFF GRIFFIN 47$4-5344 Certificate of Authorraebn No. 7074 THE scut rr THESE prunes NY MAI¢ VarNlorNanbar50,32185033-002 OYANZO CUE TO HEMX[LCT4r, MIS MIST WET p 407971.8850 /107.071.8055 SC r t A. :cosier WWI ammo NO. DATA. I A.= Mar r nwgsat OZ. ol.rarKrwbb ss1 ! I $ h g g' ! fi4 8 h y £ h; § ! M h w kei e 118 a g ° )$ ; as 111 t Sj g i gs'h h lh s Iii s :1. 44 'o b5 xb i i h J g g' 1 $ 9 /i /) ! IH l 4 "1) §§ i hI p ap p ! j J fl j w I g i ip' s h 8 ... s p l i# g � .$ 3 � 5 0 h` i `��� h a��j 8 $ 1 $ia � 1 `§ h 1 z; 1 t £ . p ° i is hli't ; 8.1 of C 1 $ ptgh; If 8 ti g sh s 1 a 5 h - 8 pfi 4 4 fi 18 gY ' t a1 €'h- h €� s !p h> l; is g $! 1 $ 2 S Yfi ' €gig f t1I hIIgllh:8i 'El y l g .€ . '` fi 428 h ' i t gaasd i ; a °Y $ 41111 a g i i ji! hp/21 8 p h 1 . agp 2,201 ` g 1 Y 5 g h h I a1 ° 1i g 1 ;4'1! i p sf i . - 411 kg hi pi: N. Q Ell g g k ` h 4 1] " $ `p il l : = h 1,1:1 R y g 8'ss g f ; 111 1 ;" pY II' g ' ° 2 p €1 C a h ' $ k a ' 5 0,1 1 f 8g's o1. 8 P h h 1 t i IL h s� 12,`p l 1 s4 hft 01, 1 s .13 Y l� g $ 'i 1§ 1 i 1 °Y1 lowly U a g b I 4 O E § e ' ' Y W 4 p O; $� Y f ° y g ' g ' a - - s 1 5 . 18 1 » 8 . . hh8i8 8 g S sag � ! ~� h° a ap 1 h h1 ia 1 fi a` 4 11 6 's t; h i ° ` aaa � lfi s h� F d y Ig 1 1111 Fi i pg° = $sl f8 $ OP �b'1-FT 13 4igi 280 _ sAI �i kF1g !g _0Izlia7i ilt h. ;hid; Ylkr� §1 ti: i § Y z s z § ! � $ h lit fi $ fi h° E h r $ °# � L Y ti : • 1 !is p h Ii1 a ?a • s p h i p� s 1 aga26 s! �'• g a `fi gr 11 f t.g a fi4 fi $ s p d' 11 1 h li es 1s`' '`o is I 21' fi 1Y gp ttgg fi's ./ 211 1 8 g ; s 1 fi p e82FY $flI!1 g p h 5 s h: g° g Q F s ° s f �g8i ' :ii PH1 i l.gf .r #8 g €sang ! I .1111• el 1i 1 n a it p - 1gEB a gg Yi = hh 4a 1 % sg1pr a 8 $ § §ii r 1 1h!g Will g g. gg s .' k lhi 11 i 1 s lh s 1 81 1 oay 105. g , b f 2g h $ 3: r i $ of ! s'� #a$g . ' tha $8 �$& 83 y ¢ e s h g 't t _ h i € « i gih$Y1- i ihai )3�) f i h i ; i 11 :h t zs gi hg8 1E S i •g t g ; a3 5 0 ;3 1, " 1 ;1. £ th8 1 ° i €ap p i! s' t s" =a 28 : I 1 s j 8Y t i ilii : ;li g.1'ht 'ri 8s € =1" 1 ." feb g g q " i p 1 g $ g ' M ill tii -fa ' f r 8 ! et: `ii g ' fiig$ ! M g 1fi) b # if I ! p ; ¥ ax! a i eh 3 p• 1 h 1 g h - h 1§fiz 1 $f8la8 8p h J t! y fi § L1 h g` 'lh #t; ii "sk1 C 1 h $ ! Y i ` tharli hg .i_ $tgi1 ki ° li ;Is `I; iY!' if il}1g : #,Pg g l 8' § {g 3 4 g1 :tit e s I^ he f fi' $ II il h g s'i a fi 1.! lift ei li I 2 !p a a'» s s r tit i l ' gI 5)12.4 ) I 1 1 k j ;VI 7 rgph b a 11P � 1fig Ili � .t . ag 4 a:o ., 2 2.tai 211t) 2 h 2s1 oe8k apt R Rill RtklEh 10111$s$ 8 r g. 89t ' t 1 s e! ' . 1y h till 28 ;It s 4 g Y g Iii g i F z = _ 1 s $p gig l ei g.' 1g g 1's € fi . 1 - ! a i g If; t I i 'g` g 1 i i 14 hhE a$ 1 g!.1. :gi i! a - : 11a4 ° i a g e h '8 - fry' fs - 11 s h p 1 I/ !I§ g ! t = g s f F AI i 1 1 g h • * ;15 13h g $ ); aio o -9 gi 11f 11.11 = I; e : h :gyp .- I' i t , fill- a e ss L i2-13.k € pa Y a 1 . i gp -II � � -,',1; fgiz r iti gy f 1 1111 1 I 1 kG! €f ;l d 1 1 F1 I„ �ri F 1 II p € F t h h ) aia . i1 -° FFg .82 gt3 2bh . i 1 t 8j ' f F i p gi' rgfi' gg ; p f a . #a f I R 4111 ifh itlt.2.1 g g fgg ` fp li g ! tp $ 1y q * p tl a 8 1 } �b � b %! a s g a h �$ ap$ g a -* g s h t* r # g. " p i - ss§ §h l il Fs s ;1 ' O F a T r g 1 = § jig = g i 1 ) i i e L1sg if o$ as € ;« . 1 _ p t M pih l pfi 1 . { 2 p:g:f bill-; Ni 4 0 1 1 3 F I 3 2 28 yy2 p.§ 8;5 hp) h .8- h p U 3g . 8 h 1 $ g 17 g i `a3 t/1 h g a 1 W 8i h !3283 KO 88 8iln 1.':i Y h ?lib h g :p L hBY.8:q8,-.: 1g $ Ld 0 ti o 1 ' 1 $ g x fi $ sag € 11 1 €113 ! g ' as h fi is ui h ' e , [• g -,.-/ . e_ s , tip .Y $ ti cr 133 l ! & zh al tip fia iz g$d»i 5 aril)' fia 'p r` h f 1 t fi i ap _161 n' .g 1 II .i $:g .-h! .F .c .8111 . *Lill ofiag8 :lh a aait 2 .111 t:sg 4 MB , 2 SILT FENCE DETAILS PROTECTION AROUND INLETS mirms POST OPTIONS: OR SIMILAR STRUCTURES CONCRETE TYRO' OR 25' 8/6. D/A. MO, BLAMER DUARO OR STEEL MIS (BS/FTIM/9.1 CPT128A4 POST PQ;tTtONS SYNTRErK EINE 6' MAX. 7r76.1 i Br ®® a' SD1m a' sale M ( ' At7CH cm ATE NINTE FILTER FABRIC I* Q� /rcH fJ SOC. 840 P0/ WITN c .SEC. 8B5 FOOT SPEC) ; I ® ®.::. i S/ .. ( _l 1 7 t4 y, POST ANCHOR antis WITH 2 2 "X2"X4 EX+ST. GATX/N0 1 Pte/)• 2 x' STAKES PER SALE TYPICAL PARKING STALL MARKINGS raAR)5 Foy) MOTES: ELEVATKIN SEC TKMO 18 OF 6` *NEE 1. SILT FENCE TO BE PAO FOR WISER TIE CONTRACT UNIT POSE FOR I3 BARS EVENLY SPACED) 39 LF S7A6E0 S/LT FENCE Rf7, PN ITEM MA AN-I3 a. QYANT/TIES ARE APPROXIMATE. 1Y 20 I.F 6' 84/ITT 6' NICE tF k5 I 1 POST 2. DD NOT DEFSIW NY A MAMMER rRAr #NT FENCES WILL ACT AS A DM ACROSS RETURNS* PD11N4 HATER LOOSES. Stir FENCES ARE TO 11111111111101111M1111 2O LE a SIMP R CA100 BE USED AT UAW LOCATIONS AND TURBNNTF BARRIERS ARE TO BE R' RP. 007 • co:. SIGN CONRETE r BLUE �� >. USED AT PERYMEMT EAVES OF WATER. = _ 20 LE ��-11C'��=���tt= tt�tt•�+tt. 6' BLUE tt 11=1t =tt- tt=�t= tt =tt =ttWtt+ 2O tF _ c MN1E ` 12" STABILI1ATNAT HANDK AP PAVEMENT MARxN C (NM1N E) CONCRETE RIBBON CURB DETAIL Li i SEE FOOT INDEX N0. 11246 FOR DETAILS [:11 PAYER 2 1 MIN. TXKXNE55 Y DEWING SAND 2+ BO 5/MERLCC BASE? _ E 8433 CONPACTION, BAS ' DIMENSION IS 70 THE AAF/TO T41110 6 LF CENTERLINE OF THE STRIPE 6' TYPE B STABILIZATION 6' ANTE TOP. TYPICAL HANDICAP PARKING STALL MARKINGS 0 ~lilt a ASPHALT OVERL Y iti * +. weer tt = ttrztk (t (t TE (��"�}8 LIMEROCK BASE: r s , t � '�' } � SIDEWALK C PARKING LOT \,_./ 98SF TA1�ON, ∎_ 1 ' � " BRICK PAVER SECTION VIEW 4- 12` COMPACTED SUBGRADE, Ts 0 95% COMPACTION, TED AMINTO T -180, .41:70....2....2_1..,44x N. FBV 50 UNDER CURB CN LIMEROCK BASE ADDITIONAL DESIGN DETAILS 0.02 PARKING LOT PAVEMENT DESIGN DETAIL '45 : l ei ......."40"'W ,N STANDARDS FOR COOSTRK7ra AE PUiON/RB, DESIGN // r . 1 - 4.5.010 **40� f, NO EWE C WET 1a/CEX *0.2321 // �Af ► / / / / i; R N {' }• * MITERED (I/O SECTION NOV 1. THE EXISTING PARKING AREA TO REMAIN SHALL BE MILLED TYPE 0 ERAS rECEX M/. . AO. 2)31 3031 I 4 W I 1 AVG. DEPTH AND RESURFACED WITH T.5" `SP -12,5" ASPHALT OVERLAY, CURB TRANSITION UNDER NO.3001 CONCRETE AM/PER 6UAND INDEX NO. 300? 00? 9' i "�'N CURB RAMP INDEX NO.300 2. THE EXISTING PAVEMENT IS AN AVERAGE THICKNESS OF 1 0 " . THEREFORE. THE PAYEIENT STRIPING ONDEX NO. 07346) CONCRETE SIDEWALK DETAIL CONTRACTOR SHALL USE CAUTION TO PREVENT EXPOSING THE EXISTING BASE 5/AY5 C/N/ER NO. /7270017505/ DURING THE MILLING OPERATION. THE MILLING MACHINE SHALL BE ADJUSTED AS NECESSARY TO PREVENT EXPOSING THE BASE MATERIAL. RE615)005 O i& IM+UO x crrr ' OCOIS ISO* CENTER SITE IMPROVEMENT SHEET Ale ;,;;; �..��. . j ncr+v SITE DETAILS 3 PORN Q N.ILNUv'A1igMAkn RN rBN NM A.R7f.MCL , &WSW 9,21ST AY Fe//M'K'QE- 0.l)- C6V/N+i'XNNTRatNN PREFMNtl ATED SOW COMEUEMlD STEEL MOO T1L74177.47-71 1 41 NOLIAEDE i'r MEd tc 0.4.11r 4.E4E IIIIIO 71_ 1 ................................ . h p � L ow / I , ,. I wou■No• Amp PAIN ALL r ]�fK� 1- 11- 11- 11- 11- 11- 11- t4 -11 -11 MEN, • II: a`ft�i. �1 - :I =11=111 _�� �I �� 1� 1 . _ l vi a 0001S M/FD 1w ` I� -I�- CO MCIi L II if _ _ _ - "T_ via DJQa Il - ll - er121WE fCIM F der F EOM CM MN f.I � - .a. PItlClGll 11 F '_:; ".'�. • . - - - ". - mew, p.l.Ip /ae 04144 Ltl10 fM ••■ IEfM a t1. .D Wag r�1M1«iV AIL p 1.M aeLL "' ■ DUMPSTER ENCLOSURE AND BOLLARD - SECTION DUMPSTER ENCLOSURE DETAIL N.T.S. N.T.S. cream, cream, Ceelw eaume 6d P.d COP.TE ahY.h.r.7ypkil REESM t2rTOE Red I 100 Moen Poll i E'x 12 OA. • o i t.2rT.nRr 2e End or d +�Lw s'4P 4$$ C r E Pad •• I ' 28 End «OMt1d Pal K Ter.nl 4111111M03 4 I V et . . ;...v 2.675* OD. p le x 14 OA. I 1 ff YS �� e �..���J. j I 6.Mrlrer j . � 1 y of fie .... stir I 1 17a &a Re. 1 � I, � . J.-, I sa.o.ad _ i - ` - i . - — i i - - « 1 I 1.26' ._._. i >o I 12R BOEa11Rr� I 1 - ♦ I�j / ♦ ~, � � :- I Pod Foam, Mx � ■ ° a. • �`�� T nxM lbdl , 1 , P Z2r CaveYs • • C Hoak rn =:T .� \ R aK N. - - - - - - - . 28 Bd «C«nrPOd • Mai 1'd- TA= eels = � i I Baelalop Plan Deals Backstop Seetlon Death }pzl 4 F1aa No eoi /b code C h�w�. M1N End Post Details Ho Scab REY/5 /Oe5 nwd $MEET y anp�rs ` •� Q7Y cw ° ISON CENTER SITE IMPROVEMENT "° 7ffi PE PIE I RE N �zP7A.. sr ► '� - 7 oYiTr�AV SITE DETAILS 4 .1..NW MMAg AilkeW WWI a WW1. L.MIe.a .nave AN r:VsM.x 3-s'n w Twb.aa i 1 1 cc _,., � _ -__ =_ i J r =sue °= ° ----- - - - - - -- ------------_---- SORENSON LANE '°'— ' MoD. TYPE C I LET (\.. ROADSIDE DRAINAGE DITCH CH T - 0 RETENTION A I 1 DRA1 GE SWALE BASEBALL :ACKSTOP ) S: t kJ DUMPSTER © Fee! ' ASPHALT PARKING LOT _ i SPORTS PRACTICE FIELD 17 SPACES, 4 HANDICAP SPACES 1- / is ‹,—/— 7 It, f 4' CONC. SIDEWALK y f. CONC. BLOCK FLAG POLE ° ,'' V y a BUILDING N / ti I STORY CONC. BLOCK BUILDING SIGN r— I MOBILE UTILITY 1 TRAILER t ., R/W LINE \_ PROPERTY 1 LINE 't Al, — , REVISIONS W ,{ Tf R/ /A`$CRIP DATE RT ()f ION SHEE jnwood - � � err °F a°FE ISON CENTER SITE IMPROVEMENT N0 ' __. consubng engineers �• . _ , ENGINEERING ..i �D� , PE 70 odbn .e ; L — ■� r „ DIVISION EXISTING CONDITIONS 5 CAM.* mti.+.c..o, No 7074 P .0797. sem 6/8/202 .09.N, ,P.,r�,. .E�3�v�4P„�.0r. i III v.. aneguags g , _Amur arm.. m AP. i 2 ~a dem ... o `14.7,1101,..o. ■ e" ,,,..a. ,Ne Wm.41' ..4.,LL Pr I ammo maims wrga4P - ........ = ......... .,........= ..... ==.-...,====== ..... =..-_-_-_- tremor SORENSON ROAD , coca...CA owe Cs - (1,10 ==== - = :=== EMT. 502 CI . ... Z , E ...) C.• ITO M RENMEM MINIMML COMM PLUM WWIMIAL COMA POWS - , - -• - --•- rillti 915 =' •■•• hi,L I Illi Ir• liraiI=.111. - 1=M ff.: irE11::M li-Ld4.-.M I Millill_111AEL.:,f_M MILIIIIICZ I f C'. S, I I I c sg14.0 4... 1111 a l (3 0 EllEW7.7-2-1I1L-1,::!-M, EIM C7". - -...."T21 VC 7.1,7 _FM Ir_711111C f I e--..„ , A Amer r A = 2 S ,IA, R SNOW Dow ON MEM IICLI,I,111C.11, _ WM! IC.="l INL.=.7 I ■ (IVPJ EV WAII NEM POLE 4 amp MEIN C7..J../._ II, '1 NOM 11C____.• NE 1, ,..--• I e, ATYPA ■ cy . V WIRRAL - 1 MAN if.:2Tra ICI i a-a lc 7 Irl I . • 4 " 0 u .14 '''' 4 a = 0 0 : ,., .... r. NIETINC:. I_MICT.:::11 IF r.172.7 0 . a A , ''' MIMI IIC: li it A ICLAC 1_,=..1 MGM scr Win IC 7 I 1 ,. IWO' KKK VOSI. 2r ; I A 1 , 0 .: 110/MCI.: AILLi _1'1 W-MC__7" „IAIIII,'IZE. _ r. 0 . , V IMISIO StRAINA Uri MT - aDIIIE - LiTI - M If- M IC" 7±:f ill II CI u, - 4 - ...7 I ma= , - 4 ® l' gy , 4g • i ., t MEINE=.31gc:_c: oic • -- ior. iteroof MAW iier. - .• „ i l'.. MITilIME=AK I= sAl IICM Ic MEI ”FLkil -.. ECM .C.....-q111/"'" - r - A 1131111K7,7,2.0111C1:,.._ ...... '... J . MEMC::. ._f_1111111_1.C1_111 iff_MIcl . 14 NNW i • , --'.--..-- . Ii. .. "M 1611 AN. IIILANCT Allrf.., MUM 17.71,CZ MINIM NUM Irr,....T7BILD.L"T. - a IIIM •"1 Aa,.. ill 1 . •,1 . ,, - . -- ,, War ■., V 1 A 7.41*:.: - . , . W1111111C VA gEI.. AI MIMI IC IlL kr wore "4 , • ....iiii.; 1 , • , 0 `,,, - 4 ' ...::Fililf-,' _.--- IffillIfIL a : ' 1 WIIMC lu 'Mic ' ' dir . 111 Iff C"..7" : i , „ .; ,',, , -.■• - ,' '' - ' - . 1 ' ='. 4 '.., , . - .meoP.44.: - .A.-e- - „,,,,, .. - % - 3 ' . `ii 0 AUMC Iff...7:2'MNICI.,.7_12 1 ,,,, -'4 ,, ,f,t1^ ..,' '-'' -:. , ' f --,-'';,'• ,.. i''''''',V•ir 2'. .,.; ' ,. 1.. 4,, T.r.„ _ '., , , , 00loo.$4.,, a..:, 0 1 mg fallIC If 7 NAM C ,71:111[1:,_ Ng M Ic • LI WEAN IC NE=1.7 ,....)•- r': ' ,-,f,"01"... - mr imimir_ zE=Amcf,ris ,:_j - , ' 2 -lige: m ,,; ,.,. - . dir 0 • on !sa l:Web o /N.A. K-:- •F-L---a7m ELAM IC77 MR 111 :•,, Ur ,;,.,, ^.„,,.. €Pre „ „ ... pita -.1 -, :6.1., _ W1M C - -aw-r....:!:. IKIMIC1.717111 V ti o n - e saws; ,,,,, ,,,s. pi ,,, .. , ip, P .-; , i,...-N p :A M.31111CLInza■ Mr MI 11C G:.. t I I-1 -." . p.m . .4- 11 II C c., 0 coranCONC.00/5117/ A40 ,Ii . wfigginfilm: AmlomlW=M=_ ' IND MONNE OW MUM 0 WEI a MIEMC-_,_A_UEINE1.-,:i.em m air -,7111V-1.-.,-1-41 Alf 'W_.:2,7111W..•_,E.A EV:M111C P All M r a 11 ,.„.. Wit IV -: EAMMT.,...."!AIIVE-1...,,Tn• W2MC7.. 17 1E7 1 1C - 1, - MillIta.:Till 1■■•IMIINNI 1 iiiii --) , " . h . 3 M-IIINC2.7MI.,_ 111•11MIIMMM 1 ■Of te, ; V OWED SIORNAM I e I S: PAMOSED SM t , ilin,;;;E,4* . illE . 1 (_,. - Fiats trot . 4. I KEE SW flEtws. ' '.%-.41011111.1•10.....-iirr* in ON veer a ,,,, •• Q FamInumPium • 1 E. / / , 0 , ‘ , CMS IMMI PAIN nee ' • ;=.1iimeti...aiiiinir \ orar . , E067. WEAVER MEE OEM a. smorr oa , ! _ mr , rr Hu xrut Go WET mi"N 4 -. _ ,._:)...._____....L.ror He WW O Mra A EINShbropm I e. WIEN EWA. NOTION M COW VMS sAr AC Maar treP.,-. , I ' I ; / j-ii Li r - - -1 LEGEND i - (1) m AMOS OF MUM II MSIMFOOM I 1 1- — 1 I r - , 1 ,- - - -."- - -...` '-....--112. 'AA.' - — r 1 l:=1 L..... MOM VONNSW _ [ w . WOE - i -L - - '14. 44 441 ____, . r __ LOT MI I LPT 43 IW W i ka .. PG. . I I LOT fol 1 eass PAWNS I III 1111 4111 1 111 I ill :ill 11111 0 WOW or PAWNS "was NI, 1N'r INN INN . REVISIONS II OAVF M HEXIIPTOI DArE Kr nisrFertas - SHEET ISON CENTER SITE IMPROVEMENT No. 0019 - 4 1 , ENGINEERING ON•40.0mn, PE CCneUltZlEarevenfMata LI --.-- - ...4 GIIISKAN SITE PLAN 6 PENWIII00 I I I I CWINWMNAMWWW7074 27$7L swarm WW2 Am P,AProlsWOCE-003-05v*AmPunlootam I 1 Pop .a 4. } t . 1 - - -- - - ` } i J SG2ENSQY ROAD J - - -4 --- -- - I tar I C _ _� 5 P 9 a OF II '! - [L+ —b - M R - _ -_ f Sy - r : 1 EON L . tax tar '4_1 '" • L O�� r ,l1p�� t S� 7:1. - - - - � Et lI.EO S. 0.tr 0JR O.Q IN UoaY Lu'�.l� ar ■ O. , I ( or Lax • t (( or ,ar - ._ , a .•• ILI% ,:; r rs a Ptc 2,,. - i ii,....- ® rJ[J¢N • I , o alp • - m ' ' E" a DAY a f k . LEGEND I .. . .. 15.; -. ^�, i A ` "; 4. ,- ' . - • ` L � - - _ + ■ Q Non Of 04Li & KSINKK all. - �. } :.."; u" i • .! ' ' d h ' °<' .'t .». .'•' - ■. 11141 .' • LINTS ar ron,c au.o.o cs..s o. L L,aor . I /. 7 for & ET.5 Wit PAM ST 1 �- ,' I i \ N"• I 1 / . , ■ Em snr9lrt Me' Mtn ErEa SEE *![ t F01 EPfJ, 1.^IT1♦ - l _ l!r In azz \I 1 0 f lo ]/ 1- ' _ © / IF) T. ■ [ISMS i!1170 C mar assr.rr WS =OO a C INEr MTN& 4P1113.0 L rdr. LJ S rrgr auras [ + 4T. � LORTM/d d0l•O IITNK soma dat9LI5 ,,1� �"$�" I Sk iI14° .1' [9EwTlu6 EWE E1,111 FL l09 w[ r EL. Latr I f i I-'-'I ■ IE. ECHLIN L. IL ltt0 g I, // / I .. FL WA N. FL ELM - - - ; T � 1 ■ S r _ - 1 3 L:_ © ! • C06r.F00r rn! C T 0IST.FmT mF r t., ,,, .., , 1 i. ":s ICRTNINS 15671•540 WPM) ISSITEZE 1 ......DADA � _ _ _ - — gem _ .... . 4. F ld/ N3.10 NO C'!fl G?1�FJ I - r - � n ___ r - t r - - -1 I�1 — s:iiio .a +w I I 'III ICt r ' � 4� t F � �..o ; EI a.. C� EE+ a, v � in, 9. Gi :Ii G {I I !i REVISIONS CHIP q aKCRIprtY DATE Re JFSCRIPTav - SHEEP arr BWf�VV �{gie�� 'SON CENTER SITE IMPROVEMENT N0 o..O. OM. PE OOr > ." :otcal LY . —� DIVISION GRADING PLAN 7 PEN& ofite NINA MI. 32701 , _ I .CNai.Y4 A1MNMon N&i0T& POPINr OE I SlNrso,r 9G9J9 AN T:Mn).POCE- 1125.05"el.O PLOAD 0/ I up I 11:01iSi°1::::::::::::::::::::::MISS::::::2 N I ®D® ki ; li f l i a Id 77177MEE1117:177D177V lb 4 i,, Pii 1 ii i 1111 :::::: :Di :90hh000.II : 000110.1 Is { —14 71/■ — ADAIR STREET Y,. i -T r a. . s. a• ..— — I . s. _ $ 1] il e pl e I ji liftAt irillI OK i : il il e e d al „ R t' > le 11 rl OP l i 0 ��iirl hl \ \ I I E, A ilili a rh to , t i d � r' r icy � I ,' l 1 I -r-Nattli IjrkTPA■11 --ii E _ � �' jl; 46 a s k O i s " x s6 Iry k -3 y .3i 0 ., .y ?II �`i . � \ 0 T -rat 1 . ... 1. \ \ \\ u Ili Ai S' s' VAR ES A' S' SOD too SEE a euEN SOD 900 '-- aAE - -- – - - -- — -- -- - -- - - 4NNN�NNEp I o� F iiren F . It 3 3 A SORENSON ROAD „o "D 1 =-_-_ 1 -___m' a • • ,�, '° It _ Na { I rT0 _ __ — ------ _ - - < J - _ _ - S 11 _ - _ _ EL. . _ SECTION A -A 1 1 r . 1 N.� i i 5' •NIES s' 1 1 a' Jr D' B 1 , - 5' _ MKT. NI9S E NNLr M ' SOD SOD 4[D • MNSN SOD AID P oKjErw� a NSET 990 I I 7 7 L '�SD"i n E 1 �, B I +A _, a 0 - __7��� 4r m • qmE d l Y M Ar PIPE r/w alr. S. p� ■ M L f N .] � 6 p . � f roKAt a SEED s WAD, oaO a aaD NC AST BOD ' a Him 8 SECTION B -B a '" ILLS. W ® I. M SerER IMF"' MP 0 SUMO tallilleim , EL. MP OF SOMCME W ,� Et M X Eb ivm tr I 1 �! a — 4 _� ' Irmo. i / •rar ( 1 ----- IMI MIMMIIII 1 1.11E //�� as \ l 1gAD mTTOY OFL4 0 -', 1 = ' " j - (L iLao Dp�T 1 ° 1 os Cd r[. b f '- >m Oe SrD -QiENr _ / f SS aONCE7E wfw a ELiS 1/7170N N r , as aaarera D n. vs A SECTION C-C SnoCr V sonar SECTION D-D N.r$. rOD r015ONT.aa COMIC MN'TS E� T C II ®II C WS= __ aCn ni`� ® Sale F.M v W- r.>. t tm C'=1W nz>t E3� CQNST. NOD. FOOT TYPE C INLET .� Oh Saww SaM An Tle• VC L1 "2.7t3= tl•C �JW - 3J MI• EASTING 484756J2 r. ERaenMuA • Me 14 ©C�.3.7 'C...1.1_ � NORTHING 1541887.08 _ _ !• L.N r E Ilk, , Y t /GrKrMr !>•C =.2.77 Cam ?L- 21 Er= GRATE EL. 61.50 D '4 Femme,. me.. Or WEIR EL. +66.50 or Ewa,. Ht A re EN MIN W. FL 163.46 PLAN VIEW A¢MMp r• • 75* TM z *. ,, rer'* RoomooWae• RNWne Pee S e Nr A 11 .7.S. REVISIONS BV �GMe°TIOV DATE Of �SO4NTgN SHEET DATE SNOINEBRING 0. � nwood . � ` ... OF 000113 ISON CENTER SITE IMPROVEMENT AO. i le .-- DIVISION POND DETAILS 9 9ENA M•03 Qua Maim Mere* C/A+MRNekoPIA KM •enonAwaI 6I1/E0rt 9,0915! A9 ',Pr./NtrCIX- COS-015Mals'Fa.NIRDwAOr 1 1 1 1 1 I T r I I ( 1 1 .........•- -- 77;1::':1611EnraF li B C A i! • _ i z bb I f d Co O * P P c'7— �� O t� /a � pn 4, r - - -- — — ,� -- = ca - � P c� o � �` ao „ar v ~Kt s�wr IVP OP ~WE WIZ 11 A EL 6 111 __/ „...A WAX ¢war *, — 7.0/ 10 ' 8 - sw ro r ar 3 FL EL. er k1-” �-- ` FL EL. euo Pim S.er s em per SECTION A -A It./..S. PROPOSED r OMO Jr SIX, 11 /.IOKall PROVENr NG4YA W iest tr 5413 Ngbtt9 ~AV f+MKS S WY. WWII YAWS rek. ONES r w. air AMIE SOW 4, sso per SZ. 0.140 set SECTION 8-8 SECTION C-C ".TS. R•rS. REVISIONS SHEET 0ra:�w�r..:ru �nr. e1r:���x: ru /�u/VHV ,, " �� �'^+► CITY OP ISON CENTER SITE IMPROVEMENT M °. twat aAm +E l'n t e ::** 1 - n DIMON DRAINAGE SWALE DETAJLS so RNW.FrOS o�wwn"re�amae awk.kRQyF.ANeNoMI • ,4r..rIANS 6Y(RY/r 9Nt"."t rMro(artorE-o2] -05,v ~WPRORO6" Y-P • 6d` P.O Precast Roof COn¢.h Cap ll Bond Bea ve, iS Reba ... X 10•NB1a Cast AFnanum9W.lo' r 9p WMMWCrlAampmLMMMny (P.Mrw Font) I.e.. nom Dem. Inc. FF� V.Iae C LW AMrwrwn Krbdan , 14, S 0%1' § 6 ...Cast Abnaam LaWmfl (Rib Deep F,.) Deep len.. from Oemnr. Inc PA 1 1, OL Oanyal Ile. 5 ISON CENTER The Is v [...w.tlwrroonb vs Ow* roof. be. Tn. ores 'H/. N HG.` e m..aat.Anea.n eb t r iY 5 SSY..... .. 0 1I .sonammo. are... rea t.e Mom me P... ... on. rr.. TN O; Ca.a.ae wsy tee m.wwn a an.aadnenamw mayo. .wwer.s .el. 1'd' van w ypwaap on°¢r..e feduar. . rya) bat *eclat sex me >, De .exrcF'6een150..3.15'ana...5701' Mwrw be a.a...aMa a ! i Cron Bp S Doc, • LIO • . a.m. w.e.mm A4ust *awls .¢e..I b ..nth. , .., anre , se Dew, timer LgMxnp, meal ca *el en¢a • et.. mange re We.* wnewbur .....a...9..........3 F red sN Rowsa!LeWrry -........ a pm ..r¢ee.aw....aaw.aao a.. to a �w . :rte appro. T. we wrrre.we. (1... �r..eenaM...... ¢ WM... 4A a am..sd m. .en W.WYb.e....er.lnl¢n. Tn. adm.n a am..nal i tl. m.. el ac......Pae. ' a 05`z TraSV. Cnnflsab$L.Wr O S Canna., rte. mom P.m pa.. me re maawan am uneven atl.w.ea . 106. 4 Sgn Boad wU Door. Msn LgMmp, p.m..eP..wa .. P.m..p.. ..p¢r b.nawe. ar,d 5¢Rena.!Lenemfl Mat.. aMaaaa.bmawnwwsbm. Marmara lbw of beyond. m.. tn. iw'aw.awbuAaq ne.ebM mn[W.a wtl. Flwd. flnia.a Can. 9/L eV WCSSRebwbPO,etl e.tT 9// • .l r.6 kcal '2t* 59:4 kMW6 - Gtl 14004 1RbWn 9.G 1 701 raid. Cast Alunrwm LAX.. (Robison Deep P.) Dee r Le... rrem carer Len Yd a V/S' Precrt Con.. Capstone. -! OR 69 Y 's IT ° ^ 4551' B. Bar from Commie Isla /�. s � 1 it , 4 R . -21, Standard Block � I — . 5t 11.0 13'.0 Concrete FOOlm. ` - ( S•Thxl min OM Reber 11 0.C. .t I ( )H %i, FMgn Grade _ „ i 1 I I9//� a L _ _�f..vk , -.Tell a__..... ....»�,..,,,,,..._++.r w. • �� 6 z 17•0 Concrete F.er. 4''$, j ", _ 1S0' 6 Tdd AM a Rabat 11 Standard Brick \'. ,Z4- rP Q r-0• 13, _ so Section A Elevation Mote: Concrete block types Mo.n are na .wad o,y. W. Tr a 5Y.' LWnpe.EM Le. Soon toad.. Sem. Sy.ww News Conlon., m.5 n.e AM Oan aefredfrp, noes, altl Door, IMrkr LI I ,9. and S¢ Rona.e•L.Ie.. fralamer beta et order to acme. re... aro.u.. Precnl C,.nl.CaW,. Nw Can¢etecapMro momenta., NO.n.rat mandatory Door, x..b .14ar, II Yd• w.p.m. am. b.eNe.we. ....n. w N § - b cacao C .r b...., Make sneak. M C.a. romp.. era pauM 1 imnn ba.*to M..btle..p.... . 6d• ,'d• 6.1' 1'd' 11 ..... .. W ....lamb 15 I 1 earanp. ..11... b 1 d' ?.Z4. 2 � ; 4 L L' / e:.L ill q� 4 t'4 14. FAI A GC � .,' 1'd SO infaeground Mad from pa. al W. ...nos lo. ,. -�, ' ._. - ^ 7 . e_. . a..` 7 i— . _ _! a ...wwb ........ w . : i>� i /. WAkreA ' / WA �6 i r ' 4 Et//i - .P..,w,ew.bWa.MdN.n.eaa.. as Re In Poured Day 755 ., re z 5'.16' EN. (Nemm.l dnrnsnw.) 1.15. ., mm..Nm..iA..ama b M rw a.enaa Y.W.. C.i 6enaws b..a xi.nrran r, r, 16 DM. Da111M 4 Bbck Moms. Dn...) *or i.rcron. w d.e�.X.. e• a rm. II S. c¢a..er r. ....e an Mon. \ Yamm orame WM. Manestram pox to awns. sham ..pre. Section B Section C P.P.rm on ev,laolz cp ,SO Nod' obr. B �.te.ray s511517 BBr I B Jea A. t nlW . A1CP Ison Center Sign _. nfr Lekrbore Dr. General Plan Of Construction — 11 lea Pers. on • � .Yrf Ocw..FbW 1,154 BY .lob N.. 355051, the Ono Parks RarW.n Department 107 M. $cylp. l• a ,'-0 • Fie 18011 C.., Sg Bq Pbns.vad b C rater of Good z- Mayor tl Commissioners S. Scott Vandergrift k. ,, r. Gary Hood, District 1 ) Rosemary Wilsen, District 2 City Manager Rusty Johnson, District 3 Robert Frank Y '' fr Joel Keller, District 4 ` — Florida June 19, 2012 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS This addendum shall modify and become a part of the original bid documents for the Ison Center civil improvements Project. This addendum consists of thirty (30) pages, including the attached geotechnical report and revised plans. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Amendments to the plans /specifications and bid items are as follows: 1. A geotechnical investigation of site soil conditions has been completed. The June 7, 2012, report from Universal Engineering Sciences is attached. Slight changes were made to the final grading contours and to structure elevations as a result of this report. This report is available as a .pdf file on Demandstar. 2. A new set of Drawings has been produced and should be used to develop bids. The revised Drawings are attached. In addition to the changes resulting from the geotechnical investigation, other notable changes are described in the following paragraphs. The revised drawings are available as a .pdf file on Demandstar. 3. Bid Item 526 -1 -2 (Pavers, Architectural, Sidewalk) includes the cost of a bounding concrete ribbon curb for those portions of the patio perimeter not bounded by the low wall. Ignore the concrete ribbon curb detail shown on Sheet 3 of the Drawings. The requirements for the ribbon curb are given in Exhibit A of the Bid Documents. (See Measurement and Payment, Section 5(y).) The following sketch further clarifies the orientation of the ribbon curb along the patio perimeter. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org 1" Bedding Sand ;_ Y Perimeter Wall 4" 1-imerock Base 1 _ = =ate 8 "x6" Ribbon Curb Paver Patio Rebar N / v;_g / 1111111111111•••••••1111111111 ammiNa■ nos ■ ,,���e ����������� R 1 =,„ Soil 6" Stabilized Soil 4. Bid Item 25 (Dumpster Enclosure) includes two doors. The diagonal bracing shown for these doors in Dumpster Enclosure Detail on Sheet 4 of the Drawings should go on the inside of the doors and may be omitted depending on the Contractor providing an alternative mans for door stiffening. Each door is to include a drop rod and recessed openings to allow the drop rod to hold the door in the open and closed positions. A lockable hasp should be mounted high on the doors to help hold them in a vertical position when closed. The erroneous note referenced in the Measurement and Payment Section of Exhibit A regarding the need "to match pavilions and concession stand" has been removed from the Drawings. 5. Plans for the brick street sign under Bid Item 699 -1 have been added to the Drawings as Sheet 11. 6. Footers required to install the pavilion listed under Bid Item 460 -6 and any other requirements to complete the work are to be included in the price for this item. 7. Bid Item 425 -10 (Building Runoff Collection & Conveyance System) requires connection of only those downspouts that put water within the area of the new patio. Note that the Drawings may not fully indicate the location of these downspouts. 00, l .°'ce T. iert, CPPB Purchasing Agent B12-06 Addendum 1 2 LOCATIONS: lip • UNIVERSAL • Daytona Beach ENGINEERING SCIENCES • Fort Myers • Gabe Pierce 116410 Consultants In: Geotechnical Engineering • Environmental Sciences • Gainesville Geophysical Services • Construction Materials Testing • Threshold Inspection • Jacksonville Building Inspection • Plan Review • Building Code Administration • Kissimmee • Leesburg • Miami June 7 2012 • Ocala • Orlando (Headquarters) • Palm Coast • Panama City City of Ocoee • Pensacola 150 N. Lakeshore Drive • Rockledge • Sarasota Ocoee, Florida 34761 • Tampa • West Palm Beach Attention: Mr. Al Butler, P.E. Reference: Limited Geotechnical Exploration Ison Center — Proposed Detention Pond Adair Street & Sorenson Road Ocoee, Orange County, Florida UES Project No. 0130.1200109.0000 UES Report No. 967845 Dear Mr. Butler: • At the request of Mr. Derek Dean, P.E., with Inwood Consulting Engineers, Universal Engineering Sciences, Inc. (Universal) has performed a limited geotechnical exploration at the above referenced site in Orange County, Florida. The scope of our exploration was planned in conjunction with and authorized by you. 1.0 PURPOSE Universal understands from information provided by Mr. Dean that the proposed project will consist of a proposed dry detention pond to handle stormwater runoff associated with the Ison Center located southeast of the intersection of Adair Street and Sorenson Road in Ocoee, Orange County, Florida. The location of the site is presented in Appendix A. We have been provided with a site plan showing the location and configuration of the proposed pond. As part of our exploration, we have performed soil borings within the pond footprint to identify the subsurface conditions and to provide design parameters in support of the drawdown /recovery analysis. 3532 Maggie Blvd. • Orlando, Florida 32811 • (407) 423 -0504 • Fax (407) 423 -3106 www.UniversalEngineering.com 'son Center— Proposed Pond UES Project No. 0130.1200109.0000 Ocoee, Orange County, FL UES Report No. 967845 2.0 FIELD AND LABORATORY EXPLORATION The subsurface conditions at the proposed pond were explored with a total of two (2) SPT soil borings advanced to depths of 20 feet each below existing ground surface. The locations of these soil borings (designated as B -1 and B -2) are presented in Appendix B -1: Boring Location Plan. Universal located the test borings by using the provided site plans and measuring from existing on -site landmarks shown on the site plan. Since the boring locations were not surveyed by a professional surveyor, the indicated locations need to be considered approximate. Sealed bag samples of the soils encountered will be held in our laboratory for your inspection for 60 days unless we are notified otherwise. We selected representative soil samples from the borings for laboratory testing consisting of wash No. 200 sieve determinations, moisture content determinations and constant head permeabilities. We performed these tests to aid in classifying the soils and to help to evaluate the general engineering and permeability characteristics of the soils. See Appendix B -2: Boring Logs for further data and explanations. 3.0 SUBSURFACE CONDITIONS The results of our field exploration and laboratory analysis, together with pertinent information obtained from the borings, such as soil profiles, and groundwater levels are " shown on the boring logs included in Appendix B. The soil profiles were prepared from field Togs after the recovered soil samples were examined by a Geotechnical Engineer. The stratification lines shown on the boring logs represent the approximate boundaries between soil types, and may not depict exact subsurface soil conditions. The actual soil boundaries may be more transitional than depicted. A generalized profile of the soils encountered at our boring locations is presented below in Table 1. For detailed soil profiles, please refer to the attached boring logs. TABLE 1: GENERALIZED SOIL PROFILE ��,���ia�°� � L -'- � -�`� } YAK. � � Y Surface 20* Very loose to dense fine SAND [SP] and SAND with silt [SP -SM] * denotes maximum termination depth of the borings Groundwater table was not encountered to the depth of termination of these borings. We estimate the normal seasonal high groundwater table to form at a depth greater than 10 feet below existing grade at our boring locations as shown in the boring logs. Page 2 of 5 tson Center — Proposed Pond UES Project No. 0130.1200109.0000 Ocoee, Orange County, FL UES Report No. 967845 4.0 STORMWATER MANAGEMENT POND DESIGN PARAMETERS We understand that one proposed stormwater pond will be designed to manage stormwater runoff for this project. Two (2) SPT borings (B -1 and B -2) were performed in the pond footprint to verify the subsurface conditions. See the attached Boring Location Plan in Appendix B. Our recommended groundwater parameters for pond design are summarized in Table 2. TABLE 2: STORMWATER MANAGEMENT POND DESIGN PARAMETERS t Relevant Boring Logs B -1 and B -2 Recommended tillable porosity for mobilized surficial aquifer ( %) 25 Estimated normal seasonal High groundwater table depth (ft)* > 10 Depth to base of mobilized surficial aquifer(ft)* 15 Estimated Horizontal Saturated Hydraulic Conductivity for surficial 25 aquifer (ft/day) ** Estimated Vertical Unsaturated Hydraulic Conductivity for surficial 16.7 aquifer (ft/day) ** * Denotes depths from existing grades at boring locations. ** Values do not include factor of safety It is our understanding that the information contained above will be used to carry out the drawdown / recovery analysis for the pond. Appropriate factors of safety need to be incorporated into the hydraulic conductivity values during the analysis. 5.0 RECOMMENDATIONS FOR CONSTRUCTION OF DRY POND We recommend that normal, good practice site preparation techniques be employed during the excavation and construction of the proposed stormwater management areas. These procedures include: stripping the site of vegetation and removal of any remaining root and organic matter and the rough grading of the retention pond area. A more detailed synopsis of this work is as follows: 1. Strip the proposed pond limits of all grass, roots, topsoil or other deleterious organic matter, within and 10 feet beyond the perimeter of the proposed retention pond area. Expect clearing and grubbing to depths of 12- inches. Deeper clearing and grubbing depths may be encountered in more heavily vegetated areas, or where major root systems are present. • 2. Excavate and rough grade the proposed ponds by under - excavating the pond bottom and side slopes. Initial excavation should be performed to within approximately 12 inches of final side and bottom grade. Page 3 of 5 !son Center— Proposed Pond UES Protect No. 0130.1200109.0000 Ocoee, Orange County, FL UES Report No. 967845 3. For dry ponds, if deposits of Tess permeable silty or clayey sands are encountered during pond excavation that were not indicated by the test borings, the full extent of these soils within the pond footprint and perimeter should be excavated and replaced with free - draining clean sands. If the less permeable soils extend to deeper depths that make it Impractical to be excavated, the use of underdrains shall be investigated. 4. We also recommend that excavation and replacement of any low permeability soils or the installation of underdrains be performed under the full -time observation of a Universal Engineering Sciences engineer or his representative. Full -time observation of the excavation and replacement activities will allow us to confirm the positive removal of lower permeability soils and conformance with the design assumptions. The majority of the upper sands to be excavated during basin construction should be suitable for use as replacement for Tess permeable soils, however, we recommend that any replacement soils be tested to confirm that they will provide a permeability rate equal or greater than that used in the infiltration evaluation. 5. Provide siltation control measures throughout the contributing drainage area during basin construction and until the pond sides has been stabilized by final sodding and planting and until roadway paving has been completed. Siltation control measures include, but are not limited to: usage of silt screens around the perimeter of the proposed pond, construction of temporary ditch blocks in roadway and utility construction areas and hay -bale barrier filtration blocks around stormwater catch basins. 6. Following stabilization of the contributing drainage area, perform final grading of the basins to dimensions and elevations specified in the project plans. During final excavation and grading, any excess soil or other undesirable materials should be removed. Undesirable materials include organic materials, silts, clays, or other accumulated soil fines which may prevent proper infiltration. Additionally, care should be exercised during final grading and excavation to prevent mixing of any accumulated soil fines with clean native soils and /or the replacement backfill. 7. During basin construction, care should be exercised to minimize compaction of near - surface and subsurface soils within the interior of the proposed stormwater management areas. Final grading within the pond should be performed using lighter weight construction equipment where possible. 8. Following final grading, the bottoms of the stormwater management areas should be deeply scarified using a root rake or other suitable device to assure maximum infiltration. For dry ponds, we do not recommend sodding the pond bottom. 9. The stormwater management area bottoms and side slopes should be stabilized according to applicable Water Management District and City guidelines. Page 4 of 5 /son Center — Proposed Pond UES Project No. 0130.1200109.0000 Ocoee, Orange County, FL UES Report No. 967845 10. Please note that the pond berm backfill must be placed in thin lifts of 12- inches and each lift must be compacted to 95% Modified Proctor maximum dry density. Compliance test for compaction must be conducted at a frequency of one test per 12 -inch lift for every 200 lineal feet of the pond berm perimeter. 6.0 LIMITATIONS Please note that this letter report is based on a limited exploration program. The information submitted in this report is based on data obtained from the soil borings performed at the locations indicated on the boring plan. Universal is not responsible for the interpretations and conclusions made by others concerning the subsurface conditions at this site. This report does not reflect any variations which may occur within unexplored areas of the site or below the termination depth of the borings. The boring locations are approximate and the groundwater table depths are shown from existing grades. 7.0 CLOSURE We appreciate the opportunity to have worked with you on this project and look forward to a continued association. Please do not hesitate to contact us if you should have any questions, or if we may further assist you as your plans proceed. Respectfully submitted, UNIVERSAL ENGINEERINC INC. Certificate of Authorizatiort;No.` . ,. Aram angasWarny.,,.M.S., P.E. Date: O6• Z©/ Senior Project Managt-n i :. , - P.E. No. 65677 �,"'' Xc: Derek Dean, P.E., Inwood Consulting Engineers APPENDIX A: USGS Location Map APPENDIX B: Boring Location Plan Boring Logs Key to Boring Logs Sheet APPENDIX C: ASFE Document Constraints and Restrictions Page 5 of 5 _ f APPENDIX A ► I "4----,1; ! \ --....--, --„.. j „..„..-.,\ 1,(,,,,_ ) ,,,,' , ,„_. , , 1 , 4(104 — !os It , t . . I 22 \-i. j i( ---...- .--\ )) - p ;-7:N 1 ‘ 0 ., \ s- ----.1 \ lig-,/ .--'2' 1��. %� — _ } _ -_ � _ _ _ ∎ „.. ' • BM ; 3 4: • 0.l b � (te r ■ '. sue. \*. -•..` �� -. I „ - II _ �,- '! \ u. �� -_• - l '.� s ' \,‘ t ....... T , . goo ��� -� 0� ,./. 4:4____.„...„.___ _ I , ��` �' I (_ R L � l S 11' ��.'= c--- ! \\ •, , 1_ C , cs. l 4— \lZiri...Yr. •..' L, 4:--. • ' : ril • / mil \_ • , 4 } :'3.. ' _A 41 9 51 a � � '.• ` . �' ), � p f -- �..r _ Y '. f 94� t5 , , Io.. l •• i• \ - r'.• -. __.,, ' J4 1 c . • • 1 II �__° a � ~\ \ 4:: a i F: C t . �APPROX. SITE LOCA ` ION j • - I �` it •. , i _ �.. , .f � II 1 " , ` l • y OA n 1 1. I f — -- ' • �, Peaelt Lae ;Y 1; 1- ' %) ..,„ • V 1 / —f \ 1, % I • .,• �r�caz: tea. lj3 �s ' c - j - • 45 f ' t _ 7 1 4 31 1 1-. .•_ ' - - ; i f :.I�b ee rP r o . 1 �� a 1),\'' I - ..: • •, 1 \....... ` - Trailer., *1lt x x 7 .' ,■. - -. 1 .: 'Park ,,-, ti` 1 • - • '., %i'1 a ; I 1 c : /'Y1 1 \',4\,s, - \ .. n \ 1 2000 ` , r v r ' 1� -- { \, 0 20 Y • \ \ A T1 SCALE (FT.) r �... , G... If P OF \ # 4 =wy SOURCE: USGS QUADRANLE MA "WINTER GARDEN, FLORIDA ". r ORATION ISON CENTER LIMITED GE - PROPOSED TECHNICAL DETENTION EXPLO POND S O T & SORENSON AD `� OCOEE , ORANG TR E COUNTY, FLORIDA OR SITE LOCATION MAP .0 UNIVERSAL DRAWN BY: R.K.S. DATE: 6 5 -12 I CHECKED BY: A.V.R. DATE: 8.7 12 4 ENGINEERING SCIENCES cv SCALE: AS SHOWN PROJECT NO: 0130.1200109.0000 I REPORT NO: 967845 PAGE NO: A-1 _ -- 1 APPENDIX B { 1 i ■ : 1 . a < 5. ' 1� Tii:.__' - _ ._ -- _- __ . . _ rti`elilmt3f.asdrrpiGfr.r -u� rxisaretis aeomo ea.mmea'raw tI ` tar – _ -- � $ SORENSON ROAD ; - j 1 I l t ,ST . = 11 C� GO - . .. p !!.- pee -. -m , . • /'!Vt I 1 ! � RR ~" r , tot e • { 1 ,� ( is ds iF1�11Yi A BA ` NW $ $ $ 1 4 Sou S� li7„ I — - i '�► o 1 I E)1, r « az t Mr Mt I I � � `" S S s s SOP 1 i r , / L MS • SIT OdQIGK ras Rat � ,.. 4 N y .. I r s 1 , auw t l �r, \I l 1 ..y I ' m *! y . \, -z.-',-.=.:-"././ ra k i - . - - _ - 1 If' , 0 , , 1 1 • .1:11:,f j __Li. i il .;„ .- h` t,I I,� ... ! P. «rs 1u \4 .� r �„ I I- '' S — = � — . JJ Lam _ I OD L,ti I i ll I µ 7&1(! M tat NI `�, 1Ap �[ 1' WIN 1111 tote II 1 1 111 II II I II II It / 1 I N :III I\ki LEGEND . APPROX. STANDARD PENETRATION TEST BORING LOCATION (SPT) BORINGS PERFORMED 6/4/12 N 0 60 I I THIS DRAWING CREATED USING PLAN PROVIDED BY CLIENT. SCALE (FT.) LIMITED GEOTECHNICAL EXPLORATION ISON CENTER - PROPOSED DETENTION POND „ ADAIR STREET & SORENSON ROAD ‘410 OCOEE, ORANGE COUNTY, FLORIDA 5 UNIVERSAL BORING LOCATION PLAN co N ENGINEERING SCIENCES DRAWN BY: R.K.S. DATE: 6 -5 -12 I CHECKED BY: A.V.R. DATE: 6 - 7.12 ` SCALE: AS SHOWN PROJECT NO: 0130.1200109.0000 I REPORT NO: 887845 PAGE NO: 13-2 R P . UNIVERSAL ENGINEERING SCIENCES PROJECTIVO.: 0130.1200109.0000 • BORING LOG REPORT NO.: 967845 PAGE: B -2.1 PROJECT: LIMITED GEOTECHNICAL EXPLORATION BORING I.D.: B -1 SHEET: 1 of 1 ISON CENTER - PROP. DETENTION POND, ADAIR ST. & SORENSON RD. SECTION: TOWNSHIP: RANGE: OCOEE, ORANGE COUNTY, FLORIDA CLIENT: CITY OF OCOEE G.S. ELEVATION (ft): N.S. DATE STARTED: 6/4/12 LOCATION: SEE BORING LOCATION PLAN WATER TABLE (f1): N.E. DATE FINISHED: 6/4/12 REMARKS: SHGWT = SEASONAL HIGH GROUNDWATER TABLE, N.S. = NOT DATE OF READING: 6/4/12 DRILLED BY: ORL -DP/KB SURVEYED, N.E. = NOT ENCOUNTERED EST. SHGWT (ft): > 10.0 TYPE OF SAMPLING: ASTM D 1686 - S S - A BLOWS N Y ATTERBERG K ORG DEPTH M PER 6" BLOWS W,T. M -200 MC LIMITS DESCRIPTION (FT/ CONT (FT.) L INCREMENT / FT 0 (GA) ( %) LL PI DAY) (%) E L 0 Loose brown gray fine SAND [SP) -- very light brown X 3 -3 -2 5 X -- very loose / \ 3 -2 -2 4 5—X . 5 2 2 -2 -2 4 _X -- brown 3 -2 -2 4 x -- loose 2 4 42.2 / \ 3 -2 -3 5 _X 2-3-3 3- 3 6 1 3 -- medium dense, dark brown 15 X 9 -8 -10 18 3 8 -- dense, light gray brown X 24 -23 -21 44 20 BORING TERMINATED AT 20.0 FT. • a 0 - • of m m 25 —... I I RIP UNIVERSAL ENGINEERING SCIENCES PROJECT NO.: 0130.1200109.0000 REPORT NO.: 867845 11.40 BORING LOG PAGE: B-2.2 PROJECT: LIMITED GEOTECHNICAL EXPLORATION BORING I.D.: B -2 SHEET: 1 of ISON CENTER - PROP. DETENTION POND, ADAIR ST. & SORENSON RD. SECTION: TOWNSHIP: RANGE: OCOEE, ORANGE COUNTY, FLORIDA CLIENT: CITY OF OCOEE G.S. ELEVATION (fl): N.S. DATE STARTED: 8/4/12 LOCATION: SEE BORING LOCATION PLAN WATER TABLE (ft): N.E. DATE FINISHED: 6/4/12 REMARKS: SHGWT = SEASONAL HIGH GROUNDWATER TABLE, N.S. = NOT DATE OF READING: 0/4/12 DRILLED BY: ORL -DP /KB SURVEYED, N.E. = NOT ENCOUNTERED EST. SHGWT (It): > 10.0 TYPE OF SAMPLING: ASTM 01586 S -- - S A BLOWS N Y ATTERBERG K ORG DEPTH M M 6" BLOWS W.T. DESCRIPTION 200 MC LIMITS (FT/ CONT (FT.) L INCREMENT / FT O ( %) OS) LL PI DAY) (%) E L 0 Loose brown fine SAND [SP] -X -- light brown 3 -3 -3 6 X -- very loose \ / \ 2 -2 -1 3 3 2 8.3 5 —_ 3-2 -2 4 _k r Loose brown fine SAND with silt [SP -SM] / ` 3 -3 -3 6 5 3 -\ / -- dark brown 3 -3 -3 6 Loose dark brown fine SAND [SP] 10 -/ \ 3 -3 -4 7 1 3 -- medium dense 15 J / \ 12 -9 -12 21 2 11 -- dense, very light brown 15 -17 -18 35 20 �... BORING TERMINATED AT 20.0 FT. 0. 0 - oi � (0 • 7 KEY TO BORING LOGS SOIL CLASSIFICATION CHART* I o — Sand or Gravel (SP,SW,OP,GVUI 5 a UNIVERSAL Sand or Gravel with Silt 12 — or Clay[SPSM,SP -SCJ „ ENGINEERING ' SCIENCES, INC. Silty or Clayey Sand or Gravel (SM,SC,GM,GCI N BU AI 0 • ci z • 50 S0 111011511r 0 z 40 Z Sandy or Gravelly Silt or Clay , i Q (ML,CL- ML,CL,MH,CH 30 , , D i e - 70 — sD AM!.■■ 11101 Silt or Clay with Sand or Gravel 10 (ML,CL- ML,CL,MH,CH2OL,OHI alettSdmerr 1./0 o - 85 — 0 10 20 30 40 50 80 TO 80 90 100 Silt or Clay LIQUID LIMIT (ML,CL- ML,CL,MH,CH2OL,OHJ PLASTICITY CHART 100 — GROUP NAME AND SYMBOL COARSE GRAINED SOILS FINE GRAINED SOILS HIGHLY ORGANIC SOILS •' •' + {.Y. '. • POORLY-GRADED j a �• 1 W ELL - GRADED INORGANIC SILTS — ORGANIC SILTS /CLAYS ( "...'.•:' : 0 0 'b SLIGHT PLASTICITY : :):R.:.tt.t: SANDS (SP) O GRAVELS (GWI ML — — LOW PLASTICITY (OW ••` ?^ POORLY•ORAOED e� ° O . 1 %%%• INORGANIC SILTY CLAY 7��� .;:. ORGANIC SILTS /CLAYS ;,;: ,.;y,;, SANDS WITH SILT / /// LOW PLASTICITY �� MEDIUM TO HIGH .r ; (SP•SM) ° O Q u • • • GRAVEL (GP) ' :VZ: I I I I ( C L•ML) / PLASTICITY (OHI^ • • �.� POORLY-GRADED a p° 1 POORLY•ORADED j INORGANIC CLAYS ./ PEAT, HUMUS, SWAMP SOILS rU SANDS WITH CLAY o 0� GRAVELS WITH SILT LOW TO MEDIUM WITH HIGH ORGANIC t •.s., ,,: (SP-SC) , O 0 . • (OP GMI / PLASTICITY (C14 wafteony (PT)•• atanarano ' �• y " SILTY SANDS •D 1 POORLY•GRADED INORGANIC SILTS HIGH •;: ;`( ; {, , 0 • . , GRAVELS WITH CLAY 11111 •:,';i; a Phil O 41)41 (OP•GC) PLASTICITY (811-0 mod:;, fs;•; CL / .:+ '' '• A SANDS 11 1 SILTY GRAVELS INORGANIC CLAYS HIGH �i �.` C IOM( j PLASTICITY (CH) 101 • IN ACCORDANCE WITH AVM 0 2487 • UNIFIED SOIL SILTY CLAYEY SANDS pri..., CLAY GRAVELS CLASSIFICATION SYSTEM. ode4 (sc., "LOCALLY MAY BE KNOWN AS MUCK, MISCELLANEOUS SYMBOLS RELATIVE DENSITY CONSISTENCY y ENCOUNTERED WATER TABLE (SAND AND GRAVEL) (SILT AND CLAY) ESTIMATED SEASONAL HIGH WATER TABLE VERY LOOSE • 0 to 4 Blowa/ft- VERY SOFT • 0 to 2 BtowslR 200 PERCENT PASSING N0.200 SIEVE LOOSE • S to 10 Blowalft. SOFT • 3 to 4 Blowslft. MEDIUM DENSE • 11 to 30 Blows /R. FIRM • 5 to 8 Biowalft. MC MOISTURE CONTENT, % i DENSE • 31 to S° Blowslft. STIFF - 9 to 18 Blowslft. WOR SPOON ADVANCES DUE TO WEIGHT OF RODS VERY DENSE • more than 50 BlowsNt VERY STIFF • 17 to 30 Blowelft AND/OR HAMMER I HARD • more than 30 Blowslft. NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS _____ 1 APPENDIX C Important Information About Your Geotocboical E Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes. The following information is provided to help you manage your risks. Geotechnlcal Services Are Performed for • elevation, configuration, location, orientation, or weight of the Specific Purposes, Persons, and Projects proposed structure, Geotechnical engineers structure their services to meet the specific needs of • composition of the design team, or their clients. A geotechnical engineering study conducted for a civil engi- • project ownership. neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each As a general rule, always inform your geotechnical engineer of project geolechnical engineering report is unique, prepared solety the client. No changes—even minor ones —and request an assessment of their impact. one except you should rely on your geotechnical engineering report without Geotechnical engineers cannot accept responsibility or liability for problems first conferring with the geotechnical engineer who prepared it. And no one that occur because their reports do not consider developments of which — not even you — should apply the report for any purpose or project they were not informed. except the one originally contemplated. Subsurface Conditions Can Change Read the Full Report A geotechnical engineering report is based on conditions that existed at Serious problems have occurred because those relying on a geotechnical the time the study was performed. Do not rely on a geolechnical engineer - engineering report did not read it all. Do not rely on an executive summary. ing report whose adequacy may have been affected by: the passage of Do not read selected elements only. time; by man -made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluclua- A Geotechnical Engineering Report is Based on tions. Always contact the geotechnical engineer before applying the report A Unique Set of Project-Specific Factors to determine if it is still reliable. A minor amount of additional testing or Geotechnical engineers consider a number of unique, project - specific (ac- analysis could prevent major problems. tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general Most Geotechnieal Findings Are Professional nature of the structure involved, its size, and configuration; (he location of ()pinions the structure on the site; and other planned or existing site improvements, Site exploration identities subsurface conditions only at those points where such as access roads, parking lots, and underground utilities. Unless the subsurface tests are conducted or samples are taken. Geotechnical engi- geotechnical engineer who conducted the study specifically indicates oth- neers review field and laboratory data and then apply their professional erwise, do not rely on a geolechnical engineering report that was: judgment to render an opinion about subsurface conditions throughout the • not prepared for you, site. Actual subsurface conditions may differ — sometimes significantly— • not prepared for your project, from those indicated in your report. Retaining the geotechnical engineer • not prepared for the specific site explored, or who developed your report to provide construction observation is the • completed before important project changes were made. most effective method of managing the risks associated with unanticipated conditions. Typical changes that can erode the reliability of an existing geotechnical engineering report include (hose that affect: A Report's Recommendations Are Not final • the function of the proposed structure, as when it's changed from a Do not overrely on the construction recommendations included in your parking garage to an office building, or from a light industrial plant report. Those recommendations are not final, because geotechnical engi- to a refrigerated warehouse, neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geolechnical have led to disappointments, claims, and disputes. To help reduce the risk engineer who developed your report cannot assume responsibility or of such outcomes, geotechnical engineers commonly include a variety of liability for the report's recommendations it that engineer does not perform explanatory provisions in their reports. Sometimes labeled 'limitations' consbuction observation. many of these provisions indicate where geotechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities A Geotechnlcal Engineering Report Is Subject to and risks. Read these provisions closely. Ask questions. Your geotechnical Misinterpretation engineer should respond fully and frankly. Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geo- Ceoenvironmental Concerns Are Not Covered technical engineer confer with appropriate members of the design team after The equipment, techniques, and personnel used to perform a geoenviron- submitting the report. Also retain your geotechnical engineer to review perti- mental study differ significantly from those used to perform a geotechnical nent elements of the design team's plans and specifications. Contractors can study. For that reason, a geotechnical engineering report does not usually also misinterpret a geotechnical engineering report. Reduce that risk by relate any geoenvironmental findings, conclusions, or recommendations; having your geotechnical engineer participate in prebid and preconstruction e.g., about the likelihood of encountering underground storage tanks or conferences, and by providing construction observation. regulated contaminants. Unanticipated environmental problems have led to numerous project failures. If you have not yet obtained your own geoen- Do Net Redraw the Engineer's Logs vironmental information, ask your geotechnical consultant for risk man - Geotechnical engineers prepdre final boring and testing Togs based upon agement guidance. Do not rely on an environmental report prepared for their interpretation of field logs and laboratory data. To prevent errors or someone else. omissions, the logs included in a geotechnical engineering report should neverbe redrawn for inclusion in architectural or other design drawings. Obtain Professional Assistance To Deal with Mold Only photographic or electronic reproduction is acceptable, but recognize Diverse strategies can be applied during building design, construction, that separating logs from the report an elevate risk. operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be Give Contractors a Complete Report and devised for the express purpose of mold prevention, integrated into a corn- guidance prehensive plan, and executed with diligent oversight by a professional Some owners and design professionals mistakenly believe they can make mold prevention consultant. Because just a small amount of water or contractors liable for unanticipated subsurface conditions by limiting what moisture can fead to the development of severe mold infestations, a num- . they provide for bid preparation. To help prevent costly problems, give con- ber of mold prevention strategies focus on keeping building surfaces dry. tractors the complete geotechnical engineering report, butpreface it with a While groundwater, water infiltration, and similar issues may have been clearly written fetter of transmittal. In that letter, advise contractors that the addressed as part of the geotechnical engineering study whose findings report was not prepared for purposes of bid development and that the are conveyed in this report, the geotechnical engineer in charge of this report's accuracy is limited; encourage them to confer with the geotechnical project is not a mold prevention consultant; none of the services per - engineer who prepared the report (a modest fee may be required) and /or to formed In connection with the geotechnical engineer's study conduct additional study to obtain the specific types of information they were designed or conducted for the purpose of mold proven- need or prefer. A prebid conference can also be valuable. Be sure contrac- lion. Proper Implementation of the recommendations conveyed tors have sufficient time to perform additional study. Only then might you in this report will not of Itself be sufflclent to prevent mold from be in a position to give contractors the best information available to you, growing in or on the structure Involved. while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Rely On Your ASFE-Member Geotechncial Engmeer for Additional Assistance Read Responsibility Provisions Closely Membership in ASFE/The Best People on Earth exposes geotechnical Some clients, design professionals, and contractors do not recognize that engineers to a wide array of risk management techniques that can be of geotechnical engineering is far less exact than other engineering disci- genuine benefit for everyone involved with a construction project. Confer plines. This lack of understanding has created unrealistic expectations that with you ASFE - member geotechnical engineer for more information. ASFE Ti. lost Pestle •e Korth 8811 Colesville Road /Suite G106. Silver Spring. MD 20910 Telephone: 301 /565 -2733 Facsimile: 301 /589 -2017 e -mail: inro®asfe.org www.asfe.org Copyright 2004 by ASFE Inc. Duplication. reproduction, or copying of this document, in whole or in part by any means whatsoever Is shiclly prohibited except with ASFE specific written permission. Excerpting. quoting. or otherwise extracting wording from this document is permitted only with the express written permission of ASFE, and only for purposes of scholarly research or book review. only members of ASFE may use this document as a complement to or as an element of a geotechnical engineering report Any other firm. individual. or other entity that so uses this document without being an ASFE membercou!d be committing negligent or Intentional (fraudulent) misrepresentation. IIGER06045.OtA CONSTRAINTS AND RESTRICTIONS WARRANTY Universal Engineering Sciences has prepared this report for our client for his exclusive use, in accordance with generally accepted soil and foundation engineering practices, and makes no other warranty either expressed or implied as to the professional advice provided in the report. UNANTICIPATED SOIL CONDITIONS The analysis and recommendations submitted in this report are based upon the data obtained from soil borings performed at the locations indicated on the Boring Location Plan. This report does not reflect any variations which may occur between these borings, The nature and extent of variations between borings may not become known until excavation begins. If variations appear, we may have to re- evaluate our recommendations after performing on -site observations and noting the characteristics of any variations. CHANGED CONDITIONS We recommend that the specifications for the project require that the contractor immediately notify Universal Engineering Sciences, as well as the owner, when subsurface conditions are encountered that are different from those present in this report. No claim by the contractor for any conditions differing from those anticipated in the plans, specifications, and those found in this report, should be allowed unless the contractor notifies the owner and Universal Engineering Sciences of such changed conditions. Further, we recommend that all foundation work and site improvements be observed by a representative of Universal Engineering Sciences to monitor field conditions and changes, to verify design assumptions and to evaluate and recommend any appropriate modifications to this report. MISINTERPRETATION OF SOIL ENGINEERING REPORT Universal Engineering Sciences is responsible for the conclusions and opinions contained within this report based upon the data relating only to the specific project and location discussed herein. If the conclusions or recommendations based upon the data presented are made by others, those conclusions or recommendations are not the responsibility of Universal Engineering Sciences. CHANGED STRUCTURE OR LOCATION This report was prepared in order to aid in the evaluation of this project and to assist the architect or engineer in the design of this project. If any changes in the design or location of the structure as outlined in this report are planned, or if any structures are included or added that are not discussed in the report, the conclusions and recommendations contained in this report shall not be considered valid unless the changes are reviewed and the conclusions modified or approved by Universal Engineering Sciences. USE OF REPORT BY BIDDERS • Bidders who are examining the report prior to submission of a bid are cautioned that this report was prepared as an aid to the designers of the project and it may affect actual construction operations. IR 10 C -2.1 '4' Bidders are urged to make their own soil borings, test pits, test caissons or other Investigations to determine those conditions that may affect construction operations. Universal Engineering Sciences cannot be responsible for any interpretations made from this report or the attached boring Togs with regard to their adequacy in reflecting subsurface conditions which will affect construction operations. STRATA CHANGES Strata changes are indicated by a definite line on the boring logs which accompany this report. However, the actual change in the ground may be more gradual. Where changes occur between soil samples, the location of the change must necessarily be estimated using all available Information and may not be shown at the exact depth. OBSERVATIONS DURING DRILLING Attempts are made to detect and /or identify occurrences during drilling and sampling, such as: water level, boulders, zones of lost circulation, relative ease or resistance to drilling progress, unusual sample recovery, variation of driving resistance, obstructions, etc.; however, lack of mention does not preclude their presence. WATER LEVELS Water level readings have been made In the drill holes during drilling and they indicate normally occurring conditions. Water levels may not have been stabilized at the last reading. This data has been reviewed and Interpretations made in this report. However, it must be noted that fluctuations in the level of the groundwater may occur due to variations in rainfall, temperature, tides, and other factors riot evident at the time measurements were made and reported. Since the probability of such variations is anticipated, design drawings and specifications should accommodate such possibilities and construction planning should be based upon such assumptions of variations. • LOCATION OF BURIED OBJECTS All users of this report are cautioned that there was no requirement for Universal Engineering Sciences to attempt to locate any man -made buried objects during the course of this exploration and that no attempt was made by Universal Engineering Sciences to locate any such buried objects. Universal Engineering Sciences cannot be responsible for any buried man -made objects which are subsequently encountered during construction that are not discussed within the text of this report. TiME This report reflects the soil conditions at the time of field activities. If the report is not used in a reasonable amount of time, significant changes to the site may occur and addition reviews may be required. U c -2.2 C of Good Lit,. Mayor (1\ fll Commissioners S. Scott Vandergrift , ,,, �, Its Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager , Rusty Johnson, District 3 Robert Frank / Joel Keller, District 4 Florida .; July 3, 2012 ADDENDUM NO: TWO (2) CITY OF OCOEE BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS This addendum shall modify and become a part of the original bid documents for the Ison Center civil improvements Project. This addendum consists of one (1) page. Bidders shall acknowledge receipt of Addendum Two (2) in the space provided on page 21 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: Q1. Plan sheet No. 6 says "Shoebox Light on Metal Pole." Is there any more information as to the height, style, wattage, etc. for the poles? Al. Please refer to Paragraph (v) of the Explanation of Pay Items Section of Exhibit A on p. 32 of the Invitation to Bid for a description of the lights. Q2. Bid Item 715 -4 -139 shows a quantity of 10 poles. Plan Sheet No. 6 shows 13 poles. Which is correct? A2. Ten new poles and fixtures are required to provide a total installed quantity of 12, which is the actual number of installed fixtures indicated on Sheet 6. Two existing poles are also shown on Sheet 6 (they look like the vertices of a square and are adjacent to the north side of the existing parking lot). These poles will be relocated as part of the project. Note that the existing poles and fixtures are not identical to those specified for the project and will be relocated to positions where the difference in appearance is not a major issue, Q3. Bid Item 715 -500 -1 Electrical System Expansion. I do not see this work on the drawings. What is required? A3. Please refer to Paragraph (w) of the Explanation of Pay Items Section of Exhibit A on p. 32 of the Invitation to Bid for a description of the electrical system expansion. Note that this pay item includes relocation of the two existing shoebox light fixtures and poles under the phrase, "making necessary changes to the existing parking lot lighting system." T I rt, CPPB Purchasing Agent City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org c of Good z Mayor 'nM Commissioners S. Scott Vandergrift 4,71 _ Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager , Rusty Johnson, District 3 Robert Frank Joel Keller, District 4 Florida July 5, 2012 ADDENDUM NO: THREE (3) CITY OF OCOEE BID #B12 -06 ISON CENTER CIVIL IMPROVEMENTS This addendum shall modify and become a part of the original bid documents for the Ison Center Civil Improvements Project. This addendum consists of nine (9) pages, including the attached St. Johns River Water Management District stormwater construction permit. Bidders shall acknowledge receipt of Addendum Three (3) in the space provided on page 21 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Attachment to the bid documents: The City received the attached St. Johns River Water Management District stormwater construction permit. • Tolb rt, CPPB Purchasing Agent City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org re q t ® � � jy h V f�} 6 no Water Management Distric JUL 0 3 2 010 Hans G. Tanzler III, Execulive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178 -1429 • (386) 329 -4500 On the Internet at tloridaswater.com. REGULATION OF STORMWATER MANAGEMENT SYSTEMS CHAPTER 40C -42, F.A.C. PERMIT NO. 42- 095 - 44387 -2 DATE ISSUED: July 2, 2012 A PERMIT AUTHORIZING: Modification of a Stormwater Management System with stormwater treatment by dry retention for ISON Center Site Improvements, a 2.13 - acre project to be constructed and operated as per plans received by the District on June 7, 2012. LOCATION: Section(s): 8 Township(s): 22S Range(s): 28E Orange County ISSUED TO: City of Ocoee Florida 150 N Lakeshore Dr Ocoee, FL 34761 This document shall serve as the formal permit for construction and operation of stormwater management system in accordance with Chapter 40C -42, F.A.C., issued by the staff of the St. Johns River Water Management District on July 2, 2012. This permit is subject to the standard limiting conditions and other special conditions approved by the staff. These conditions are enclosed. This permit is a legal document and should be kept with your other important records. The permit requires the submittal of an As -built certification and may require submittal of other documents. All information provided in compliance with permit conditions should be submitted to the District office from which the permit was issued. An As -built certification form is attached. Complete this form within 30 days of completion of construction of the permitted system, including all site work. Upon receipt of the As -built certification, staff will inspect the project site. Once the project is found to be in compliance with all permit requirements, the permit may be converted to its operation phase and responsibility transferred to the operation and maintenance entity in accordance with Chapter 40C- 42.028, F.A.C. Permit issuance does not relieve you from the responsibility for obtaining permits from any federal, state, and /or local agencies asserting concurrent jurisdiction over this work. Please GOVERNING BOARD Lad Daniels, CHAIRMAN John A. Miklos, VICE CHAIRMAN Douglas C. Bournique, SECRETARY Maryam H. Ghyabi, TREASURER JACKSONVILLE ORLANDO VERO BEACH ORMOND BEACH Chuck Drake Richard G. Hamann George W. Robbins Fred N. Roberts, Jr. W. Leonard Wood ORLANDO OAINESVILLE JACKSONVILLE OCALA FERNANDINA BEACH note that if dewatering is to occur during any phase of construction or thereafter and the surface water pump(s), wells, or facilities are capable of withdrawing one million gallons of water per day or more, or an average of 100,000 gallons per day or more over a year, and any discharge is to be off -site, you must apply for and obtain a Consumptive Use Permit (40C -2) from the District prior to starting the dewatering. Please contact the District if you need additional information or application materials. Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance. Said application, including all plans and specifications attached thereto, is by reference made a part thereof. This permit does not convey to permittee any property rights nor any rights of privileges other than those specified herein, nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies. All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked, modified, or transferred at any time pursuant to the appropriate provisions of Chapter 373, Florida Statutes. In the event you sell your property, the permit will be transferred to the new owner, if we are notified by you within thirty days of the sale. Please assist us in this matter so as to maintain a valid permit for the new property owner. Thank you for your cooperation, and if this office can be of any further assistance to you, please do not hesitate to contact us. By: (Q Sf David Dewey Service Center Director Division of Regulatory Services Enclosures: As -built Certification Form Exhibit A cc: District Permit File Consultant: Derek Dean Inwood Consulting Engineers Inc 3000 Dovera Dr Ste 200 Oviedo, FL 32765 Consultant: Jason Houck Inwood Consulting Engineers Inc 3000 Dovera Dr Ste 200 Oviedo, FL 32765 "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 42- 095 - 44387 -2 City of Ocoee Florida DATED JULY 2, 2012 1. This permit for construction will expire five years from the date of issuance unless otherwise specified by a special condition of the permit. 2. Permittee must obtain a permit from the District prior to beginning construction of subsequent phases or any other work associated with this project not specifically authorized by this permit. 3. Before any offsite discharge from the stormwater management system occurs, the retention and detention storage must be excavated to rough grade prior to building construction or placement of impervious surface within the area served by those systems. Adequate measures must be taken to prevent siltation of these treatment systems and control structures during construction or siltation must be removed prior to final grading and stabilization. 4. The permittee must maintain a copy of this permit complete with all conditions, attachments, exhibits, and permit modification in good condition at the construction site. The complete permit must be available for review upon request by District representatives. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 5. All activities shall be implemented as set forth in the plans, specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall be considered a violation of this permit. 6. District authorized staff, upon proper identification, must be granted permission to enter, inspect and observe the system to insure conformity with the plans and specifications approved by the permit. 7. Prior to and during construction, the permittee shall implement and maintain all erosion and sediment control measures (best management practices) required to retain sediment on -site and to prevent violations of state water quality standards. All practices must be in accordance with the guidelines and specifications in chapter 6 of the Florida Land Development Manual: A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988), which are hereby incorporated by reference, unless a project specific erosion and sediment control plan is approved as part of the permit, in which case the practices must be in accordance with the plan. If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan, the permittee shall implement additional best management practices as necessary, in accordance with the specification in chapter 6 of the Florida Land Development Manual: A guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988). The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources. 8. If the permitted system was designed by a registered professional, within 30 days after completion of the stormwater system, the permittee must submit to the District the following: District Form No. 40C -1.1 81(13) (As built Certification By a Registered Professional), signed and sealed by an appropriated professional registered in the State of Florida, and two (2) sets of "As Built' drawings when a) required by a special condition of this permit, b) the professional uses "As Built" drawings to support the As Built Certification, or c) when the completed system substantially differs from permitted plans. This submittal will serve to notify the District staff that the system is ready for inspection and approval. 9. If the permitted system was not designed by a registered professional, within 30 days after completion of the stormwater system, the permittee must submit to the District the following: District Form No. 40C- 1.181(14) (As built Certification), signed by the permittee and two (2) sets of "As Built" drawings when required by a special condition of this permit, or when the completed system substantially differs from permitted plans. This submittal will serve to notify the District staff that the system is ready for inspection and approval. 10. Stabilization measures shall be initiated for erosion and sediment control on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than seven (7) days before the construction activity in that portion of the site has temporarily or permanently ceased. 11. Should any other regulatory agency require changes to the permitted system, the permittee shall provide written notification to the District of the Changes prior to implementation so that a determination can be made whether a permit modification is required. 12. Within thirty (30) days after sale or conveyance of the permitted stormwater management system or the real property on which the system is located, the owner in whose name the permit was granted shall notify the District of such change of ownership. Transfer of the permit shall be in accordance with the provisions of section 40C -612, F.A.C. All terms and conditions of this permit shall be binding upon the transferee. The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to such sale, conveyance or other transfer. 13. The stormwater management system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure. The system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of the stormwater management system to a local government or other responsible entity. 14. The operation phase of the permit shall not become effective until the permittee has submitted the appropriate As -Built Certification Form, the District determines that the system complies with the permitted plans, and the entity approved by the District in accordance with section 40C- 42.027, F.A.C., accepts responsibility for operation and maintenance of the system. The permit cannot be transferred to such an approved, responsible operation and maintenance entity until the requirements of section 40C- 42.028, F.A.C., are met, and the operation phase of the permit becomes effective. Following inspection and approval of the permitted system by the District in accordance with section 40C- 42.028, F.A.C., the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity, if different from the permittee. Until the permit is transferred pursuant to subsection 40C- 42.028 (4) F.A.C., the permittee shall be liable for compliance with the terms of the permit. 15. Prior to lot or unit sales, or upon completion of construction of the system, whichever occurs first, the District must receive the final operation and maintenance document(s) approved by the District and recorded, if the latter is appropriate. For those systems which are proposed to be maintained by county or municipal entities, final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local government entity, Failure to submit the appropriate final document will result in the permittee remaining personally liable for carrying out maintenance and operation of the permitted system. 16. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and Chapter 40C- 42.028, F.A.C. 17. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system. 18. The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate. 19. Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards. 20. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. 21. Prior to construction, the permittee must clearly designate the limits of construction on- site. The permittee must advise the contractor that any work outside the limits of construction, including clearing, may be a violation of this permit. 22. The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance entity must maintain a record of each required inspection, including the date of the inspection, the name, address, and telephone number of the inspector, and whether the system was functioning as designed and permitted, and make such record available for inspection upon request by the District during normal business hours. If at any time the system is not functioning as designed and permitted, then within 14 days the entity shall submit an Exceptions Report to the District, on form number 40C- 42.900(6), Exceptions Report for Stormwater Management Systems Out of Compliance. 23. The project must be constructed and operated per final approved plans received by the District on June 7, 2012. Notice Of Rights 1. A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28 -106 and Rule 40C- 1.1007, Florida Administrative Code, the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P. O. Box 1429, Palatka Florida 32178 -1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at Clerk within twenty -six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty -one (21) days of the District emailing the notice of District decision (for those persons to whom the District emails actual notice), or within twenty -one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Chapter 28 -106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no. 4 below. 2. Please be advised that if you wish to dispute this District decision, mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation, you must do so in a timely -filed petition. If all parties, including the District, agree to the details of the mediation procedure, in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120.569 and 120.57, Florida Statutes, the time limitations imposed by Sections 120.569 and 120.57, Florida Statutes, shall be tolled to allow mediation of the disputed District decision. The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator, a statement that each party shall be responsible for paying its pro - rata share of the costs and fees associated with mediation, and the mediating parties' understanding regarding the confidentiality of discussions and documents introduced during mediation. If mediation results in settlement of the administrative dispute, the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute, the District will notify all the parties in writing that the administrative hearing process under Sections 120.569 and 120.57, Florida Statutes, is resumed. Even if a party chooses not to engage in formal mediation, or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions. 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120.569 and 120.57(2), Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28- 106.301, Florida Administrative Code. 4. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8:00 a.m. — 5:00 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8:00 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28- 101.001, Florida Administrative Code), which is available for viewing at floridaswater.com. These conditions include, but • are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile is prohibited and shall not constitute filing. 5. Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing. (Rule 28- 106.111, Florida Administrative Code). 6. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28 -106, Florida Administrative Code, and Rule 40C- 1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding, in accordance with the requirements set forth above. 7. Pursuant to Section 120.68, Florida Statutes, a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, within 30 days of the rendering of the final District action. 8. A District action is considered rendered, as referred to in paragraph no. 7 above, after it is signed on behalf of the District and filed by the District Clerk. 9. Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no, 7 above will result in waiver of that right to review. N OR. Decision. DOC.001 Revised 12.7.11 Notice Of Rights CERTIFICATE OF SERVICE I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent by U.S. Mail to: City of Ocoee Florida 150 N Lakeshore Dr Ocoee, FL 34761 At 4:00 p.m. this 2nd day of July, 2012. ., ■ ` Victor Castro, Director Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka, FL 32177 (386) 329 -4570 Permit Number: 42- 095 - 44387 -2