HomeMy WebLinkAboutItem #06 Award of Bid #B14-03 North Side Reclaimed Water Main Extension Phase 2AGENDA ITEM COVER SHEET
Meeting Date: May 6, 20 14
Item #
Reviewed By:
Contact Name: Joyce Tolbert Department Director:
Contact Number: 1516 City Manager:
�' i W—W
Subject: Award of B14 -03 North Side Reclaimed Water Main Extension P hase 2 (District 4:
Keller)
Background Summary:
In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified
contractors to construct the North Side Reclaimed Water Main Extension Phase 2 (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 is in two segments. The first segment is on the south side of McCormick Road just east of Ingram
Road to and along N. Clarke Road south to Whitefriar Drive. The second segment is on the east side of Ingram
Road from the south end of the McCormick Woods subdivision to the south end of the Ingram Trails subdivision.
The project consists of the installation of approximately 1,330 linear feet of 16 -inch, 3,724 linear feet of 12 -inch, 8
linear feet of 8 -inch and 85 linear feet of 6 -inch polyvinyl chloride (PVC) reclaimed water main by open cut, and
connections to existing reclaimed water mains, valves, fittings, pressure testing, open cut and restoration of
approximately 388 square yards of roadway, milling and resurfacing of 1,500 square yards of roadway, removal
and replacement of fences, driveways and curb, sodding, seeding and other restoration as may be required.
The bid was publicly advertised on March 9, 2014, and opened on April 8, 2014. There was a total of ten (10)
bids received ranging from $328,965.00 to $563,109.50. 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 Tri -Sure Corporation as the
most responsive and responsible bidder, per the attached recommendation from Charles Smith, Utilities Director.
The table below is a listing of the bids received.
Bidder
Total Base Bid
1.
Tri -Sure Cor oration
S 328,965.00
2.
Sun Road Inc.
$ 438,105.00
3.
Hazen Construction Inc.
$ 458,854.00
4.
T &C Underground Inc.
$ 469,880.20
5.
Parthenon Construction Co.
$ 479,350.00
6.
TB Landmark Construction Inc.
$ 487,419.00
7.
Dewitt Excavating, Inc.
$ 489,579.48
8.
Schuller Contractors Inc.
$ 493 000.00
9.
Young's Communications Co.
$ 494,248.00
10.
Metro Equipment Services Inc.
$ 563,109.50
Issue:
Should the City Commission award the North Side Reclaimed Water Main Extension Phase 2 project to Tri -Sure
Corporation, as recommended by the Utilities Director? The Engineer's estimate for this phase of the project was
$399,700.00, including a 15% contingency.
Recommendations:
Staff recommends that the City Commission award Bid #1314 -03 North Side Reclaimed Water Main Extension
Phase 2 project to 'Fri-Sure Corporation, in the amount of $328,965.00 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 & Project Summary from Utilities Director
3. Tri -Sure Corporation Bid
4. Invitation to Bid #13 14 -03
5. Addendum # 1 & #2
Financial Impact:
The available budget for this project is $464,775.15
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
X Commission Approval
Regular Agenda
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
Center of Good I .
M ayor
S. Scott Vandergrift
City. Manager
f
Robert Frank
MEMORANDUM
TO: Honorable Mayor and
City Commission
THRU: Rob Frank
City Manager
FROM
DATE:
Charles K. Smith, P.E.
Utilities Director
April 29, 2014
RE:
O ,
d
Commissioners
John Grogan, District I
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel F. Keller, District 4
Recommendation for Award of B14 -03 North Side Reclaimed Water Main
Extension Phase II
Based on the review of the bid documents and bid tabulation, contractor's qualifications and
references, the Utilities Department recommends the award of the Phase II of the North Service
Area Reclaimed Water Main Extension Project to Tri -Sure Corporation for $328,965.00.
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, Construction Phase II covers Planning Phase II & III of the
summary, will connect Kensington Manor and Ingram's Trail. The project consists of 3,724 feet of
12" and 1,330 feet of 16" reclaimed water main and connects to the existing distribution systems
within the aforementioned neighborhoods. The Phase II project also interconnects the North
Service Area to the City's Central Reclaim service area make conveyance capacity available from
Orange County's North West Reclamation Facility.
Staff worked with Tri -Sure Corporation at the City of Oviedo on a large water main project and
found the contractor's work to be quick, coordinated well and meeting all plan requirements.
Staff checked current references which confirmed contract maintained very high quality of work.
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; completing the job within the
contracted time.
City of Ocoee Utilities • 1800 A.D. Mims Road - Ocoee, Florida 34761
Phone: (407) 905 -3159 • Fax: (407) 877 -5899 • www.ococe.org
The City received ten (10) responsive and responsible bids ranging from $328,965.00 to
$563,109.50, with second lowest bid being $109,140.00 higher than Tri -Sure. Tri - Sure's bid
appears to be balanced with general hard items being lower than their counterparts' in the other
bids, leading to the successful bid. The Bid Tabulations is attached.
Attachments:
CPH Recommendation to Award
North Reclaimed Project Summary
M ayor ,
S. Scott Vandergrift
City Manag r
Robert Frank
MEMORANDUM
TO: Robert Frank
Commissioners
John Grogan, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel F. Keller, District 4
City Manager
FROM: Charles K. Smith, P.E.
Utilities Director
DATE: April 29, 2014 (Updated from March 19, 2013)
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:
1. 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
Phase I, II
212
Brynmar
95
2. 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:
Neighborhood T otal Number of Units
City of Ocoee Utilities • 1800 A.D. Mims Road • Ocoee, Florida 34761
Phone: (407) 905 -3159 • Fax: (407) 877 -5899 - www.ocoee.org
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
Attachments:
Map of the North Reclaimed Water Service Area
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
Attachments:
Map of the North Reclaimed Water Service Area
U�-Ilh
Av,
W E
0250500 1,000 1,5 00
3
Feet
Q
Or
T
01
-11—
L
71
Future Storage
d
I D -rl
RepurnpFacility -
AeA
4LV
r
Lj
C
WHOLESALE SERVICE AREA
q
Future Storage and
1
1
Repump Facility - Sitg B
n
W
RW to
onnection P
C ENTRAL SERVICE AR
0
......
1 0
North Recfairred Water ExPansJonTDRWRVVsA
Orange County Utilities Northwest
e Water Reclamation Facility
fJCG.,—k Rd V4 L
Lill
z
%T' TOT. Irt .. ®...e ` m ® ® ®® - - - -
- iT —
LEGEND
RW System, Connection Point
oint
n Reclaimed Facility
Phase I Future VVRWSA Pipe
EA Existing Wholesale RWSA Pipe
Existing Central RWSA Pipe
Future Corridor Pipe
Existing Golf Course Pipe
Vy
Sub-Service Areas
I Al--1 ; P Reclaimed Service Area
Fxhlbll C
1"11 A-
C" of ocoee
Wholesale Reclaimed Water Service Area (WRWSA)
Distribution System, Extensions and RW System Connection Points
Reclaimed Plan Uodate - Exhibit C mxd
BID TABULATION 418/14 2:00 P.M. #B14 -03
1 - 1-11 CA 1
CIMMUry rnAOr t
BID TAB
Acknowledged
DeWitt Excavating Inc
Hazen Construction LLC
Metro Equipment Service Inc
Parthenon Construction Cc
Schuller Contractors Inc
Addenda #1 and #2
✓
✓
Bid Security
Bid Bond
Bid Bond
Bid Bond
Bid Bond
Bid Bond
License Check
Active
Required Forms
DESCRIPTION
ESTD QTY.
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
Bonds
1
$1,400.00 $1,400.001
$5,700.00 $5,700.00
$25,000.00 $25,000.00
$10,000.00 $10,000.00
$11,400.00 $11,400.00
Orange County Right -of -way Permit Allowance
1
$12,000.00 $12,000.001
$12,000.00 $12,000.00
$12,000.00 $12,000.00
$12,000.00 $12,000.00
$12,000.00 $12,000.00
Mobilization, General Conditions
1
$30,765.20
$30,765.20
$22,500.00
$22,500.00
$100,000.00
$100,000.00
$20,000.00
$20,000.00
$43,581.00
$43,581.00
Preconstruction Video
1
$780.00
$780.00
$2,500.00
$2,500.00
$2,000.00
$2,000.00
$1,000.00
$1,000.00
$1,200.00
$1,200.00
Erosion and Sedimentation Control
1
$12,200.00
$12,200.00
$3,700.00
$3,700.00
$5,137.00
$5,137.00
$6,000.00
$6,000.00
$6,000.00
$6,000.00
Survey (Horizontal and Vertical Controls and As- builts)
1
$25,000.00
$25,000.00
$7,600.00
$7,600.00
$50,000.00
$50,000.00
$10,000.00
$10,000.00
$18,000.00
$18,000.00
Maintenance of Traffic
1
$24,600.00
$24,600.00
$5,000.00
$5,000.00
$50,000.00
$50,000.00
$15,000.00
$15,000.00
$24,000.00
$24,000.00
Furnish &Install 6" PVC Reclaimed Water Main by Open
Cut
85
$23.62
$2,007.70
$25.00
$2,125.00
$10.00
$850.00
$30.00
$2,550.00
$22.00
$1,870.00
Furnish & Install 8" PVC Reclaimed Water Main by Open
Cut
8
$39.10
$312.80
$200.00
$1,600.00
$12.50
$100.00
$30.00
$24D.00
$25.00
$200.00
Furnish & Install 12" PVC Reclaimed Water Main by
Open Cut
3,724
$35.37
$131,717.88
$34.00
$126,616.00
$38.00
$141,512.00
$40.00
$148,960.00
$38.00
$141,512.00
Furnish & Install 16" PVC Reclaimed Water Main by
Open Cut
1,330
$54.72
$72,777.60
$50.00
$66,500.00
$55.00
$73,150.00
$50.00
$66,500.00
$59.00
$78,470.OD
Connect to Existing 12" Reclaimed Water Main
1
$3,828.40
$3,828.40
$1,500.00
$1,500.00
$5,000.00
$5,000.00
$1,000.DO
$1,000.00
$960.00
$960.00
Remove Cap and Connect to Existing 8" Reclaimed
Water Main
1
$2,337.20
$2,337.20
$1,200.00
$1,200.00
$5,500.00
$5,500.00
$750.00
$750.00
$600.00
$600.00
Remove Cap and Connect to Existing 16" Reclaimed
Water Main
1
$4,964.40
$4,964.40
$1,900.00
$1,900.00
$6,000.00
$6,000.00
$1,500.00
$1,500.00
$1,560.00
$1,560.00
Remove Blowoff and Connect to Existing 12" Reclaim
Water Main
1
$3,083.20
$3,083.20
$1,500.00
$1,500.00
$5,000.00
$5,000.00
$1,000.00
$1,000.00
$960.00
$960.00
Furnish & Install Temporary 6" Blowoff
1
$2,170.40
$2,170.40
$1,250.00
$1,250.00
$1,000.00
$1,000.00
$1,125.00
$1,125.00
$1,980.00
$1,980.00
Furnish &Install 12" Gate Valve
4
$3,013.60
$12,054.40
$3,200.00
$12,800.00
$2,500.00
$10,000.00
$5,000.00
$20,000.00
$2,700.00
$10,800.00
Furnish &Install 16" Gate Valve
4
$7,424.50
$29,698.00
$6,500.00
$26,000.00
$6,000.00
$24,000.00
$10,000.00
$40,000.00
$7,890.00
$31,560.00
Furnish & Install 2" Air Release Valve Assembly
2
$3,850.40
$7,700.80
$1,700.00
$3,400.00
$1,500.00
$3,000.00
$5,000.00
$10,000.00
$2,820.00
$5,640.00
Furnish & Install 12" 11- 1 /4- Degree Bend
6
$704.00
$4,224.00
$650.00
$3,900.00
$500.00
$3,000.00
$875.00
$5,250.00
$800.00
$4,800.00
Furnish & Install 12" 22-1/2-Degree Bend
2
$713.60
$1,427.20
$650.00
$1,300.00
$500.00
$1,000.00
$900.00
$1,800.00
$810.00
$1,620.00
Furnish & Install 12" 45- Degree Bend
12
$737.60
$8,851.20
$700.00
$8,400.00
$500.00
$6,000.00
$925.00
$11,100.00
$730.00
$8,760.00
Furnish & Install 12" by 6" Tee
1
$829.80
$829.80
$800.00
$800.00
$500.00
$500.00
$1,650.00
$1,650.00
$1,470.00
$1,470.00
Furnish & Install 12" by 8" Tee
1
$876.60
$876.60
$900.00
$900.00
$500.00
$500.00
$1,000.00
$1,000.00
$960.00
$960.00
Furnish &Install 12" Tee
1
$991.80
$991.80
$900.00
$900.00
$700.00
$700.00
$1,250.00
$1,250.00
$1,140.00
$1,140.00
Furnish & Install 12" Cap
1
$515.80
$515.80
$400.00
$400.00
$250.00
$250.00
$1,000.00
$1,000.00
$480.00
$480.00
Furnish & Install 16" Cap
1
$807.80
$807.80
$700.00
$700.00
$500.00
$500.00
$1,000.00
$1,000.00
$960.00
$960.00
Furnish & Install 16" 11- 1 /4- Degree Bend
4
$1,219.20
$4,876.80
$1,400.00
$5,600.00
$850.00
$3,400.00
$1,500.00
$6,000.00
$1,140.00
$4,560.00
Furnish & Install 16" 45- Degree Bend
2
$1,213.20
$2,426.40
$1,400.00
$2,800.00
$850.00
$1,700.00
$2,100.001
$4,20D.00
$2,400.00
$4,800.00
Remove and Replace Existing Dirt Driveway
13
$36.00
$468.00
$12.00
$156.00
$26.00
$338.00
$20.00
$260.00
$55.00
$715.00
BID TABULATION 4/8114 2:00 P.M. #1314 -03
BIDDER
n�a,
�r HVICu vvr� I r - R IVIAIN to I
CNSIUN VHASt 2
DESCRIPTION
DeWitt Excavating Inc
Hazen Construction LLC
Metro Equipment Service Inc
Parthenon Construction Co
Schuller Contractors Inc
ESTD QTY.
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
Remove and Replace Existing Asphalt Driveway
40
$56.00 $2,240.00
$125.00 $5,000.00
$50.00 $2,000.00
$30.00 $1,200.OD
$15.00 $600.00
Remove and Replace Curb & Gutter
36
$23.00 $828.00
$25.00 $900.00
$15.00 $540.00
$20.00 $720.00
$23.00 $828.00
Remove and Replace Existing Concrete Sidewalk
Remove and Replace Existing Sidewalk Ramp with
g
$32.00
$288.00
$125.00
$112500
, .
$45.00
$405.00
$30.DO
$270.00
$73.00
$657.00
Detectable Warning
1
$2,600.00
$2,600.00
$750.00
$750.00
$1,800.001
$1,800.00
$1,000.001
$1,000.00
$600.00
$600.00
Open Cut and Restore Existing Roadway
491
$40.00
$19,640.00
$70.00
$34,370.00
$15.00
$7,365.00
$50.00
$24,550.OD
$37.00
$18,167.00
Mill and Construct 1 -1/2" Type S -III Overlay on Roadway
Remove Existing Fence
1,470
$23.83
$35,030.10
$49.00
$72,030.00
$2.00
$2,940.00
$25.00
$36,750.00
$16.00
$23,520.00
350
$11.00
$3,850.00
$5.00
$1,750.00
$2.50
$875.00
$2.50
$875.00
$7.00
$2,450.00
Remove and Replace Existing Fence
Remove and Replace Existing Sod - St. Augustine
10
$28.00
$280.00
$50.00
$500.00
$20.00
$200.00
$20.00
$200.00
$60.00
$600.00
Remove and Replace Existing Sod - Bahia
10
$5.80
$58.00
$3.20
$32.00
$3.50
$35.00
$5.001
$50.00
$12.00
$120.00
5,550
$3.40
$18,870.00
$2.00
$11,100.00
$1.75
$9,712.50
$2.001
$11,100.00
$4.00
$22,200.00
Seed and Mulch
$7.00
$700.00
TOTAL
100
$2.02
$202.00
$0.50
$50.00
$1.00
$100.00
$5.00
$500.00
Bids are listed in alphabetical order.
$489, 579.48
$458, 854.00
$563,109.50
$479,350.00
$493,000.00
�� _� - �� ,-n suamncea corms & reterences verified only on
lowest three firms.
BID TABULATION 418/14 2:00 P.M. #1314 -03
a71- rtCl.LI111VICU
YYA 1 CM MAIN to
I tNJIUN YHAJt Z
BID TAB
Acknowledged Addenda #1 and #2
Sun Road Inc
T & C Underground Inc
TB Landmark Construction Inc
Tri -Sure Corporation
Young's Communications Cc
Bid Security
License Check
✓
Bid Bond
Bid Bond
Bid Bond
Bid Bond
✓
Bid Band
Required Forms
Active
Active
DESCRIPTION
Bonds
EST'D QTY.
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
ti
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
Orange County Right - Permit Allowa nce
1
$11,000.00 $11,DOO.00
$17,000.00 $17,000.DO
$6,500.00 $6,500.00
$6,500.00 $6,500.00
$7,294.00 $7,294.00
1
$12,000.00 $12,000.00
$12,000.00 $12,000.00
$12,000.00 $12,000.00
$12,000.00 $12,000.00
$12,000.00 $12,000.00
Mobilization, General Conditions
Conditions
1
$8,000.00 $8,000.00
$20,000.DO $20,000.00
$16,000.00 $16,000.00
$27,500.00 $27,500.00
$21,500.00 $21,50D.00
Preconstruction Video
Erosion and Sedimentation Control
1
$800.00 $800.00
$2,000.00 $2,000.00
$720.00 $720.00
$1,000.00 $1,000.00
$1,132.00 $1,132.00
1
$6,500.00 $6,500.00
$3,500.001 $3,500.00
$8,000.00 $8,000.00
$2,500.00 $2,500.00
$3,230.00 $3,230.00
Survey (Horizontal and Vertical Controls and As- builts)
1
$4,750.00 $4,750.00
$7,000.00 $7,000.00
$14,900.00 $14,900.001
$5,000.00 $5,000.00
$6,001.00
$6,001.00
Maintenance of Traffic
1
$16,000.00
$16,000.00
$10,000.00
$10,000.00
$7,000.00
$7,000.00
$1,000.00
$1,000.00
$6,093.50
$6,093.50
Furnish &Install 6" PVC Reclaimed Water Main by Open
Cut
85
$23.00
$1,955.00
$26.DO
$2,210.00
$39.00
$3,315.00
$20.00
$1,700.00
$25.50
$2,167.50
Furnish & Install 8" PVC Reclaimed Water Main by Open
Cut
Furnish & Install 12" PVC Reclaimed Water Main by
8
$40.00
$320.00
$25.00
$200.00
$130.00
$1,040.00
$25.00
$200.00
$45.50
$364.00
Open Cut
Furnish & Install 16" PVC Reclaimed Water Main by
3,724
$38.50
$143,374.00
$29.80
$110,975.20
$40.00
$148,960.00
$25.00
$93,100.00
$39.00
$145,236.00
Open Cut
1,330
$66.50
$88,445.00
$70.00
$93,100.00
$70.50
$93,765.00
$40.00
$53,200.00
$82.00
$109,06D.00
Connect to Existing 12" Reclaimed Water Main
1
$790.00
$790.00
$2,500.00
$2,500.00
$2,700.00
$2,700.00
$1,000.00
$1,000.00
$816.00
$816.00
Remove Cap and Connect to Existing 8" Reclaimed
Water Main
1
$400.00
$400.00
$1,000.00
$1,000.00
$2,600.00
$2,600.00
$1,000.00
$1,000.00
$468.00
$468.00
Remove Cap and Connect to Existing 16" Reclaimed
Water Main
1
$1,190.00
$1,190.00
$4,500.00
$4,500.D0
$2,900.00
$2,900.00
$1,500.00
$1,500.00
$1,452.001
$1,452.00
Remove Blowoff and Connect to Existing 12" Reclaim
Water Main
1
$790.00
$790.00
$1,200.00
$1,200.00
$4,000.00
$4,000.00
$1,000.00
$1,000.00
$756.00
$756.00
Furnish & Install Temporary 6" Blowoff
1
$950.00
$950.00
$1,500.00
$1,5DO.00
$2,825.00
$2,825.00
$750.00
$750.00
$1,054.00
$1,054.00
Furnish &Install 12" Gate Valve
4
$2,175.00
$8,700.00
$2,600.00
$10,400.00
$3,185.00
$12,740.00
$2,500.00
$10,000.00
$2,176.DO
$8,7D4.00
Furnish & Install 16" Gate Valve
4
$6,650.00
$26,600.00
$8,700.00
$34,800.00
$6,282.50
$25,130.00
$7,500.00
$30,000.00
$6,693.00
$26,772.00
Furnish & Install 2" Air Release Valve Assembly
2
$4,750.00
$9,500.00
$8,500.00
$17,000.00
$5,000.00
$10,000.00
$5,000.00
$10,000.00
$4,557.00
$9,114.00
Furnish &Install 12" 11 -1/4- Degree Bend
6
$640.00
$3,840.00
$560.00
$3,360.00
$790.00
$4,740.00
$450.00
$2,700.00
$548.00
$3,288.00
Furnish & Install 12" 22-1/2-Degree Bend
2
$660.00
$1,320.00
$550.00
$1,100.00
$1,000.00
$2,000.00
$450.00
$900.00
$558.00
$1,116.00
Furnish & Install 12" 45- Degree Bend
12
$695.00
$8,340.00
$620.00
$7,440.00
$1,130.00
$13,560.00
$450.00
$5,400.00
$584.00
$7,008.00
Furnish & Install 12" by 6" Tee
1
$1,562.00
$1,562.00
$800.00
$800.00
$1,299.00
$1,299.00
$650.00
$650.00
$1,267.00
$1,267.00
Furnish & Install 12" by 8" Tee
1
$796.00
$796.00
$820.00
$820.00
$1,299.00
$1,299.00
$650.00
$650.00
$710.00
$710.00
Furnish & Install 12" Tee
1
$1,098.00
$1,098.00
$950.00
$950.00
$1,470.00
$1,470.00
$800.00
$800.00
$911.00
$911.00
Furnish & Install 12" Cap
1
$340.00
$340.00
$3DO.00
$300.OD
$950.00
$950.OD
$250.00
$250.00
$289.00
$289.00
Furnish &Install 16" Cap
1
$680.00
$680.00
$600.00
$600.00
$1,100.00
$1,100.00
$500.00
$500.00
$545.00
$545.00
Furnish & Install 16" 11- 1 /4- Degree Bend
4
$1,375.00
$5,500.00
$1,250.00
$5,000.00
$1,200.00
$4,800.00
$1,000.00
$4,000.00
$1,934.00
$7,736.00
Furnish & Install 16" 45- Degree Bend
2
$1,362.00
$2,724.00
$1,200.00
$2,400.00
$2,300.001
$4,600.001
$1,500.00
$3,000.00
$1,089.00
$2,178.00
Remove and Replace Existing Dirt Driveway
13
$25.00
$325.001
$10.00
$130.00
$40.00
$520.00
$30.00
$390.00
$2.00
$26.00
BID TABULATION 4/8114 2:00 P.M. #1314 -03
BIDDER
2-i-M
MIZU YYM I CR MAIN CA
I tNDILIN I Z
DESCRIPTION
Sun
Road Inc
T & C Underground Inc
TB Landmark Construction Inc
TriSure Corporation
Young's Communications Co
EST'D QTY.
UNIT PRICE
TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
UNIT PRICE TOTAL PRICE
Remove and Replace Existing Asphalt Driveway
40
$48.00
$1,920.00
$30.00 $1,200.D0
$100.00 $4,000.00
$40.00 $1,600.00
$43.00 $1,720.00
Remove and Replace Curb & Gutter
36
$35.00
$1,260.00
$40.00 $1,440.00
$40.00 $1,440.00
$30.00 $1,080.00
$28.00 $1,008.00
Remove and Replace Existing Concrete Sidewalk
Remove and Replace Existing Sidewalk Ramp with
g
$30.00
$270.00
$70.00 $630.00
$100.00 $900.00
$50.00 $450.00
$82.00 $738.00
Detectable Warning
1
$750.00
$750.00
$2,500.00 $2,500.00
$2,000.00 $2,000.00
$500.00 $500.00
$770.00 $770.00
Open Cut and Restore Existing Roadway
491
$55.00
$27,005.00
$85.00
$41,735.00
$61.00
$29,951.00
$30.00
$14,730.00
$59.00
$28,969.00
Mill and Construct 1 -1/2" Type S -III Overlay on Roadway
Remove Existing Fence
1,470
$15.00
$22,050.00
$20.00
$29,400.00
$14.00
$20,580.00
$10.00
$14,700.00
$34.00
$49,960.00
350
$4.001
$1,400.00
$4.00
$1,400.00
$4.50
$1,575.00
$10.00
$3,500.00
$0.50
$175.00
Remove and Replace Existing Fence
Remove and Replace Existing Sod - St. Augustine
10
$45.00
$450.00
$100.00
$1,000.00
$70.00
$700.00
$20.00
$200.00
$27.00
$270.00
Remove and Replace Existing Sod - Bahia
10
$3.60
$36.00
$4.00
$40.00
$15.00
$150.00
$4.00
$40.00
$6.00
$60.00
5,550
$2.50
$13,875.00
$3.00
$16,650.00
$2.60
$14,430.00
$2.50
$13,875.00
$4.00
$22,200.00
Seed and Mulch
$70.00
TOTAL
100
$5.00
$500.00
$1.00
$100.00
$2.60
$260.00
$1.00
$100.00
$0.70
Bids are listed in alphabetical order.
$438,105.00
9
$
$487,419.00
$328965.00
,
$494,248.00
License cnecx, Submitted forms & references verified only on
lowest three firms.
SECTION 00300.0
BID FORM
SUBMITTED: 4/ 8/14
(Date)
PROJECT IDENTIFICATION: CITY OF OCOEE BID
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
NAME OF BIDDER: Tri -Sure Corporation
BUSINESS ADDRESS: P.O. Box 653
CITY, STATE, ZIP: Auburndale, FL 33823
PHONE NO.: 863- 967 -5506
CONTRACTOR'S FEDERAL I.D. NUMBER 59- 1498145
CONTRACTOR'S FLORIDA LICENSE NO.: CUC040079
THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner)
1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Contract Documents to perform and
furnish all Work, as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid Form and in accordance with the
other terms and conditions of the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including,
without limitation, those dealing with the disposition of Bid Bond. This Bid will remain
open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and
deliver the required number of counterparts of the Amendment to the Agreement with the
Bonds and other documents required by the Bidding Requirements within ten (10) days
after the date of Owner's Notice of Intent to Award.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and the Agreement and further warrants and represents that:
a. Bidder has examined copies of all the Bidding Documents and of the following
Addenda:
No.
1 Dated
4/3/ 14 No.
Dated:
No.
2 Dated
4/7/14 No.
Dated:
No.
Dated
No.
Dated:
No.
Dated
No.
Dated:
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -1
(Receipt of all which is hereby acknowledged) and also copies of the Invitation
for Bids and the Instructions to Bidders.
b. Bidder has familiarized itself with the nature and extent of the Contract
Documents, work, site, locality, and all local conditions and laws and regulations
that in any manner may affect cost, progress, performance or furnishing the Work.
C. Bidder has carefully studied all reports of explorations and tests of subsurface
conditions at or contiguous to the site and all drawings of physical conditions in
or relating to existing surface of subsurface structures at or contiguous to the site
(except Underground Facilities) which have been identified in the Supplementary
Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder
accepts the determination set forth in paragraph SC -4.02 of the Supplementary
Conditions of the extent of the "technical data" contained in such reports and
drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of
the General Conditions. Bidder acknowledges that such reports and drawings are
not Contract Documents and may not be complete for Bidder's purposes. Bidder
acknowledges that Owner and Engineer do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the
Bidding Documents with respect to Underground Facilities at or contiguous to the
site.
d. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies and data concerning conditions (surface, subsurface
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost progress, performance or furnishing of the Work, or which relate to
any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by Bidder and safety precautions and programs
incident thereto. Bidder does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the
determination of this Bid for performance and furnishing of the Work in
accordance with the times, price and other terms and conditions of the Contract
Documents.
e. Bidder understands the full extent and scope of Work to be performed by Owner
and others at the site that relates to Work for which this Bid is submitted.
£ 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
D14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -2
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.
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:
l) 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 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 0048 1)
5. Sworn Statement on Public Entity Crimes (Section 00482)
6. Certification of Nondiscriminatory Labor Practices (Section 00483)
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -3
REVISED BID FORM -BID NO. B14-03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION - PHASE 2
BID
ITEM
NO.
DESCRIPTION
ESTMATED
QUANTITY
[WITS
UNIT PRICE
(III NUMBERS)
TOTAL PRICE
(IN NUMBERS)
U1
Bonds
I
LS
6, son nn
6,5on-on
U2
Orange Comity Right-of-way Permit Allowance
1
LS
$12,000.00
S 12,000.00
U3
Mobilization, General Conditions
1
LS
27,500.00
27,500.00
U4
Preconstruction Video
I
LS
1,000.00
1 , 000.00
U5
Erosion and Sedimentation Control
I
LS
2,500.00
2 , 500.00
U6
Survey (Horizontal and Vertical Controls and As- builts )
I
L5
U7
Maintenance of Traffic
1
LS
1,000.00
1 000.00
U8
Furnish & Install 6" PVC Reclaimed Water Main by Open Cut
85
LF
20.00
1,700.00
U9
Furnish & Install 8" PVC Reclaimed Water Main by Open Cut
8
LF
25 .00
200.00
U10
Furnish & Install 12" PVC Reclaimed Water Main by cn Cut
3,724
LF
25
93 , 1 00.00
Ul l
Furnish & Install 16" PVC Reclaimed Water Main by Open Curt
1,330
LF
40.00
53,200.00
U12
Connect to Existing 12" Reclaimed Water Main
I
EA
1,000.00
1,000.00
U 13
Remove Cap and Connect to Existing 8" Reclaimed Water Main
1
EA
1,000.00
1 , 000 .
U14
Remove Cap and Connect to Existing 16" Reclaimed Water Main
1
EA
U15
Remove Blowoff and Connect to Exisdng 12" Reclaim Water Main
1
EA
1
1 000.00
U16
U17
Furnish & Install Temporary 6" Blowoff
Furnish & Install 12" Gate Valve
I
4
EA
EA
750.00
2,500.00
750.00
10 , 000.00
U18
Furnish & Install 16" Gate Valve
4
EA
7,500.00
30 , 000.00
U19
U20
Fumish & Install 2" Air Release Valve Assembly
Furnish & Install 12" 11-1/4-Degree Bend
2
6
EA
EA
5,000.00
450.00
10.000.00
2,700.00
U21
Furnish & Install 12" 22-1/2-Degree Bend
2
EA
450.00
900.00
U22
Furnish & Install 12" 45-De gee Bend
12
EA
450.00
5,400.00
U23
Furnish & Install 12" by 6" Tee
1
EA
650.00
650.00
U24
Furnish & Install 12" by 8" Tee
1
EA
U25 I
Furnish & Install 12" Tee
I
EA
800.00
800.00
U26
Furnish & Install 12" Cap
I
EA
250.00
250.00
U27
U28
Furnish & Install 16" Cap
Furnish & Install 16" 11-1/4-D,gree Bend
I
4
EA
EA
500.00
1,000.00
500.00
4 , 000 .00
U29
Furnish & Install 16" 45-Degree Bend
2
EA
1,500.00
3 , 000.00
Continued Next Page
Company Name: Tri -Sure Corporation By. 0030014
0 Jason Chambers, President
REVISED BID FORM — BID NO. 1314-03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION - PHASE 2
BID
ITEM
NO_
DESCRIPTION
ESTIMATED
QUANTITY
UNITS
UNIT PRICE
(IN NUMBERS)
TOTAL PRICE
(IN NUMBERS)
U30
I Remove and R lace Existin g Dirt Driveway
13
SY
30 Of)
U31
Remove and Replace Existing Asphalt Driveway
40
SY
IL0
1
U32
Remove and Replace Curb & Gutter
36
LF
30.00
1
U33
Remove and Replace Existin Concrete Sidewalk
9
SY
50.00
450.00
U34
Remove and Replace Existing Sidewalk Ramp with Detectable Warning
1
EA
U35
I Open Cut and Restore Existing Roadway
491
SY
30.00
14,730.00
U36
Mill and Construct 1 -1/2" e S-III Overlay on Roadway
1,470
SY
10.00
14,700.00
U37
Remove Existing Fence
350
LF
10.00
3,500.00
U38
Remove and Replace Existing Fence
10
LF
U39
Remove and Replace Existing Sod - St. Augustine
10
SY
4 .00
40.00
U40
Remove and Replace Existing Sod - Bahia
5,550
SY
2.50
13,875.00
U41
Seed and Mulch
100
SY
1.00
100.00
TOTAL
328 96 5.00
LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; T U.S. Ton \
Company Name: Tri —Sure Corporation g
00300 -5
Jason Chambers, President
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.
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.
It is understood that where quantities for unit price work have been presented on the Bid
Form, they are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the Contractor's compensation will be computed upon the
basis, described in the measurement and payment clauses in the specifications contained
herein.
10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS
If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned
as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and
equipment named in the Contract Documents, in accordance with Article 10 of the
Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the
Total Bid reflects the equipment and material supplied by one of the listed
manufacturers /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose
an alternate manufacturer /supplier, he may write in the name of such alternate in the
substitution list included within this Bid Form, but he must, nevertheless, also circle one
of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is
determined "not equivalent" by the Engineer, the Bidder must furnish equipment and /or
material items by the circled manufacturer /supplier. If the Bidder fails to indicate which
listed manufacturer /supplier he intends to use if an alternate is rejected, he must use the
manufacturer /supplier listed as "A," or such other listed manufacturer as the City may
approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must
use the first manufacturer /supplier circled (unless an alternate is approved).
11. SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "equal," items will not be
considered until after the effective date of the Agreement and will be evaluated in
accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to
the reimbursement required under the General Conditions, the Contractor shall also
reimburse the Owner for any engineering costs directly attributable to the change in
manufacturers /suppliers caused by the acceptance of proposed alternates, such as,
additional field trips for the Engineer, additional redesign costs, additional review costs,
etc. Other costs directly attributable to the change in manufacturers /suppliers caused by
the acceptance of proposed alternates, such as; increased electrical requirements, larger
building, additional pumps or tankage, etc., shall be borne by others and not the Owner.
If Bidder intends to propose substitutions or "equal" items after the effective date of the
1314 -03 North Side Reclaimed Water Main Extension -Phase 2
00300 -6
Agreement, it is agreed that these items must be listed on the Substitution List included
within this Bid Form, with a deductive amount representing 50 percent of the total
savings between the named Base Bid item and the proposed item. "Base Bid" item
substitutions providing to the Owner equipment or material cost savings of less than
$1,000 will not be considered. The undersigned, as Bidder, also agrees that if a
substitution or "equal" item is not listed on the Substitution List included with the Bid, all
of the savings between the named item and the proposed item will go to the Owner, if the
Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the
General Conditions. The Owner may request, and the undersigned Bidder shall supply,
complete information on proposed substitutions. Such information shall be the
manufacturer's current published or preprinted information for the specific substitution.
12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its
sole discretion reserves the right to waive technicalities or irregularities, to reject any or
all Bids, and/or to accept that Bid which is in the best interest of the City. The award of
this Bid, if made, may be based on considerations other than total cost, and may be
awarded based on various considerations, including but not limited to: Bidder experience
and whether the Bid, in the judgment of the City, is the most responsive to the City s
needs.
SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS
Specification Section and Equipment Item Manufacturer /Supplier
15050 --Process & Utility Piping, Fittings, Valves,
and Accessories
Fittings <A�
B.
C.
D.
E.
F.
G.
H.
I.
HDPE Pipe CA.
B.
C.
Valves (Plug and Check) A.
Un'
U.S. Pipe
Nappco
American
Tyler
Trinity Valley
Sigma
EBAA
Smith -Blair
P
Driscopipe
Lamson Vylon
1\4 &H /Clow
Muelle ( rrly)
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -7
C. Pratt
D. Milliken
E. Dezurik
PVC Pipe
A.
CertainTeed
B.
Can -Tex
C.
North Star
E.
Capco
F.
H &W Industries
Valve Boxes
A.
Tyler
Valve Pads
A.
Sigma
Valve Markers
A.
Wagco
Service Connections
A.
Mueller
Meter Valves/ Corporation Valves
A.
Mueller
Polyethylene Pipe
A.
EndoCore
Trace Wire
A.
Kris -Tech
[314 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -8
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)
None
Represents 50 percent of the difference in cost in accordance with the General Conditions
(Minimum Deductible Amount per Substitution Item shall be $1,000)
(Bidder may make additional copies of this page as required.)
B14-03 North Side Reclaimed Water Main Extension - Phase 2
00300 -4
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
SOLE PROPRIETORSHIP
(SEAL)
(Individual's Signature)
(Individual's Name)
doing business as
Business Address:
Phone No.:
Florida License No.:
A PARTNERSHIP
(SEAL)
(Partnership Name)
(General Partner's Signature)
(General Partner's Name)
Business address:
Phone No.:
Florida License No.:
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -10
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A CORPORATION
Tri -Sure Corporation
(Corporation Name)
Florida
(State of Incorporation)
B Jason Chambers
(Name of person authorized to sign)
ire) Jason Chambers
(Corporate Seal)
Attest
Business address: P.O. Box 653
Auburndale, FL 33823
Phone No.: 863- 967 -5506
Corporation President: Jason Chambers
Florida License No.: CUC040079
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -11
(Secretary)
Strike out (X) non - applicable signature block and complete applicable block. (ALL
SIGNATORIES MUST HAVE THEM NAMES PRINTED OR TYPED BELOW THEIR
SIGNATURES)
If Bidder is:
A JOINT VENTURE
LM
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.:
13. List the following in connection with the Surety which is providing the Bid Bond:
B14-03 North Side Reclaimed Water Main Extension -Phase 2
00300 -12
Surety's Name: Merchants Bonding Company
Surety's Address: 2100 Fleur Dr. Des Moines, Iowa 53021
1 -800- 678 -8171
14. Name and address of Surety's resident agent for service of process in Florida:
Joseph Lopresti (Brown and Brown)
P.O. Box 173086
Tampa, FL 33672
1- 813 -226 -1322
B! 4 -03 North Side Reclaimed Water Main Extension - Phase 2
00300 -13
CORPORATE AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
Tri -Sure Corporation a corpor under
(Contractor's Corporate Name)
the laws of the State of Flor "da , held on the 8th day of April -5 2014
the following resol n was dul} a, and adopted:
"RESOLVED, that Jason Chambers
( ignature of individual) (typed name of individual)
as President of the corporation, is hereby authorized to execute and all
documents required e signed by an officer of the Corporation in order to submit a valid bid,
contract and bond for
CITY OF OCOEE
B14 -03 North Side .Reclaimed Water Main Extension - Phase 2
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.
W WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this 8th day of _ Ag 1 1 20 14
(CORPO1 =
G / / nda Chambers _ (Corporate Secretary)
STATE OF
CITY OF
Florida
Auburndale
The foregoing instrument was acknowledged before me this 8th day of April ,20.14
by Glenda Chambers (Secretary)
(name of officer or agent, title of officer or agent), of T ri -sure Corporation (name
of corporation acknowledging), a Florid (state or vlace of incorporation)
corporation, on behalf of the corporation. He /She i ersonally known to m q� or has produced
identification (type identifi catio a, identification and did/did
not take an oath. _
V '\- (Notary P rl Iic)
My Commission Aires:
END OF SECTION 1 LA URIeC.s HELFER
MY COMMISSION 6 DD 981564
UPIAR April 16, 2014
�Uitddd iMFU Nefpry Pub9e Undervmteis
B14-03 North Side Reclaimed Water Main Extension - Phase 2
00300 -14
SECTION 00301
QUESTIONNAIRE
Bidder shall fill out questionnaire form with all information pertinent to his /her company and
the B14 -03 North Side Reclaimed Water Main Extension - Phase 2 Project,
DATE: 4/8/14
PROJECT IDENTIFICATION: City of Ocoee
B14 -03 North Side Reclaimed Water Main Extension -
Phase 2
NAME OF BIDDER: Tri -Sure Corporation
BUSINESS ADDRESS: P.O. Box 653 Auburndale, FL 33823
TELEPHONE NO.: 863- 967 -5506
E MAIL trisure @aol.com
CONTRACTOR'S FLORIDA LICENSE NO. CUC040079
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
How many years has your organization been in business as a General Contractor?
40 years
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?
City of Palm Bay Unit #46 Water Main Line Extension
41,000 t PVC, 33 N FT PV
January 2014 thru May 2014
3. Have you ever failed to complete work awarded to you? If so, where and why?
NO
4.
5
Name three (3) municipalities for which you have performed similar work and contact
person:
City of Palm Bay - Katie Fought - 1- 321 -952 -3410
City of Avon Park - Roger Homann(Envisors) 1- 863 - 324 -1112 _
Utilities Inc. of FL - Steve Romano ( PH Engineers) 1- 407 -425 -0452
Have you personally inspected the site of the proposed Work? Describe any anticipated
problems with the site and your proposed solutions?
B14-03 North Side Reclaimed Water Main Extension -Phase 2
00301 -1
Yes /None
6. Will you Subcontract any part of this Work? If so, describe which portions and the
percentage of the project:
Not vet determined
7. What equipment do you plan on using to complete the Work?
Komats PC 228 Hydraulic excavator Kubota Broom Tractor
928 G Cat Loader Vermeer 36X50 directional bore drill
928 H Gat f oader
710 J John Deere tractor /backhoe
8. State the true and exact, correct, and complete name under which you do business.
Bidder is: Tri -Sure Corporation
B 14-03 North Side Reclaimed Water Main Extension - Phase 2
00301 -2
SECTION 00301 -A
SUBCONTRACTOR & SUPPLIER LIST
Will your firm be doing all the Work with your own forces? Yes No (Check yes only if no
subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list
these areas and approximate dollar amount allocated for this Work. List suppliers).
List all proposed subcontractors and suppliers to be used to include company names, contractor Iicense
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, CONTACT WORK TO BE PERFORMED ESTIMATED
ADDRESS, PHONE NUM BER (TRADE) OR COMMODITY DOLLAR
TO BE SUPPLIED AMOUNT
ISouthern_Sod rraGsina, $13,000
34499 Highway 27, Sourb
Haines City, FL 33844
2A & R Video Videography _ $1,000
1110 Hollow Brook Lane
Malabar, Fl 32950
3
4
5
6
END OF SECTION
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
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 summary below.
Trench Safety
Measure
(D escription)
Unit of
Measure
LF, S
Unit
___( Quantity)
Unit
Cost
Extended
Cost
A
slope banks
LF
100
$ 1.00
$ 100.00
B
trench shield
LF
100
$ 1.00
$ 100.00
C
$
$
D
$
$
AL
$
BIDDER- Tri -Sure
SIGNED:
BY I_ _.ason Chambers
(Print or type name
TITLE: President
DATE: 4/8/14
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
B 1403 North Side Reclaimed Water Main Extension - Phase 2
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 upon employees for drug abuse violations.
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 polo 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 (S) days
after such conviction.
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.
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00303 -1
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements. r'1
Bidder: Tri -Sure
Signed:
B ) Jason Ch
Title: President
Date: 4/8/
END OF SECTION
Q 14 -03 North Side Reclaimed Water Main F,xtension - Phase 2
00303 -2
Print or Type Name)
SECTION 00480
NON - COLLUSION AFFIDAVIT
STATE OF Florida
COUNTY OF Polk
Jason Chambers , being first duly swore deposes and says:
He (it) is the President
(Owner, Partner, Office, Representative or Agent)
of Tri -Sure Corporation , the Bidder that has
submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
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;
The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, conivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, owners, emplo�or parties in interest, including
this affidavit. /
By:
Titlel J President
B14 -03 North Side Reclaimed Water Main Extension -Phase 2
00480 -1
Sworn and subscribed to before me this 8 th day of April , 20 14, in the State of_
Florida , County of Polk
& azzll,_
A L
Notary Public
My Commission Ex res:
END OF SECTION
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
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 employees to perform their
services at any location under his control where segregated facilities are maintained. The Bidder
agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, time clocks, locker rooms and other storage and dressing
areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees on the basis of race, color, religion, or national origin,
because of habit, local custom, or otherwise. The Bidder agrees that (except where he has
obtained identical certification from proposed subcontractors for specific time periods) he will
obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all
persons and implementations of rules and regulations prescribed by the United States Secretary
of Labor are incorporated herein.
Note:
The penalty for making false statements in offers s� Trescribed jnMU. S.C. 1001.
Date April 8th , 20 14
By: ( .1 Jason Chambers
President
(Title)
Official Address (including Zip Code):
P.O. Box 653
Auburndale, FL 33823
ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE
CAUSE FOR DISQUALIFICATION OF YOUR BID.
END OF SECTION
B14 -03 North Side Reclaimed Water Main Extension -Phase 2
00481 -1
SECTION 00482
(Page 1 of 2)
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE, OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to City of Ocoee, Florida by by
Jason Chambers, President - Tri -sure Corporatio
(Print individual's Name & Title)
whose business address is
P.O. Box 653 Auburndale, FL 33823
I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not
limited to, any bid or contract for goods or services to be provided to any public entity or
an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
representation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(b),
Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term
"affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an
affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm's length agreement, shall be a prima
facie case that one person controls another person. A person who knowingly
B14-03 North Side Reclaimed Water Main Extension -Phase 2
00482 -1
enters into a joint venture with a person who has been convicted of a public entity
crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement I have marked below is true in relation to
the entity submitting this sworn statement. (please indicate which statement applies).
XXX Neither the entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, nor any affiliate of the entity have been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
.directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, or an affiliate of this entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989,
However, there has been a subsequent proceeding concerning the conviction
before a Hearing Officer of the State of Florida, Division of Administrative
Hearings. The final order entered by the Hearing Officer determined that it was
not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (Please attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
December 31,2014 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 SECTI 87.017, FLORIDA STATUTES FOR
CATEGORY TWO OF CHANGE IN INFO ON CONTAINED IN THIS FORM.
(Signature) Jason Chambers
4/8/14
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
00482 -2
Tri -Sure Corporation
Name of Bidder (Contractor)
STATE OF Florida
COUNTY OF Polk
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
Jason Chambers
(Name of Individual Signing)
affixed his/her signature in the place provided above on this
April 20
Notary mido - �
My Commis o xpt
who, after first being sworn by me,
8th
day of
fd+t1AIS0.6HUER
E ;# _ : * MY BOMMINON M oQ 881564
ND OF SECTION
1�tf� RES; Aprll le. 2014
ONA 1% NW&V PubRo Unftwolm
B 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00482 -3
SECTION 00483
CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES
This certification relates to a construction contract proposed by the City of Ocoee
Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race,
color, national origin, gender, age, handicapped status, veteran status, and /or religion in
performing the work governed by this contract. The City is an Equal Opportunity Employer
(EOE) and as such encourages all contractors to comply with EOE regulations. Any
subcontract the Contractor may enter into shall include this clause with the same degree of
application being encouraged.
I am the undersigned prospective construction contractor or subcontractor. I certify that:
(1) 1 XXX 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 XXX 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 1 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 negotia s for any to er -tier construction subcontracts with a price
exceeding $10,000. 1 also agree that I wt l etain suchi ifications in my files.
Date April 8th , 2014. B
ignatu're of Authorized Official) Jason Chambers
Tri -Su
(Name of Prospective Construction Contractor or Subcontractor)
P.O. Box 653 Auburndale, FL 33823
(Address of Prospective Construction Contractor or Subcontractor)
863 - 967 -5506 59- 1498145
(Telephone Number) (Employer Identification Number)
END OF SECTION
A 14 -03 North Side Reclaimed Water Main Extension - Phase 2
00483 -1
SECTION 00410
BID BOND
Bidder shall p1 - ovide the City with a Bid Bond in the amount of five percent (5%) of the conlract
bid
KNOW ALL MEN EY THESE PRESENTS, that we, the undersigned, Tri -Sure Cowradon P O Box 653
Auburadala Fl. 33823 (86 96 -5506 , as Principal, and Meroban Bonding Company (Mutual) 21 Flour Drive Dos Moines, Io
53021 (800) 678 -8171 as Surety, are hereby held and firmly bound unto the City of Ocoee,
Florida, as Owner, In the penal sum of, (5 percent of the Contract Bid) $ 5%
(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 3rd day of April , 20 The Condition of the
above obligation is such that whereas the Principal has submitted to tho City of Ocoee, Florida a
certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for
the Project: `B 1403 North Side Reclaimed Water Main Extension - Phase 2 "
NOW THEREFORE
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to Owner upon default of Bidder any
damages, costs, or expenses, including attorney's fees, incurred by Owner that are
proximately caused by such default. In no event shall Bidder's and Surety's obligation
hereunder exceed the penal suns set forth on the face of this Bond.
2, Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents (or any extension thereof agreed to in writing by
Owner) the executed Agreement required by the Bidding Documents and any
performance and payment bonds required by the Bidding Documents and Contract
Documents,
B 14 -03 North Side Reclaimed Waler Maim Exlensim - Phise 2
00410 -1
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by Owner) the
executed Agreement required by the Bidding Documents and any performance
and payment bonds required by the Bidding Documents and Contract Documents,
or
3.2 All bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days
from the time and date fixed for the opening of Bids (or any extension thereof
agreed to in writing by Bidder and, if applicable, consented to by Surety when
required by paragraph 5 hercofj.
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
calendar days after receipt by Bidder and Surety of written notice of default from Owner,
which notice will be given with reasonable promptness, identifying this Bond and the
Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder, provided
that the total time for issuing notice of award including extensions shall not in the
aggregate exceed 120 days from Bid Due ]date without Surety's written consent.
6. No suit or action shall be colnmenced under this bond prior to 30 calendar days after the
notice of default required in paragraph 4 above is received by Bidder and Surety and in
no case later than one year after Bid Due Date.
7. Any suit or action under this Bond shall be commenced. only in a court of competent
jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Marl,
return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond, on
behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond
shall be deemed to be included herein as if set forth at length. If any provision of this
Bond conflicts with any applicable provision of any applicable statute, then the provision
B 14-03 North Sidc Reclaimed water Main Extemion - Please 2
004.10 -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 terns "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 axed and
these presents to be signed by their proper officets, the day and year first set forth above,
BIDDER: Strike out (X) non - applicable .signature blocks and complete applicable block.
All signatures must have their names printed or type below their signature.
If Bidder is SOLE PROPRIETORSHIP, coin lete this signature block.
(
(Individual's Signature)
(Witness)
{2)
(Individual's Signature)
doing busines,5 as
(Witness)
(SEAL)
(Business Address)
(Tele (lone No. (Florida License No.
B14 -03 Norlh Side Rectninted Water Main Extension - PGase 2
00410 -3
If Bidder is PARTNERSHIP complete tlds si natwe block.
(
(Witness)
(Partnership Name)
(General Partner's Signature)
(Witness)
(SEAL)
(General Partner's Name)
(Business Address)
(Telephone No. (Florida License No.
614 -03 North Sido Roelaimed Watcr Maln Extension •}phase 2
004.10 -4
If Bidder is CORPORATION, complete this signature block.
Tri-Sure Corporation
0 v
(Corporation Name)
(Witness)
ames H. Ch bers
Florida
(2) _.._._.
(State of Incorporation)
Laurie ShellWVS)
By;
(Name of Person Authorized to Sign - See Note 1)
(SEAS,)
Title)
(Authorized Signature)
Jason Chambers, President
(Corporation President)
P. 0. Box 653, Auburndale, FL 33 823
(Business Address)
863 - 967 -5506 CUC040079
( Tole phone No. Florida License No.
B 14 -03 NorQh Side Iteclaf mcd Water Main Extension - Phase 2
00410.5
SURETY
Witness: (If agency is not a Corporation)
Merchants Bonding Company (Mutual)
(Surety Business Name) (1)
(Witness)
21 00 Fleur Dri D es Moines, Iowa 53021
(Principal Place of Business) (2) u)A 11 (Witness)
8y:
(Surety A pt's Signahtr ee Nate 2)
Attest: (If Agency is a Corporation)
Joseph W. LoPreeti / rV-7 Mtbrw
(Surety Agent's Name) (Corporate 0 cretary Signature)
At tomey -la- Fact & Florida Resident Agent A s P t�q to
(Surety Agent's Title) (Corporate SeJretary Name)
Brown & Brown of Florida, Inc
(Business Name of Local Agent for Surety)
(Corporate Seal)
P.O. Box 173086, Tampa FL 33672
(Business Address)
813 - 226 -1322
NOTES:
(l) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate
employee other than president or vice- president.
(2) Complete and attach a certified copy of _ "Power- of•Attomey" prepared by Surety appointing
individual "Attorney -in- Pact" for execution of Hid Bond on behalf of Surety and corresponding
notarized "Attorney -in- Fact ",
(3) Above addresses are to be used for giving required notice.
(4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where
applicable.
(5) Surety conipatlias 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 the project Is
located.
B14.03 North Side Reclainud Water Main Extension - Phnse2
0041.0 -6
ATTORNEY-IN-FACT AFFIDAVIT
STATE OR COMMONWEALTH OF Florida
COUNTY OR CITY OF Tampa }
Before me, a Notary Public, personally came Joaeph W LoPresti known to me, and
known to be the Atto - Fact of Merchan Bonding Company (Mulu , a Iowa
Corporation, which (Surety Company) (State)
executed the attached bond as surety, who deposed and said that his signature and the corporate seal
of said
Merchants Bonding Company (Mutual) ` 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 Merc han t s B Co ( Mutual)
(Surety Company)
Given under Iny hand and seal this 3rd day of April , 2014,
(Nota, ublic)
My Commission Expires 6/26/2016 :;: ASHLEY MCFARLAND
_ *; :r Commission # EE 211171
�'� Expires June 26, 2016
Pf t Bv4Wltru Troy F*lncwm =500;365-1019
END OF SECTION
B14-03 Norih Side RocHMtd Wafer Matti EXIen.lion - Pllnso 2
0041.0 -7
MERCHANT
BONDING COMPANY,,,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies '),
and that the Companies do hereby make, constitute and appoint, individually,
Joseph W. LoPresti, Steve Ayes, Mia Bush, Maly Jane Gwyn
of Tampa and Slate of Florida their true and lawful Attorney -In -Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, rocognizanoes or other written obligations In the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
EIGHT MILLION ($8,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011,
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory In
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certiflcation thereof authorizing the execution and delivery of any bond, undertaking recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 21st day of March , 2012 .
STATE OF IOWA
COUNTY OF POLK ss.
_ uL
: NN
1 JAI
�• 1933 ; C:
. c9� C`r
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By 774 President President
On this 21st day of March , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC,: and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companles; and that the said instrument was signed and
sealed in behalf of the Companies by authority of [heir respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
� MARANDA GREENWALT
>� Commission Number 710312
My Commission Expires
October 28, 2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my ha
this 3 day of April 2014
nd and affixed the seal of the Companies on
4.
v .�
CJ t, 's • y; 2 r ; • rC %�Qhc/ l��Y.++r/� SiG� ,
-d• ' d'• 1933 Z• Secretary s 20 a3 .•'.� : y
POA0014 (11 /11) Jd�'Iy•• •••;0���� •'.yid
Detail by FEI/EIN Number
Detail by FEI /EIN Number
Florida Profit Corporation
TRI -SURE CORPORATION
Filing Information
Document Number 446047
FEI /EIN Number 591498145
Date Filed 02/08/1974
State FL
Status ACTIVE
Principal Address
709 PINE ROAD
AUBURNDALE, FL 33823
Changed: 05/18/2007
Mailing Address
POST OFFICE BOX 653
AUBURNDALE, FL 33823
Changed: 05/18/2007
Registered Agent Name & Address
CHAMBERS, JAMES H
2024 LAKE ARIANA BLVD
AUBURNDALE, FL 33823
Name Changed: 05/18/2007
Address Changed: 01/05/2011
Officer /Director Detail
Name & Address
Title P, D.
CHAMBERS, JASON T
P. O. BOX 231
AUBURNDALE, FL 33823
Title STD
CHAMBERS, GLENDA M
Page 1 of 2
http: / /search. sunbiz.org/ Inquiry /Co rporationSearch/ SearchResultDetail /FeiNumber /domp -... 4/10/2014
Detail by FEVEIN Niunber
2024 LAKE ARIANA BLVD
AUBURNDALE, FL 33823
Title D
CHAMBERS, JAMES H
2024 LAKE ARIANA BLVD.
AUBURNDALE, FL 33823
Annual Reports
Report Year
Filed Date
2012
01/24/2012
2013
01/31/2013
2014
01/14/2014
Document Images
01/14/2014 -- ANNUAL REPORT
View image in PDF format
01/31/2013 --ANNUAL REPORT F
View image in PDF format
01/24/2012 --ANNUAL REPORT
View image in PDF format
01/05/2011 --ANNUAL REPORT
View image in PDF format
02/10/2010 -- ANNUAL REP
View image in PDF format
02/26/2009 --ANNUAL REPORT
View image in PDF format
01/28/2008 --ANNUAL REPORT[_
View image in PDF format
05/18/2007 -- ANNUAL REPORT
View image in PDF format
03/19/2007 -- ANNUAL REPORT
View image in PDF format
02/03/2006 --ANNUAL REPORT
View image in PDF format
02101/2005 - ANNUAL REPORT I
View image In PDF format
02/04 /2004 -- ANNUAL REPORT
View image in PDF format
02/03/2003 -- ANNUAL REP
View image In PDF format
02/11/2002 --ANNUAL REPORT
View image In PDF format
01131/2001 --ANNUAL REPORT
View image in PDF format
02/04/2000 -- ANNUAL REPORT
View image in PDF format
02/11/1999 -- ANNUAL REPORT
View image in PDF format
01/28/1998 --ANNUAL REPORT
View image in PDF format
01/28/1997 -- ANNUAL REPORT
View image in PDF format
04/22/1996 -- ANNUAL REPORT
View image in PDF format
05/01/1995 -- ANNUAL REPORT
View image in PDF format
Cuyright V and Privacv Pollcies
State of
rnent of State
Page 2 of 2
http: / /search. sunbiz. org/ Inquiry/ CorporationSearch /Search-ResultDetai I /FeiNumber /domp -... 4/10/2014
DBPR - CHAMBERS, JAMES H; Doing Business As: TRI -SURE CORPORATION, Cer... Page 1 of 1
8.37:40 AM 411012014
Licensee Details
Licensee Information
Name: CHAMBERS, JAMES H (Primary Name)
TRI -SURE CORPORATION (DBA Name)
Main Address: PO BOX 653
DERBY AND PNES
AUBURNDALE Florida 33823 -0653
County: POLK
License Mailing:
Lice nseLocation :
County:
License Information
License Type:
Rank:
License Number:
Status:
Licensure Date:
Expires:
Special Qualifications
Construction Business
PO BOX 653
DERBY AND PNES
AUBURNDALE FL 33823 -0653
POLK
Certified Underground Utility and Excavation Contractor
Cert Under
CUC040079
Current,Active
11/18/1986
08/31/2014
Qualification Effective
02/20/2004
View Related License Information
View License Complaint
1940 No rth Monroe Street, Tal FL_ :: Lmaik Cus Cont - a e t Ce nter Customer Contact Center: 850.487.1395
The State of Florida Is an AA /EEO employer. Copyright 1007 -2010 State of Florida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released In response to a public- records request, do
not send electronic mall to this entity. Instead, contact the office by phone or by traditional mail. if you have any questions, please contact
1150.497.1395. 'Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an email address If they have one. The entrails provided may be used for ofgdal communication with the licensee.
However email addresses are public record. if you do not wish to supply a personal address, please provide the Department with an email address
which can be made available to the public. Please see our Chapter 455 page to determine If you are affected by this change.
https: / /www.myfloridalicense. com/l,icenseDetail, asp ?SID= &id= 829A977F7F5DCAC8E5... 4/10/2014
Licensing Portal - View Public Complaints
Page 1 of 1
8:37:46 AM 411012014
Complaint Details
Below is a listing of public complaints regarding the person or entity selected, This may not reflect
all public complaints filed with the Department; for example, all complaints against Community
Association Managers (CAMS) are available to the public, regardless of whether any appear below,
and may be requested directly from the Department. The Department is also precluded from
disclosing any complaints which are confidential pursuant to Florida Statutes.
If you would like a full list of public complaints against an individual or entity or to make a public
records request for complaints listed please visit our Public Records page
You can search for public records pertaining to unlicensed activity complaints through an
additional database by visiting our Search Unlicensed Activity Complaints page For more
Information about CAM complaints, please visit the CAMS page
Name:
Number Class Incident Date Status Disposition Disposition Date Discipline Discipline Date
No Complaint Information found.
1940 North Mnnroe Street, Tallahassee F 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850,487,1395
The State of Florida is an AA/FEO employer. Copyright 2007 -2 010 State of Fl orida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released In response to a public- records request, do
not send electronic mail to this entity, instead, contact the office by phone or by traditional mail, If you have any questions, please contact
850.487.1395, *pursuant to Section 955.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 955, F.S, must
provide the Department with an email address If they have one The emails provided may be used for official communication with the licensee.
However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address
which can be made available to the public. Please see our Chapter 455 page to determine If you are affected by this change.
https: / /www.myfloridalicense. com/viewcomplaint. asp ?SID= &licid= 812969 4/10/2014
DBPR - CHAMBERS, JAMES H; Doing Business As: TRI -SURE CORPORATION, Cer... Page 1 of 1
617 AM 411012014
Licensee Details
Licensee Information
Name: CHAMBERS, JAMES H (Primary Name)
TRI -SURE CORPORATION (DBA Name)
Main Address: PO BOX 653
DERBY AND PNES
AUBURNDALE Florida 33823 -0653
County: POLK
License Mailing:
LicenseLocation: PO BOX 653
DERBY AND PNES
AUBURNDALE FL 33823 -0653
County: POLK
License Information
License Type:
Certified Underground Utility and Excavation Contractor
Rank:
Cert Under
License Number:
CUC040079
Status:
Current,Active
Licensure Date:
11/18/1986
Expires:
08/31/2014
Special Qualifications
Qualification Effective
Construction Business
02/20/2004
V iew Related License Information
View License Complaint
1940 North Monroe Street, Tallaha FL 32399 :: Email; Cus tomer Contact Center :: Customer Contact Center: 850.487.1395
The State of Florida is an AA/EEO employer. Cooyriaht 2007 -2010 State of Florida. Privacy Statement
Under Florida law, email addresses are public records. If you do not want your email address released In response to a public- records request, do
not send electronic mall to this entity. Instead, contact the office by phone or by trad1lonal ,nail. If you have any questions, please contact
850.487.1395, Poisuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Uepai tment with an email address if they have one. The emails provided may be used for official communication with the licensee.
However emall addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address
whlcli can be made available to the puhlic. Please see our Chapter 455 page to determine If you are affected by this change.
https:// www. myfloridalicense .com/LicenseDetail. asp ?SID = &id 829A977P7P5DCAC8E5... 4/10/2014
Licensing Portal - View Public Complaints
Page 1 of 1
8:37:58 AM 4/10/2014
Complaint Details
Below is a listing of public complaints regarding the person or entity selected. This may not reflect
all public complaints filed with the Department; for example, all complaints against Community
Association Managers (CAMs) are available to the public, regardless of whether any appear below,
and may be requested directly from the Department. The Department is also precluded from
disclosing any complaints which are confidential pursuant to Florida Statutes.
If you would like a full list of public complaints against an individual or entity or to make a public
records request for complaints listed please visit our Public Records page
You can search for public records pertaining to unlicensed activity complaints through an
additional database by visiting our Search Unlicensed Activity Complaints page For more
information about CAM complaints, please visit the CAMs Page,
Name:
Number Class Incident Date Status Disposition Disposition Date Discipline Discipline Date
No Complaint Information found.
1940 North Monroe Street, Tallahasse FL 32399 Email: Customer Contact Center :: Customer Contact Center: 850.487.1395
The State of Florida Is an AA /EEO ern Ployer. Copyright 2007 -2010 state of Flo rida. Prlvary Statement
Under Florlda law, ernir addresses are public records. If you do not want your email address released In response to a public- records request, do
not send electron is rnaiI to this entity. Instead, contact the office by phone or by traditional mail if you have any questions, please contact
A 50.467.1395. 'Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must
provide the Department with an email address if they have one. The emails provided may be used for official communicaUon with the licensee.
However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address
which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change,
https:// www. mytloridalicense .com /viewcomplaint.asp ?SID= &licid= 812969 4/10/2014
SECTION 00020
INVITATION TO BID #B14 -03
NORTH SIDE RECLAIMED WATER MAIN EXTENSTION — PHASE 2
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 April 8, 2014. 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 constructed in accordance with the drawings
and specifications prepared by CPH Engineering 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 project is in two segments. The first segment is on the south side of
McCormick Road just east of Ingram Road to and along N. Clarke Road south to
Whitefriar Drive. The second segment is on the east side of Ingram Road from the
south end of the McCormick Woods subdivision to the south end of the Ingram
Trails subdivision. The project consists of the installation of approximately 1,330
linear feet of 16 -inch, 3,724 linear feet of 12 -inch, 8 linear feet of 8 -inch and 85
linear feet of 6 -inch polyvinyl chloride (PVC) reclaimed water main by open cut,
and connections to existing reclaimed water mains, valves, fittings, pressure
testing, open cut and restoration of approximately 388 square yards of roadway,
milling and resurfacing of 1,500 square yards of roadway, removal and replacement
of fences, driveways and curb, sodding, seeding and other restoration as may be
required.
• All work must be in compliance with the City of Ocoee Engineering Standards
Manual. See Section 02100. All work activities shall be required to be in
accordance with the permits issued by the respective agencies. All work performed
will be required to be done while maintaining the functional operation of the
existing reclaimed water mains.
Prospective bidders may secure a copy of the documents required for submitting a bid through
Onvia/DemandStar by accessing the City's website at:
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
00020 -1
http : / /www.ocoee.org/Departments /Finance /Purchasing /home.htm
Partial sets of the documents required for submitting a bid will not be issued. By using
Onvi a/Demand Star, prospective bidders will be provided with all addendums and changes to the
project requirements; Fees may apply for non - members. Membership with Onvia/DemandStar is
not required to submit a bid.
Persons other than prospective bidders may inspect the documents required for submitting a bid at
the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons
will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the
City of Ocoee.
Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents.
Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of
complete contract documents not later than twenty -four (24) hours before bid time via facsimile or
U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify
addendums and acknowledge receipt of all addenda in the bid submittal.
Pre -bid Conference: None scheduled at this time.
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. B14 -03 North Side Reclaimed Water Main Extension -Phase
2" and the bidder's name, address, and State of Florida contractor's license number clearly shown on
the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form.
Bids must be signed by an authorized representative of the bidder. Failure to comply with either
condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the
Purchasing Agent, City of Ocoee, 2 nd 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
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
00020 -2
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, 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 March 9, 2014
END OF SECTION
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
00020 -3
N4a r
S. Scott Vandergrift
Cit Manager
Robert Frank
April 3, 2014
Commissioners
John Grogan, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel F. Feller, District 4
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID 4B14 -03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION — PHASE 2
This addendum shall modify and become a part of the original bid documents for the North Side Reclaimed
Water Main Extension Phase 2 project. This addendum consists of six 6 pages, including the attached Revised
Coiporate Authority to Lrecitte Documents Fornt Section 00300 -14, and Revised Bid Form Sections 00300 -4
and 00300 -5. 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.
* *Important Note: REVISED BID FORM ATTACHED **
Answers to questions received and /or amendments to the bid documents are as follows:
Q 1. Please provide a geotechnical report for the proposed pipe line alignments?
Al, There is no geotechnical report,
Q2. Refer to the Measurement & Payment section for Furnish and Install RWM by Open Cut. It says that the
contractor is responsible for dewatering, disposal of unsuitable or excess materials and suitable backfill,
amongst other requirements. If there is no geotechnical report provided, this can not be predetermined
prior to bid along the entire lengths of pipe. Please provide an allowance or unit price option for
potential unsuitable materials and dewatering.
A2. The cost of dewatering is included in the pipe unit price. It is anticipate that there are no unsuitable
materials.
Q3. Bid item U37 is Remove Existing Fence. The plans do not indicate the location of the fence to be
removed. Please provide the exact limits of fence removal.
A3. The fence removal/replacement begins at approximately Station 47 and continues south to just north of
Pythagoras Circle,
Q4. Refer to sheets 12 and 13. The proposed pipeline goes behind an existing fence and appears to be on
private property. There is also some clearing that will have to be done along this section. Have there
been any previous arrangements with the property owner regarding the proposed work behind the fence
line?
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.ocoee.org
A4. The pipe is proposed to go behind the fence, but is still within the right -of -way. Contractor shall
coordinate with property the removal of the fence.
Q5. There seems to be a conflict between the open cut base replacement details on sheets 16 and 17. One
shows 8" high early and the other shows 12" of base material. Please specify which is correct. Also,
please provide the existing Asphalt and Base thicknesses.
A5. The detail on Sheet 16 is for City roads and Sheet 17 for County (if required by the County).
Q6. Which open cut road repair detail will be used for asphalt driveways?
A6. Neither. Driveways are to be replaced in kind.
Q7. Should the cost for replacement striping go in Bid Item U36?
AT Yes.
Q8. It states on Sheet 00100 -4, para. 5.2 of the contract specification, that there may be some easement
acquisitions that have not been obtained prior to bid and that the Contractor shall schedule and sequence
the work to delay schedule impacts caused by un- acquired easements. Since the Owner will not be liable
for any associated costs for delay, please provide the exact locations and limits of the right -of way that
has not been obtained along the proposed pipe alignment.
A8. There are no easements required by this project.
Q9. The contract time is only 100 days to substantial completion. Seeing how there may be potential delays
due to the un- acquired easements. Please provide additional contract time contingent upon when the
remaining easements are acquired. Also, what is the anticipated time fi•ame of having 100% of the
easements acquired?
A9. There are no easements required by this project.
Q10. Can we directional bore the section Sta. 332 +53 + /- to Sta. 336 +98 + / -, if so does the pipe need to be
upsized?
A 10. Yes, with an equivalent inside diameter pipe, material /construction per engineering standard and
meeting Orange County and /or City of Ocoee right -of- -way requirements for directional drilling.
Revised Corporate Authority to Execute Documents Form Section 00300 -14:
Section 00300 -14, Corporate Authority to Execute Documents Form, is hereby replaced in its' entirety with the
attached revised Section 00300 -14, to correct the project name. Bidders must use the attached revised form.
Revised Bid Form Sections 00300 -4 and 00300 -5
Sections 00300 -4 and 00300 -5, Bid Form, is hereby replaced in its' entirety with the attached revised Sections
00300 -4 and 00300 -5, to include permit allowance. Bidders must use the attached revised Bid Form; your
bid will be disqualified for failure to use the revised Bid Form.
Addendum 1 - B1403 Northside Reclaimed P112 Page 2
Joe 11 b CPPB
Purchasing Agent
Attachment: Revised Section 00300 -14 Corporate Authority to Execute Documents
Revised Section 00300 -4 and 00300 -5 Bid Form
cc: Charles Smith, P,E., Utilities Director
David Wheeler, P.I;., City Engineer
Bill GOUcher, P.F,,, CPII Inc.
Addendum 1 - B1403 Northside Reclaimed PI-12 Page 3
CORPORA'T'E AUTHORITY TO EXECUTE DOCUMENTS
I HEREBY CERTIFY that a meeting of the Board of Directors of
a corporation under
(Contractor's Corporate Name)
the laws of the State of held on the day of 2008,
the following resolution was duly passed and adopted;
"RESOLVED, that
(signature of individual) (typed name of individual)
as 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
B14 -03 North Side Reclaimed Water Main Extension - Phase 2
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 WI"INESS WHEREOF, I
corporation this
(CORPORATE SEAL)
have hereunto set my hand and affixed the official seal of the
day of , 2013.
(Corporate Secretary)
STATE OF
CITY OF
The foregoing instrument was acknowledged before me this day of 2013
b
(name of officer or agent, title of officer or agent), of (name
of corporation acknowledging), a (state or place of incorporation)
corporation, on behalf of the corporation. He /She is personally known to me or has produced
identification (type of identification) as identification and did /did
not take an oath.
(Notary Public)
My Commission Expires:
END OF SECTION
B14-03 North Side Reclaimed Water Main Extension - Phase 2
00300 -14
REVISED BID FORM — BID NO. B14 -03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION - PHASE 2
BID
ITEM
NO.
DESCRIPTION
ESTIMATED
QUANTITY
UNITS
UNIT PRICE
(IN NUMBERS)
TOTAL PRICE
(IN NUMBERS)
U1
Bonds
1
LS
U2
Orange County Right -of -way Permit Allowance
1
LS
$12,000.00
512,000.00
U3
Mobilization, General Conditions
1
LS
U4
Preconstruction Video
1
LS
U5
Erosion and Sedimentation Control
1
LS
U6
Survey (Horizontal and Vertical Controls and As- builts)
I
LS
U7
Maintenance of Traffic
I
LS
U8
Furnish & Install 6" PVC Reclaimed Water Main by Open Cut
85
LF
U9
Furnish & Install 8" PVC Reclaimed Water Main by Open Cut
8
LF
U10
Furnish & Install 12" PVC Reclaimed Water Main by Open Cut
3,724
LF
Ul l
Furnish & Install 16" PVC Reclaimed Water Main by Open Cut
1,330
LF
U12
Connect to Existing 12" Reclaimed Water Main
l
EA
U13
Remove Cap and Connect to Existing 8" Reclaimed Water Main
1
EA
U14
Remove Cap and Connect to Existing 16" Reclaimed Water Main
1
EA
U15
Remove Blowoff and Connect to Existing 12" Reclaim Water Main
1
EA
U16
Furnish & Install Temporary 6" Blowoff
I
EA
U17
Furnish & Install 12" Gate Valve
4
EA
U18
Furnish & Install 16" Gate Valve
4
EA
U19
Furnish & Install 2" Air Release Valve Assembly
2
EA
U20
Furnish & Install 12" 11 -1/4- Degree Bend
6
EA
U21
Furnish & Install 12" 22- 1 /2- Degree Bend
2
EA
U22
Furnish & Install 12" 45- Degree Bend
12
EA
U23
Furnish & Install 12" by 6" Tee
1
EA
U24
Furnish & Install 12" by 8" Tee
1
EA
U25
Furnish & Install 12" Tee
1
EA
U26
Furnish & Install 12" Cap
1
EA
U27
Furnish & Install 16" Cap
1
EA
U28
Furnish & Install 16" I I -1/4- Degree Bend
4
EA
U29
Furnish & Install 16" 45- Degree Bend
2
EA
Continued Next Page
Company Name: By: _ 003004
REV [SED BID FORM —SID NO. B14-03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION -PHASE 2
BID
ITEM
NO.
DESCRIPTION
ESTIMATED
QUANTITY
UNITS
UNIT PRICE
(IN NUMBERS)
TOTAL PRICE
(IN NUMBERS)
U30
Remove and Replace Existing Dirt Driveway
13
SY
U31
Remove and Replace Existing Asphalt Driveway
40
SY
U32
Remove and Replace Curb & Gutter
36
LF
U33
Remove and Replace Existing Concrete Sidewalk
9
SY
U34
Remove and Replace Existing Sidewalk Ramp with Detectable Warning
I
EA
U35
Open Cut and Restore Existing Roadway
491
SY
U36
Mill and Construct 1 -I12" T e S -III Overlay on Roadway
1,470
SY
U37
Remove Existing Fence
350
LF
U38
Remove and Replace Existing Fence
10
LF
U39
Remove and Replace Existing Sod - St. Augustine
10
SY
U40
Remove and Replace Existing Sod - Bahia
5,550
SY
U41
Seed and Mulch
100
SY
TOTAL
LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. Ton
Company Name: _ By: 00300 -5
NI��or
S. Scott Vandergrift
City
Robert Frank
April 7, 2014
Commissioners
John Grogan, District 1
Rosemary Wilsen, District 2
Rusty Johnson, District 3
Joel F. Feller, District 4
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #1314 -03
NORTH SIDE RECLAIMED WATER MAIN EXTENSION — PIIASE 2
This addendum shall modify and become a part of the original bid documents for the North Side Reclaimed
Water Main Extension Phase 2 project. This addendum consists of one 1 page. Bidders shall acknowledge
receipt ol'Addencium No. Two (2) in the space provided in Section 00300 -1 of the bid documents, Failure to do
so may subject the bidder to disqualification. The bid date remains the same,
Answers to additional questions received and /or clarifications to the Bid Documents and Addendum #1
are as follows:
Q 1. The answer to question 3 in Addendum #I states that the removal /replacement begins from Sta, 47 +00
and continues South to just North of Pythagoras Circle, Pythagoras Circle run parallel to the
pipeline. Do you mean Khufu St.? Please clarify.
Al. Depending on the map the entrance name is either Pythagoras Circle or Khufu St.
Q2. Question 5 asks about the required base minimums, Please advise if Ingrain Road is an Orange County
road.
A2. The portion of the plans showing open cutting on Ingram Rd is Orange County jurisdiction. Northwest
to Southeast roadway alignment. The portion of the hlgram Rd. running north south is City of Ocoee
jurisdiction.
Q3. The answer to question 10 states that we can HDID the pipeline between Sta. 332 +53 to Sta. 336 +98. If
the contractor chooses this option then bid item U35 would be "eliminated ", but would the City still
want to mill and resurface Ingram Road (Bid Item U36)?
A3. To clarify Addendum 41, Question /Answer #10: The Project should be bid as per the Bid
Documents /Plans. After the bid is awarded, the City may entertain a directional drill option.
Jo�de Tolbert, CPPB
Purchasing Agent
cc: Charles Smith, P.E., Utilities Director
David Wheeler, P.E., City Engineer
Bill Goucher, P.E., CNI fnc.
City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407) 905 -3100 • fax: (407) 905 -3194 • www.Ocoee.org