Loading...
HomeMy WebLinkAboutItem #03 Award of B13-04 N. Side Reclaimed Water Main Extenstionce nter of GoocJl CpCO AGENDA ITEM COVER SHEET Meeting Date: April 2, 2012 Item # 3 Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager Subject: Award of B13 -04 North Side Reclaimed Water Main Extension (Phase 1) (District 1: Groaan) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct the North Side Reclaimed Water Main Extension (Phase 1) (Project). All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by CPH Engineers, Inc. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the following: The project consists of approximately 9,930 feet of reclaimed water main; connection to an existing 16 -inch reclaimed water main; valves, fittings, pressure testing; removal and replacement of pavement, sidewalk, curb & gutter and driveways, sodding and other restoration as may be required. This project (Phase 1) will connect Westyn Bay, Forestbrooke, Eagles Landing, The Vineyards, Ocoee High School, and Fountains West to the reclaimed water system. The bid was publicly advertised on February 10, 2013, and opened on March 12, 2013. There was a total of eight (8) bids received ranging from $987,838.10 to $1,511,316.47. All bids are available in the Finance Department for review. The Utilities and Engineering Departments, CPH Engineers, and Finance Department reviewed all bids received and all were considered responsive. Staff recommends awarding the bid to Hazen Construction LLC as the most responsive and responsible bidder, per the attached recommendation from Charles Smith, Utilities Director and CPH Engineers. The table below is a listing of the bids received. Bidder Total Base Bid 1. Hazen Construction LLC S 978,838.10 2. Schuller Constructors Inc. $1,063,300.00 3. DeWitt Excavating Inc. $1,129,097.72 4. APEC Inc. $1,156,900.90 5. Andrew Sitework LLC $1,212,606.84 6. TB Landmark Construction Inc. $1,219,000.00 7. Danella Utility Construction Inc. $1,364,784.00 8. VK Jensen Enterprises Inc. $1,511,316.47 Issue: Should the City Commission award the North Side Reclaimed Water Main Extension project to the Hazen Construction LLC, as recommended by the Utilities Director and CPH Engineers? The Engineer's estimate for this phase of the project was $1,039,151.00, including a 10% contingency. Recommendations: Staff recommends that the City Commission award Bid #1313-04 North Side Reclaimed Water Main Extension (Phase 1) project to Hazen Construction LLC, in the amount of $978,838.10 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. Award Recommendation from Utilities Dept. 3. Project Summary from Utilities Dept. 4. Award Recommendation from CPH 5. Hazen Construction Bid 6. Invitation to Bid #B 13 -04 7. Addendum #1 Financial Impact: This project is adequately funded in the Utility Fund. After award of Phase I at $978,838.10, the remaining budget will be $280,686.99. Additional funding of $150,000 will be needed for Phase 2, which will come from available project funds or be designated in the upcoming budget. The construction of Phase 2 is estimated at $402,100.00 and is currently in the design phase. Type of Item: (please mark with an `k') Public Hearing For Clerk's Dept Use: Ordinance First Reading �� Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney 4 4 1 N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 1 �� Cen te of Good I Mayor' S tl S. Scott Vandergrift 2 � ( City Mana er _. 'C V Robert Frank MEMORANDUM TO: Honorable Mayor and City Commission THRU: Rob Frank City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: March 19, 2013 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District: 3 Joel I'. heller, District 4 RE: Recommendation for Award of Bid #B13 -04 to Hazen Construction for the North Service Area Reclaimed Water Main Extension Based on the review of the bid documents and bid tabulation, contractor's qualifications and references, and City engineering consultant's (CPH Engineers) recommendation (attached), the Utilities Department recommends the award of the North Service Area Reclaimed Water Main Extension Project to Hazen Construction, LLC in the amount of $978,838.10. The attached "North Reclaimed Project Summary" identifies the necessary transmission mains to provide reclaimed water to the "North Reclaimed Water Service Area ", which should be used for further discussion below. This project, Phase I of the summary, will connect Westyn Bay, Forestbrooke, Eagles Landing, The Vineyards, Ocoee High School and Fountains West (commercial) to the reclaimed water system. The project consists of 9,930 feet of main and connects to the existing distribution systems within the aforementioned neighborhoods, school and commercial properties. Phase II and Phase III are anticipated to be bid late- summer and mid -fall 2013 and will connect the Kensington Manor and Ingram Trails neighborhoods to reclaim. The Phase II project is in conjunction with an extension completed by the Arden Park South development, which will provide the final connection to accommodate reclaimed water capacity to the City's central reclaimed water service area. The City of Ocoee previously utilized Hazen Construction for the Peach Lake Manor Water Main Project (July 2010 to February 2011). That water main project was moderately complicated and of the same magnitude as the proposed reclaimed water project. The contractor performed the work consistent with the plans and specifications, deploying sufficient manpower and equipment; City of Ocoee Utilities • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905-3159 • Fax: (407) 877 -5899 - www.ocoee.org completing the job within the contracted time. Due to the contractor's level of accomplishment on the project, additional water main work was added to project, which the contractor performed satisfactorily. In addition, CPH Engineers checked Hazen Construction's references and found references were similar to the City's past experience with Hazen. The City received eight (8) responsive and responsible bids ranging from $987,838.10 to $1,511,316.47, with second lowest bid being $84,461.90 higher than Hazen's. Hazen's bid appears to be balanced with general hard items being lower than their counterparts' in the other bids, leading to the successful bid. Bid Tabulation for the submitted bid has been included within CPH's recommendation. The attached project summary also includes a financial account with a service area total for the completion of improvements and reflects the bid amount for Phase I. The total cost for the improvements is $1,835,372 which is less than the original planned estimate of $2,150,000. Attachments: CPH Recommendation to Award North Reclaimed Project Summary Mayor S. Scott Vandergrift City Manager Robert Frank MEMORANDUM TO: Job File City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: March 19, 2013 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: North Reclaimed Water Projects Summary and Schedule Attached is a map of the North Reclaimed Water Service Area (NRWSA). The map is a part of the City- County Agreement to serve reclaimed water; it highlights proposed infrastructure improvements and identifies needed improvements for reclaimed water distribution coverage. Items identified on the map are discussed as follows: The 16" main from the County's onsite turnout (minus a 4' spool piece), to just west of Ingram Road, has been completed. This extension shall provide reclaimed water service to the following neighborhoods: Neighborhood Total Number of Units McCormick Woods 212 Phase I, II Brynmar 95 The portion of the 16" main running west on McCormick Road north of the McCormick Woods neighborhood is under construction. Work should be completed within forty five (45) days. 3. The Phase I main will connect to the west end of the main discussed in Item 2 and will extend west to Ocoee - Apopka Road and then south to Fountains West Commercial Center (Publix). Phase I bid opening was March 12, 2013 and should be awarded April 2nd. Construction should begin in May and should be completed by the end of the year. Phase I will provide reclaimed water to the following neighborhoods: City of Ocoee Utilities • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905 -3159 • Fax: (407) 877 -5899 • www.ocoee.org Neighborhood Total Number of Units Forestbrooke Phase I, II & III 340 Westyn Bay 512 Eagles Landing 105 Vineyards 100 4. Phase II is under design and is anticipated to be bid and awarded by September 2013, with construction starting October 2013, to last ninety (90) days. Phase II will provide reclaimed water to the following neighborhood: Neighborhood Total Number of Units Ingram Trails 55 5. The portion of the main (12 ") under the new intersection of Ingram Road and Clarcona -Ocoee Road has been installed. 6. Construction on the portion of the main (8 ") south of Clarcona -Ocoee Road, which will interconnect the NRWSA to the City's main reclaim service area, should begin in April 2013 and last forty five (45) days. This work will not include the master meter, which shall follow contingent upon the City's first takedown of reclaimed water capacity. This connection shall provide additional capacity to the City with an initial reservation of 1.0 mgd. 7. Phase III design will ramp up after the completion of the design of Phase II. It is anticipated that the construction should begin the first of 2014 and last ninety (90) days. Phase III will provide reclaimed water to the following neighborhood: Neighborhood Total Number of Units Kensington Manor 127 Pr CD Z- CD —4 z C) .. Ap o pka Ry 41L Apo, ka Rd O -n St 3rI St -n Sun 6, Haven Ln F 17 0 0) 0 m Rachel St "M to r Glo er Ln (D m Roll n 0 Ln cD m (0 SR.429�Tojj- 0C)o m CD — 2. m x 0— (D -n I Se M I—al" Ln 0 Q : 3 CD o 8 a) CL m CD Z CD 0 r 0 m 0 0 CID m 0 0 3 m H .on Rd 0 o k 0 - n z 0 -4&L-LJL i U) It M - n M M - 0 ;a m A C z (D a (D ( j ) 0 7 = CD CD 2 ' co Co U3 o co 0 0 Damon Rd CD 0 CD 3 3 CD R :-!. :, CD C-) a a. 0 n 0 cf) CD n m m N -n 1 m m D 0 CD 0 0 (D U) CD CD � C/) m C, > o x <D CD (D '0 CD k. Vin eland (D F,%)*p RdN 0 City of Ocoee North Side Reclaimed Water Main Extensions - Consolidated Enzincer's Estimate of Probable Construction Costs C - PH Project No W PHASE I - McCormick Roan AA,.,t and (I — Ann .,c•, a „„d 3.15'13 Item No. Description _ Quantity Units Unit Price FAtended Price SyLoiefpt Cost status U 1 Mobiliia'ion, Bonds, General Cond itions _ I I'S 545,000.00 545,000.00 U2 Pre- Construction Video I I-S S6,000 00 56.000.00 113 Er and Sedimentation Control I IS S12,500.00 512,500.00 U4 Maintenance of' lYaftic 1 _ LS $17,50000 517,500.00 175 Furnish & histall 6” PV( Reclaim VVater Blain h Open Cut 68 LF S20,00 51,360.00 (J6 Fin nish & Install 8" PVC Reclaim \Water S -lain by O pen Cut 569 1_F S24.00 SI3,656.00 117 Fumish & Install 16" PVC Reclaim Water Main by,( ten Cut 8,122 LP 549.00 S397,978.00 U3 Directional Drill 16" PPVC or W" HIVE Reclaim Water Main 870 11 5122.00 S 106,140.00 t 9 Jack & Bore 30" Steel Casing with 16" D.I. Reclaim Water Main 300 11 5272.00 581,600.00 U 10 Connect to existing Reclaim A\ atcr Main 1� I-A $2,500.00 `;2,500.00 U I 1 Remove—Blow—of—and Connect to Existing Reclaim AV Ater Main 5 EA 51,1300.00 $9.000.00 ti 12 Furnish & Install 6" Gate Valve — [:,x 51,400.00 51.400.00 1113 Fwn f ish & Install 8" _iatc Valvc 6 EA 52.10(1 (I(1 512,600.00 t.` 14 Fumish & Install 16 Clete A aloe 10 1-;% (.500 00 565,000.00 li 15 Fumish & - Ins tal l Ductile Iron Fittin 14,379 TV S3.900.00 556,078.10 t Fmrnish & Install 8" Fappin Sleeve & Valve I C_;1 55,500.00 55,500.00 l_' 17 FUIniSh & Install Firc Hydrant Assembly I UA 55.200.00 $5,200.(10 U 18 Furnish & Install Air Release A'ate AssembIv 5 _ fi.� K5,5(10.(1(1 527.500.0( U 19 Furnish & hpstall 6" ' 5 ie -In Assembly _ EA � 5_,(100.00 SS- 0 U20 I umish & Install 8' 5'1 ie-In Asscmhly 4 FiA 52,000.00 58.000.00 U21 Furnish & Install 16" - 5' Tie -In Assembly I FA 52,500.00 52.50000 1122 Remove and Replace FDOT "I y pe A C urb & Gutter 136 1_F S25.00 53,400.00 (123 Remove and Re place F DO1 Drop Cwb I fi I F 525.06 5450.00 (124 Remove and Replace Ribbon Cob 85 I_P 525.00 52,125.00 U25 Remove and Replace Asphalt Shoulder 269 SY _ $24.00 56,456.00 Quantity should be 26 SY. or 1126 1 Remove and Replace Existing Sidewalk 775 SY 526 00 520,1 50.00 5624.00 U27 Remove and Replace Fxistin � Sidewalk Ramp w Detectable Warnlpa 5 I_A 5600.00 S3 000.00 1, 128 Remove and Replace Fxistin L Conwetc Drivcwa , 190 SY S32.00 56.080.00 U29 Remove and Re place Existing As )halt Driveway 10 SY S7000 $700.00 (130 Remove told Replace Existing Dirt Driveway ' ( SY S20.00 5420.00 1131 O pen Cut and Restore Existing City Roadway 89 SY S65.00 $'5,785.00 j j3L Open Cut and Restor y e Existin County Roadwav 665 SY SCi0.00 $39.90(1.00 U33 1 Mill and Conmi uct 1-1 12" 0vcrlav on Roadwav 284 7 3y 540.00 511,360.00 Total Construction 5978,838.10 S978,83S.10 PHASE 2 - McCo rmick Road East and Ingram Road Low Bid 1] obilization ,Bonds, GenerAConditions 1 — LS $17,000 517,000 2 Pre- cc »pstntaion Video t - 1_S 62,800 52.800 3 F-:aosion and Sedimentation Control i LS 57.000 57.000 4 _ Mainten ot l rallic I I'S 516,800 516.800 5 Fumish & Install 6" PVC Reclaimed Water Main by Open Cut 100 1 F $25 52,500 6 Fumish & Install 12 P Reclaimed Water Main by O pen Cut 5.500 LF S50 5275.000 7 Fu_m_i Install6 "Gate Valve I FrA SI,200 51,200 8 Furnish & Install 12" Gatc Valve 4 FA 52,400 59.600 9 Furnish &Install 6" 45- Degree I3cnd ? 1>>y 5330 S660 10 Furnish & Install 12" 4 >- Degree I3cn _ FSA 5900 S2,700 I I Furnish & Install 12"b%;6" Ice I Era 51,400 SI,400 12 Furnish & h istall 12" Tec 4 EA 52,800 511,200 13 Conne to Existing Reclaim \ \ %ater Main I EA 51,800 -'I , Sub -'I utal _ $349,6(10 Cond= - 15`Yo+ - 552,440 Folal Constr uction I $402,100 S402,100 In Design 9 -18-12 Contract with Columnar (for Boyldn) - McCormick Road at Brymnar S]60,642.40 Con plcle 9.26 -12 Contract with DeWitt Excavating - Clarcona -Ocoee Road at Ingram Road 593,142.29 Complete 9 -18 -12 Cont ract pyith Columnar Drvclopment (fm Boykin) - VcCormick Road - Ingram Road to Irmalce Road $182,149.30 % proved 3 -19 -13 Contact with Standard Pacific - Ingram Roa(I soutlu of Clarcona -Ocoee Road to Arden Park 518,500 -00 Pendin 'I otal North Side Rx }' Construction $1,835,372 March 19, 2013 Charles K. Smith, P.E. Utilities Director City of Ocoee 1800 A.D. Mims Road Ocoee, Florida 34761 RE: North Side Reclaimed Water Main Extension Recommendation of Award - Bid No. B13 -04 CPH Project No. 06007 Dear Charles, 1117 East Robinson Street Orlando, Florida 32801 Phone: 407.425.0452 Fax: 407.648.1036 www.cphengineers.com Attached is the Bid Tabulation for the subject project as prepared by the City Purchasing Agent, Joyce Tolbert, who found one minor mathematical error in Andrew Sitework's bid tabulation, but they were not one of the three low bidders. CPH has reviewed the bid and the qualifications submittal for Hazen Construction, LLC, as apparent low bidder on the subject project. The unit prices given were reasonable and show a good understanding of the project. All references were positive. We have also performed reference checks on the second and third low bidders, Shuller Constructors, Inc. and DeWitt Excavating, Inc., respectively. Attached are the Reference Checklists for the three low bidders. Hazen Construction possesses both a General Contractor's and an Underground Contractor's license. CPH finds all the documentation in order. Hazen Construction meets all the requirements of the Contract Documents. Therefore, CPH recommends award of this project to Hazen Construction, LLC. in the amount of $978,838.10. If you have any questions regarding the above and /or would like to meet to discuss them, please contact me. Thank you. Sincerely, CPH, INC. ................. r William C. Goucher, P.E. Project Manager C: Joyce Tolbert, CPPB, Purchasing Agent David Wheeler, P.E., City Engineer Engineers • Surveyors - Architects (AA26000926) - Planners • Landscape Architects • Environmental Scientists - Construction Management • Design/Huild to O o F E O C7! 2 O 9 9 9 Ci Ili N In O 1 .0 O W O N c� N l li 6 16 N co co X 9 m m O I ,7 -j o v QJ O c7� L , j O U N O D 0 Q p O Lci N 17 u u I Lu I o V Lu lo a. cc M A C'4 0 c o C? o o CY > > I L 2 E E C) E E 'rO 2 > > a c FZ m . = o :c m u - > ii > > LLI lu w W ry 3 o- C cl c O cc cr if x m '5 o > S 2 �11 > o > o > o > ' > > > w o 2 5 5 E E E E F F E E E E E E E E of to O o F E O N r C7 Z O H Q J m m E m E y E E U y Y V � m u � O O O O Q •- O) O O O m 11 n O m O C G n N N 'l U O O O u7 m O O O O O r O C O 0 0 O O O O U w m C C O n (O O 6 p O O O N ID C 7 d O O N m N M tD M a7 o cD N N p, '- G O Q 1a9 M N a ~ b9 Lu w n y D D W O O 0 0 M M o o N m m m � o m o V G O O o o O In m o O o O G o v) p o o G o Q O z V N C O .- O m �G W Q O d O N ar (D to O •- N N N Q < [p K M M m m O c M m 'o h. tP m m .- ^ to m Efl '- d Q L6 IA N EA I to d .- t9 M to N to M .- O M t 69 C V) 7 N m m i J IA tH Vf d N1 '- EA IA � fA f� U3 ifi M fA to M 6A !A O � ifl s E w a> N O 0 G UJ 1/i .- L7 N N Q, � 1P. O CD tV h h. IA N3 tii Vl u7 � .- N UJ Cn V3 I ~ Z N O O O O C> o o 0 O o o o O 0 o o O G O G m K O o O 0 O 0 O 0 O o O 0 O o O o O o O O O O O O C O O O o o 0 o o o 0 0 0 0 o 11 ^ m o o m co M O a� � � � ).^ �) O: �- G) �- N N •; O h N ^ T_ �D (➢ - m N � N M K m - O) M M � J �. M u3 � Nl V M M O v V3 .- IN r dj m V Q � M 44 ill (O t/) kA In IH N VI N N in .- N fC � M t!! O %3 r � !A M V3 V3 ^ M � FA O o > O O U U p N N W N o C O O o O O O O O O O O O p O U O O O o O U O O O O O O O O O _ O O O O O O O O O O O O 0 0 O O O G G O G O O O O 0 0 p O C O a ca ^ o O F- uJ co m M d m n N m c0 N ln W C C N N � T 3 N O ry K E _ C N 'ip c) C > of ❑ O 3 ❑ v �o m CJ W Cil > u T T .0 LL' v > O CL s- m w > v v E N m G - C v n. o > Q c n o c s m m # `0 E O O O C U U > d - v U N 6• G Cl F- H O ❑ O L G .� .V' W W LL W LLl - :� v U> > c ❑ v v - H S O LL 5 ii uJ O m v a? a o �_- o D io io '- .- c io ro .- ❑ in a io a a n �o ti z m m m m m - o v U E O Q N Q� 0_' N O 00 L U > 2 - 1 L_ L L j v N N > - Q; N ✓1 a O G O O O > N O > > > O O O U C U C J c Q O s v v w o d o m �' v c m m ai d d P m t0 m¢n��o� a W s u. o� l�r<; v c w u. LL 5 w a d a W �. u_ u W rL 3 T cc x E m E y E E U y Y V � m u � ui 3: U w U z uj w uj LL w w z 2 V) z uj F- x w z uj LLJ C) LU (z LU 0 Fn m 0 z ui w 0 U 0 L.L 0 F- u Q. c 0 V) c: E -0 - LI) M = 2 0 Z 7p . 0 ?: 0 U) CL 0 C) C) o '6 U (D z cu > 0 .2 W -Fo QC1, z Flo -,C, -�, V) (D - F a) V) LL -i C C ) V) c 0 0 0-0 0 (In, m 0 E CD C:) C: C), m 7 s C- V) :3 C) 0 :3 >1 E 0 N : E >, 0 V) m E 0 r-- m >1 c- 0 V) C: 0 -r- -E W 0 F- 2 00 CJ 0 M m U) 2 0 7�6 E a) E LD CT) M (D -0 a) 7z- 06 CD a) -C mc 0 -2 C) " T (D C� �6 003: O - 0 o > LL CD (D 0 0 L) N N C-5 • 4 U) v (6 • r- co v LL -C 0 (13 > c. CD CD > ->, 0 C) E 0) 0 4� �z -1 N - ,z %;Z — 0 c- L) m O L.L U) (D E t - 0 :3 @ 15 c u E C) 0 — 0 cu CIO Z N U) I15 21 0 LE U) Z) - 0 ` U -!= `6 Q) ID O 'o :) >- -E3 CL 6 L CN a) C: C c - 4 C c E > C, - 0 o _j -0 = ' -0 Cc: (D —, C: (D 0 co CD cl— C) �o I V) E cn -0 2'.1-- c- — 0 0) m 00 N CD C,,, o o >, m m 0 , a) 0 0 0 'D L) 0- - i� 0) , Q) 0� 2 E 'o a) . 3: :s Y -" U �; o m E -0 - W E 0 rZ co N a) w o x 0 0 3: 0 0 (D 0 x f W 15 - 6 S z z :t-- co CD C 1 ,75 N v m -:• 4 v 'n (D -�e I- X) v 0) 0 0 @ 0 0 (D C m 7C ('. 7 -�= � "' 5 x Q) E 0) C6 t 0 -C C) 0 0 v) cl 0 0 0 0 _ CD E �6 0 - 73 0 0 �6 0 L) 2: C) - 0 C: U c > I -0:) C c Q) -C -c o U ID :3 (D a) U) LL ' p> o CT o> U) S, C Do -00 0 0 U -) @ C- (D V 0 0 C C) CD 43 , >1 m o C 3: -0 ( a) a (D —, CD u LO CD C14 1 6 io E [2 0) 0 C , 2? - , 0 CD L 0 V) �5 E E CD "o co Q) 0 0 0 - 2 0 (1) CS ou 0 0 z c o lu > z 0 u (J) p a M V) < c6 m E U) E E 0 0 m m Z 0 C: _0 a) C) 0 V) cn (n z -Fz Q) 0 O t u Q) c C: -0 'M: E E E -0 o .4- - -E l g-- i s: 0 0 0 (-) < a- 0 1 U LL C) a- U W W C) z W w W LL W w Z u Fn z x uj Z Zi W F— ul 2 U W w W 0 z ui W 0 U 0 LL 0 U) C) E C) > - a 2 c CL T E V) 0 C D 0 0) C 0 2 C: N N E = LO cli 00 C N Cl) 0 O L L 0 C , C) ' Lo ( 4 0 w S C) cu Iz LL c6 CN� L � (D c CD C:, 1 @ 1- CD 0 c E E co 2 �: 0) m V) U) -0 - t- > Lli C) 0) E? 'D , C)) N r 0 Q) o U w L Z 0 0 o a) b cz - ---- -- ----- O to C) Cl. :� 'a �> x CI. C: O— E M U 30: 75 M _0 m o C: - Fz Z� U 0, cz ' C ' > a) - iu cn 0 -C C U) - C, 0 C- c 1 0 C - a . - C) q, >, U U) C) (D CI. (n 0 m > 1 1 -C 0 cz E 0 C: < z > CD -0 a) CI- M : u V 0 0- > 3: 0 cn o o 0 < (D E 0 o m a, Q) C) - 0 C J_- 0 - CD C) -6 z S -a ii (5 < N v co -t Ln co C6 G; 0 _0 C2. co O C. 0 0 _0 m 0 3 3 G C 0 m ) L. .2 > ;< 0 Q) E E 0 Q 5 co C). 0 (D 0, 2 Q, (D 0 (1 ) - OU C: E 7 5 �T r- C) 0 2 CO E 0 L) cz C m C: C: to > c • C) z 0 CD - M — .- a) 15 0 c/) E 75 cD E a) x U-i - 0 LL L) m (D 0 z , a> 0 E 0 " c O 0 m _j CN W r-- 0 > -0 a) - 0 U a) a) C) 0 0 LO U') r , 0 u o E E a) Cf (D co 0 m C 2 !E 0 0 C o U CZ C� 't C D Q) w -C - E- a 0 3: a Q) 3: L Q) > 0 LO C) cn Ln (o "t Ol CD r- C) Q) D. 0 :� '; C: �5 c 0 ?: S C) m E 0) 0 �o z C -) r- C .2 0 0 0 T f5 0 0 o z > 3: -Q L, 0 (D 3: r_ 0 o V o .0 - 001 U 0 Lo o r -I ci) f ;1 U-3 :0 > u V) M 6 0 _0 0 co LL - 0 _0 E co O @ V (1) m _0 C: '0 CD 0 LO C: V) c C) c Iz- 73 > x CI. _0 c: V) (D 0 0 0 c) Q) U) D W (D 0 a- (1) 0 0 _ — �.; c D E '6 cz C: Of m p F= 0 0- Z C ) C) 0 0 a) t '0 _0 0 z (Z Lo r- >1 -0 c Q) C) C) Z5 LO 0- u 0 'E 0 L o 0 X ui ` C 0 C) C) E 0 0 C? O CD (3 !:; U) c . 0 m -0— 0) = C'. (D >1 ( C) -o E E; C " m U) — -C L) r- 2 E Q 0 0 in C 0 0 (.0 co C14 �o co cl)� 0 C\� 0) 0 - 0 V) C: C: C m 0 LD (D co CD ('0 "T CD i n 2 u) v) 5 z z - V) C) LD M 0 3: 0) 0 E 0 0 6 (D -C E J: CD -0 o z 0 - 3: 6 'IT a c o r- of CD n 0 ,, c: .2 0 *.�� °> m 0 0 x U) Lij -2� U o o co o 'r N 69 5 < 0 �6 U > > (0 C6 O C 0 U) of 7� 2 C 0 c 0 m Z E Z) 0 C 70 C) U) 0) �2 V) z a) (D C) 0 ) 0 c - ai o E C: 0 Q') _0 c o c: c @ @ El 0 2 � E 0 0 < f Q- 0 U LL U 0 F- C) ui LU U z ui w LU LL LU w Z 0 Z LU F- x uj Z uj y Q F- LU Lli w LU 0 Cf) a: F- w 0 Z Ul ui 0 u 0 LL 0 Z _ - m 0 -C C) a) E E =3 U) _j C: E CL (D > ID U) Q) Q) E E :5 U) C (1) V) T > = C) 2 c: 0 03 N Cl) 0 7D 0 U) 0 U ui N N (o o CD 0 00 0 IT � 1 N 10 o) U� cc LO ( (N 19 (D C� Ilz 00 N Oo co co - ol C) : o c o cl) U') 0 0 LL CD tf N LL I -1 I " o 00 CE (.0 a) cu J -�; cu LL a a cu c 0 — 0 Cl. 'o (1) - 3: '0 T 4� s 0 0 L6 t . C O 0 cr, @ s c E 0 c 23 cu c c C: n u 0 0 o 0 cz c > -, , (D t� cr V) C'. C to >, (1) c -C U) . > C7) I Q Z -) 0 0 0 -.2, 0 1) 2 — -; U (1) (3) 0) :) >' E v) , 0 3: Q) -C m (z .0 z <J) cl 0 (1) Z :D 3: o CL - 0 15 O E 0 00 - 6 z cz 0 C) = 5 (3 co m 0 a- C) - CD -0 > 0 _I_- C) CL C:) 0 c M (n LO LL -j LL C Cl. '0 00 -J CD C) Cl. > - E c: C > C ,� CD M 0 t5 0 3 0 x E 2� -0 cm :� 7 2 '6 E �5 0 L) > 0 c o I (Z c G) u 0 C L (D 0 > Cf c m c 0 c > 1;-- Q) 0 0 O� C: co 0 U) U- Ln x c Z m C) -0 � 0 (D F- 0 CY) CD L- 0 Cl) LL -i LL c) _ a)! v) - M m m E 0 0) ('>', - 0 L) 0 CD C) 0 w o > a) - 'T 3: E z (D 0 cq N (CDI mc: m C, c', C) . o 76 - P - a) 0 Q) C) - 0 E 0 0 10 C C) 4 C) U) C) -6 -mi X L) a� -0 z L) O m 0) "zr En, LL C6 -e 6 Lr) 0 0 (Y) (D 4; m 0 V) < U CL -C (j) 0 M 00 3 0 - V) 7(:) co 0 Lo U m 0 E 0 C: C'- 73 cu .2 0 V' (D — - m 0 :3 L) c D E - 6 (D > 0 cr 0 u 0 0 > C 0 > L: -E (v ' ' J C: > a) > o u V) 0- C c : Q) E 0 < CO LL --j .0 .0 u Z C, 0) C -)e 0 V) ca C) 0 0 U) r o Q) - C c 0 z o6 CD > m E T; 0- 0 0 o C) E 0 h co �c n o 0 - �: 0 0 LL z z 0 . e C,6 c O U 0 Q 0) cu a) Z c C) c - a C) Q 1 CU E E E < a- o U L7L C) 0 -------- -- a O I R N Cl) M Z _O J 7 m a 0 m E 7 w a E � v � v m m E w n� c -,t E E a -7, 3 = M. o . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C! o O o o 0 0 0 o a o 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 10 m o 0 0 0 0 0 o ao 0 0 0 0 0 0 0 o Lri eo 0 0 0 0 o N o o ao U W O O O O lD N r V O O O O O r O O O O O O O a N N N V N O O m O O r� N V O r O Of cl M M ac J J U 0 Q_O. ' N 0 IO N N N h M r ao M O h r LD tp r N N C O Ot It r b N O N O tp N N N N N r O N O 00 N N M � � N t0 � O M b N Ot r ao a eA � � w rM T O CO eH eA en r (O N eq M N w df f9 M M df N to ds ea M M !9 te to r' T� O J M e9 tlf M� � f9 e9 IA tll M U E C N O> m N H Q C m a T. m U T o a m O o O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O o O O O o O 0 O o O O O o O O O o O O O o O 0 O 0 O 0 U W O O O O O O Ol N iV O O O O O O O O O O O O N N N -It t0 O N O O N O O C () O O O O N N a N r O O O O O O O O O N O O O O O N N M N !R N !9 N fA N fA O 10 M !9 r !9 N 1A t0 !9 LO M V M N O O 1p N N N r N N N LG - Of M N N N N N N N N N 2 a w w w w w •n w w w w w w Z 0 W O 0 O O O O O m Q7 M O) m M O O O O O O O O O O O O O O) N O O O O O O O O O O O O C O N O 'Q O O O O O O 0 O 0 M O N O m O 0 N 6) N r U U N O? r O m m 0 0 LO O N m V O r M M O N V V 'V V m� O q O M V V r N O O O LO N N m O m N V � r N Ql m m r m m N N R m C a m m l0 r N N � V V r l0 N N M r M N V V m J M yj kA H3 N M b9 to O m N to Fp EA N M O to fA 69 � to EA M to Hi E9 to EA N to M to to M Hi EA N > N O > N O V3 T - O U T O O 0 0 N r m M f0 O O O O O 4 O O O O O O V O N O O M O O O m w a m O W N O M O O O O r 6] vi m V' O O O O O r O O O O O O M cl ' M O O r O O m N N N m U N r m 0 N M V O O Ln m V m V r O N N V M fA m fA V fA N V3 M EA N M N kA r fA N fA V fA V EH N fA m T R m O m m O N fA fA fA N V V V m N m N LO V m V N LU M V M O M O M O) V N � O. M M � N Vf fA to EA to to kA EA k9 fA fA fA � H3 EA V3 Z O m O O O O O O O O O O O O V O O O O O O O O O O O O O O O O O 0 0 C W O U r N O O O N O N O 7 N m O V O O O O O N O O O m O O m O O O O O O O O O O O O N O O O m O O N m O O O O O O O O O r O O O O 0 m 0 V C O ar N m M V m m N m m V V V m O O N M N V V O LO r r O V O (D O M m V N M m m m O m V 'V O 4) L6 O N N r N N O � N M N V m m y m r .0 a M m r M O N r Q) m 61 Q) m V M O M V V V N N (O V V V r M V L J M F to to fA Vi to N � LO � O fA V V) to kA EA EA m to m fA EA Vi N to Efl to EA EA to EA V to EA fA EA to V H3 kA m M C O C y O O U m a (D O O O O N O O O O O O O O O O O O O O O O O O O O O O O O O LO Cl! O O O O O O O O O O O O O O O O N O O O O O O O N W r N O N m m O) M r O O m N O O O O O N O m C m O O N O r O N r U N m M V m m N V to M to m kA N V m N V LO O r V m O V N a7 Vi di to fA to O EA EA kA fA EA ER m o Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 0 0 0 0 0 0 q 0 0 0 0 0 0 0 0 o rn W O O O O O O O O O O O O O O O m O O O N O O O O O O O N -T N O M M m N N O LO O 0 O 0 O N N m O N N O O () 0 O 0 m O O O O m m r O N M N m O V O i0 O � O O R N m r' r m M r O V O r M Lo N � r V N �M rM � CL N J fA � to ' 69 fA to m V� m � fAM to V tH m E9 to EA eA to EA to EA to N fA EA fA fA M fA EA N � V3 � U m a Or W IL > m o 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q a W o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 ro U o 0 0 o Lri o o L.i m m o O 0 O 0 O o O ui O o O 0 m 0 O 0 N 6 O 0 O 0 O o N ro C6 r N Ln M o N m N u] N m Ln O O O m O O O O V M Efl m to O> M N LO O m M O O E9 69 EA fA EA r� fA 69 EA t9 ffl O. O N U3 V V m N N M N N N F N� f9 to � to fA kA !» to kfl U! 69 Vi to kA FA Z W o o 0 0 0 0 0 0 0 0 0 0 0 o V o 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 O N V m O U N O t0 O O m O m O O M r O 'Q O O O N O LA O N O O O O m m O m O r O O O O O m O N O m O m O LO O O O O O O O N O O O V N V O M r m N N V M m O N N r m V N R O N m m LO N m N J 1 r CL O 61 V N r m m M r M m N i (q 3 ° o O s >,� 0 0 0 0 o N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 o O O o 0 3 _ a O W O O O N O m N m O O O O O O O O O O O O N O O O m O N O O N N m O m V fry y� EA N N N r N M m N Ln m r tH fA fA fA EA Q7 H3 to to fA to f9 Q d V M fA to kA to to kA F-- d3 M Z rn Ui O N p p O r m m N O m N r N o O) p N m N m V m 0� m N r � m m N cn W C C C U UI n O n O O o T a c a a c m v m 3 T 3 > m c aui .m a O T 3 m 3 r L LL' O) m N T N la0 Cf O O T .X ° E Q E E w U `w m w v t c o _ d W °' > N > h N Q U 5 v m n r U o E E E 'm E 1 ° d m Q m n o a a U Q O U >. m U o .gy m co 'm m m v _> Q > Q Q c n o c s U) U) m m o1 m c O c # m U °i `o v E c m m t0 c U `c a� H U � rn rn c c _ E O a�i Q: a�i 2 U LL' '� C > > N .Q m Ql N r H O L C C . N h _N .X X O a U U U > = U U m « m m nn. T I H O O n !n a W W W W W N a d °i m m - m = � in .n CC Q w L' °' m m m m m -OO > a m ii Q m C m'E `m U m U m U m O O E ro io m io m _ m m m u_ a Z m° cn 3 m �a m m m y m _a ;,o m a a a a ani K K a s ` rn 2• - O t ` LL o F c 2 -° v w p .� m o CO ._ v U O O d .. C m C m a3 od c KS m eC aS Ld cd aS d etl a3 m m m m m m v m m m 5 = O N N U d N N N N N N h N O O O O d N N N p 1 O O O O " O O C C l Q ❑ U O` 2 t m m N d N m n n —~ O F U N W O d m E 3 E 3 E m E O N > 0 LL' E 3 O LL J LL 3 LL 7 LL O LL 7 LL 3 LL O LL m K d Q' d K K K 3 R' LL' LL' 0 0 m Q Q] J d' O l d W LL U LL U LL U 0 2 U U > �- LL a O I R N Cl) M Z _O J 7 m a 0 m E 7 w a E � v � v m m E w n� c -,t E E a -7, 3 = M. o . IL IR N _M N f") Z _O J m a m E II o E m U � C d O `m a c 'o .xE E � 3 x 0 0 0 0 0 Ln o 0 o Ln Ln o 0 o r Ln o o Ln o 0 0 0 0 0 0 0 0 0 0 0 o r N O r O O O O O O N LO O V U W O O O O 07 N V O of r m m N V r ro LO m O O r V O O u'1 m N M tD C U LO V O LO O N O O 07 r N r 07 tD m O (D r LO tp O o7 O r O V 7 L° (O N O of tp [f r N O O O M m O� O (O O O m r LO m m M y (D fA m fA 10 m fA O N r f0 LL� m r N to CO fA fA m 69 M f0 M r M N fA r N N kA m fA Y b9 N fA N fA V Ni m N d3 (O EA V H3 N "i fA r M to N" kA iC d J Hf EA f9 r� fA � M to fA � o n O ~ w O T a O O O O O LO O O Lt1 LO O O O LO O O W O O O O O N O N In O O O (D O O O m O 0 O O O m O LO O V N L W O U o O 0 O 0 O 0 M Co M Lri V v N o N M N � L° Ln m ai V N m O o M m r r ro l0 O ai O m <O o 0 M o N m N M N m ro M O O m r Lri ui fA ri M co LLl �° V l° d' V O Lq O N O O N 43 M <A m di m M O t0 r LP M O V LO N V EA fA to fA EA N kA N fA fA d m m LO N � [O LO V N LO N N V Z N O O O O O O O O O O O O O W O O O O O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 0 0 0 o O Ln 0 o 0 0 O 0 O 0 ° c r w. o 0 0 0 0 0 0 0 0 0 ri 0 o 0 0 0 0 0 o 0 Ln 0 v o o m r o o 0 M 0 0 O 0 0 r 0 0 O 0 o 0 O o O v O o o LA Ln N Ln r u-i o o LO in V o V 0 0 V 0 O U m m l0 l0 0 O 0 Ln o r O S m W V V o O O V O O N (D m (D N LO O N oO t� V LO N V N <D V M (h Ql m 0 ° O d' OJ cp M r o7 M W tO lC� M V V' r M N M O N m LA LO m m d r Ui f9 to l0 m t0 fA EA d3 V V EA fA N fA fA EA EA b9 EA M to f9 fA M kA M EA EA N� V3 to V f9 � <A fA � to � a Q Efl r o O Ta N 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 O O O O E d r W m 0 O O O O O O LO O m LO t0 O N O O O O O O O LL"1 O V O m O O O O O O O V O O O O O O O O LO N O CO N O tD N O O LO O m M O N M LL"1 m V O l0 LL'1 f0 O O (O O V O h M a U m m L(1 LO O O O l° N to N fA LL') to c0 LO O V O N N m V [O N cc M L O O M O O N O r r to fA M fA E9 LL'1 f9 b9 fA to fA Lp M N V m [O 41 V V M r J d r Ln e» <n L» <» e» <» e» e» v> e» <» e3 e» m r � z N O O O O O O O O O O O O O W O O O O O O O O O O O O O O O O O 0 0 W L[? O O O O O O O O O O O O O V O O O O O O O O O O O O 0 0 O O O 0 0 m <o M r r c r co L° Ln v v in Ln m O v LD L° Ln r o Ll'1 m O v m Ln m o o LL'1 M to v r co O 0 LO o r N m cD c0 N OJ M LO N L m ! M C W O m M M M d LO N N N (D M (D M p J u'1 f9 to �D � O N3 fA to W m kA EA eA to fA to to fA to N fA k9 fA to e9 E9 EA kA �D O a > Q Uf H3 EA � EA EA k9 Efl to C N O L T O > U O O O O O O O O O O O O O O O O O O O O O O O O O O O O U a W U r O O O O — r O N O O V r O O M O M O V O O O V O M O O N O r O M O n O O O V O LO O M O M O O _ V LO l0 O N LO M V M d' (O r Ln LL"1 (p M m M M (O m N V N N fA M to N to V fA M fA m M to O] LO EA kA fA V fA O L U d M� LO kA r O kA m to m to kA fA fA to kA to cli fA U u Z Hf d3 to M g C N Q ° Cl? � I ❑� O to � W M V N r tD N F m w � c v d v O n U O T A 3 T _ m w _ > >. >. >1 a a > o 6 .x E Q E E o E 2 m w c > N > m m Q U U U T o E E E_ «° m m w Q m n ° ;o a U Q D m U O (0 l0 U > m > U > > > Q > Q Q C T ° U U U m m m CT m # m U d ° `o E c m m j c m m c c a� O c •- m m `w " N K � a K 'O C > > O` C -O u A d N F V- O L N .% N . .K X X O E O '� U > (� > J U m ar N nn T H H Ln o a n .X . W w w U` '� U > > d d p Lj m m (D _ m = in in p O LL GL Q w w O1 v m Lu m _ a c U` U' _ v o H d _ io tl m 7 L C _ Q. _ 60 . m m _ m = m m n n n aL m v r ° a E U Z 0. °_ U p m m m = m A m m m m m m `o m m a a a v a a CC a s in W O a d or m m m m o m a 2` ¢� L LL U - F o d ti m c m �d �f xS c K _ o p� W S 7 od K> od a6 od oU eb .6 L+d �1 oiS ar m 3 5 U F O d N O CO N N N N O U L N L N N N N N O O O O O v U U .� 'c 'E h E m N O ° 'E c '2 t 2 'c N ` 'E 'E E E O E E O E E p E O E O E C a� C a� l Q ❑_ x a a </7 a o N O m 3 3 N 3 W o E N N j O . 7 O O 3 O 7 J ° N w N N d w d N O- c O Co U Q m U d J d' W D i d W � O LL U LL U O LL U U 2 U U CC > LL LL LL LL LL LL LL LL LL LL K d' a' d' 4' 3 K K O 0 H E II o E m U � C d O `m a c 'o .xE E � 3 x SECTION 00300 BID FORM SUBMITTED: Mar (Date) PROJECT IDENTIFICATION: CITY OF OCOEti NORTH SIDE; RECLAMED NVATER MAIN EXTENSION NAME O.FBIDDER: ct roil- 4r"C.t Ory , LL e— BUSINESS ADDRESS: 15 � i d n. a road PRONE NO.: CITY, STATE,ZIP: CONTRACTOR'S FED I,D, NUMBER D I -G qq 77 3k6 3aa -rr 7a CONTRACTOR'S FLORIDA LICENSE NO,: C C C O (Q I °I R I ar nd C uC Os 3 - 71 - 3 TiTIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) The undersigned Bidder proposes and agrees, iC this Bid is accepted, to enter into an Agreement tx�ith Owner in the form included in the Contract Doconrents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain oven for ninety (90) calendar days after the day of Bid opening, Bidder will sign and deliver the required number of counterI)arts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. � Dated ( 1��oi3 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby aclmowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. B13 -05 North Side Reclaimed water Fxtension - Ad&ndum ) 5 00300-5 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner play affect cost, progress, performance or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions uh or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or fiunishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. c. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional exminations, investigations, explorations, tests, studies and date with the Contract Documents- 9- Bidder has giver) Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is gcccptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 1313 -05 worth Side Reclaimed Water Extension - Addendum 1 6 00300 -6 h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or mules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham. Bid; Bidder has not solicited or induced any person, frr1 or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner, Bidder hereby agrees to commence Work under this contract on or before a (late to be specified in the Notice to Proceed 'I'd to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500), Bidden further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar clay completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of' the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500), 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL, BASE BID to perform all die Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Docurrients and shall include the falloNving: 1. Bid Forms (entire Section 00300, 00301, 00301A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non- segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 1313 -05 North Side Reclaimed \eater T ?xtensioi - Addendum 1 7 00300 -7 00 v v ro 0 Y v ro 'a in 6 c� m W , 0 O M O O �� Q o ono q Q oaaoo�000a °ae��omQO�° W o O p l� f° O CT' Q O q 0 cki D o a O p p Q p l 9 1-3 � rn .S .9 S Q :,- -r -- T � `' Mr C-6 V, C 6 "9 o � o -T ���ogo� ° n�� � � b� O z W LD � W d 00 hl o t- 00 �•I W Vl � CYJ M I„ W v, V) vl to w w w w w¢ �wwwW d¢ z C d d w w w ;• A ©� ��wwaaaa.a °wwwwwwawa�� p w A � r cU Q U O yc� U V) f o OL O ca a �✓ qq x t q �� + v w J� a� o vi En w� d N tn � U ro wl id s~ U ro y N U t v 0 UU U ✓ > > > (x +' q q U O q U Ln G> > y .` E+ H Q O o R. U u, w w s d 00 ° ° ° b I'D no q oo w 'D 00 - d ro ° "' p a-7 Y N t�-• O W N Y � � a�.+ ate-` +�-+ U p d U 4 O c r 1 p r 1 Ei .-+ r. 04 -+ c4 w e ° °� W C� G .t to U U0 Lt LI) .° v j s7 s7 d .q O O U O co �1 � r• ; s a � f� w w CQ w U x w w w r� w w s� w �, w��� W 00 v v ro 0 Y v ro 'a in 6 c� m W , 0 O M O O a � tp Q Q r'e Mil J ,.1 C a b a z C v► o W v � H w �Ya � c 3 r o) W In o0 �o N W d W H A z � uo DO W v V� C/) CIO O? U � � �Q z an V � � u � i I rA w Q > o A Ln UU, r, U q an U A ° Fi Q � � ZI 4 O 'k x P. R W W N U 0 v U O O 0 N .� 04 xP� oo Mil J ,.1 C a b a `� v► o v � w �Ya � c 3 r o) z � U � � C 0 CIO CIO I I O E~ a~ II a 11 GO Cd 0 0 w II Cd W II w W W P-4 0 0 c+'t 0 0 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terns used in this hlvitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the Meanings assigned to them in the General Conditions. 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for tulit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be. computed upon the basis, described in the measurement and payinclit Clauses In the specifications contaIIled berelll. 10. BASE BID - SCHEDULE OF MANUrACTURERS /SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers /suppliers, by circling "A ", . "B ", "C ", etc. If the Bidder desires to propose all alternate manufacturer /supplier, he may white in the name of such alternate ill the substitution list included within this Bid Form, but lie must, nevertheless, also circle one of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer /supplier. If the Bidder fails to indicate which listed manufacturer /supplier lie intends to use if an alternate is rejected, lie must use the manufacturer /supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more [hall one listed manufacturer /supplier, lie must use the first manufacturer /supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering casts directly attributable to the change ill manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions- or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed itern. "Base B13-04 Norlh Side Reclaimed Water Extension -Ad dwduni 1 10 Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with [lie Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and /or to accept that Bid which is in the best interest of the City. The award of this Bid, if ivade, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City s needs. SCHEDULE Or BASE BID MANUFACTURERS /SUPI'.LIERS SI)e cificalion Section and Equ Item N4,inufac /Sup ller 15050 — Process ', Utility Piping, Fittings, Valves, and Accessories Ductile Iron Pipe (i� American B. Me Wane C. U.S. Pipe D. Griffin Fittings A. Union B. U.S. Pipe C. Nappeo D. American E. 'Tyler F. Trinity Valley Sigma H. EBAA I. Smith -Blair IIDPE Pipe A. Plexco Driscopipe C. Lamson Vylon IIDPE Stiffeners /�-A. JDM Gate Valves A. Clow B. Mueller B 13 -04 North Side Reclaimed water Extension - Addendum 1 I I C. U.S. Pipe D. Watercus 4) Alnerican Darling 1~, M &H G. ITT Kemicdy PVC Pipe A. B. C. D. E. F. Certainfeed { Cain - Tex S�� Su�S# , �Ht:a✓I �is North Star J -M Capco H &W IndusU Valve Boxes Tyler Valve Pads 4) Sign' Valve Markers (; 2 Wagco Service Connections 4 Mueller Meter Valves/ Corporation Valves . (5). Mueller Polyethylene Pipe EndoCore Trace Wire leis -Tech B 13 -04 North Side Reclaimed Water Rrtcnsion - Addundum 1 12 SUBSTITUTION .LIST Bidder offers the following substitutions and "equal" items, Equipment Item or Material Spec Section Alternative Alannufacturer /Supplier (List One Only) Deductible Amount* (Indicate Whether Dump Sam or Unit Price) /r l �b0 C�dS oaS1C� nI lVdf�vY�f� D. Od Represents 50 percent of the difference in cost in accordance with the General Conditions (MiniMUM Deductible Amount per Substitution Ttem shall be $1,000) (Bidder may make additional copies of this page as requir B13 -04 NoAh Side Reclaimed Water Extension - Addendum 1 13 Strike out (X) non - applicable signature block and complete applicable block, (ALL IGNATORIES MUST HAVE TIIEIR NAMES PRINTED OR TYPED BELOW THEIR S NATURES) if Bi r is: SOLE PROP ETORSHIP (SEAL) (Individual's Signature) (Individual's Naive) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Paitier'sNaive) Business ad - ess: Phone No.: Florida License No.: 1313 -04 Norlh Side RechdmkA Water Extension - Addendum 1 14 f Strike out (X) noo- applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: (Corporate Seal) Attest�� - � (Secretary) A CORPORATION �aI CC)K%4ruL yl, C (Corporation Name) Tl o rd , a n (State of Incorporation) By (Name of person authorized to sign) p (TI tle) tli ri - . d Signature) Business address: 15 q R �, d +tila `Z.oa� N e i �wi� r v�c. T�ac, L - F 3 D - i Phone No.: I `7�00 Corporation President: C lnc j s t�2�G n Florida License No.: 0 6 (Cl c C uc i aa3� �3 0 B13 -04 North Side Recinimed Water Extension - Addendom 1 15 Strike ou K (X) non- applicable signature block and complete applicable block. (ALL SIGNATOXJES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA'T'URE If Bidder is: A JOINT VENTURE By By Busiuess Address: Plione No.: Florida License No.: Me) (Nance) (Address) (Each joint veattVer must sign. The manner of signing; for caeb individual, par•tuership, and corporation that is a party to the joint venture should be in die manner indicated above.) Florida License No.: B 13 -04 North Side Reclaimed Water Bxlensiun - Addendum 1 16 12. List the following in connection with the Sur Which is in•ovidiiig the Bid Bond: Surety's Name: we4 rn �w tle h Cow pavl Surety's Address: 33 3 Wa �A 5 �J2 L. - , c g g o —�- L (,ol 6y Name and address of Surety's resident agent for service of process in Florida: WD I JO IJ� lvi 5 w - once C VI A - R cn ji a q Soa N "Ave 'F L 3 ,2 6 6 -5 FND OF SECTION H 13 -0-4 N'ortli Side Recla i mud Waco Cxtension - Addendum I 17 CORPORATE AUTIIORITY TO EXECUTE DOCUMENTS Y CERTIFY that a meeting of the Board of Directors of r\ �ans �Cr�r,� - �`nr` LLC- a corporation under (Contractor's Corporate Name) the laws of the State of T , held on the day of �'�tf, �c_H , 201 the following resolution was d y s d and adopted: "RESOLVED, that �uc� S 9c ile n a u o ndividual) (typed name of individual) as t e S d e �� of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE NORTH SIDE RECLAIMED WATER MAIN EXTENSION between the CITY OF OCOEE, a municipal corporation, and this corporation, and that his execution thereof, attested by the Secretary of the corporation and with corporate seal affixed shall be the official act and deed of this corporation." I FURTHER CERTIFY that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this I day of Nk r�� , 20 t3 . (CORPORATE, SEAL) M \� (Corporate Secretary) STATEOF CITY OF `yo, Nei Sn-,uT cck o The foregoing instrument was acknowledged before me this lD day of >ka rr- k 2013 b C"d `�reS',AeA� (name of officer or agent, title of officer or agent), of 4r4 n �� ck ow, L- L 6 (name of corporation acknowledging), a r(or: �a (state or place of incorporation) corporation, on behalf of the corporation. He /She is ers y cnoti me or has produced identification (type 0 1 entification) as identification and did /did not take an oath. (Notary Public My Commission Expires: MARNIE A HAZEN F Notary Puhlic - stale of Fiorida END OF SECTION My Comm. Expires Oc114, 20. 'Commission # DO 900590 Bondd Through National Notary Assn. • -- 00300-14 SECTION 00301 QUESTIONNAIRE DATE: Mf4 CC, � la,a f PROJECT IDENTIFICATION: City of Ocoee North Side Reclaimed Water Main Extension NAMEOFBIDDER: Can4rWJ('C)r1, t-LL BUSINESS ADDRESS: IS`�� ('Un -, a VoGd /Ve S M ,,troG l geaa�. TELEPHONENO.: 3 EMAIL CLad SkaZen IP �nj v1Can51rvJ o f CONTRACTOR'S FLORIDA LICENSENO. & nab f�Glaa3� f 3 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? - DiN0 4 +- C - Dr. o- n eul woJer IL 5 4 �.or aHO( kle0- i,, aloe w4 Ae•i w-,-er tr i0 .4 (, 0 J 'b l�pwa ComiLfVe r,. Iola o JI,025.000 - 6,ru1A �'�U�ce(fo� 3�647fr•�94g 3. Have you ever failed to complete work awarded to you? If so, where and why? 4. Name three (3) municipalities for which you have performed work and to which you refer. 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? 00301 -1 6. Will you Subcontract any part of this Work? If so, describe which portions: Cg r: \\ Co n As 7. 9 What equipment will you purchase for the Work? /1/0 (Ve What equipment will you rent for the Work? 10. State the true an exact, correct and complete name under which you do business. Bidder is: 42er\ END OF SECTION M 00301 -2 What equipment do you own that is available for the Work? SECTION 00301 -A SUBCONTRACTOR/SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. COMPANY NAME, WORK TO BE PERFORMED CONTACT ADDRESS, (TRADE) OR COMMODITY PHONE NUMBE TO BE SUPPLIED 1 1 LA .1j M CI rk - Dif�c�:�nal Dr; ll haao �evj �uclCwnv• tlu, ��- 32„1 � WOK - �lSf ' !dl ( �( ?f0 5 �onG f 2 Cyn� f �o Bax s� �:crsun, FL 3alfr0 T49 - 13 ?� 3 5e6v 0 R kt6, 4yioq Pi Commerce Way 4 L4,4tr,jork5 `'i`p� d- F• l�C g5 1 rV `--`( ' 5pnt p rat F' `i0 451 - 7 4 - 7 3 s 6 END OF SECTION ESTIMATED DOLLAR AMOUNT SU, 000. 0 31, ooa . on gon� 00301 -A -1 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the surnmary below. Trench Safety Measure (Description) Unit of Measure (LF, SY) Unit (Quantit Unit Cost Extended Cost A t�ewch �x caJgt �r� 9 000 $ 1 ,0 0 $ 1 1 oo vo B $ $ C $ $ D $ $ TOTAL $ 9,000 �D BIDDER: �a ze,ri, CC) n s�ru C+Cm , L L L SIGNED: BY: - L hArt !h HICI I e n (Print or type name) TITLE: �� PS i G 0 V1 DATE: Mt. rLk 1 a THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION 00302 -1 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed ZD upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free. workplace through implementation of this section. 00303 -1 I As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: 4 e n o �r\'t Signed: By: _ �- a� Ze ✓� (Print or Type Name) Title: ' re-s: � e , Date: Irn cc,� [D , '�;LG 1 3 END OF SECTION 00303 -2 SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF I D r a ) COUNTY OF Uc [(A S iO, ) C �C p1 S accze , being first duly swore deposes and says: He (it) is the �{ r e s k A ' o+ (Owner, Partner, Office, Representative or Agent) of L en CU n S 1`��t L �- � D n � L L C_ , the Bidder that has submitted the attached Bid; 2. He is frilly informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. - AA 00480 -1 Sworn and subscribed to before me this Ia day of N re� , 20 13 , in the State of - t:l0 r i �, , City of N Q Li 5 mU r A 1Q U Notary Public My Commission Expires: Y P �, MARNIE A HAZEN Notary Public • Stale of Florida » •= My Comm, Expires Oct 14, 2013 '; END OF SECTION oF,�o;;P Commission # DD 900590 • Bonded Through National Notary Assn. 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his erployees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, ornational origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202 Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date (�areh �a, ,20A� QZvh s��uc �c�n LL By: ` 1 I (Title) Official Address (including 'Lip Code): 1599 T-0A IV j S P r re, `%-Pc� & � 4- a t (c ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00181 -1 SECTION 00482 (Page 1 of 3) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee, Florida by Q - I en C 11 uC b Cvlaat S 4CII - Levu I lfvs -J eh-� . (Print individual's Name & Title) whose business address is S (;n Zaad Aft t s m v ( vik _�zec 3 D-t Ca � 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or set to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons 00482 -1 when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" at defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the IIearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) 00182 -2 I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR "THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 0\ t4rL� [ �, �-a 13 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE III 4E INFORMATION CONTAINED IN THIS FORM. V '(Si ture) Crud 5 Date: (h C" 4 4 CC1 -e r col KIs �r+--t c � 0 Name of Bidder (Contractor) STATE OF COUNTY OF T- 0 r It � P, � C' � "- i a PERSONALLY APPEARED BEFORE ME, the undersigned authority, C � c � S J cx2e n who, after first being sworn by me, (Name of Individual Signing) affixed his /her signature in the place provided above on this day of C,C — 1 20 Notary Public My Commission Expires: ` o; Yp�aa MARNIE A HJNA END OF SUCTION = r,• y �, Notary public - Siat N My Comm. Expires O Commission # DO ...... U•`,` Bonded Through Nalional 00482 -3 SECTION 00483 CERTIFICATION OIL' NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, liandicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) 1 have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I )< have / have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if f have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding. such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $ I0,000. I also agree that I will retain s CA&Ications in my files. Date Arch 1 D , 20 13. By: (Si Official)&C-d S QnNS'1 t V1 den Cf�nS t1� C�iGn Lt.G (Name of Prospective Construction Contractor or Subcontractor) (Sq� ' c, r\. a �oc�� �e�Smvr►��Pa��, F(_ 3auoS (Address of Prospective Construction Cont or or Subcontractor) (Telephone Number) END OF SECTION D I -o gfogq �q (Employer Identification Number) 00483 -1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS. that we, the undersigned, Hazen Constru LLC as Principal, and We ster n Sur Compa as Surety, arehereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent 5% of amount bid of the Contract Bid). FIVE percent of amount bid (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 1 2t h day of Marc , 20 1 3, The Co6di6on 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 limof to enter into a contract in writing for the NORTH SIDE RECLAIMED NVATT,R MAIN EXTENSION. NOW THEREFORE 1. Bidder and Surety, jointly and - severally, bird 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 stun set forth on the face of tlus Bond, 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time. required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed. Agreement. required by the Bidding Documents and` any performance and payment bonds required by the Bidding Documents and Contract Documents. 00410 -1 3. This obligation shall be null and void if, 11 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in tvriting 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 S 32 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt byBidder and Surety ofwri tten 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 Emy 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. S. 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. Surety shall cause to be attached to this Bond, a curr €nt 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 Nvith any applicable provision of any applicable statute, then the provision 00410 -2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. :The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affix6d and these presents to be signed by their proper officers, the day and year first set forth above, BIDDER: Strike out (X) non- appticable s ignature blocks and coviplete applicable block. h patures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP, cornplete this signature block. (Indio l 's Signature) (Wi S) (z) (Individual's Signature) (Witness) doing business as (S-EAL) (Bus' s Address) (Tele bone No) Florida License No.) 00410 -3 00410-4 If Bidder is CORPORATION, com lete this signature block. . Hazen Construction, LL (l) (Corporation Name) (Witness Florida (2) J (State of Incorporation) (Witne By; C �IlU s gtizen (Name ofPerson Authorized to Sign - See Note 1) (SEAL) �e-n� (Title) ( Au(horized Signat<ire) _ (Corporation President) 1599 i nia Road, New Smyrna Beach, FL 32168 (Business Address) 386 - 322 -8700 Nc QaY7 13 ( Telephone No. (Florida License No.) 00410 -5 SURETY Witness: (1f agency is not a Corporation) Western Surety Company (Surety Business Name) 333 Wabash Ave., Chicago, IL 60604 (.Principal Place of Business) Bv: �0� 0 A ,- _ (Surety Agent's Signature - See Note 2) Paul A. Locascio (Surety Agent's Name) Attorney -In -Fact & FL Resident Agent (Surety Agent's Title) Watdorff Insurance & Bonding, Inc. (Business Name of Focal Agent for Surety) 5023 NW 8th Ave., Ste B, Gainesville, FL 32605 (Business Address) 352- 374 -7779 ( Telephone No. Bid Bond No. (1) (2) T (Witness) (Witness) Attest: (If Agency is a Co rporation) (Corporate Secretary Signature) Holly Adams (Corporate Secretary Name) (Corporate Seal) NOTES: (i) Complete and attach "Corporate,Atrthority to,Esecute Documents" if Executed by riny corporate employee other, than president or vice - president_ (2) Complete and attach a certified copy of "Power- o f-Attomey" 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. () 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, 00414 -6 ATTORNEY -IN -FACT AFFIDAVIT 4 STAVE OR COMMONWEALTH OTC Florida COUNTY OR CITY OF Alachua a Paul A. Locascio Before me, a Notary Public, personally cal ne known to me, and known to be the Attorney -in -Fact of Western Surety Company a South Dakota _ Corporation, which (Surety Company) (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal of said Western Surety Company were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of Western Surety Company (Surety Company) 12th Given under my hand and seal this da of March 20 13 REBEKAH WOLF COMMISSION # EE121903 `,p NOTARY �usuc EXPIRES k\UG 25 2015 I 7ATEDF BONDED THROUGH `t +,a31�A RU INSURANCE COMPANY Rebekah Wolf (Notary Ublic) My Commission Expir 08/15/15 END OF SECTION 00410 -7 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and Stale of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Dale Waldorff, Benjamin H French, Pamela L Jarman, Paul A Locascio, K Wayne Walker, Sheree W Lewis, Rebekah G Wolf, Individually of Fort Walton Beach, FL, its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bands, undertakings and other obligatory insuuments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duty adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 26th day of October, 2012. State of South Dakota County of Minnehaha ss � WESTERN SURETY COMPANY � a aoq0s�� A'Paul T. B uflat, Vice President On this 26111 day of October, 2012, before me personally came Paul T. Bmflat, to me known, who, being by me drily sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that lie signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires *_""""'^"­+ J. MOFIR NOTARY PUBLIC June 23, 2015 SEAL staL � y�sOUTN DAKOTA J i J. Mohr, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my mane and affixed the seal of the said corporation this 12th day of March 2013 S "ErY' WESTERN SURETY COMPANY 3 o 0Ag PA £P �E L. Nelsan, ;assistant Secretary Form F 4290.7 -2012 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President•, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secrctary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertaldngs in the name of the Company. Tice corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. SECTION 00020 INVITATION TO BID #B13 -04 NORTH SIDE RECLAIMED WATER MAIN EXTENSION OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department /Purchasing , City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on March 12, 2013. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by CPH Engineers, Inc., as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor, for the work, which is generally described as the following: The Bid to be submitted by a proposed contractor will include furnishing and installing approximately 8,098 feet of 16 -inch polyvinyl chloride (PVC) reclaimed water main by open cut, approximately 888 linear feet of 16 -inch fusible PVC (FPVC) or 18 -inch high density polyethylene (HDPE) reclaimed water main by directional drill, 300 linear feet of jack and bore of the 16 -inch main within a 30 -inch steel casing, 555 linear feet of 8 -inch PVC and 68 linear feet of 6 -inch reclaimed water main; connection to an existing 16 -inch reclaimed water main; valves, fittings, pressure testing; removal and replacement of pavement, sidewalk, curb & gutter and driveways, sodding and other restoration as may be required. All work is to be conducted in accordance with the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demandstar by accessing the City's website at http: / /www.ocoee.org)/ Departments/ Finance /Purch /home lit in 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 addendu►ns and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These 00020 -1 persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. Demandstar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre -bid Conference: A non - mandatory pre -bid conference will be held on February 28, 2013, at 10:00 am (local time) in the City Commission Chambers, City Hall, 150 North Lakeshore Drive, Ocoee, Florida 34761. The construction site will be available for a walk - through immediately following the conference. Questions shall be submitted in accordance with the Bidding Documents. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B13 -04 for Construction of the North Side Reclaimed Water Main Extension" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, 00020 -2 or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do SO. The City reserves the right to award the contract to the Bidder which, in the City's sole 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. City Clerk OCOEE, FLORIDA February 10, 2013 END OF SECTION 00020 -3 11.1ay_or S. Scott Vandergrift. City Manager Robert Frank March 7, 2013 Co mmissioners Crary Hood, District 1 Rosemary Wilsen, District 2 Rusty Johnson. District 3 Joel Keller, District 4 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B13 -04 NORTH SIDE RECLAIMED WATER MAIN EXTENSION This addendum shall modify and become a part of the original bid documents for the North Side reclaimed Water Main Extension project. This addendum consists of thirty -five (35) pages including attachments. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Plan Changes: Replace the following sheets with the attached sheets annotated "Addendum No. 1" and attached hereto: a. Sheet 1 - Cover b. Sheet 6, C. Sheet 7, d. Sheet 14, e. Sheet 18, and f. Sheet 24. 2. On Sheet I Cover, add "Sheet 25 Details" to the Sheet Index and "Addendum No. 1, 3- 6 -13 ". 3. On Sheet 5, in Section A, replace "install 16" - 45 Bend" with "Install 8" - 45 Bend" in 4 places. 4. On Sheet 15, Add the callout "Remove and Replace 4- /- 12 S.Y. Concrete Driveway as Necessary" at driveway cross- hatching near STA 78 +60 + / -. 5. On sheet 22, Add reducer between 8" by 6" Tee and Fire Hydrant Assembly and callout stating "STA 204 +59, Install 8" by 6" Reducer." 6. Add new Sheet 25 attached hereto and annotated "Addendum No. 1." Specifications Changes: Replace Section 00300 Bid Form with Bid Form attached hereto and annotated "Addendum No. l ." B13 -05 North Side Reclaimed Water Extension - Addendum I 2. Replace Section 01270 Measurement and Payment with Section 01270 attached hereto and annotated "Addendum No. I." The followl1114 are changes to Paragraphs within specifications: Table of Contents -Replace ending page number for Section 01270 with "01270 -11." 2. Section 02405 - a. Renumber Paragraph "2.02 Fusible PVC (FPVC) Pressure Pipe" to "2.03" and renumber subsequent paragraphs accordingly. b. In .Paragraph 2.02.A, replace "200 psi" with "235 psi." C. In Paragraph 2.02.13, replace "250 psi" with "200 psi." d. In Paragraph 2.03.1), replace "class 165 (DR 25)" with "DR 13, 23.5 psi." 3. Section 02510 - Add new Paragraphs 2.12.13 and C as follows: " B. Gate valves larger than 12 inches shall be resilient wedge gate valves, conforming to AWWA C515. The valves shall be ductile iron body, ductile iron fully encapsulated molded rubber wedge complying with ASTM D2000, non - rising stem with O -ring seals. C. See Appendix A for list of approved manufacturers and products." 4. Section 02510 - Add new Paragraph 2.17 as follows: "2.16 Hydrants A. Hydrants shall conform to AWWA 0502 and be furnished complete with wrench and other appurtenances. Manufacturer's certification of compliance with AWWA C502 and tests listed therein will be required. B. All hydrants shall be of breakable type, with the breakable section located slightly above the finish ground line. Hydrants shall contain two 2'/z inch hose connections and one 4% inch steamer connections with national standard fire hose coupling screw threads, 5'/ inch valve opening, 6 inch diameter mechanical joint inlet, 11 inch pentagon operating nut. The hydrants shall open counterclockwise. C. All hydrants shall be primed and painted in an approved manner with the finish paint being two coats of enamel or special coating. See Appendix A for list of approved manufacturers and products. Color to be "Pantone Purple." D. See Appendix A for list of approved manufacturers and products." B 13 -05 North Side Reclaimed Water Extension - Addendum 1 2 Answers to questions received and /or amendments to the bid documents are as follows: Q1. Is Certa -Lok pipe an acceptable substitute to Fusible PVC for the directional drilling. AL Certa -Lok pipe does not appear to have a sufficiently long history with pipe larger than 12 -inch diameter. Q2. Are there M /WBE requirements for the project? A2. No. Q3. Will the City provide water for directional drilling and testing'? A3. The City can provide reclaimed water for those uses. Q4. Does the City have a disposal site the contractor can use for the drilling mud? A4. Yes. Q5. Is this project piping a transmission or distribution system? A5. This is distribution piping. There are no individual services. Q6. Is ductile iron pipe an acceptable substitute? A6. No, the City does not want ductile iron pipe on its reclaimed water system. The only exception is in the steel casing across the S.K. 429 right -of -way. Q7. When do you intend on proceeding with the construction'? A7. The City intends to proceed as soon as possible, depending on the low bid amount being within budget. It is estimated that construction could start approximately 90 days after bid opening. Q8. Spec section 02.510 requires the open cut PVC reclaim water main to be DR18. Spec section 02405 requires the Fusible PVC to be directional drillcd to be DR25. Is this correct? Or should both have the same spec requirement? A8. See Revisions to Section 02510 above. Q9. is Fusion Bonded Epoxy an accepted alternate to the specified lining and coating spec for hydrants and valves stated in spec section 02510 -6? A9. The specification calls for an epoxy coating (lining) to meet AWWA C550. A fusion bonded epoxy lining meets AW WA C550. QI O. Are the 16" M.1 Gate Valves required to have a beveled gear operator`? At 0. The 16" gate valves are required to have a spur gear operator, not beveled. Q1 1. I would like to submit our ARI air release valves and Tyler Union restraints (Tuf -Grip and Series 3000 Serrated Clamps) and National Pipe & Plastics Pipe for approval on the above project. 1313 -05 North Sidc Reclaimed Water Extension - Addendum 1 3 AI 1. The City will review the acceptability of the ARI air release valves, Tyler Union restraints and National Pipe in the shop drawing review process. Q 12. Bid Document page 0300 -4 item U 1 S state 10,694 TN of D.I. fitting is this correct? A 12. The number you refer to has a period after "10 ", not a comma. Q13. Will Sigina fittings and joint restraints be allowed on the project? A13. The City will review the acceptability of the Sigma products in the shop drawing review process. Q14. Please include Diamond Plastics as an approved manufacturer of PVC pipe for the City of Ocoee. A14. The City will revicw the acceptability of Diamond Plastics PVC pipe in the shop drawing review Process. .Joyce Tolbert, CPPB Purchasing Agent Attachments: Revised Specification Sections and Drawings. B 13-05 North Side Reclaimed water Extension - Addendum 1 4 SECTION 00300 BID FORM SUBMITTED: (Date) PROJECT IDENTIFICATION: CITY OF OCOEE NORTH SIDE RECLAIMED WATF'R MAIN F `IXTENSION NAME OF BIDDER: BUSINESS ADDRESS: CITY, STATE,ZIP: PHONE NO.: CONTRACTOR'S I'FDERAL I.D. NUMBER CONTRACTOR'S FLORIDA LICENSE NO.: THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the fonn included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract "Time indicated in this Bid Form and in accordance with the other teens and conditions of the Contract Documents, 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. Dated No. Dated: No. Dated _ No. Dated: No. Dated No. Dated: No, Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. B 13 -05 North Side Reclaimed Water Extension - Addendum 1 5 00300 -5 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. C. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d, Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the detennination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. C. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 1313 -05 North Side Reclaimed Water Extension - Addendum 1 6 00300 -6 h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1. Bid Fonns (entire Section 00300, 00301, 00301 A, 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) 3. Non - collusion Affidavit (Section 00480) 4. Certification of Non- segregated Facilities (Section 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) B 13 -05 North Side Reclaimed Water Extension - Addendum l 7 00300 -7 00 M. O cn �z CA C-0 ICI -7z U C 0 cl� > v Q Q) q v `u " tfj u r- a) C7 U > , v) kr) Ul �o 0 G 00 GL Q IC oc y a u t c G Y m X :� Cl . r), u n n i v 3 n 7) . n n cr, n V, V) E E E E E E :zs IT N M ct 00 M. O cn 0 F ;J II C c :n II :n r�. a u v� G G G I I r LL II ai Q � �i W G >, p R C O c+Z C a c W J :S V C j !J i� T �n co v � �W a� d� oz a I z I W O - C, x Lr v� N W Q V) W V) v� C,- va C/� d V � .a a W y x cz Q(^+ W t>b tab bf) bl) i Q «r"�.) n = W W W W W U (L) u RS 0 «S v 0 o M Cl. Ri CL EC cn rn V r � Cr N V cl W J t` ca T O cn m N r r c 0 F ;J II C c :n II :n r�. a u v� G G G I I r LL II ai Q � �i W G >, p R C O c+Z C a c W J :S V C j !J i� T �n co 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which are defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. S. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed rnanufactur /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose an alternate manufacturer /supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is detennined "not equivalent" by the Engineer, the Bidder must furnish equipment and /or material items by the circled manufacturer /supplier. If the Bidder fails to indicate which listed manufacturer /supplier he intends to use ifs an alternate is rejected, he must use the manufacturer /supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must use the first manufacturer; /supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid. Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base B 13 -04 North Side Reclaimed water Extension - Addendum 1 10 Bid" item substitutions providing to the Owner equipment or material cost savings of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner, if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 12. As Bidder, I hereby certify that 1 am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and /or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City s needs. SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS Specification Section and Equipment Item Manufacturer /Supplier 15050 — Process & Utility Piping, Fittings, Valves, and Accessories Ductile Iron Pipe A. B. C. D. Fittings A. B. C. D. E. F. G. Ii. I. American Me Wane U.S. Pipe G ri ffi n Union U.S. Pipe Nappeo American Tyler Trinity Valley Sigma EBAA Smith -Blair HDPE Pipe A. Plexco B. Driscopipe C. Lamson Vylon HDPE Stiffeners A. JDM Gate Valves A. Clow B. Mueller B 13 -04 North Side Reclaimed water Extension - Addendum I PVC Pipe Valve Boxes Valve Pads Valve Markers Service Connections Meter Valves/ Corporation Valves Polyethylene Pipe Trace Wife C. U.S. Pipe D. Waterous E. American Darling F. M &H G. ITT Kennedy A. CertainTeed B. Can -Tex C. North Star D. J -M E. Capco F. H &W Industries A. Tyler A. Sigma A. Wagco A. Mueller A. Mueller A. EndoCore A. Kris -"Tech B13 -04 North Side Reclaimed Water Extension - Addendum 1 12 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Equipment Item or Material Spec Section Alternative Manufacturer /Supplier (List One Only) Deductible Amount* (Indicate Whether Lump Sum or Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may make add itional copies of this page as required.) 1313 -04 North Side Reclaimed water Extension - Addendum 1 13 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAVIES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPR (SEAL) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Individual's Signature) (Partnership Name) Business address: Phone No.: Florida License No.: (General Partner's Signature) (General Partner's Name) B 13 -04 North Side Reclaimed Water Fxtension - Addendum 1 14 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE "THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATI (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Authorized Signature) (Corporate Seal) Attest Business address: Phone No.: Corporation President: Florida License No.: (Secretary) B13 -04 North Side Reclaimed Water Extension - Addendum 1 15 Strike out (X) non- applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VI~NTURE By By Business Address: Phone No.: Florida License No.: (Name) (Address) (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: B11 -04 North Side Reclaimed Water Extension - Addendum 1 16 12. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address: Name and address of Surety's resident agent for service of process in Florida: END OF SECTION B 13 -04 ?north Side Reclaimed Water Extension - Addendum 1 17 SECTION 01270 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 General Provisions A. Unit Price Contracts: The quantities of work to be done and materials to be furnished under a unit price contract, as given in the Bid Form, are to be considered as approximate only and arc to be used solely for the comparison of Bids received and determining an initial Contract Price. The Owner does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Contractor plead misunderstanding or deception because of such estimate or quantities or of the character, location or other conditions pertaining to the Work. Payment to the Contractor will be made only for the actual quantities of work performed or material furnished in accordance with the Drawings and other Contract Documents, and it is understood that the quantities may be increased or diminished as provided in the General Conditions without in any way invalidating any of the unit prices bid. B. Lump Sun Contracts: The quantities of work to be done and materials to be furnished, including all labor, equipment and incidentals required to complete the Work, arc specified in the Contract Specifications and shown in the Contract Drawings. Payment to the Contractor of the harp sum price bid for the Work will be made and shall fully compensate the Contractor for the construction of the Work, completed and ready for continuous operation and use, in the manner contemplated by the Contract Documents. C. Unit Price and Lump Sum Contracts All schedules are given for the convenience of the Owner /Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility for the making of estimates of the size, kind, and quantity of materials and equipment included in work to be done under this Contract. 2. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items ,vhere required. 3. All Contracts shall be subject to 10 percent retainage as defined in the General Conditions and the Agreement. B 13 -04 (North Side Reclaimed water Extension - Addendum 1 18 3.02 Allowances A. The Contractor shall include in the Total Bid Amount all cash allowances stated hereinafter. Items covered by these allowances shall be supplied for such amounts and by such persons as the Owner may direct. B. The amount of the allowance shall be adjusted accordingly by Change Order to recognize the actual cost incurred by the Contractor. The Contractor shall submit appropriate documentation to validate the actual cost of the item. C. Cash allowances for the purposes of bidding shall as reflected in the Bid Form for the designated item. 1.03 Schedule of Values A. Scope of Work Submit to the Engineer a Schedule of Values within twenty (20) days after the Notice to Proceed. 2. A Schedule of Values shall be submitted for both lump sum and unit price contracts and the sum of the values in the schedule shall equal the Total Bid amount. 3. The Schedule of Values shall establish the actual value of the component parts of the Work and, unless objected to by the Engineer, shall be used as the basis for the Contractor's Applications for Payment. B. Form and Content 1. Type the schedule on the Owner's 8 -1/2 x 11 -inch standard form. Contractor's standard forms and computer printout will be considered for approval by the Owner upon Contractor's request. 2. The values listed shall be the installed values of the component parts of the Work. Values shall reflect measurement and payment requirements for each individual item. 1.04 Applications for Payment A. Applications for Payment shall be submitted by the Contractor to the Owner's resident project representative (RPR) in accordance with the schedule established by the General Conditions and Agreement between the Owner and the Contractor. B. Format Submit applications typed on forms provided by the Owner. The Contractor shall prepare itemized continuation sheets using the accepted Schedule of B 13 -04 North Side Reclaimed water FAtension - Addendum 1 19 Values and attach them to the Application. Each itern shall have an assigned dollar value for the current pay period, and a cumulative value for the project to date. Change Orders executed prior to the date of submission shall be listed at the end of the continuation sheets and shall be totaled separately. 2. The following items shall be included with each copy of the application for payment: a. Updated /Revised Progress Schedule b. Stored Material Log C. Updated Sub - contractor /Supplier List d. Consent of Surety as applicable C. Contiactor's %Sub- contractor's /Supplier's Interim Affidavits f Release of Liens for all Subcontractors and Material Suppliers for payment period in question. g. Invoices for Stored Materials 3. The Contractor shall certify, for each current pay request, that all previous payments received from the Owner under his Contract, have been applied by the Contractor to discharge in full all obligations of the Contractor in connection with Work covered by prior applications for payment, and all materials and equipment incorporated into the Work are free and clear of all liens, claims, security interest and encumbrances. Contractor shall attach to each application for payment like affidavits by all Subcontractors and Suppliers. Additionally, a "Waiver and Release of Lien Upon Progress Payment" from each subcontractor and supplier shall be attached to each application for payment, Conditional waiver and release of liens contingent upon clearance of checks tendered in payment shall not be accepted by the Owner. The Contractor shall be allowed to withhold percent ( ( '/ o) retainage by release of liens equal to Owner withheld percent ( %) retainage as only exception. 4. Submit seven (7) copies of each application to the RPR. Each copy shall include original signatures. The RPR shall review the application and verify quantities of installed work and stored materials. Upon his approval, he shall submit the application to the Owner for review. When the Owner finds the application properly completed and correct, he will make payment to the Contractor. C. Work not installed in accordance with the requirements of the Contract Documents or materials not conforming to the Contract Documents will not be approved by the RPR, Owner or Engineer for payment, D. The Application for Final Payment shall be prepared in accordance with Article 14.07 of the General Requirements — Final Payment. B 13 -04 North Side Reclaimed Watcr Extension - Addendum 1 20 1.05 Measurement and Payment A. Methods of Payment Unit Price Contracts /Items: Payment will be made for actual quantities of work properly installed as approved by the Owner unless otherwise indicated herein. 2. Lump Sum Contracts /items: Payment will be made for each individual item on a percentage of completion basis as estimated by the Contractor and approved by the Owner. Quantities provided in the Schedule of Values are for the purpose of estimating the completion status for progress payments. Adjustments to costs provided in the accepted Schedule of Values may be made only by Change Order. B. Methods of Measurement Units of measurement shall be defined in general terms as follows: a. Linear Feet (LF) or Linear Meters (M1) b. Square Feet (SF) or Square Meters (M2) c. Square Yards (SY) or Square Meters (M2) d. Cubic Yards (CY) or Cubic Meters (M3) e. Each (EA) f. Sacks (SK) g. Lump Sum (LS) 2. Unit Price Contracts /Items a. Linear Feet (LF) or Linear Meters (MI) shall be measured along the horizontal length of the centerline of the installed material, unless otherwise specified. Pipe shall be measured along the length of the completed pipeline, regardless of the type of joint required, without deduction for the length of valves or fittings. Pipe included within the limits of lurnp sum items will not be measured. b. Square Feet (SF), Square Yards (SY) Square Meters (1\42), Cubic Yards (CY) Cubic Meters (_M3), Each (EA) and Sacks (SK) shall be measured as the amount of the unit of measure installed within the limits specified and shown in the Specifications and Drawings. Slope angles and elevations shall be measured using land surveying equipment. Contractor shall provide supporting documentation (i.e. drawings, truck tickets, invoices, etc.) to verify actual installed quantities. C. No measurement is required for Lump Sum (LS) items. B13 -04 North Side Reclaimed Water Extension - Addendum 1 21 C. The following describes the specific work and methods of measurement for the items listed in the Bid Schedule. Measurement and payment for each Bid Item shall include all labor, materials and equipment required to perform the work included for that respective item to provide a complete and operable installation. Related work not specifically listed or identified, but evidently necessary for sates factory completion of the item, shall be considered to be included. D. No separate payment will be made for the following work, and its cost shall be included in the appropriate payment item: • Applications and pulling of all utility and construction permits not addressed by specific allowance in the bid schedule; • Shop drawings, working drawings and samples; • Field engineering, surveying and layout; • Trench excavation, sheeting, shoring and bracing; • Dewatering and disposal of surplus water; • Cleanup; • Testing materials and apparatus; • Maintenance of utility service; • Appurtenant work; • Record drawings and close -out documentation; and • Spare parts. E. FDOT Referenced Road and Bridge Work: Unless otherwise stipulated by the Contract Documents, Measurement and Payment for Work referenced by FDOT item numbers shall be in accordance with the FDOT Standard Specifications for Road and Bridge Construction, 2004 Edition, including supplements and revisions thereto. All work completed under the contract shall be measured, by the Contractor, according to United States Standard Measures. PART 2 PAY ITEMS The following will clarify the work included for items as shown in the Bid Form: 2.01. Item U1 — Mobilization, Bonds, General Conditions: Item shall include Mobilization, Demobilization, Bonds, Permits and Division 1. Payment for Mobilization shall be pursuant to Section 101 of the Standard Specifications for Road and Bridge Construction, Latest Edition. Unit of measurement is lump sum. Payment of this Item shall be: 25% at the actual mobilization onto the project site, with the first pay application; 50% in equal monthly B 13 -04 North Side Reclaimed Water Extension - Addendum 1 22 installments during the project; and 25% at demobilization from project, with the final paym ent. 2.02 Item U2 - Preconstruction Video: Item shall include Preconstruction documentation via digital video recording plus all digital color photographs necessary to pick up detail not easily visible or apparent on the video recording. Unit of measurement is Lump Slml, 2.03 Item U3 - Erosion and Sedimentation Control: Item shall include preparation and implementation of stormwater pollution prevention control plan, including monitoring, inspecting and reporting, provide, install and maintain all erosion and sediment control measures throughout the duration of the project meeting the requirements of Section 02370, and the complete and proper removal of control items prior to demobilization.. Unit of measurement is lump sum. 2.04 Item U4 - Maintenance of Traffic: Item shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences and businesses along the project; the furnishing, installation and maintenance of traffic control and safety devices during construction; daily inspections of the traffic control devices (including nighttime inspections); replacement of all equipment and devices found not to be conforming with approved standards during the inspection; the control of dust, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term `Maintenance of Traffic" shall include all such facilities, devices, and operation as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as required by the ENGINEER and the OWNER. This work shall also consist of the removal and replacement of existing pavement markings, signals and signal/control wiring necessary in order to implement traffic control, temporary signs, and the removal or relocation of existing signs in order to implement traffic control. This item also includes any adjustments necessary to the traffic control devices under emergency conditions. Unit of measurement is lump su n 2.05 Items U5, U6, U7 - Furnish and Install Reclaimed Water Main by Open Cut: Item shall include furnishing and installing all labor, equipment and materials necessary for survey, exploratory excavations, layout, dewatering, excavation, sheeting, shoring, bracing, cornpaction, saw cutting of roadway, pipeline installation, pipeline identification and warning tape, thrust restraints for new and existing piping, gaskets and seals, disposal of unsuitable or 1313 -04 North Side Reclaimed Water Extension - Addendum 1 23 excess material, suitable backfill, supporting existing utilities, pressure testing, regrade to preexisting conditions, restoration and cleanup. Unit of measurement is linear feet. Payment shall be made as follows: Pipe installation - 65 %, Testing -10 %; and Restoration - 25 %. 2.06 Item U8 - Directional Drill Reclaimed Water Main: Item shall include furnishing all labor, materials, and equipment required for directionally drilling the Fusible PVC or HDPE reclaimed water main in the location shown on the plans. This may include, but is not limited to, dewatering, exploratory excavations, verifying location and depth of existing utilities, excavating, filling, and compacting drilling and receiving pits, properly color coded pipe, pipeline identification and warning tape /wire, pipe joining, fittings, flange adapters, installation of' pipe by directional drilling methods, disposal of removed material and fluids, connecting to pipes at each end of the drilled pipe, testing, restoration and cleanup. Unit of measurement for this Pay Item will be lineal feet of pipe installed as measured horizontally at the surface and as indicated on the plans. Any additional length that may be needed for entry, exit and depth are to be included as a part of the overall cost of the crossing. Installation pits, setup areas and removal and replacement of sidewalks, curb and gutters are incidental to the work and are not part of the measured quantity. Payment shall be made as follows: Pipe installation - 65 %; "Testing -10 %; and Restoration - 25 %. 2.07 Item U9 - Furnish & Install 16" D.I. Reclaim Water Main in 30" Steel Casing: Item shall include furnishing all labor, materials and equipment necessary for excavation, exploratory excavations, dewatering, casing pipe installation (including full -ring welded, water- tight joints) by open cut methods, restrained joints and appurtenances, casing spacers, casing end seals, disposal of unsuitable or excess material, suitable backfill, replacement of existing structures such as signs or fences encountered, restoration and cleanup. Carrier pipe installation is to be paid for under this pay item for casing length. Unit of measurement is linear feet. Payment shall be made as follows: Pipe installation - 65 %; Testing -10 %; and Restoration - 25 %. 2.08 Item U10 - Connect to Existing Reclaimed Water Main: B 13 -04 North side Reclaimed Water Extension - Addendum 1 24 Item shall include furnishing and installing all labor, equipment and materials necessary for survey, layout, dewatering, excavation, sheeting, shoring, bracing, compaction, connection of new reclaimed water main to the existing reclaimed water main, thrust restraints for new and existing piping, disposal of unsuitable or excess material, suitable backfill, supporting existing utilities, leakage and pressure testing, restoration and cleanup. Unit of measurement is each. 2.09 Item U11 - Remove Blow -off and Connect to Existing Reclaimed Main: Item shall include furnishing and installing all labor, equipment and materials necessary for survey, layout, dewatering, excavation, sheeting, shoring, bracing, compaction, removal of blow -off assembly on the existing reclaimed water main, connection of new reclaimed water main to the existing reclaimed water main, thrust restraints for new and existing piping, disposal of unsuitable or excess material, suitable backfill, supporting existing utilities, leakage and pressure testing, restoration and cleanup. Unit of measurement is each. 2.10 Items U12, U13, U14 - Furnish and Install Gate Valves: Item shall include furnishing and installing all labor, equipment and materials necessary for dewatering, excavation, sheeting, shoring, bracing, compaction, installation of valve and valve box, backfill, accessories, thrust restraint, testing, restoration and cleanup. Unit of measurement is each. 2.11 Item U15 - Furnish and Install Ductile Iron Fittings: Item shall include f irmshing and installing all labor, equipment and materials necessary for installing fittings including dewatering, excavation, sheeting, shoring, bracing, compaction, saw cutting of roadway, gasket, seals, nuts, bolts and other appurtenances, coatings, thrust restraint, identification and warning tape, leakage testing, restoration and cleanup. Unit of measurement is tons. The weight shall be as indicated in the manufacturing standards and shall include the weight of accessories. 2.12 Item U16 - Furnish and Install Tapping Sleeve and Valve: Item shall include furnishing all labor, materials, acid equipment necessary to perform a wet tap to an existing main including a full body mechanical joint tapping sleeve and tapping valve, valve nut extension, nuts, bolts and other appurtenances, valve box, cover and concrete collar, clearing and grubbing, excavation, sheeting, shoring and bracing, dewatering, backfilling, compaction, restoration and clean up. Unit of measurement is each. 2.13 Item U17 - Furnish and Install Fire Hydrant Assembly: B 13 -04 North Side Reclaimed Water Extension - Addendum 1 25 Item shall include dcwatering, excavation, fitting at reclaimed water main as well as connection to it, installation of gate valve and box, installation of hydrant, nuts, bolts and other appurtenances, all pipe as needed for main line to the location shown per plan, concrete shear pad, painting of hydrant pantone purple, bedding rock, backfill, accessories, thrust restraint, leakage and pressure testing, restoration and cleanup. Unit of measurement is each. 2.14 Item U18 - Furnish and Install Air Release Valve Assembly Item shall include all labor, materials, and equipment necessary for dewatering, excavation, sheeting, shoring, bracing, installation, backfill, compaction, air release valve, enclosure, valve box and cover, concrete collars, accessories, fittings, connection to new and /or existing pipes, thrust restraint, restoration and cleanup. Unit of measurement is each. 2.15 Items U19, U20, U21 - Furnish & Install 5' Tie -In Assembly Item shall include all labor, materials, and equipment necessary for dewatering, excavation, sheeting, shoring, bracing, installation of reclaimed water main, cutting and removal of a 5- foot section of the new main, installing new restrained cap with blow -off assembly on pipe ends, or restrained plug with blow -off assembly on fitting or valve, required accessories, disinfection, backfill, compaction, restoration and cleanup. Unit of measurement is each. 2.16 Items U22, U23, U24, Curb (and Gutter): Item shall include furnishing and installing all labor, equipment and materials necessary for removal and complete replacement of curb and gutter of the type specified - MOT Type A Curb and Gutter, Drop Curb or Ribbon Curb. This includes saw cutting, removal, proper disposal of removed materials, compaction, forming, concrete replacement, finishing, restoration and clean up. The new curbs and gutters shall match the type, width and thickness of the existing curbs and gutters. The new curbs and gutters shall be installed to provide positive flow. Unit of measurement is lineal- feet. 2.17 Item U25 - Remove and Replace Asphalt Shoulder: Item shall include furnishing and installing all labor, equipment and materials necessary for removal and complete replacement of asphalt shoulders. This includes saw cutting, removal, proper disposal of removed materials, compaction, forming, asphalt replacement of the thickness removed, finishing, restoration and clean up. Unit of measurement is per square yard. B13 -04 Forth Sidc Reclaimed Water Extension - Addendum 1 26 2.18 Item U26 - Remove and Replace Existing Concrete Sidewalk: Item shall include furnishing and installing all labor, equipment and materials necessary for removal and complete in -kind replacement of concrete sidewalk. This includes saw cutting, removal, proper disposal of removed materials, compaction, forming, concrete replacement, finishing, restoration and clean up. The new sidewalks shall match the width and thickness of the existing walkways. Pedestrian traffic may not be impeded by construction activities, thus sidewalk detours and temporary sidewalks may be necessary. Unit of measurement is per square yard. 2.19 Item U27 - Remove & Replace Existing Sidewalk Ramp with Detectable Warning Item shall include furnishing all labor, materials, and equipment necessary for removing existing ramps and installing new concrete handicap ramps to current FDOT Index 304 Public sidewalk Curb Ramps. Work includes saw cutting, removal, clearing, grubbing, proper disposal of removed materials, compaction, forming, concrete and detectable warning surface placement, finishing, restoration and clean up. Unit of measurement is each. 2.20 Items U28, U29, LJ30 - Remove and Replace Driveway: Item shall include furnishing and installing all labor, equipment and materials necessary for removal and complete replacement of driveway with material to match existing. This includes saw cutting, if required, removal and proper disposal of removed materials, compaction, forining, reinforcement, driveway material replacement, finishing, restoration and clean up. The new driveway shall match the width and thickness of the existing driveway. Pedestrian traffic may not be impeded by construction activities, thus detours or temporary sidewalks may be necessary. Unit of measurement is per square yard. 2.18 Items U31, U32 - Open Cut and Restore Existing Roadway: Item shall include furnishing all labor, materials, and equipment necessary for removing and disposal of entire existing roadway section as needed for pipeline installation, including grading, subgrade preparation and compaction; placing, finishing and curing new concrete and /or asphalt. New roadway restoration shall tie into existing roadway and be restored to pre - construction conditions or better. Roadway cutting and replacement shall be in compliance with detail for respective jurisdiction. Unit of measurement is per square yard. 2.19 Item U33 - Mill and Construct 1 -1/2 -inch Type S -I11 Overlay on Roadway 0313 -04 North Side Reclaimed Water Extension - Addendum 1 27 Item includes all labor, materials, and equipment necessary to properly mill and resurface, following the open cut and repairs of the roadway to provide a safe, smooth driving surface. This includes saw cutting, pavement milling and proper disposal of the milled surface, installing new asphalt and pavement markings in accordance with the plans, specifications and FDOT requirements. Unit of measurement is per square yard. END OF SECTION END OF ADDENDUM No. 1 B 13 -04 North Side Reclaimed Water Extension - Addendum 1 28 4 k 0 OO 0 0 0:0 0 0 Q QQ 4 6 6 Q aaaaaaaaal I I � <SS �ag 00 0i0000 0 }} y cea WW W I,W W W W W.W W W U U 0 O U UiU �I l x 3 S U W U UIU�U UIU UU U'V i sdy 0 0 0 oio 0 0 3'3 313 3 3 3 �■ ll88 W I W W I W W W W W � O Sa 4§{•� 2£ J .J J JJ J J J J J J J J'J'J J J JJ II N IL IL IL LL LL LL LL LL LL LL LL LL LL W ' j11 S LL IL � uj a E I� 0 0 0 0 0 0 0 0 0 0 0 0 0 0�0�0 0 0' Nw'Z aaaaa_aaaaaaaaaaIaaaa NI,� 0 0 0 0 O p0 0 0 OIO 0 0 00 OZ O Z Z 2 2 Z 2 Z Z Z Z Z ' Z 2 Z Z Z Z Q Z N g N,N ¢ aiQ Q Q Q Q Q Q Q Q�Q Q Q QJIJ J Li 114 IZZ zzzz aiaa J o!w�ug1g 5 SgSg g 5 �1 5 5S,Z 70 C 0 0 Z W� J a WI� ■ �� j w „ v o W c CY) JU < w i Z O LL` w Cw Q X ti-1 Ir O 03 Q W t QI rr co LLI o U) Z�m LL C� O N O 0 a On Zo 0° 70 v IF ] U U � / l I�� U�O,Y a a a a a a a a n ala;a�a a a n a a 'i'�I� . NIN V � h �D nlm F* N M 7,4fN1� o0 0 4 � 11 III wQ m N O NlO '.O N 1 \ y M , C I�� U�O,Y a a a a a a a a n ala;a�a a a n a a a' o . NIN O h �D nlm N O N M 7,4fN1� m N O NlO '.O N C B 133HS Ho1VW I W J of I � I I i Z Q m a CL .� I - � a �I I I Cl � I I I I I I I I W CW :2u - n ° O T A )> i I JI NIF U � � C i I L o I I v I I I i g z I I I f i� I € . Ye I I I l I i i i 0l aHS HO1VW ti P 6444 o of ml w^�S Y Sit 133H8 H�1VW H i J 3 � a ' i Z I e II a I I � 44 i 1. i. I _...... __. Tf r I i { � e cs w N 5 �, � � �__ I x Y- I �� I 1 a• o I 1 � I a a y hc $ L i I �g,le I a L r I. 1N3DV!`OV HO1VW d I 35p i I � et 13 3HSH�IVW fC4 ®d Y � I s_, E, C �'I itW l o T T 4 I ' I l r' `^ S S 4. F. � t a- !1 f- Y � I s_, E, C �'I itW l o T T l r' `^ S S 4. � t a- !1 Y � I s_, E, l � F C �'I itW l o T 4. � !1 f- - l � F itW l 4. � !1 �n s s o z M 4 � z � a 5= Ps i m r =Ri st7� z2�c'�i El J Q O d 3 w aow E� —w0 � c � C Z