Loading...
Item #03 Award of Bid #B13-02 Peach Lake Manor Drainage Improvements Project Phases 1 & 2 e tenter of Good Liv.0 euu 6 AGENDA ITEM COVER SHEET Meeting Date: November 6, 2012 Item # Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of Bid #B13 -02 Peach Lake Manor Drainage Improvements Project Phases 1 & 2 (District 1: Hood) Background Summary: In conformance with the policies and procedures of the City of Ocoee (City), bids were solicited from qualified contractors to construct the Peach Lake Manor Drainage Improvements Phases 1 & 2 (Project). All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by Singhofen & Associates, Inc. as subsequently modified by the City of Ocoee. 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 Base Bid is for improvements to the roadways and drainage infrastructure within the Peach Lake Manor subdivision. The Base Bid shall be for improvements shown for Phases 1 and 2 as depicted on FIGURE 1 and in the Construction Plans. The work for these Phases include improvements to the secondary drainage system consisting of new stormwater pipes, structures, curb & gutter, and re- grading and paving of existing roadways along Sarah Lee Lane, Sal Street, intersection at Mona Avenue and Leslie Ann Lane. The work consists of approximately 2,980 FT of new pipes and 1,500 FT of roadway restoration in addition to the construction of a new dry retention stormwater pond as depicted in the construction plans contained in the Bidding Documents. The project is located in the Wekiva River Basin area and the improvements will provide treatment of stormwater in an area where existing treatment is limited. This project, along with the remaining Phases 3 through 8, allows the City to meet the treatment requirements, and support the recommendations, described in the Wekiva Parkway and Protection Act Master Stormwater Program. The bid was publicly advertised on September 9, 2012 and opened on October 9, 2012. There were a total of eight (8) bids received. Bidder Total Base Bid 1. Westwind Contracting Inc. $ 874,713.00 2. Central Florida Environmental Corp. $ 926,826.45 3. American Persian Engineers & $ 970,006.80 Constructors Inc. 4. Allstate Paving Inc. $ 999,918.00 5. Schuller Contractors Inc. $1,003,155.00 6. Atlantic Civil Constructors Inc. $1,043,573.68 7. Barracuda Building Corp. $1,049,159.20 8. Breen Construction Services Inc. $1,144,368.14 All bids are available in the Finance Department for review. The Public Works Department and Finance Department reviewed all bids received. Staff recommends awarding the bid to Westwind Contracting, Inc. as the most responsive and responsible bidder, per the attached recommendation from Steve Krug, Public Works Director. Issue: Award the contract for the construction of the Peach Lake Manor Drainage Improvements Phases 1 & 2 Project to Westwind Contracting Inc. The Engineer's estimate for these two phases of the project was $956,200.00, including a 10% contingency. Recommendations: Staff recommends that the City Commission award Bid #B13 -02 Peach Lake Manor Drainage Improvements Phases 1 & 2 project to Westwind Contracting Inc. in the amount of $874,713.00 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 from Public Works 3. Westwind Contracting Bid 4. Invitation to Bid #B13-02 5. Addendum #1 Financial Impact: This project is adequately funded in the Stormwater Capital Improvement Program. There is a budget of $2,715,762.48 for the project, but additional funding will probably be needed for Phases 3 through 8. Type of Item: (please mark with an `x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A � Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Cen ter of Good z Mayor ���` """"""`' °� Is Commissioners S. Scott Vandergrift Gary Hood, District 1 OC Rosemary Wilsen, District 2 City Manager i ; Rusty Johnson, District 3 Robert Frank Joel F. Keller, District 4 MEMORANDUM Date: October, 29, 2012 Ocoe Public Works Ted To: Joyce Tolbert, Purchasing Agent , From: Steve Krug, Public Works Director , �' RE: Contract Award Recommendation. Improving a great community Public Works recommends award of the Peach Lake Manor Project Phases I & II to the lowest responsive bidder, Westwind Contracting, Inc., of Pembroke Park, Florida, in the amount of $847,713.00. The City received bids from eight contractors with the low bid being below the Engineer's estimate. The Contractor has been in business for 26 years. Public Works and the Engineer of Record contacted other municipalities in Central Florida to confirm Westwind Contracting has successfully completed projects of similar size and scope. This project is adequately funded in the Stormwater Capital Improvement Program. Peach Lake Manor Phases 1 and 2 include improvements to the secondary drainage system along Sarah Lee Lane, Sal Street, intersection at Mona Avenue and Leslie Ann Lane, consisting of new stormwater pipes, structures, curb & gutter, and re- grading and paving of existing roadways. The work consists of approximately 2,980 FT of new pipes and 1,500 FT of roadway restoration in addition to the construction of a new dry retention stormwater pond. The project is located in the Wekiva River Basin area and the improvements will provide treatment of stormwater in an area where existing treatment is limited. This project, along with the remaining Phases 3 through 8, allow the City to meet the treatment requirements, and support the recommendations, described in the Wekiva Parkway and Protection Act Master Stormwater Program. City of Ocoee Public Works • 301 Maguire Road • Ocoee, Florida 34761 phone: (407) 905 -3170 • fax: (407) 905 -3176 • www.ocoee.org BID #B13 -02 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 1 AND 2 BID TABULATION 10/9/12 2:00 P.M. Breen Construction Services, Central Florida Environmental BID TAB Inc. Corp. Schuller Contractors Inc. Westwind Contracting, Inc. Acknowledged Addenda #1 yes yes yes yes Bid Security bid bond bid bond bid bond bid bond License Check active active _ Required Forms missinc form 501 yes DESCRIPTION - PHASE 1 EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE MOBILIZATION (5% OF BASE BID) 1 $15,000.00 $15,000.00 $24,800.00 $24,800.00 $22,620.00 $22,620.00 $30,000.00 $30,000.00 MAINTENANCE OF TRAFFIC 1 $7,333.20 $7,333.20_ $4,100.00 $4,100.00 $2,925.00 $2,925.00 $6,485.00 $6,485.00 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 $10,185.00 $10,185.00 $6,550.00 $6,550.00 $5,850.00 $5,850.00 $17,720.00 $17,720.00 CLEARING & GRUBBING 5 $17,823.75 $89,118.75 $5,470.00 $27,350.00 $5,850.00 $29,250.00 $6,420.00 $32,100.00 EXCAVATION, REGULAR 13,249 $3.82 $50,611.18 $8.65 $114,603.85 $8.00 $105,992.00 $5.70 $75,519.30 EMBANKMENT 5,357 $3.82 $20,463.74 $3.75 $20,088.75 $14.00 $74,998.00 $2.80 $14,999.60 MANHOLES (J -8) ( >10') 8 $6,009.15 $48,073.20 $4,870.00 $38,960.00 $4,899.00 $39,192.00 $6,030.00 $48,240.00 PIPE CONC CULV (CLASS III) (48" SS) 2,036 $176.46 $359,272.56 $101.50 $206,654.00 $113.00 $230,068.00 $90.00 $183,240.00 MITERED END SECTION (48 ") 1 $4,074.00 $4,074.00 $4,700.00 $4,700.00 $2,867.00 $2,867.00 $2,230.00 $2,230.00 PERFORMANCE TURF (SODDING) 22,377 $3.21 $71,830.17 $3.00 $67,131.00 $4.00 $89,508.00 $3.50 $78,319.50 OVERFLOW STRUCTURE (10' COMPLETE) 1 $7,944.30 $7,944.30 $31,835.00 $31,835.00 $14,040.00 $14,040.00 $21,070.00 $21,070.00 SUBTOTAL PHASE 1 $683,906.10 $546,772.60 $617,310.00 $509,923.40 DESCRIPTION - PHASE 2 MOBILIZATION (5% OF BASE BID) 1 $15,000.00 $15,000.00 $18,000.00 $18,000.00 $11,700.00 $11,700.00 $41,000.00 $41,000.00 MAINTENANCE OF TRAFFIC 1 $12,222.00 $12,222.00 $15,319.00 $15,319.00 $11,700.00 $11,700.00 $19,460.00 $19,460.00 PREVENTION, CONTROL, AND ABATEMENT OF 1 $10,185.00 $10,185.00 $7,355.00 $7,355.00 $5,850.00 $5,850.00 $3,345.00 $3,345.00 CLEARING & GRUBBING 1 $17,823.75 $17,823.75 $48,418.00 $48,418.00 $11,700.00 $11,700.00 $33,660.00 $33,660.00 EXCAVATION, EMBANKMENT, AND GRADING 1 $2,037.00 $2,037.00 $14,940.00 $14,940.00 $8,775.00 $8,775.00 $1,705.00 $1,705.00 STABILIZATION, TYPE B (LBR 40) (12 ") 2,979 $6.62 $19,720.98 $4.25 $12,660.75 $5.00 $14,895.00 $1.40 $4,170.60 BASE OPTIONAL GROUP 4 (LIMEROCK) (6 in.) 2,723 $9.93 $27,039.39 $5.30 $14,431.90 $19.00 $51,737.00 $7.00 $19,061.00 SUPERPAVE ASPHALTIC CONCRETE (SP -9.5) 2,723 $11.81 $32,158.63 $11.85 $32,267.55 $14.00 $38,122.00 $14.00 $38,122.00 INLETS (CURB TYPE J -1) (<10') 1 $6,212.85 $6,212.85 $4,850.00 $4,850.00 $5,850.00 $5,850.00 $3,830.00 $3,830.00 INLETS (CURB TYPE J -1) ( >10') 1 $6,212.85 $6,212.85 $6,166.00 $6,166.00 $8,424.00 $8,424.00 $5,615.00 $5,615.00 MANHOLES (J -8) ( >10') 3 $6,009.15 $18,027.45 $1,800.00 $5,400.00 $5,460.00 $16,380.00 $4,465.00 $13,395.00 PIPE CONC CULV (CLASS III) (48" SS) 934 $176.20 $164,570.80 $106.50 $99,471.00 $115.00 $107,410.00 $95.00 $88,730.00 PIPE PLUG (TEMPORARY) (STA. 300 +70) 1 $1,222.20 $1,222.20 $3,000.00 $3,000.00 $1,170.00 $1,170.00 $626.00 $626.00 PIPE PLUG 2 $1,222.20 $2,444.40 $2,300.00 $4,600.00 $1,170.00 $2,340.00 $626.00 $1,252.00 CURB & GUTTER (SPECIAL) (MIAMI) 2,299 $17.31 $39,795.69 $14.85 $34,140.15 $12.00 $27,588.00 $12.50 $28,737.50 CONCRETE SIDEWALK, 4" THICK 1,823 $36.67 $66,849.41 $23.50 $42,840.50 $24.00 $43,752.00 $25.50 $46,486.50 CONCRETE SIDEWALK, 6" THICK ,, $41.86 $16,744.00 $34.50 $13,800.00 $41.00 _ $16,400.00 $33.00 $13,200.00 PERFORMANCE TURF (SODDING) 684 $3.21 $2,195.64 $3.50 $2,394.00 $3.00 $2,052.00 $3.50 $2,394.00 SUBTOTAL PHASE 2 $460,462.04 $380,053.85 $385,845.00 $364,789.60 TOTAL BASE BID $1,144,368.14 $926,826.45 $1,003,155.00 $874,713.00 2 1 Bids are listed in alphabetical order. ' License check, submitted forms & references verified only on lowest three firms. Missing forms are considered a minor irregularity. ' Highlighted amounts are price discrepancies on bid form. BID #B13 -02 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 1 AND 2 BID TABULATION 10/9/12 2:00 P.M. American Persian Engineers& BID TAB Allstate Paving, Inc. Constructors, Inc. Atlantic Civil Constructors Corp. Barracuda Building Corporation Acknowledged Addenda #1 yes yes yes yes Bid Security bid bond bid bond bid bond bid bond License Check active Required Forms yes DESCRIPTION - PHASE 1 EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE MOBILIZATION (5% OF BASE BID) 1 $25,000.00 $25,000.00 $27,196.30 $27,196.30 $30,756.00 $30,756.00 $25,400.00 $25,400.00 MAINTENANCE OF TRAFFIC 1 $1,800.00 $1,800.00 $5,000.00 $5,000.00 $6,587.00 $6,587.00 $3,700.00 $3,700.00 PREVENTION, CONTROL, AND ABATEMENT OF EROSION & WATER POLLUTION 1 $15,000.00 $15,000.00 $10,000.00 $10,000.00 $23,789.00 $23,789.00 $6,000.00 $6,000.00 CLEARING & GRUBBING 5 $15,000.00 $75,000.00 $12,000.00 $60,000.00 $18,060.00 $90,300.00 $14,900.00 $74,500.00 EXCAVATION, REGULAR 13,249 $2.00 $26,498.00 $7.00 $92,743.00 $6.60 $87,443.40 $7.80 $103,342.20 EMBANKMENT 5,357 $2.00 $10,714.00 $5.00 $26,785.00 $6.00 $32,142.00 $1.10 $5,892.70 MANHOLES (J -8) ( >10') 8 $6,000.00 $48,000.00 $5,800.00 $46,400.00 $5,450.00 $43,600.00 $9,150.00 $73,200.00 PIPE CONC CULV (CLASS III) (48" SS) 2,036 $178.00 $362,408.00 $110.00 $223,960.00 $120.00 $244,320.00 $167.00 $340,012.00 MITERED END SECTION (48 ") 1 $4,500.00 $4,500.00 $1,810.00 $1,810.00 $3,900.00 $3,900.00 $3,740.00 $3,740.00 PERFORMANCE TURF (SODDING) 22,377 $2.00 $44,754.00 $2.75 $61,536.75 $1.52 $34,013.04 $2.30 $51,467.10 OVERFLOW STRUCTURE (10' COMPLETE) 1 $12,000.00 $12,000.00 $15,600.00 $15,600.00 $27,600.00 $27,600.00 $4,315.00 $4,315.00 SUBTOTAL PHASE 1 $625,674.00 $571,031.05 $624,450.44 $691,569.00 DESCRIPTION - PHASE 2 MOBILIZATION (5% OF BASE BID) 1 $14,740.00 $14,740.00 $17,000.00 $17,000.00 $19,268.00 $19,268.00 $12,520.00 $12,520.00 MAINTENANCE OF TRAFFIC 1 $14,820.00 $14,820.00 $25,000.00 $25,000.00 $17,087.00 $17,087.00 $9,720.00 $9,720.00 PREVENTION, CONTROL, AND ABATEMENT OF 1 $5,500.00 $5,500.00 $10,000.00 $10,000.00 $17,257.00 $17,257.00 $1,810.00 $1,810.00 CLEARING & GRUBBING 1 $16,500.00 $16,500.00 $5,000.00 $5,000.00 $35,920.00 $35,920.00 $16,700.00 $16,700.00 EXCAVATION, EMBANKMENT, AND GRADING 1 $7,500.00 $7,500.00 $30,000.00 $30,000.00 $20,891.00 $20,891.00 $700.00 $700.00 STABILIZATION, TYPE B (LBR 40) (12 ") 2,979 $2.00 $5,958.00 $3.25 $9,681.75 $7.50 $22,342.50 $3.50 $10,426.50 BASE OPTIONAL GROUP 4 (LIMEROCK) (6 in.) 2,723 $8.00 $21,784.00 $15.00 $40,845.00 $13.28 $36,161.44 $5.80 $15,793.40 SUPERPAVE ASPHALTIC CONCRETE (SP -9.5) 2,723 $10.00 $27,230.00 $15.00 $40,845.00 $11.94 $32,512.62 $16.30 $44,384.90 INLETS (CURB TYPE J -1) ( <10') 1 $4,000.00 $4,000.00 $4,800.00 $4,800.00 $5,400.00 $5,400.00 $6,000.00 $6,000.00 INLETS (CURB TYPE J -1) ( >10') 1 $4,500.00 $4,500.00 $5,800.00 $5,800.00 $5,700.00 $5,700.00 $6,000.00 $6,000.00 MANHOLES (J -8) ( >10') 3 $4,000.00 $12,000.00 $3,350.00 $10,050.00 $4,400.00 $13,200.00 $5,730.00 $17,190.00 PIPE CONC CULV (CLASS III) (48" SS) 934 $158.50 $148,039.00 $120.00 $112,080.00 $123.00 $114,882.00 $132.00 $123,288.00 PIPE PLUG (TEMPORARY) (STA. 300 +70) 1 $800.00 $800.00 $3,000.00 $3,000.00 $1,371.00 $1,371.00 $700.00 $700.00 PIPE PLUG 2 $1,000.00 $2,000.00 $750.00 $1,500.00 $1,371.00 $2,742.00 $130.00 0260.00 CURB & GUTTER (SPECIAL) (MIAMI) 2,299 $12.00 $27,588.00 $11.00 $25,289.00 $11.00 $25,289.00 $13.00 $29,887.00 CONCRETE SIDEWALK, 4" THICK 1,823 $25.00 $45,575.00 $25.00 $45,575.00 $20.00 $36,460.00 $25.60 $46,668.80 CONCRETE SIDEWALK, 6" THICK 400 $35.00 $14,000.00 $27.00 $10,800.00 $29.00 $11,600.00 $34.75 $13,900.00 PERFORMANCE TURF (SODDING) 684 $2.50 $1,710.00 $2.50 $1,710.00 $1.52 $1,039.68 $2.40 $1,641.60 SUBTOTAL PHASE 2 $374,244.00 $398,975.75 $419,123.24 $357,590.20 TOTAL BASE BID $999,918.00 $970,006.80 $1,043,573.68 $1,049,159.20 3 Bids are listed in alphabetical order. * License check, submitted forms & references venfied only on lowest three firms. Missing forms are considered a minor irregularity. * Highlighted amounts are price discrepancies on bid form. SECTION 00300.0 BID FORM SUBMITTED: t O • oq 2-O (Date) PROJECT IDENTIFICATION: CITY OF OCOEE B 13 -02 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS (PHASES 1 AND 2) NAME OF BIDDER: ■M S4v.+ YCa( 4 - 1 V"\ �' C-. BUSINESS ADDRESS: ,5I v I t-ica ( nc1c Eck) `' PHONE NO.: 964 9(o+ i OO CITY,STATE,ZIP: -PevnbrroLc- - 1 - crk - 33OZ3 CONTRACTOR'S FLORIDA LICENSE NO.: C C 5 I JG t 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: t No. 1 Dated 10\ t a- No. Dated: No. Dated No. _ Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. Peach Lake Manor Drainage Improvements PH 1 & 2 00300 - b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions, as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC -4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely, as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work, or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -2 h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.1 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 00481) 5. Sworn Statement on Public Entity Crimes (Section 00482) 6. Certification of Nondiscriminatory Labor Practices (Section 00483) 7. Corporate Authority to execute Bid (Section 00501) 6. 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 Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -3 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. 7. 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. 8. 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. 9. 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 pipe sizes, additional sidewalk, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "equal" items after the effective date of the Agreement, it is agreed that these items must be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base 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. 10. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City' s needs. The City of Ocoee encourages the use of minorities and women -owned businesses as subcontractors. Peach Lake Manor Drainage Improvements PH 1 & 2 00300 - PEACH LAKE MANOR DRAINAGE IMPROVE. BIDFORM lof2 Phase 1 - Light Yellow New pond and pipes parallel to Leslie Ann Lane to the East ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE PRICE 101 -1 I MOBILIZATION (5% OF BASE BID) 1 LS 30, . W P, duo, CA 102 -1 MAINTENANCE OF TRAFFIC 1 LS 104 PREVENTION, CONTROL, AND ABATEMENT OF 1 LS 1111:30,(- p k/ nap EROSION & WATER POLLUTION 110 -1 -1 CLEARING & GRUBBING 5 AC b1yaa,cq (.3c/ , w 120 -1 EXCAVATION, REGULAR 13,249 CY 6.10 1S,5tq•3 120 -6 EMBANKMENT 6,357 CY a , c 4,qcta .. 425 -2 -92 MANHOLES (J -8) (>10) 8 EA W 10, La %,a46, 430 -171- PIPE CONC CULV (CLASS 111) (48" SS) 2,036 LF CO `a t.).- 148 3, �O+ t 430 -982- MITERED END SECTION (48 ") 1 EA ?`a3C� W o�-�i cl.� 141 570 -1 -2 PERFORMANCE TURF (SODDING) 22,377 SY 3.s D 791 3 tQ • SO OF OVERFLOW STRUCTURE (10' COMPLETE) 1 EA at,o SUB -TOTAL PHASE 1 $ $QC{ Qa 3. 0 BID SUBMITTED BY We,S+AU' . C.c)vl +rr c.rr ho,. 7]'IG , Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -5 PEACH LAKE MANOR DRAINAGE IMPROVE. BIDFORM 2of2 Phase 2 - Light Blue Sal St. (Sta. 300 +72 to 306 +93), Leslie Ann Ln. (Sta. 400 +00 to 402 +60), Sarah Lee Ln. (Sta. 500 +00 to 504 +60) ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE PRICE 101 -1 MOBILIZATION (5% OF BASE BID) 1 LS y' 45/3 ' 102 -1 MAINTENANCE OF TRAFFIC 1 LS Lq,qDo . w 1q, ( 4(496 ,0 o 104 PREVENTION, CONTROL, AND ABATEMENT 1 LS OF EROSION & WATER POLLUTION 3t.3 4S. C 3 ►3 LtS' 110 -1 -1 CLEARING & GRUBBING 1 AC T;13, cp1, c° 33 ►c4bO, 03 120 -10 EXCAVATION, EMBANKMENT, AND GRADING 1 LS 160 -4 STABILIZATION, TYPE B (LBR 40) (12 ") 2,979 SY LAO y,no. bo 285 -704 BASE OPTIONAL GROUP 4 (LIMEROCK) (6 in.) 2,723 SY -.), lg 334 -1 SUPERPAVE ASPHALTIC CONCRETE (SP -9.5) 2,723 SY t4. (o 381 ?-2. 6 425 -1- INLETS (CURB TYPE J -1) ( <10') 1 EA 411 3%i136.°° 3 %b36 ( 425-1- INLETS (CURB TYPE J -1) ( >10') 1 EA 412 6 (31-- S %Ito S. c� 425 -2 -92 MANHOLES (J-8) ( >10') 3 EA Li,ybS. w +3, 3qS. CPO 430 -171- PIPE CONC CULV (CLASS III) (48" SS) 934 LF . . p � D 148 9. co �-�,13b 430 -830- PIPE PLUG (TEMPORARY) (STA. 300+70) 1 EA P,a(v. W �a� • � 1 430 -830- PIPE PLUG 2 EA 1 103(4• . W 1 % asa . 60 520 -1 -8 CURB & GUTTER (SPECIAL) (MIAMI) 2,299 LF ` • St) a. ,73') . Sb 522 -1 CONCRETE SIDEWALK, 4" THICK 1,823 SY SS - So qkP ► ~Iglu. S0 522 -2 CONCRETE SIDEWALK, 6" THICK 400 SY 33. ►3, q , bc0 . So 570 -1 -2 PERFORMANCE TURF (SODDING) 684 SY 3. s. a,39y.w SUB - TOTAL PHASE 2 $ 3 , 0 y, ?Wy.W TOTAL BASE BID - $ t 3 cA PHASES 1 & 2 _ BID SUBMITTED BY We s'/ wrind Cc vi +rcrcJ-j t 9 . )L . Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -6 SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer /Supplier Lump Sum or Material Section (List One Only) Unit Price) 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.) Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -7 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 (Corporation Name) t` td✓L (State of Incorporation) By 0 L M CXf (Name of person authorized to sign) Title) - 4 ° (Authorized Signat (Corporate Seal) fo, Attest (Inr ) e i de lnkalct 'ti iii 2z.1 Business address: 37creR w H ai lcloctale. p - y-brc*e. - -- ric .t:Dtq 33cDL3 Phone No.: c 64. ctco t ^I 20 Corporation President: V.Jc vv " PC-- 22 Florida License No.: Ca, (5 t a 9 Peach Lake Manor Drainage Improvements PH I & 2 00300 -9 11. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Ain . SC\ Q. C PoN6.0t 'KU (alit 0L Surety's Address: V (Da«Q n rti. .3Ci sE., i(so loRta. ,,, eft L ?).2)Q, Name and address of Surety's resident agent for service of process in Florida: 1' i o .y � 11.�iurr� , 6ary - I 5 c 114 r-QL*, So►fi ,Q CO -rro< colI END OF SECTION Peach Lake Manor Drainage Improvements PH 1 & 2 00300 -11 SECTION 00301 QUESTIONNAIRE DATE: i a • D i 2-- PROJECT IDENTIFICATION: City of Ocoee Peach Lake Manor Drainage Improvements (Phases 1 and 2) NAME OF BIDDER: w tr\Ct CC vrfleC4.- +1✓icj. mac. • BUSINESS ADDRESS: 31 •w - kcti 1 a.n daI r ,13 e-cac.tn .x3AvG Pcv> ; lorol�� c " - k - , et_ c33 Telephone No.: S ( 7 2 - . 4- CONTRACTOR'S FLORIDA LICENSE NO. GC0C(5 laacK The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? Z� y.5 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? Qurvl. C.000A plamtiu t ct vi'ock ►t,, Onto sR- 1c9�nvtQ CaSU . to -WWS0c � CU.9.,dQ.�'k t4 t'.$k i { ( -l'lti �clk CLIIUQ� _iir ('nad.t t�1 C'Q r � r J c Qd st (r1.00 ,S . 3. Have you ever failed to complete work awarded to you? If so, where and why? 14o 4. Name three (3) municipalities for which you have performed work and to which you refer: . L j Olt\ v\ C► 4 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? tt Y (O Tirol9kk. v■KN (Lua (akt ca pcJ QQi Peach Lake Manor Drainage Improvements 00301 -1 9/6/2012 6. Will you Subcontract any, part of this Work? If so, describe which portions: Q 5 u.NQ. c 41., c plAtak 7. What equipment do you own that is available for the Work? - P(cz.7.se_ ECG c H'crc icc4 )--JLr+ 8. What equipment will you purchase for the Work? Nye 9. What equipment will you rent for the Work? 10. State the true and exact, correct, and complete name under which you do business. Bidder is: Sfin!i ci ulu, max. - END OF SECTION Peach Lake Manor Drainage Improvements 00301 -2 9/6/2012 WESTWiNd Con trac EQUIPMENT LIST AS OF 07/01/2012 • Owned machlnes only; does NOT Include short term leased units , small Items end vehicle (trucks, pickups...) fleet I EQ0 I DESCRIPTION I YEAR I SERIAL NUMBER I TYPE 1 1 754 JCB 714, 14 Ion 2008 830437 Off road articulated dump truck 2 770 Cat 725, 25 ton 2007 81101172 Off road articulated dump truck 3 771 Cat 725, 25 ton 2008 B1L01742 Off road articulated dump truck 1 403 420D IT E -Stick (2004) 2004 BLN10341 Combination backhoe loader 2 405 420D (2006) 2006 FDP25243 Combination backhoe loader 3 406 4300 IT E -Stick (2005) 2005 BML05275 Combination backhoe loader 1 332 Cal D3K LGP (cab +ac+GPS) 2009 LLL00340 Bulldozer 2 333 Cal D3K LGP (cab +ac+GPS) 2009 LLL00535 Bulldozer 3 350 Cat D5K LGP (cab + ac+GPS) -- NEW 10/10/11 2011 YYY01467 Bulldozer 4 359 Cat D5G LGP (cab+ac+GPS), Rake 2006 RKG01414 Bulldozer 5 364 Cat D6M LGP 2000 2RN05555 Bulldozer 6 365 Cat D6N LOP 2005 ALY00417 Bulldozer 7 366 Cat D6N LGP 2006 ALY02488 Bulldozer 1 137 Cat 303C CR Rubber Tracks 2010 DMY02259 Rubber track Mini Excavator 2 138 Cat 303C CR Rubber Tracks 2006 6X702887 Rubber track Mini Excavator 3 139 Cal 303C CR Rubber Tracks 2006 BXT00558 Rubber track Mini Excavator 4 141 Cat M -318C wheel excavator 2005 H2D00542 Wheel Excavator 5 143 Cal 308D L Rubber tracks 2010 08T00373 Rubber track Mid size Excavator 6 143 Cal 308D L Rubber tracks 2010 GBT00375 Rubber track Mid size Excavator 7 157 Cat 321C LCR (HD aux hyd) 2006 MCF01044 "Zero laic" Excavator with thumb, bucket, rake and sweeps 8 158 Cat 320 CLU (HD aux hyd) 2007 PAC0190 Reduce tail swing + slashbusler attachment + thumb 9 161 Cat 325C 1(long reach boom + slick combo aw 2006 BFE01948 Excavator + Fecon mowing head 10 162 Cat 3250L (thumb + rake +lochbM) 2006 BFE01949 Excavator 11 167 CaI 338D L 2011 W3K01290 Excavator 12 168 Cat 336D L 2011 W3K01168 Excavator 13 169 Cat 330D 1 2007 MWP01759 Excavator 14 7674 Cat 3300 L 2008 MWP02336 Excavator 1 419 Cal 12M with OPS 2008 89F00178 Motor grader 14' blade 2 424 Maulin Maintainer M413XT 2008 402003 Motor grader 10' blade 3 7642 Deere 672G Grader 2010 PKA0631537 Motor grader 14' blade 1 434 Cat 908H (bld, forks, sweeper) 2012 Front -end loader 2 435 Komatsu WA250 -6 (bucket +forks) 2009 75674 Front -end loader 3 440 Komatsu WA250 -5 (bucket +forks) 2006 A73859 Front -end Bader 4 447 Komatsu WA250-5 (bucket, forks, citrus rake) 2006 A74073 Front -end loader s 448 Komatsu WA250 -5 (bucket, forks, citrus rake) 2007 A74074 Front -end loader 6 449 Komatsu WA250-5 (buckel +forks) 2007 A74226 Front -end loader 7 450 Komatsu WA250 -5 (bucket +forks) 2008 A74153 Front -end loader 8 451 Cat 950H (bucket +forks) 2006 M1G00204 Front -end loader 1 459 Cat 297CHF cab/ac/bkU(k/Cal T9B Trencher alt 2009 GCP01539 Rubber track skid steer 2 461 CaI 287BHFcab/aclbkt/Cat Hyd Mowing attach 2006 ZSA03758 Rubber track skid steer 3 462 Cal 28713HF cab/ac/bkt/CaI H55DS Hyd Hammt 2006 ZSA01581 Rubber track skid steer 1 1343 Cal CS323C 1998 1EN00201 Vibratory roller 50" drum 2 1344 Cal CS323C 1998 1 EN00208 Vibratory roller 50" drum 3 1345 Cat CB214E Double Drum Roller 2005 21400436 Vibratory double drum roller 4 1346 Rosco 915 Pneumatic Roller 2004 41883 9 wheel roller 5 1349 Cat CS533E 2006 DAK00338 Vibratory roller 84' drum 6 1351 Cal CS533E 2006 DAK00361 Vibratory roller84" drum 7 1352 Cat CS533E 2006 DAK00362 Vibratory roller 84' drum s 1354 Ingram 12 -14 Ton 3 wheel roller 1997 578348EB14 Static 3 wheel roller 1 410 Kubota 3130 w/ mower, box and disc 2003 38526 Tractor 4WD 2 414 Kubota M135X, cab +AC +dual tires 2010 50903 Tractor 4WD 3 415 Case STX335 dual tires front & back 2009 ZAF1192292 Steiger Tractor 41AD 1 1361 Rosco RB48 2004 40419 Self propelled sweeper 2 1362 Terramile TS38 2006 21750231 Self propelled sweeper 801 16' Carolina Skiff 2005 P107111 John boat with 30 hp engine 803 10' tracker aluminum boat 2010 87L910 John boat with 12 hp engine 1122 KPI FT2640 Track Jaw Crusher (2007) 2007 407180 Track mounted jaw crusher 1132 Powerscreen Chieftain 1400 (2003) 2004 6606192 Track mounted 3 deck screen 1151 Bomag MPH364SDM Soil Stabilizer 2006 901A23001539 SoN M&er Pumps 6" and up 656 6" D&D Hyd (Green) 2006 6T-301 6" Hydraulic water pump 1 655 6" D &D Hyd, 'Red" 2006 DD/162 6" Hydraulic water pump 2 700 6" MWI Hyd HTC006 with Diesel Power Unit 121 2007 4646 & 8751 6" HydrauNc water pump 3 709 6" Thompson HD Trash pump 6HT -DDT 2007 6HT -1849 6" Hydraulic water pump 4 706 6" Thompson Hydraulic, Deutz Diesel, Skid Mou 2008 32HPU23 6" Hydraulic water pump 5 707 6" Thompson Hydraulic, JD Diesel, Trailer Mow 2008 3211PU349 6" Hydraulic water pump 6 711 8" Thompson HD Trash pump model 6HT -DDS. 2009 6HT -1900 6" Hydraulic water pump Support units: On road servicelfuelltransport trucks Vint/ 1 501 Peterbilt 379 Tri -Axle Tractor Truck 2006 1XP5DBEX77N641508 Up to 7 axles lowboy tractor - FDOT permit for up to 147,000 bs max GVW 2 505 Peterbilt 335 Mechanics' truck with 10K Ibs cyan 2007 2NPLHD7X56M888720 Large mechanics truck - tandem axle 3 510 Mack CXN613 Vision Tri -Axle Truck Tractor 2007 1M1AK07Y77N016252 Up lo 7 axles lowboy tractor - FDOT permit for up lo 147,000 Ibs max GVW 4 511 F750 - mechanics body with 6K Ibs crane 2005 3FRPF75S25V120593 Large mechanics truck - tandem axle 5 512 Mack CV713 Granite fuel / service truck 2007 1M2AG11C57M060868 Fuel and service truck - tandem axle 6 514 F350 4x4 crew cab utility body 2006 1FDWW37P26EC86759 SmaN 4x4 service and lub truck 6 575 Ford F550 4X4 Hal bed/5th wheel 2008 1FDAX57R98EC42099 Gooseneck 4x4 transport 7 580 F350 4x4 crew cab utility body 2007 1FTWW31P56ED05866 Small 4x4 service and lob truck 8 595 International Fuel and Service truck 2007 1HTMKAAN67H388698 Tandem Mid size fuel and service truck 9 597 Mack RD 6905 fuel / service truck 2002 1M2P264C61M032523 Fuel and service truck - tandem axle 10 974 Mack CV713 Granite 21yd dump truck 2004 1M2AG11CO5MO21008 Tri -axel dump truck 11 975 Mack CV713 Granite 21yd dump buck 2005 1M2AG11CO5MO22106 Tri -axel dump truck 12 976 Mack CV713 Granite 21yd dump truck 2005 1M2AG11C75MO28498 Tdaxel dump truck 13 977 Mack CV713 Granite 21yd dump truck 2006 1M2A011C57M049661 Td - axel dump truck 14 978 Mack CV713 Granite 21yd dump truck 2006 1M2AG11C47M063342 Td -axel dump truck 15 990 Peterbilt 357 Vac Truck 2002 1NPALOOX22N573683 4800 gallons triaxlo vacuum truck SECTION 00301 -A SUBCONTRACTOR/SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No x (Check yes only f 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 navies, contractor Iicense number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), dollar amount of work, and M/WBE designation or Majority (Non - M/WBE) owned company. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Provide a ll information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. COMPANY NAME, WORK TO BE M/WBE CONTACT PERFORMED (TRADE) ESTIMATED DESIGNATION ADDRESS, PHONE OR COMMODITY TO DOLLAR OR MAJORITY NUMBER BE SUPPLIED AMOUNT OWNER 1 W; vb(t n, • `° ►may s od �o ? -o)ock �►�► � `-'' \ \4.s 01103 2 Nuc1d(.0 k x Cal) • ()W .'S* n or o (c L.. c930 `mil -2bo - 0011 ► Y-1( *Atu r7- 4 12.2-4-1‘56C2- 0^ 0 1 - 1n.t,s1;0 Q . -1 S -1cv17 10■ ' VNA\u-IIL 4 C.4\1■■■Au, M,cx4L a.9. Alck.h'Slc,lC Icoo,(, 35a -3(49) -tay Ra..La'S cinc ef- Yom! Oa c A r AN )(-1-\ (Dr kc►.4)d o F L - d 4 --'5 - �Svb 3 •°I° fl 6 akAAck m. Q cluvict S \i i c Ctk -a�1 4 t h - 3, cm. ncZ$ 7 END OF SECTION Peach Lake Manor Drainage Improvements 00301 -A -1 9/6/2012 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Unit of Measure Measure Unit Unit Extended (Description) (LF, SY) (Quantity) Cost Cost A Le ?Lc9 C,F a ( cri o $ au.) $ & ag `) O ,),,,,r B ,br,) c h.WA LS l $ It S ( . `) $ I ( scla u c $ $ D $ $ TOTAL $ 7i y N0 , " BIDDER: iA/ StVJ V c-l � -1 G• SIGNED: � %V BY: end e1 (Print or type name) TITLE: C.g-C DATE: lo. mot - zol 2— 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 Peach Lake Manor Drainage Improvements 00302 -1 9/6/2012 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. Peach Lake Manor Drainage Improvements 00303 -1 9/6/2012 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: WeS Signed: ^ 1/ ! E B MG1. -'1Oof L P4 C k/ (Print or Type Name) Title: O Date: t tom. OG? • 2-0 t L END OF SECTION Peach Lake Manor Drainage Improvements 00303 -2 9/6/2012 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,Westwind Contracting, , as Principal, and American Safety Casualty Insurance Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ (5% of Amount Bid) Five Perot of Amount Bid- — — (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 9th day of October , 20 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Peach Lake Manor Drainage Improvements Phases 1 & 2 (Project). NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attomey's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or Peach Lake Manor Drainage Improvements 00410 -1 9/6/2012 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety (90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Protect is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Peach Lake Manor Drainage Improvements 00410 -2 916/2012 BIDDER: Strike out (X) non - applicable signature blocks and complete applicable block. , All signatures must have their names printed or type below their signature. , If Bidder is SOLE PROPRIETORSHIP, complete this signature block. (1 (individual's Signature) (Witness) (2) (Individual's Signature) (Witness) doing business as (SEAL) (Business Address) (Telephone No.) (Florida License No.) Peach Lake Manor Drainage Improvements 00410 -3 9/6/2012 If Bidder is PARTNERSH1P complete this signature block. (I) (Partnership Name) (Witness) ( . (General Partner's Signature) (Witness) (General Partner's Name) (SEAL) (Business Address) (Telephone No.) (Florida License No.) Peach Lake Manor Drainage Improvements 00410 -4 9/6/2012 If Bidder is CORPORATION complete this signature block. ■estwind Contracting, Inc. (1) (Corporation Name) c/ (Witness) G ✓tiS U ✓1 Fl ovt (2) (State of Incorporation) (Witness) By: an L. M cxscl'4 (Name of Person Authorized to Sign - See Note 1) (SEAL) GNU (Title) f* — " i s iutho ' ed S' nature) 7 orp . : tion President) 3799 =- e Beach Blvd Pembroke Park, FL 33023 (Business Address) 9S�l .4�1• - ILO O CU ,1S aC (Telephone No.) (Florida License No.) Peach Lake Manor Drainage Improvements 00410 -5 9/6/2012 LsuRETY Witness: (If agency is not a Corporation) American Safety Casualty Insurance Ca�eny (Surety Business Name) (1) ., - n O# 100 Gal 1eria Parkway SE, Suite 70 Atadxia R. Ward, (Witness) 0 Atlanta ■339 'ri' 1 pal Place of :t (2) . Ql. d -�� -� `Y►'l r —. xs" (Witness) By: AW (Sur Agent's Sizir - See Note 2) Attest: (If Agency is a Corporation) F. Danny Gann (Surety Agent's Name) (Corporate Secretary Signature) Attorney In Fact (Surety Agent's Title) (Corporate Secretary Name) Nielson, Ward, Gann & Assori tea (Business Name of Local Agent for Surety) 119 Maple Street, Suite 220 (Corporate Seal) Carrollton, GA 30117 (Business Address) 770 -485 -4384 BID POD (Telephone No.) (Bond No.) NOTES: (1) Complete and attach "Corporate Authority to Execute Documents° if executed by any corporate employee other than president or vice-president (2) Complete and attach a certified copy of "Power -of- Attorney" prepared by Surety appointing individual "Attorney -in- Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney -in- Fact ". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. Peach Lake Manor Drainage Improvements 00410 -6 9/6/2012 • ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF GFDRQA COUNTY OR CITY OF CAR Before me, a Notary Public, personally came F. LI'fy Can known to me, and known to be the Attorney -in -Fact of al eri-can Safety Casualty , a CK Corporation, which (Surety Company) Insurance a (State) executed the attached bond as surety, who deposed and said that his signature and the corporate seal Qf sa�id 11rt�eri Safety Casualty Insurance Caripany were affixed by order and authority of said Company's Board of Directors, (Surety Company) and that the execution of the attached bond is the free act and deed of American Safety Casualty Insurance Canpany (Surety Company) Given under my hand and seal this gr-h day of October , 2014. Audria R. Ward(Notary Public) My Commission Expires July 5, 2016 • �s 'sI wg 90 END OF SECTION Q: 4 JULY i "►. % 5 : *_ 2016 2 RCS ,T�uRiV0 Peach Lake Manor Drainage Improvements 00410 -7 9/6/2012 „ . . . .. • .. .„. .„. ,-,. : .. . ... .,-., ....-... :,” .; : - ,. 2;: - :: . ,;i,„ •;;' ''.:::.-!'' -,-..-'. -.-,!, .,-:- .-,,,.' . .. _ ..„„ ,, NUMBER . . , .. ASB-532857 .. . .-.. ...„ „ „ .... ... .,„.. .. ... ... .. . .„..„ ,.„„„ ..... --:=s- *.). :' ;i:.i:,:.:.:,. % — -;':,::.,. :g ,.::,-,..•, . . .. . .. . ..- .„,, ...-,„.,. , „.......... .. .. _ „ . „ . „ . ... . . . •. ... .„ .,„ . : ,. ... ..... •• , „..„ . „-_,, , „:i:,. :,:„: ..., --.: ::::: -,-,::,.:-:'• ;.',:, ::::: -:::::', ;-::-.: :='; . .. . . ...:„::„....:: . , , : : .- , , :'j: , ::: ; - . - 7 .,,,-:,* - ,::!:::.: -": ::::.:: - , - . • - : .. •. .„..• POWER OF ATTORNEY AMERIC4NS4FE7Y INSURANCE -- ': ".'' ?; !"::. ''"'.;;:,'. '--:- , :l': .•::"; '::::. :::: Z: ,,;-. :':, ;:::- ..-,,: -,„ ..-..!,: :,-i.- ''';:' :::' ,:::;! -::::. ,:;;:: ' „ . . . THES --' piii;and by tee --' l(f■tbiAi A1,,ClviEN BY : PRESENTS Amatin'4fetY 0a0altY fiaa:ittade, consti9ed 'a iniad ri„ , .,...,,,„: y hi :.. .„.,..,?.„. - - - - - .„........ :„, --- Piesehtliides make, eensfitulikand appoints Etii/VAMIii. *WARD, AUDRIA R. WARD, r. GANN, DAVID' R. f-ibovER ... . .. „.„ .... . .., . . .. .H.,..: ... .-.: t :.„';-;.- :::::: ,-.:,,,:i.,-... :.:' .:[:.,:■:. ;., :.,., ,:.:::, :''',:' ':.'.. ..::5 ,. ::'''.' !.:':'::!::„ • C„ ■ .■ ' , I:. ' '.. i ts rue an allOPOf iff4rad name,: nalf 9f3tha-Mad . ... .„.. ..... „... ..... ... .. ,. ciiiiire4tifipfsiiretyship:Obe'givehici: '' ''';'' -- ,-,-•- ..!;::: ,:;; ;::- :.-. : _ : ;.-..„ „.. :z' ":-=±,,,, ::::: ,,,,,, ;,::-::- ':':...,--::::' 5; -;,,,,,, ..Y" :":.. -:,:. ',.:; • ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executedunder this authority shall exceed in amount thesuni ..,..‘.. 1 .,:- „:.:::,,,.... :::-,f-, .::.:::: f., .!'''. ::.;,7' ,, ,i'' ..;,, ,,,': •';'; =;;;: THRE *** 011 ISS 1)01 :DOLLARS!!' E, 141OW: - f . • R liC ciateii:6 the Boa4of this PdvirerOf AttorneYIs granted arid le and sealed byiacsiMile'Uhder and bylthe authontY'of the ollowing eso u i n a p y Directors of the Company of the 6' day of August, 2009. in liES ,,, 'V,0 thliffrisiclent'fn with thik$ecratary:-ckahy ASsistant.Se*tary Maylapp,dintattorneya-intifaCtot- I authority aS defined el; liiii ited in the - eVidendirig the aPpointrnenc;in eaCh;OSe, for and behalf dfjliaCbmpany, tit'exectt ta::ii nkftki, ..0 affiiilhe 'seal of the Company to bands, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such a orney- n fact or agent and revoke any power of attorney previously granted to such persons. ,., .._. . -'..: ..,:':',,;.. : ,::,_ ,:::',' :7: :::::; Viiii•:: ">:- ::::: .`,..-:'`•:;... ','-'.;': '-:":,'-..'...:. ';;f, ii:"' .,:i'.;"":? ,7. ,....';i: . ;„„ RtSoiLVtlfr:FURTHijl;thatinjf,liciricl;tindertaking ::iktigniiartO,',pi otilloationShal(*yafid,and binding upon Ahq ;01ppopy*frien. v . : , ,.. ,, : . ., ' by th6Ioresiderifer anyVice-Presidantantrattestad and sealed (ifiVsealie4eqUireidyby any Seditary or.Assiktant or - (10 ''.:,,-.., :=,. when signed by the President or any Vice-President or Secretary or Assistant Secretary, and counter-signed and sealed (if . a seal is required) by a duly thorized attorney-in pragent;or 0.1)when dullyexecutedand,sealed (if a seat by.„ more atiorney-r ag pursuantto. „ i: ,. arid YVithiellbetimits Oft1*.aki OY )40,n0d by thq''po#ef!Of ette rile rtseyd by the -:9m pfilnyit.0„13LIoh,.,.,:pron or p!Sr, -.- L. ..„ .....-„ ,--::.! :: ::...; . 5::.,,i i. ,.. :.":- 'i"..'' .E•7 '.' in i ii i , . - itiSitiLVtii FURTHEit thatiliesignatiire of any authdrized"Officer anit tile seal of the Corii 7i.) ny May be affixed by facsirriileto any pdwer of ; - attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; , ,,. ,,,., .„ :;', ;,;:.:.:, :,, .3... .:._, - :and suctysignature and seal when sq ,shall havplItVsgte.,:fPr9P;a71...effects as, thnug h.manually affixed. ;. ,...? ,,:,.....,,.„. „..,:; .- ,...,. „::- :.,,,.-: '.i•:::: i--.:.,..7,,i? - -,q, 1 :•-,,, - -4:: :,,,::::::' :i::: Vi. i -:::% ''';:, ri:' :':::. 'f;: ;:.:; ::::: ,a !=:-:,:;:' _,.* . it N6, i Artierlijii,4afetiCasualtyinaurineatettipiny has caused its dffieial seafoi.be hereuntoEitiffiked etePresents (f.-be signed by its President and attested by its Secretary this 6 day of August, 2009 ! : .. . .„ „...„. „._ ..... -'-:,.. - ::';i• „:::-... :i::: .:,::,::',.. ,"=.' •?i -,::::, ',.=:, '.',:,- At ,, ,*;.. ::,:', •:::' .:' :: :::..- ;,;, -:-.:.,:: ..:,:. ::::: :: , , ._ .. .... . .. --,!'':' ;i:: .'...:' ::. U; ...:'.:' ,;:,::::, ..!„;,:....„.„.., ,_-.0.... izi, .: y. f.',::: ', -:,, ,,,' :',:,::: r:'„ .:,.. ' i: " ;:‘,..- -.- -H - --,,' . .. - . . . . „ . . - . - .. . .. „ , .., .. _. . ... .. - 6`'A •-rA - , '''' - • , .."- - '. -*-. „..., . . - - - — " - " 1 43411 ,.,- 4- -. • ,...: . . .. 4. 2: •,:., ; t': .. . '.• • .1.---,...., t----: • .-.- : Artpkii,lairk., -- • • ,: ... .4. - I. 5.. .% .;!!,. IA 4 . „ _. . - • - , Josemp..§99 Tr: -::: ,:•“•. ; AA " ti.44 T ret if :::: :::;' , :1-:, ;•.:;,..:;,,,, ' ":''' ,_,',,' : 1, ::::- ..':.:=:.' ''.:-.. ,,:::- ,.,-:.:, :::.!,-- : ,.!:,;.-,,, ;:-.- -7 ;=' ,, E , '''f' '''''.: 111. ...: .---sf -: ::::; . z:c..: .::,:;• 1:::: !..:,:: --:::.: '::' • ..: :''---) '-': ' f": '''?.1: '-' 1 -`,:;:74. , !'-?;%'=:- , :;':'''.::.‘, , '..,l'z- , :- ',';:,:, -':::,. , -7- , ' .----. COUNTY.QF COBB :-; .) ,, ..,,.., .. — ..,, . ...: ....„::-. ]:, ,.;,.- -:: „,- 'i: : . , , , :ii' - '4: , ::4 7::, ',',..: .i. i ..,-;:., i:• •::::::;:::::: :I 7 - 1 : 4 4 1 : 74 f 4 f., . .. ., . ,.... ,...„ ...,. ..,,,, :7.,:, i..i.: 7iii3 :.,.',:: i: :.',: - * - ::7'. • ;;;V i . - ' ':.::- ::::..:':; ::; :.-: 5, i :: i,7i i X”- . '.:Prl ' th4:6014iiy of AuglieC2009, nie:Personalljt.:011me'slosePhip:tecillo, Jr., tette kritiw.N4lid,.:0aing by me duly svittigdid:clepOlte and saiiitfat ',-,:.:•,...- ;z. -1 he is the President of American Safety Casualty Insurance Company, the corporation described in and which executed the above Instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that is was so affixed by order of the Board 9 f Oirectbraot said corperatidnarkt that he.:eigned his rierneitheretqWlikeOr4iter. : :.,:f ., ,:,::,='. •k": i,' ' - ':; ,;', .,,,, , !.1. 7, .:': ,,,;.: .::: .`',.. lAhiltailitEy 1 4 %0 i i : NOPPy Por,200011.0„ OA _ :._ -:,...- ,:„. 14 1 14 ,:,„.„ :.,,;; , ; „ 1 \LL, itlieir,:...!- 4 714 1 : 61 :W1 4 iAiii• 13 ' 4 "'' ''''. i'.- Airlift:Hey, Noto.N iNi00' '.. :::- ::-:;:. ;',.:-. :::, ..:!::-..- ::',.„ff... .,,,-:, ;.:.- :-..,, ,.:::.::-,- ' -:. •:-..:: .•.-2.. T.:- .- -, „„ . „ ._ . .„.„. ,-:::'_:: .r' '' ' ' ,:f ; : : . : :. !-::-:)t.' ';': .,.: ' :'.; ': ttiaAndaptgned, Sacratary,pfAmpric,acOatety Casualty Inaur„ ance.... P.9.m.„.pany, an.Oklahumkcorporation, DO HFRa.Y OF.13.TIFY,:thal the foregoing. - - - ;: - : : atiel attaatiettPower et Atterneyiernalnilnitill force"anc.1;h4h0400, and':ftirthenrio" set forth 1 ;1- -,:,,.': .1.; •,, ..... .,,.. .,. ‘,._. Itfifia:SalitPdWer of Atttirhey; 'force. Signed and sealed In the City of Atlanta, in the State of Georgia 4 Datedihis of October, 2012. - ...•. .z. •,,,,-,.. — - -- --": ,-- -,-,-- 'e:::: .-.v:: :.;:;'.:':.::: ,'•,:-.;:-:-..,•:. •.:: -'fF -7-;: , 7 .-:::. - ::! ; I: . :•:" : i t.:=V ii .: 1 : - I V :. t r--- '7 ':.-;:' `,'''. 7 ;,.' 7 !i.:: ; .'ii.:ii ' Z :: :i::".-.:::;:" '"iL'' ''',7:' ;.-•;::- i':v: .... 3.:•; -,,.,::;;; •::,•,.;.;;,: :;:. , :::::.N. '•:::':,',. ';.: ::;','-',:e4"" I; -::::::" fi...„''' ::.:;:1;:':' . ':.;:';'.' * .'.. i''4 --'' - - -, f, Y:,!..::: ::::: , r - ' "* ''-' i wawa:41 4,11, Ambuj Jain . . . ..-- , .-: 1: 7 . -i .: :: :','::: '',':;', ::::•". :::' i'...- 91ticiP4 .-7 6ifAio0, kit PaINThWirrki4)1444tatdat NUMBS.' '.. .. . 1 .. , %. 6 F THIS P ,\Y R ..,, ,.: ,,,,,,,., DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS At ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THF. ORIGINAL .'''..!,' :"::' '':, ''-r ":::K. '::: ::::' :St:' ::::•":"-':::, :':.::' " '.; ':...':': '::-.: : , - ,:= ..:.:. SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF Ic nCi c ) COUNTY OF 133yow v ) M cam--t ocs c , being first duly swore deposes and says: 1. He (-it) is the GAO (Owner, Partner, Office, Representative or Agent) of W ets r,cl = or. -c� �c it- • , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted; or to refrains from bidding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Bidder, firm, or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price in any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Contract; 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affidavit. B 70 >7 • Title: C-E 0 Peach Lake Manor Drainage Improvements 00480 -1 9/6/2012 12- n. Sworn and subscribed to before me this -, t ` day of OC* , 204-1, in the State of _ El oncta , City of - -Pc%vv 1 Yck c. fix'- Li Notary Public My Commission Expires: i`'`( 2. 2015 END OF SECTION e , , STAGY 2 ?,, , ii? M EXPIRE 2 9, 2015 � : � `. - EXPIRES: May � It C gonoed TAru Notary Public Undue Peach Lake Manor Drainage Improvements 00480 -2 9/6/2012 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date Oc.1cbcr 6 1 , 20 WeS-Ivx , tn4, By: W4-.1. cE o (Title) Official Address (including Zip Code): 31cic i ca,- )cta 131 k c lz -, Fl ‘.3,3c) ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION Peach Lake Manor Drainage Improvements 00481 -1 9/6/2012 SECTION 00482 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. we StLA/ 1.111 1. This sworn statement is submitted to City of Ocoee, Florida by c c.- rtrac4v by 4c e- 1 Ciy (EX (Print individual's Name & Title) whose business address is 3 VW • t d 141•1 C+ca► c .Bcccc.J 131.tci, - embr 33023 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly Peach Lake Manor Drainage Improvements 00482 -1 9/6/2012 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted ofa public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING 1NTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMA ON CONTAINED IN THIS FORM. 7,71 (Signature) Date: fo.eaq. Peach Lake Manor Drainage Improvements 00482 -2 9/6/2012 ligC,SWr✓>ct CCVr+rraC.'hl` 33-1G Name of Bidder (Contractor) i STATE OF Plov/Gia COUNTY OF 1-1 40( r PERSONALLY APPEARED BEFORE ME, the undersigned authority, M pk i ` ..1 '` tc I / who, after first being sworn by me, (Name of Individual Signing) affixed his /hcrsignature in the place provided above on this 6 1 4 ' 1 day of OG+obo, --- , 20117 Notary Public - U My Commission Expires: May 2_9, 2.0 1.5 END OF SECTION STRCY PETERSON 41 0 :: g: '! . 1.1 MY COMMISSION 1 EE 059992 t • EXPIRES: May 29, 2015 •.,# .;1`�'� Bonded Thru Notary Public Undenwilers sa _ Peach Lake Manor Drainage Improvements 00482 -3 9/6/2012 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I ✓ have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I have/ have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier sub - contractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such cert ications in my files. I "2- D ate ocA , 201fi By: 1 (Signatu of Authoriz icial) WtrSfvvrnci v�_ - c. (Name of Prospective Construction Contractor or Subcontractor) 3Zq� W. 1-t 1c+r -dal .13(vd - 1 vrIbtrcArc mac.- , Ficvldel 3, o Z., 3 (Address of Prospective Construction Contractor or Subcontractor) q 54.4c0 1. u' D (Telephone Number) (Employer Identification Number) END OF SECTION Peach Lake Manor Drainage Improvements 00483 -1 9/6/2012 SECTION 00501 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTIFY that a meeting of the Board of Directors of Wc.S.fw<rG • a corporation under (Contractor's Corporate Name) the laws of the State of F( , held on the c1 day of mac✓ 2012, the following resolution was duly p ed and adopted: "RESOLVED, that )7/1 (signature of individual) (typed name of individual) as C- 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 01? OCOEE Peach Lake Manor Drainage Improvements (Phases 1 and 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 WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corpora ' • is day of 0c-1 , 2012, O i l ' ' TE SEAL) Pr I cw-el „� (Corporate Seeretary) STATE e ' Fi�4 CITY OF �r The foregoing instrument was acknowledged before me this day of o-b w , 2012 by vue t r- v l i zzi 4P - C.Si (name of officer or agent, title of officer or agent), of W fw1'i - € (name of corporation acknowledging), a Fic>� 1 Gl (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 di4'did not take an oath. (Notary ublic) My Commission Expires: Mel 2 - 20 (5 END OF SECTION Peach Lake Manor Drainage Improvements 00501 -1 N?+` STACY PETERSON MY COMMISSION; EE059992 EXPIRES: May 29, 2015 ' Bonded Thiu Notary Public Underwr*ers SECTION 00020 INVITATION TO BID B13 -02 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 1 AND 2 OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance /Purchasing Department, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on October 9, 2012. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by Singhofen & Associates, 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 Base Bid to be submitted by a proposed contractor will be for improvements to the roadways and drainage infrastructure within the Peach Lake Manor subdivision. All work is to be conducted in accordance with the Bidding Documents. • The Base Bid shall be for improvements shown for Phases 1 and 2 as depicted on FIGURE 1 and in the Construction Plans. The work for these Phases include improvements to the secondary drainage system consisting of new stormwater pipes, structures, curb & gutter, and re- grading and paving of existing roadways along Sarah Lee Lane, Sal Street, intersection at Mona Avenue and Leslie Ann Lane. The work consists of approximately 2,980 FT of new pipes and 1,500 FT of roadway restoration in addition to the construction of a new dry retention stormwater pond as depicted in the construction plans contained in the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia /Demandstar by accessing the City's website at 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 Onvia /Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. Demandstar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre - bid Conference: None is 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. B12 -01 for Construction of Peach Lake Manor Drainage Improvements" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] 00020 -2 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. END OF SECTION 00020 -3 e Cen c1 L ter of Goo Mayor �b u Commissioners S. Scott Vandergrift ,:' "'�1 . Gary Hood, District 1 CER 4 Rosem ary Wilsen, District 2 City Manager Rusty Johnson, District 3 Robert Frank SI( Joel Keller, District 4 October 8, 2012 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B13 -02 PEACH LAKE MANOR DRAINAGE IMPROVEMENTS PHASES 1 & 2 This addendum shall modify and become a part of the original bid documents for the Peach lake mantor Drainage • Improvements Phases 1 & 2 project. This addendum consists of seven (7) pages including attachments. Bidders shall acknowledge receipt of Addendum No. One (1) in the space provided in Section 00300 -1 of the bid documents. Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to Questions received and /or amendments to the bid documents are as follows: Q1. Is there any information on soil borings for this project. The berm at the retention pond is calling for sand with a specific spec & we need to be able to know whether or not the existing soil /sand meets the requirement. If not, we have to import this sand which will be an expensive proposition. We will also have to haul away the existing soil, which will add to the costs. Al. Yes, Soils report prepared by PSI dated December 14, 2010 is attached for review and posted on • Demandstar as a pdf file. According to PSI Geotechnical staff, on -site soils need to be field tested prior to use, do not anticipate any import soils needed to build the pond. However, not all the native soils excavated can be used and that will need to be field determined by the on -site Geotechnical Engineer. Q2. Do the limits of work for this contract stop at the phase 2/3 line depicted on sheet 26? If so, should a brick plug be built in the 48" RCP pipe at the phase line? A2. Yes, Sheet 26 clearly shows the phase line interface of Phase 2 and 3 at Sta. 300 +72. Sta. 300 +72 is the location of the 48" to be terminated and plugged for future connection. Q3. Contractor asked about the size of the area that would be impacted to assist him in his erosion control pricing. A3. Size of Area is approximately 7.9 acres which includes the area of the roadway improvements along Sal, Leslie Ann, and Sarah Lee Lane, as well as the area of the pond and stormwater pipes east of Leslie Ann Lane. Tol : - CPPB Purchasing Agent Attachment: Soil Report cc: Richard Campanale, P.E., Streets and Stormwater Operations Manager B 13 -02 Peach Lake Manor Drainage PH 1 & 2 Addendum 1 1 . In o17nation 'To Build On Engineering • Consulting • Testing December 14, 2010 Singhofen & Associates, Inc. 925 S. Sonoran Boulevard Suite 104 Winter Park, Florida 32792 Attention: Mr, Robert Gaylord. P.E. Principal RE: Summary of Findings Geotechnical Engineering Services Proposed Stormwater Pond Peach Manor Subdivision Ocoee, Orange County, Florida PSI Project No. 0757291 Dear Mr. Gaylord: In response to your request, Professional Service Industries, Inc. (PSI) has provided geotechnical engineering services in connection with the referenced project. This letter presents a summary of findings of our work on the project to date. A dry bottom retention pond is to be constructed at the northeast comer of the subdivision. A plan view of the pond is included on Sheet 1. The pond will be located on ground that slopes from west to east. in the east, ground surface elevations are on the order of +90 to +91 feet, while in the west they range from +98 to +101 feet. We understand that the proposed pond bottom elevation is +92 feet. The majority of the pond site is wooded with an area in the north being open and grassed. Reference to the USDA Soil Survey for Orange County indicates the pond site to be mantled by surficial soil groups 3 — Basinger fine sand, depressional and 47 — Tavares- Millhopper fine sands, 0 to 5 percent slopes. Both soil groups have soils in the upper 80 inches that comprise a varying sequence of fine sands. The sands grade clean to slightly silty and occasionally silty /clayey in composition (i.e. SP, SP!SM, SM and SC materials). The Croup 3 soils are present in the lower lying areas of the site (east) with group 47 mapped in the west. Basinger sands are noted as poorly drained (hydrologic group D) with the normal wet season high water table reported to be in the range 2 feet above the natural ground surface to 1 foot below the ground surface. Tavares- MilInopper sands on the other hand are hydrologic group A (well draining sands) with the normal wet season high groundwater table reported at depths in the range 3.5 to 6.0 feet below the natural ground surface. Profssslomi 56Mca Industries, l> e, • 1749 3attl Slruel • Orlarclo, Fl. 32639 • Phons 407!304.5550 • Fort 407Y304.5561 ErpYe•ong CeU4 d.Who`¢et:Un 3584 Siughofen & Associates, Inc. December I4, 2010 PSI Project No. 0757291 Page 2 of 4 To evaluate subsurface conditions at the proposed pond site, we drilled/sampled two 20 foot deep auger borings. The borings were drilled at the approximate locations shown on Sheet 1. The borings were staked in the field by Southeastern Survey prior to us arriving on site. Based on information provided by the surveyor, the ground surface elevation at PB -1 was +95.7 feet and at PB 2, the ground surface elevation was +91.8 feet. Samples recovered from the borings were returned to our Orlando office for visual stratification and select testing. Subsoils were visually stratified following guidelines contained in the Unified Soil Classification System (USCS). Records of the materials encountered in the borings are presented as soil profiles on Sheet 2. Also on Sheet 2, the USCS symbol is presented neat to each soil description. Select samples were tested to determine the natural moisture content and the percent fines passing the U.S. Standard Number 200 sieve. These tests were completed following appropriate ASTM procedures. The results of the laboratory tests are included with the soil profiles on Sheet 2 adjacent to the depth increment of the test specimen. As part of the field work two undisturbed tube samples were recovered from near the borings for laboratory permeability testing. Information oa these samples and the results of the tests are included below. Coefficient of Vertical Boring Sample Depth Permeability Percent Fines Number (feet) (feettday) Passing the -200 Sieve PB -1 5 18 5 PB -2 3 32 2 A review of Sheet 2 indicates subsoils at the pond site to comprise a varying sequence of fine sands. In the upper 8 to 12 feet, the sands grade relatively clean to slightly silty in composition (i.e. SP and SP /SM materials). Below this depth to boring termination at 20 feet below existing grade is silty and clayey fine sands (SM and SC materials). The observed conditions are generally in line with those noted by the Soil Survey and our understanding of geologic conditions in the area. At the time of drilling, groundwater was observed in PB -1 at a depth of 11.0 feet (elevation +84.7 feet) and in PB-2 at a depth of 9.2 feet (elevation +82.6 feet). Water levels will fluctuate seasonally in response to rainfall or lack thereof We estimate that the normal wet season high water table will be a few feet higher than observed in the borings in mid November 2010. Based on information provided by Singhofen & Associates, Inc., we understand that the pond is to be designed as a dry bottom retention pond. The pond has been sized to recover a slug load of 1.06 acre fees within 72 hours. Above the stage level of this volume, a control structure will be provided in the pond. Analysis of the pond was carried out using the PONDS suite of programs. Singhofen & Associates, Inc. December 14, 2010 ' PSI Project No. 0757291 Page 3 of 4 From the results of the borings and soil tsling. we used the following subsoil and groundwater conditions to represent the effective aquifer below the pond bottom. Pond Bottom Elevation - +92 feet Estimated Notmal Wet Season High Water Table - +89 feet Base of Effective Aquifer - +87 feet Horizontal Permeability - 25 feet'day Soil Porosity - 25 percent From information that was provided by Singhofen & Associates, Inc., stage area data for the proposed pond is as below. Stage Area (feet) (acres) +92 1.20 +93 1.33 +94 1.46 +95 1.59 +96 1.73 +97 1.87 The soil groundwater and stagelarea data was used as input for the program. With a slug load of 1.06 acre -feet (46,174 cubic feet), the pond stages to elevation +92.945 feet. The pond returns to a dry condition in just under 72 hours. The results of the computer simulation are attached hereto. The pond should be designed and constructed in accordance with the Water Management District criteria. 4 32�Pg Singhofen & Associates, Inc. December 14, 2010 PSI Project No. 0757291 Page 4 of 4 We appreciate the opportunity to be of service on this project and we trust that the foregoing and accompanying attachments are of assistance to you at this time. In the event that you have any questions or if you require additional information, please call. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. Certificate of Authorization No. 3684 Ian Kinnear, P.E. Chief Geote finical Engineer FL License No. 32614 11:\ D757291 (Pond. Peach Manor $Ngnision)D14.doo Attachments • Sheets 1 and 2 • PONDS Results l 4 N C?., ..)+‘ 4 m 6p > •''n ' � 9 _ �J 4-. rl , e y e -- . 'I, ,' c - '� s �,i 4_ H • ' ��;i:'J:'ta ', i. � : i1 LEGEND t '' . , -1 � ' w 4 ' ''I'',/," � "2' APPROXIMATE LOCATtON OF P d, � � z 1 AUGER BORING , II 1 : } _ — PB Z J �, Qr'' ,' h ' \:,: it I'' L e,== -' ti _ n \�� ``\ ,\ ,.- 1 l ' t •}Ja t , 4 ''"'ss, �dF _,, i s _ ' ,.mo - , : ? :c ---2---=—', % j +' ' ' . ! ' -' f'''‘'' ‘,,r.,,',.‘ ' : ..1 t I :. _ i 1 ' y, , 't -- . -- 11'.-----C-'--- --L,------.1:-.:- -- - _ _ 1 0---- GEOTECNNICAL ENGWEERING SERVICES � PEACH MANOR RELOCATED POND --w- OCQEE, ORANGE COUNTY. FLDRtOA ,:: r`; / s ` �> Irzfortazcxtzon s r To Build Otz LOCATION PLAN Engineering - Consulting • Testing SCALE 1•=50' ' DJW 'CAUL NOTED irroi.rio: 0757291 Mr''' onL 12-2-10 ''''E' 1 s i ELEV. +95.7' ELEV. +91.8' PB -1 PB -2 +100 +95 DARK GRAY-BROWN FINE SAND TO SLIGHTLY SILTY FINE SAND, D, (SP), (SP -SM) DARK GRAY -BROWN FINE SAND TO x'90 GRAY FINE SAND, TRACE SILT, (SP) SUGHTLY SILTY FINE SAND. (SP), (SP -SM) LEGEND 0 11 z1 (SP) UNIFIED SOIL CLASSIFICATION GROUP SYMBOL — -.100. CD z 1 ^S DEPTH TO GROUNDWATER LEVEL IN FEET +85 D� G RAY FINE SAND, TRACE SILT, (SP) a - to WITH DATE OF READING LJ W 11-1,-1 GRAY CLAYEY FINE SAND. (SC) W NATURAL MOISTURE CONTENT IN PERCENT U._ 1+801 11-12-10 -200 FINES PASSING #200 SIEVE IN PERCENT 1 Lil - I J ._ DARK GRAY SILTY FINE SAND. (SM) LJJ n'71,2 - W<17 IA0:1J +75 - _07 — GRAY SILTY FINE SAND, (SM) GRAY SILTY FINE SAND, (SM) +70 GEOTECHNICAL ENGINEERING SERVICES PEACH MANOR RELOCATED POND +65 OCOEE, ORANGE COUNTY, FLORIDA SOIL ES PROFIL SCALE: PROFILES N Information CI � To Build On Engineering - Consulting Testing ° " 8 DJW ,cm,. NOTED MU. NO. 0757291 On IK NTE 12 -2 -10 91E1% 2 •