Loading...
Item #05 Award of Bid #B14-06 Southwest Development Utility ImprovementsI wkw � Z. af� fIorida AGENDA ITEM COVER SHEET Meeting Date: December 2, 2014 Item # Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Award of B14 -06 Southwest Development Utility Improvements -Phase 1; District 1 Commissioner Johnson Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals. The Southwest Development Utility Improvements Project is divided into two (2) phases & this project is for Phase 1 Project Improvements. Phase 1 improvements start on the east side of Windermere Road, approximately 830 LF north of Roberson Road, and extend north to Patriots Point Drive. The project consists of the installation of approximately 3,800 LF of 8 -inch ductile iron pipe (DIP) water main and approximately 3,150 LF of 4 -inch polyvinyl chloride (PVC) force main by open cut construction. The project includes connections to the existing water main and existing sanitary sewer manhole, valves, fittings, testing, open cut and restoration of approximately 110 square yards of roadway, removal and replacement of driveways and curb, sidewalk, and sodding and other restoration as may be required. All work must be in compliance with the City of Ocoee Engineering Standards Manual (Section 02100). All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing utilities. The bid was publicly advertised on July 27, 2014, and opened on August 26, 2014. The Finance, Utilities, and Engineering Departments reviewed all bids received and one was considered non - responsive for submitting an incorrect bid bond. The remaining eight (8) bids received ranged from $249,751.00 to $393,562.00. All bids are available in the Finance Department for review. Staff recommends awarding the bid to GO Underground Utilities, LLC for $249,751.00, as the most responsive and responsible bidder, per the attached recommendation from Charles K. Smith P.E. Utilities Director. The bid submitted by GO Underground Utilities is $64,949.00 lower than the estimated amount of $314,700.00. Go Underground has agreed to extend their bid an additional thirty (30) days to allow for award, as the ninety (90) day period would have expired on November 24, 2014. The table below is a listing of the top three bidders: For details of the planned development, supporting infrastructure and cost share breakdowns for the Southwest Development Area see the attached Technical Memorandum; Ocoee Southwest Developments Utility Analysis (by Bidder Total Bid 1. GO Underground Utilities, LLC. S 249,751.00 2. R.A. Scott Construction Company $ 270,615.00 3. Blue Ox Enterprises, LLC. $ 271,614.80 For details of the planned development, supporting infrastructure and cost share breakdowns for the Southwest Development Area see the attached Technical Memorandum; Ocoee Southwest Developments Utility Analysis (by Reiss Engineering.) This project may be subject to a change order, estimated at $165,000, due to the most intense development, formally addressed as All Sports in the technical memorandum, relocating to the Chateau Reserve parcel. The relocated development, also includes an increase in intensity, requires the upsizing of the water main, 8" to 12 ", in front of the development and an additional 8" interconnection main running north of Patriots Point Dr. on Tomyn Blvd to an existing 16" water main (2,135). The change order should be presented to the City Commission in January or February 2015. This change order will be based on potential developer work which is to be 100% funded by the developer. Issue: Should the City Commission award the bid for B 14 -06 Southwest Development Utility Improvements — Phase I to GO Underground Utilities, LLC, as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission award Bid #1314-06 Southwest Development Utility Improvements — Phase 1 to GO Underground Utilities, LLC in the amount of $249,751.00, 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 Utilities Dept. 3. Technical Memorandum; Ocoee Southwest Developments Utility Analysis (by Reiss Engineering) 4. GO Underground Utilities Bid 5. hlvitation to Bid #B 14 -06 6. Addendum #1 Financial Impact: The total project cost (planning, design and construction) is estimated at $586,151.00; with funds coming from account 404 - 533 -10 -6302 for water and 405 - 535 -10 -6302 for wastewater. Construction in the amount of $489,351.00 will be reimbursed by benefitting parcels, and the planning /design cost of $96,800.00 will be covered by the City. The estimated present -value capital connection fee to be generated from the affected parcels is $1,261,964.00. Type of Item: (please mark with an `k') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) N/A N/A N/A 2 Mayor S. Scott Vandergrift City Manager Robert Frank MEMORANDUM TO: Honorable Mayor and City Commission THRU: Robert Frank City Manager FROM: Charles K. Smith, P.E. Utilities Director DATE: November 4, 2014 Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 RE: Recommendation for Award of B14 -06 Southwest Development Utility Improvements -Phase 1 Project Based on the review of the bid documents and bid tabulation, contractors' licenses qualifications and references, the Utilities and Engineering Department recommends the awarding of the Southwest Development Utility Improvements -Phase I Project to GO Underground Utilities, LLC. in the amount of $249,751.00. BACKGROUND: The Southwest Development Area (SWDA) is comprised of five (5) linear parcel of land located in the south west corner of the City of Ocoee more particularly adjacent to the east side of Tomyn Blvd. /Windermere Rd. and north of Roberson Rd between Patriots Point Drive and Wesmere Parkway. Each end of the SWDA has available with limitations potable water and wastewater capable of serving the area. Limitations being water would require looping and wastewater flows needing to be divided. No individual parcel in the area has sufficient development potential to address the utilities limitations, thus to promote development a partnership is essential. The City is taking the lead by causing the design and construction of looped water system and the wastewater conveyance systems, north and south. The effected parcels participation would be to reimburse the City for construction cost and cause their connection to water and sewer. For more details on the proposed infrastructure and cost break downs see attached "Technical Memorandum — Ocoee Southwest Developments Utility Analysis ". City of Ocoee Utilities • 1800 A.D. Mims Road • Ocoee, Florida 34761 Phone: (407) 905 -3159 • Fax: (407) 877 -5899 - www.ocoee.org Infrastructure reimbursement shall be required at whichever comes first of the connection to system or execution of the FDEP permit. In addition, each parcel will be required to pay their applicable capital connection charges. PROJECT EXPENSES: The soft cost for the projects, planning and design, is $96,800 which will not be included in the construction reimbursed. The remaining construction's, Phase II, updated probable opinion of cost is $214,600.00 making the estimated final construction cost of $464,351.00. It is anticipated that construction support service will not exceed $25,000.00. Thus the reimbursed total is estimated at $489,351.00 and the total project cost is $586,151.00 BID TABULATION 8126/14 2:00 P.M. H14 -f1R Sn[ITWW nF=VFI nPMFAI I ITII ITV IAADDMICRACI.ITC -A- 4 BID TAB Go Underground Utilities LLC R.A. Scott Construction Company Schuller Contractors Inc. Tri -Sure Corporation Acknowledged Addendum #1 ✓ ✓ ✓ Bid Security Bid Bond Bid Bond Bid Bond Non - Responsive due to bid License Check active active bond submitted on different Required Forms ✓ form other than the required DESCRIPTION EST'D QTY. UNIT PRICE ITOTAL PRICE ✓ UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Section 410 UNIT PRICE TOTAL PRICE Mobilization (Not To Exceed 5 %) 1 $12,000.001 $12,000.00 $7,225.00 $7,225.00 $14,385.60 $14,385.60 $43,900 -80 gib -009. Preconstruction Video 1 $800.00 $800.00 $750.00 $750.00 $720.00 $720.00 $1 00-0n $i Erosion and Sedimentation Control 1 $2,000.001 $2,000.00 $5,850.00 $5,850.00 $3,660.00 $3,660.00 $4009-00 $4000-:00 Survey (Horizontal and Vertical Controls and As- builts) 1 $6 $6,000.00 $1,000.00 $1,000.00 $12,000.00 $ 12,000.00 $12- 600-00 912-,909.:00 Maintenance of Traffic 1 $4,000.00 $4,000.00 $750.00 $750.00 $2, 400.00 $2,400.00 $2,500.00 $2- 600;09 8" DIP Water Main 3,800 $28.00 $106,400.00 $32.00 $121,600.00 $38.00 $144,400.00 $40.00 $162 - 00009 8" Gate Valve (Inc. Valve Box & Lid) 10 $1,300.00 $13,000.00 $875.00 $8,750.00 $1,500.00 $15,000.00 $i $16- Connect to Existing Water Main 1 $2 500.00 $2,500.00 $500.00 S500.00 S5,340.001 $5,340.00 $2 $2300 -00 Fire Hydrant Assembly 2 $3 500.00 $7,000.00 $3,200.00 S6,400.00 $4,200.00 $8,400.00 $3 -00 $7 -00&00 Water Main Fittings 1.3 $4,000.001 $6,200.00 $6,000.00 $7,800.00 $7,498.00 $9,747.40 $6500.00 $8,450:99 2" Blow Off (w/ Box) 1 $500.00 $500.00 S500.00 $500.00 $960.00 $960.00 $600.00 $500.00 ARV Assembly (w/ Vault) 3 $1,800.00 $5,400.00 $3,000.00 $9,000.00 $840.00 S2,520.00 $4300.00 $13,900.09 Water Main Clearance 1 $500.00 $500.00 5975.00 $975.00 $840.00 5840.00 $2400:00 $3,500 -00 4" PVC Force Main 3,150 $17.00 $53550.00 520.00 $63,000.00 59.00 $28,350.00 $15.00 $4a,'Lx&99 4" Plug Valve 4 $700.00 $2,800.00 $425.00 S1,700.00 5840.00 $3,360.00 $4, 000.00 $4900.00 ARV Assembly (w/ Vault) 2 $1800.00 $3600.00 $3,000.00 $6,000.00 $4,200.00 $8,400.00 $5- 000.00 $49'000 -00 Force Main Fittings 0.6 54000.00 $2,400.00 $8,750.00 55,250.00 $11,000.00 $6,600.00 $12 -00 $7- 200.09 Connect to Existing Manhole 1 $2000.00 $2,000.00 $4,750.00 $4,750.00 $360.00 $360.00 $3500 -00 $3,500.99 Type B Stabilization (6" Subgrade) (LBR 40) 25 $20.00 $500.00 $3.00 $75.00 $24.00 $600.00 $600 $180,09 Type B Stabilization (12" Subgrade) (LBR 40) 60 $20.00 $1 $6.00 $360.00 $24.00 $1,440.00 $19-09 $099.09 Limerock (6 ")(LBR 100) 40 $26.001 $1 $12.00 5480.00 $24.001 $960.00 $4.09 $40099 Limerock (8 ")(LBR 100) 70 $20.00 $1,400.00 $18.00 $1,260.00 $31.00 $2,170.00 $12:99 $040;00 Asphalt Removal and Replacement (Type S -3 or SP- 9.5, 1 1/2" Thickness) 110 $20.00 $2 $20.00 $2,200.00 $34.00 53,740.00 $30.00 $3490.09 Remove and Replace Concrete Curb & Gutter, Type F 20 $25.00 $500.00 $22.00 $440.00 $30.00 $600.00 $26.09 $509.99 Concrete Sidewalk Removal and Replacement (4 -inch Thick) 100 $27,77 $2,777.001 $26.00 $2,600.00 $43.00 $4,300.00 $60.00 $6099 -90 Concrete Driveway Removal and Replacement (6 -inch Thick) 60 $41.00 $2460.00 $30.00 $1,800.00 $48.00 $2,880.00 $65.00 $3,990.09 Performance Turf, Sod 6,400 $1.26 $8,064.00 $1.50 $9,600.00 53.00 $19,200.00 $390 $19 TOTAL $249,751.00 1 $270615001 $303,333.00 $24429009 Bids are listed in alphabetical order. ' License check, submitted forms & references verified only on lowest three firms. `Yellow Highlighted amounts are price discrepancies on bid form. BID TABULATION 8/26114 2:00 P.M. B14 -06 SOUTHWEST ❑FVFI.OPMFNT IITII ITV IMPROVFMFNTS P41AS.F 1 Bids are listed in alphabetical order. ' License check, submitted forms & references verified only on lowest three firms. 'Yellow Highlighted amounts are price discrepancies on bid form. Central Florida Environmental Crossroads Site Development & BID TAB Barracuda Building Corporation Blue Ox Enterprises LLC Corp. Underground Utilities LLC Dewitt Excavating Inc. Acknowledged Addendum #1 ✓ ✓ ✓ ✓ ✓ Bid Security Bid Bond Bid Bond Bid Bond Bid Bond Bid Bond License Check active Required Forms ✓ DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization (Not To Exceed 6 %) 1 $11,200.00 $11,200.00 $12,400.00 $12,400.00 $17,000.00 $17,000.00 $15,000.00 $15,000.00 $12,680.00 $12,680.00 Preconstruction Video 1 $540.00 $540.00 $620.00 $620.00 $434.00 S434.00 $1,500.00 $1,500.00 $2,500.00 $2,500.00 Erosion and Sedimentation Control 1 $3,900.00 $3,900.00 $10,500.00 $10,500.00 $6,400.00 $6,400.00 $3,500.00 $3,500.00 $11,400.00 $11,400.00 Survey (Horizontal and Vertical Controls and As- builts) 1 $9,820.00 $9,820.001 $3,250.00 $3,250.00 $4,200.00 $4,200.00 $7,500.00 $7,500.00 $12,160.00 $12,160.00 Maintenance of Traffic 1 $7,600.00 $7,600.00 $3,900.00 $3,900.00 $9,586.00 $9,586.00 $3,000.00 $3,000.00 $20,000.00 $20,000.00 8" DIP Water Main 3,800 $36.00 $136,800.00 $28.04 $106,552.00 $27.80 $105,640.00 S43.00 $163,400.00 $30.00 $114,000.00 8" Gate Valve (Inc. Valve Box& Lid) 10 $1,354.00 $13,540.00 $1,314.00 $13,140.00 $1,186.00 $11,860.00 $1,550.00 $15,500.00 $1,500.00 $15,000.00 Connect to Existing Water Main 1 5400.00 $400.00 510,250.00 $10,250.00 $713.00 $713.00 $3,000.00 $3,000.00 $4,000.00 $4,000.00 Fire Hydrant Assembly 2 $3,600.00 $7,600.00 $3,469.00 $6,978.00 $3,100.00 $6,200.00 $3,666.00 $7,332.00 $6,000.00 $12,000.00 Water Main Fittings 1.3 $4,000.00 $5,200.00 $6,213.00 $8,076.90 $29,700.00 $38,610.00 $9,500.00 $12,350.00 $4,500.00 $5,850.00 2" Blow Off (w/ Box) 1 $520.00 $520.00 $550.00 $550.00 $858.00 $858.00 $980.00 $980.00 S650.00 $650.00 ARV Assembly (w/ Vault) 3 $4,510.00 $13,530.00 $4,473.00 $13,419.00 $3,715.00 $11,145.00 $5,500.00 $16,500.00 $4,966.00 $14.898.00 Water Main Clearance 1 $950.00 $950.00 $2,080.00 $2.080.00 $5,376.00 $5,376.00 $1,500.00 $1500.00 $7,140.001 $7,140.00 4" PVC Force Main 3,150 $12.00 $37,800.00 $9.60 $30,240.00 $12.85 S40,477.50 $23.00 $72,450.00 $9.00 $28,350.00 4" Plug Valve 4 $725.00 $2,900.00 $905.00 $3,620.00 $986.00 $3,944.00 $1,000.00 $4,000.00 $850.00 $3,400.00 ARV Assembly (w/ Vault) 2 $4,900.00 $9,800.00 $4,473.00 $8,946.00 $4,280.00 S8,560.00 $6,000.00 $12,000.00 $4,966.00 $9,932.00 Force Main Fittings 0.6 $5,800.00 $3,480.00 $9,234.00 $5,540.40 $64,350.00 $38,610.00 S14,000.00 $8,400.00 $4,000.00 $2,400.00 Connect to Existing Manhole 1 $6,000.00 $6.000.001 $2,550.00 $2,550.00 $10,835.00 510,835.00 $6,500.00 $6.500.00 $3,200.00 $3,200.00 Type B Stabilization (6" Subgrade) (LBR 40) 25 $12.00 $300.00 S3.50 $87.50 $9.00 $225.00 $10.00 $250.00 $5.00 $125.00 Type B Stabilization (12" Subgrade) (LBR 40) 60 $10.00 $600.00 $3.75 $225.00 $13.50 $810.00 $20.00 $1,200.00 $7.00 $420.00 Limerock (6 ")(LBR 100) 40 $11.00 S440.00 $15.00 $600.00 S32.50 S1,300.00 $35.00 $1,400.00 $20.00 $800.00 Limerock (8 ")(LBR 100) 70 $10.00 $700.00 $18.00 $1,260.00 S22.90i $1,603.00 $50.00 $3,500.001 $35.00 $2,450.00 Asphalt Removal and Replacement (Type S -3 or SP- 9.5, 1 1/2" Thickness) 110 $31,501 $3,465.00 $35.00 $3,850.00 $30.25 $3,327.50 $70.00 $7,700.00 $42.75 $4,702.50 Remove and Replace Concrete Curb & Gutter, Type F 20 $26.00 $520.00 $30.00 $600.00 $57.00 $1,140.00 $25.00 $500.00 $45.00 $900.00 Concrete Sidewalk Removal and Replacement (4 -inch Thick) 100 $40.00 $4,000.00 $38.00 $3,800.001 $32.00 $3,200.001 $50.00 $5,000.00 $50.00 $5,000.00 Concrete Driveway Removal and Replacement (6 -inch Thick) 60 $56.00 $3,360.00 $43.00 $2,580.00 $39.00 $2,340.00 $60.00 $3,600.00 $60.001 $3,600.00 Performance Turf, Sod 6,400 $2.70 $17,280.00 $2.50 $16,000.00 $3.60 $23,040.00 $2.50 $16,000.00 $5.00 $32,000.00 TOTAL $302,245.00 $271,614.80 $357,434.00 $393,562.00 $329,557.50 Bids are listed in alphabetical order. ' License check, submitted forms & references verified only on lowest three firms. 'Yellow Highlighted amounts are price discrepancies on bid form. - D R REISS ENGINEERING Memorandum 10 1 6 SP POINT WINTER SPRINGS, FLORIDA FLORI 32708 (407) 679 -5358 FAX: (407) 679 -5003 TO: City of Ocoee CC: David Wheeler, City of Ocoee Charles Smith, City of Ocoee FROM: Reiss Engineering, Inc. DATE: 10/25/2013 RE: TECHNICAL MEMORANDUM Ocoee Southwest Developments Utility Analysis Introduction New residential and commercial developments in the City of Ocoee's service area will continue to contribute significant flows and demands on the City's water distribution, wastewater collection, and reuse systems. The City's Engineering and Utilities Departments would like to assess impacts of proposed developments and their respective flow contributions on the City's existing infrastructure. This hydraulic analysis consists of technically evaluating proposed developments in the southwest corner of the service area (Southwest Service Area) including All Sports Memory Care, Chateau Reserve, commercial properties and Barkeritaville water distribution and wastewater collection systems and their connection to the City's existing system. This analysis provides the City's Engineering and Utilities staff with technical information to make decisions regarding water main, force main, and lift station improvements necessary to accommodate future development demands and flows. Methodology REI maintains the City of Ocoee's water and wastewater hydraulic models. The latest hydraulic models were updated based on information provided by the developers and the City. The information provided was used to verify average and peak water demand and wastewater flow calculations. The flows and demands were input into the hydraulic models and the revised models were run to evaluate connection of the proposed development. Resulting connection pressures, hydraulic grades, pipeline velocities were used to verify proposed pipe and pump sizes and to determine any downstream impacts of the development on the City's existing systems. Results The following information summarizes the inputs and results of the connection analysis: R Southwest Service Area Water Demand and Wastewater Flow Estimates There are currently three developments planned (All Sports Memory Care, Barkeritaville, Chateau Reserve) and two potential developments (commercial property on the northeast corner of Windermere Road and Roberson Road [Commercial Corner] and Expressway Authority parcel) in the Southwest portion of the service area. Development information provided by developers and the City or estimated is summarized in Table 1. Table]. Southwest Area Future Develonment Information Project In ut Information Development Parcel Number Land Use Components ERU Estimate Name All Sports Manufactures Phase I ACLF 50 Memory Care 282231000000005 Home (A -2) Phase II ACLF 50 Dr Offices 5 Commercial Zoned Non -Ag Commercial: Corner 282231000000006 Acreage (A -1) to be 20' determined Zoned Non -Ag Daycare 2 Barkeritaville 282231000000003 Acreage (A -1) Restaurant 20 Expressway 312231000000048 State 5 2 Authority A -1 Chateau Zoned Non -Ag Reserve 282230000000057 Acreage - 20 R -1 AA Total ERUs -- -- -- 172 ' Estimated. Assumed commercial strip center with I small restaurant. 2 Estimated. Assumed commercial strip center with 5 units at I ERU per unit. Water demands and wastewater flows were estimated using available development information and standard input demand /flow factors for the City. Local and system peaking factors were applied consistent with the City's water distribution and wastewater collection systems. The resulting water demand and fire flow requirements for the Southwest area developments are provided in Table 2. 2 Table 2. Southwest Area Water Demand and Fireflow Estimates Development Fireflow Average Water Peak Water Demand Name " Plans ERU GPM Demand GPM', Development Flow, GPM Flow, Name 8 inch WM to connect to ERU GPD GPM GPM All Sports proposed 8" WM on 105 28,350 79 100 -180 All Sports Roberson Rd. extending 105 2000+ 31,500 74 Memory Care east to 12 " WM stub out 20 5,400 15 to All Sports Corner at Wesmere Pk Commercial Connect to 8" WM on 20 1,500+ 6,000 14 Corner Roberson Rd. Barkeritaville Connect to 8" WM on 22 2000+ 6,600 16 Authority Windermere Rd. ville Expressway Connect to 8" WM on 5 1,500+ 1,500 4 Authority Windermere Rd. Chateau Connect to 8" WM on 20 1,500 6,000 24 Reserve Windermere Rd. Total 172 51,600 122 Note. Unit Capacity - Average daily flow (ADF) per Equivalent Residential Units (ERU) is 300 gpd /ERU for Water. Note. Peak factor of 3.4 applied to Model system wide. The resulting wastewater flow and lift station design flow estimates for the Southwest area developments are provided in Table 3. Chateau Reserve and Barkeritaville lift stations design flow are 80 GPM to achieve minimum velocity of 2 foot per second in a 4" force main. Table 3. Southwest Area Wastewater Flow Estimates Note. Unit Capacity - Average daily flow (ADF) per Equivalent Residential Units (ERU) is 270 gpd /ERU for Wastewater Note. Note - . Peak factor of 4 is DEP standard wastewater local peaking factor for lift station. Design flow of 80 GPM to achieve minimum flow of 2 fUsec in 4" force main. Average Peak Lift Station Wastewater Wastewater Design Development Flow, Flow, Flow, Name Plans ERU GPD GPM GPM All Sports 6" FM to manhole /lift station on 105 28,350 79 100 -180 Wesmere Pk Commercial 8" gravity to lift station at All 20 5,400 15 to All Sports Corner Sorts Barkeritaville FM M to manifold All Sports 6" 22 5,940 17 80* Expressway 8" gravity to lift station at 5 1,350 4 to Barkerita- Authority Barkeritaville ville Chateau 4" FM to gravity manhole at 20 5,400 15 80* Reserve Patriot's Point Dr. Total 172 46,440 129 260 -340 Note. Unit Capacity - Average daily flow (ADF) per Equivalent Residential Units (ERU) is 270 gpd /ERU for Wastewater Note. Note - . Peak factor of 4 is DEP standard wastewater local peaking factor for lift station. Design flow of 80 GPM to achieve minimum flow of 2 fUsec in 4" force main. Southwest Service Area Water Distribution Schematic A preliminary layout of water mains was prepared to serve the projected demands and meet fire flow requirements as presented in Figure I. The water system hydraulic model (Model) structure and flows were updated for the Southwest service area developments. The revised Model was simulated with the estimated peak demands and fire flows to evaluate connection of the proposed developments. Resulting hydraulic grades were estimated based on the model runs as presented in Table 4. Impacts to existing City water mains were evaluated and no significant negative impacts were observed in the hydraulic modeling performed. The resulting configuration was an 8 -inch water main loop serving the developments. If individual developments were implemented without the entire loop in place, then a 12 -inch water main would be required to serve the development. Table 4_ Potahle Water Connection Hvdraulic ModelinL- Results 4 R© „ MDF; MDF +Fire Flow ADF Connection Connection PHF Connection Connection Development Name Pressure Pressure Pressure Pressure Size of Water Main All Sports Memory Care 74 psi (292' HG) 71 psi (286' HG) 63 psi (268' HG) 38 psi (209 HG') (Z 000 gpm fireflow) 8" loop Barkeritaville /Expressway 74 psi (292' HG) 71 psi (286' HG) 63 psi (266' HG) 36 psi (205 HG') 8" loop Authority Parcel (2,000 gpm fireflow) Chateau Reserve 74 psi (291' HG) 71 psi (285' HG) 62 psi (264' HG) 51 psi (238 HG') (500 gpm fireflow) 8" loop Commercial Corner 74 psi (292' HG) 71 psi (286' HG) 63 psi (268' HG) 37 psi (207 HG') (2 000 gpm fireflow) 8" loop 4 R© „ 10 M' -.r, t� air — —, ft A C , U K 42 at Expressway I /ssway Authority Barkeritaville I 2'' 16"' 6" 6 t s j 6 6" 8" A, N W E S 0 500 1,000 Feet LEGEND Proposed Pipes Existing Water Developments THE CITY OF OCOEE OCOEE MISC ENGINEERING SERVICES FIGURE 1 SOUTHWEST SERVICE AREA WATER DISTRIBUTION SCHEMATIC I G \Ogis\6770 - Southwest Ocoee Service Area Water and Sewer Utilities\ MXDs\Ocoee SouthwestDevelopments Water. mxd 6 8` 8 8" 4 12" 8 ' 6 " fly; 8 " 4 6 6'! !-4" v- -6 4" 8" 4 „ 4 8!" 6" 4, 6� tt 6" 6' I 8 " 8" A, N W E S 0 500 1,000 Feet LEGEND Proposed Pipes Existing Water Developments THE CITY OF OCOEE OCOEE MISC ENGINEERING SERVICES FIGURE 1 SOUTHWEST SERVICE AREA WATER DISTRIBUTION SCHEMATIC I G \Ogis\6770 - Southwest Ocoee Service Area Water and Sewer Utilities\ MXDs\Ocoee SouthwestDevelopments Water. mxd Southwest Service Area Wastewater Collection Schematic Current development plans and topology were reviewed in the undeveloped Southwest service area and a preliminary layout of gravity collection mains, lift stations and force mains to collect the projected flows was prepared as shown in Figure 2. The City's wastewater hydraulic model was updated with this preliminary layout and the revised Model simulated with the estimated peak flows to evaluate connection of the proposed developments. Resulting hydraulic grades were estimated based on the model simulations. Impacts to existing City wastewater collection system were evaluated. Pipe and pump sizing and necessary improvements to the existing City system were identified. A summary of wastewater modeling results per development are presented in Table 5. T-Ala S LVircfnwntor Tr""vmiQQIn" 1 Nummary Notes: - HGL = hydraulic grade line - Estimated Roberson force main discharge elevation = 123' (should be verified) - Estimated Tomyn force main discharge elevation = 122' (should be verified) - Does not include onsite /station piping and minor station losses - *4" force main would result in higher velocity and pump heads, decision to be made by developer and City of Ocoee R© I Peak Condition Runout Proposed Minimum Development- Design Condition Force Force Main Name Location Flow /HGL Flow /HGL Main Size Velocit Manhole on All p Wesmere 100 gpm/ 180 gpm/ "* Memory Care Parkway just 136' HGL 130' HGL 6 2.0 fps N. of Roberson (6 psi) (4 psi) Barkeritaville/ Manhole on Wesmere 80 gpm/ 80 gpm/ Expressway Authority Parkway just 142' HGL 134' HGL 4" 2.0 fps Parcel N. of Roberson (9 psi) (6 psi) Manhole on 80 gpm/ 80 gpm/ Chateau Patriots Point 132' HGL 132' HGL 4 2.0 fps Reserve Dr. just E. of (5 psi) (5 psi) Tomyn Blvd. Manhole on n /a: gravity Commercial Wesmere 11 gpm to All n/a n/a Corner Parkway just Sports N. of Roberson Notes: - HGL = hydraulic grade line - Estimated Roberson force main discharge elevation = 123' (should be verified) - Estimated Tomyn force main discharge elevation = 122' (should be verified) - Does not include onsite /station piping and minor station losses - *4" force main would result in higher velocity and pump heads, decision to be made by developer and City of Ocoee R© I G:10gis \6770 - Southwest Ocoee Service Area Water and Sewer Utilities \_MXDs \Ocoee SouthwestDevelopments Sewer.mxd N W E S 0 500 1,000 Feet i o hates Resery e Expressway Authority � 1F Barkeritaville r k LEGEND Spo I Proposed Pump Stations Commercial Proposed Force Main $„ = Proposed Gravity Main 6,. D Existing Pump Stations Existing Gravity Existing Force Main Developments THE CITY OF OCOEE SOUTHWEST OCOEE SERVICE AREA WATER AND SEWER UTILITIES FIGURE 2 SOUTHWEST SERVICE AREA WASTEWATER COLLECTION SCHEMATIC G:10gis \6770 - Southwest Ocoee Service Area Water and Sewer Utilities \_MXDs \Ocoee SouthwestDevelopments Sewer.mxd Cost Sharing Calculations Estimates of probable construction and non - construction costs were prepared for the required water and wastewater infrastructure to calculate developers' pro -rated cost portions using a volumetric method. The current arrangement is for the developers to bear the construction costs, and the City would bear non - construction costs. Developer cost share calculations for the construction cost portion are shown in Table 6. Non - construction costs were estimated as 25% of construction costs to account for administrative, legal, engineering and contingency costs. The construction and non - construction cost share calculations and results are presented in Table 7. Table 6. Percent Water and Wastewater share by ERU Componen Location All Sports Commercial Barkeritaville Chateau Reserve Expressway City Total t Corner Authority Roberson Rd 105 20 22 0 5 0 152 6" Force Wesmere Pkwy to 69.1% 13.2% 14.4% 0% 3.3% 0% 100% Main All Sports Roberson Rd 4" Force Windermere Rd All 0 0 22 0 5 0 27 Main Sports to Barkeritaville 0% 0% 81.5% 0% 18.5% 0% 100% 4" Force Patriot's Point Dr to 0 0 0 20 0 0 20 Main Chateau Reserve 0% 0% 0% 100% 0% 0% 100% Windermere Rd- 105 20 22 20 5 0 172 Patriot's Point Dr to 8` Water Roberson Rd. and Main Roberson Rd- 61.0% 11.6% 12.8% 11.6% 2.9% 0% 100% Windermere Rd to Wesmere Parkway Notes: Onsite utilities piping and infrastructure is the developers' sole responsibility Gravity wastewater collection mains from the Corner Commercial property to All Sports collection system, and from the Expressway Authority Property to the Barkeritaville collection system are solely the developer's cost responsibility and are not included in this table. - All Sports and Barkeritaville onsite wastewater utilities designs should accommodate gravity inputs from adjacent properties. 8 R Conclusions The City's hydraulic models were run to evaluate the development's water and wastewater connection conditions and estimate downstream impacts to existing City utility infrastructure. The resulting connection information is summarized in tables above. It should be noted that the hydraulic models are not yet field calibrated, therefore, field data collection by the design engineer and the City is recommended to confirm model results. Based on the hydraulic model analyses the following conclusions are summarized: Water 1. The proposed All Sports, Barkeritaville, Expressway Authority, Chateau Reserve, and Commercial developments would be served potable water from a proposed 8 -inch diameter pipe loop on Windermere Road and Roberson Road. 2. Based on model results, connection pressures available from the potable water distribution system range from 62 to 72 psi and, once the proposed pipe loop is completed, there is a fire flow capacity of at least 2,000 gpm with a residual pressure of 37 psi at the proposed connection points. Based on model results, the impact of the proposed development did not result in capacity issues for any existing City water infrastructure. Wastewater 4. The design of the lift station at All Sports should be based on an 8" gravity main flowing into the lift station from the adjacent Corner Commercial property to the west and a 6" force main from the site to the gravity manhole at Wesmere Parkway. 5. The design on the lift station at Barkeritaville should be based on an 8" gravity main flowing into the lift station from the adjacent Expressway Authority to the north and a 4" force main from the site to manifold to the 6" force main at All Sports. Because of the shorter piping distance, it was assumed that Chateau Reserve would go north and that force main would be 100% Chateau Reserve's responsibility. Therefore, the design of the lift station at Chateau Reserve should be based on a 4" force main connecting to the 8" gravity manhole at Patriots Point Dr. and Sugar Cove Ct. Based on model results, the impact of the proposed development did not result in capacity issues for any existing City wastewater infrastructure. 9 r © _ Table 8. Southwest Area Water Distribution and Wastewater Collection Cost Summary Notes - Construction cost includes famish & install pipe, vab, es, appurtenances, allowances for directional drilling and restoration as well as contractor mobilization- overhead and profit and construction contingency. Non- construction costs are estimated at 25% of construction cost and include engineering, survey, geotechnical, easements, administrative, legal and other non - construction costs. All onsite utilities including lift stations are solely the developer's cost responsibility and are not included in this table_ Gravity wastewater collection mains from the Comer Commercial property to All Sports collection systein. and from the Expressway Authority Property to Barkeritaville collection system are solely the developer's cost responsibility and are not included in this table. All Sports and Barkeritaville onsite wastewater utilities design should accommodate gravity inputs from adjacent properties. d" force main (pressure pipe) from Chateau Reserve to Patriots Point Dr tying into existing manhole is not included on this table and is the sole responsibility of Chateau Reserve. 10 R© . . Commercial Chateau Expressway Unit All Sports Comer e Reserve Authority Unit Non- Non- City Non - Construction Construction Construction Construction ECon,.,In Construction Construction Construction Construction Construction Item Location Quantity Unit Cost /unit Cost Cost Share Cost Share Cost Share Cost Share Cost Cost Cost Share Potable Water Distribution 8" Pressure Roberson Rd- Wesmere 2,100 LF $50 $105,000 61.1% 11.6% 12.8% 11.6% 2.9% $12.50 $26,250 100.0% Pipe Pkwy to All Sports Roberson Rd/ 8" Pressure Windermere Rd -All 1,700 LF $50 $85,000 61.1% 11.6% 12.8% 11.6% 2.9% $12.50 $21,250 100.0% Pipe Sports to Barkeritaville Windermere Rd- 8" Pressure Barkeritaville to 3,300 LF $50 $165,000 61.1% 11.6% 12.8% 11.6% 2.9% $12.50 $41,250 100.0% Pipe Patriots Subtotal $355,000 $216,905.00 $41,180.00 $45,440.00 $41,180.00 $10,295.00 $88,750 $88,750.00 Wastewater Collection and Distribution 6" Pressure Roberson Rd- Wesmere 2,800 LF $47 $131,600 69.1% 13.2% 14.4% 0.0% 3.3% $11.75 $32,900 100.0% Pipe Pkwy to All Sports Roberson Rd/ 4" Pressure Windermere Rd -All 1,900 LF $44 $83,600 0.0% 0.0% 81.5% 0.0% 18.5% $11.00 $20,900 100.0% Pipe Sports to Barkeritaville Subtotal $215,200 1 $90,935.60 1 $17,371.20 $87,084.40 $0.00 $19,808.80 $53,800 $53,800.00 Total $570,200 1 $307,840.60 1 $58,551.20 $132,524.40 $41,180.00 $30,103.80 1 $142,550 1 $142,550.00 Notes - Construction cost includes famish & install pipe, vab, es, appurtenances, allowances for directional drilling and restoration as well as contractor mobilization- overhead and profit and construction contingency. Non- construction costs are estimated at 25% of construction cost and include engineering, survey, geotechnical, easements, administrative, legal and other non - construction costs. All onsite utilities including lift stations are solely the developer's cost responsibility and are not included in this table_ Gravity wastewater collection mains from the Comer Commercial property to All Sports collection systein. and from the Expressway Authority Property to Barkeritaville collection system are solely the developer's cost responsibility and are not included in this table. All Sports and Barkeritaville onsite wastewater utilities design should accommodate gravity inputs from adjacent properties. d" force main (pressure pipe) from Chateau Reserve to Patriots Point Dr tying into existing manhole is not included on this table and is the sole responsibility of Chateau Reserve. 10 R© . . SECTION 00020 INVITATION TO BID #1314 -06 SOUTHWEST DEVELOPMENT UTILITY IMPOVEMENTS — PHASE 1 OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department /Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on August 26, 2014. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work All work for the project shall be constructed in accordance with the drawings and specifications prepared by Pegasus Engineering LLC., 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 Southwest Development Utility Improvements Project is divided into two (2) phases. This project manual is for Phase I Project Improvements. Phase 1 improvements start on the east side of Windermere Road, approximately 830 LF north of Roberson Road, and extend north to Patriots Point Drive. The project consists of the installation of approximately 3,800 LF of 8 -inch ductile iron pipe (DIP) water main and approximately 3,150 LF of 4 -inch polyvinyl chloride (PVC) force main by open cut construction. The project includes connections to the existing water main and existing sanitary sewer manhole, valves, fittings, testing, open cut and restoration of approximately l 10 square yards of roadway, removal and replacement of driveways and curb, sidewalk, and sodding and other restoration as may be required. • All work must be in compliance with the City of Ocoee Engineering Standards Manual. See Section 02100. All work activities shall be required to be in accordance with the permits issued by the respective agencies. All work performed will be required to be done while maintaining the functional operation of the existing utilities. 614 -06 Southwest Development Utility Improvements - Phase 1 00020 -1 Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at: http: / /www.ocoee.or , / 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 scheduled at this time. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words 'Bid No. B14 -06 Southwest Development Utility Improvements - Phase 1" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an B14 -06 Southwest Development Utility Improvements - Phase l 00020 -2 award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA END OF SECTION B14 -06 Southwest Development Utility Improvements - Phase 1 00020 -3 Ala S. Scott Vandergrift city - M , an Robert Frank August 22, 2014 ADDENDUM NO: ONE (1) CITY OF OCOEE Co John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 BID 41314 -06 SOUTHWEST DEVELOPMENT UTILITY IMPROVEMENTS — PIIASE 1 This addendum shall modify and become a part of the original bid documents for the Southwest Development Utility Improvements project. This addendum consists of one 1 page. 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. Will the receiving manhole for the new force main need to be lined? Al. Yes. Q2. Does this bid require minority solicitation? If so, what are the percentages for MBE and WBE? A2. No, the City does not have an MBF, /WBB program. Q3. Does "Sealed bids, in duplicate" mean: one (1) original and one (1) copy for submission? A3. Yes. Section 13.2 calls for two originals; however, we will accept one original and one copy. �Fr` , CPPB Purchasing Agent cc: David Wheeler, Y.G., City Iingineer Fursan S. Munjed, P.F,., Pegasus Fngineering, LLC City of Ocoee • 150 N Lakeshore Drive o Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • w vmocoee.org SECTION 00300.0 IS !tUN SUBMITTED; (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID B 14 -06 Southwest Development Utility Improvements - Phase 1 NAME OF BIDDER: Ur— BUSINESS ADDRESS: q07 PHONE NO.: CITY, STATE, ZIP: _ ,�/ U 3 3 e'S CONTRACTOR'S FEDERAL I.D. NUMBER CONTRACTOR'S FLORIDA LICENSE NO (LUe 1A ",-), sR� THIS BID IS SUBMITTED TO: City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Contract Documents to perform and furnish all Work, as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents, including, without limitation, those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. _ Dated a / No. Dated: B 14 -06 Southwest Development Utility Improvements - Phase 1 00300 -1 No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. b. 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. C. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. 1314 -06 Southwest Development Utility Improvements - Phase 1 00300 -2 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. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the Work is delayed. Completion Schedule: 1) The Work shall be substantially complete within the Contract Time specified in Article 3.1 of the Proposed Scope of Work Agreement (Section 00500). 2) The Work shall be finally complete within the contract Time specified in Article 3.2 of the Proposed Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the TOTAL BID OR TOTAL BASE BID to perform all the Work, as required by the Drawings and Specifications. 5. The following documents are made a condition of this Bid: a. Bidding Documents and shall include the following: 1) Bid 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) B14 -06 Southwest Development Utility Improvements - Phase 1 00300 -3 4) Certification of Non- segregated Facilities (Section 0048 1) 5) Sworn Statement on Public Entity Crimes (Section 00482) 6) Certification of Nondiscriminatory Labor Practices (Section 00483) B 14 -06 Southwest Development Utility Improvements - Phase 1 00300 -4 Bid Form B14-06 Southwest Development Utility Improvements - Phase 1(Sheet 1 of 2) .^ -;.: �_a '�. f _ i '� ° 1 i ,r, s`I. 'b 4 :.� M , _:.:;. 1a1r. n 1 r ` ?'� i.:r .'e'<' �F *, i 5 -:_ a ,�ks i'w`..� X ., y ,' "cr tl Tgt z �,. i . iti,di �+ f,� •': F .._ . _., _. ...,....w. _.,.., _��.. _. ._._..,..� v._..�: , Unit Item (in Total Price (in Item Description Unit U nits Pri N0. Total Numbers) Numbers) U1 Mobilization (Not To Exceed S %) 1 LS 000 0 C1 O U2 Preconstruction Video 1 LS U3 Erosion and Sedimentation Control 1 0(00 ZC30 O U4 Survey (Horizontal and Vertical Controls and As- builts) 1 LS C)O O U5 Maintenance of Traffic 1 LS `4 Q OG WATER MAIN ITEMS U6 8" DIP Water Main 3,800 LF 2 Z l U7 8" Gate Valve (Inc. Valve Box & Lid) 10 EA 1 300 + � U8 Connect to Existing Water Main 1 EA oQ U9 Fire Hydrant Assembly 2 EA 3 Sb� 7t0 on U10 Water Main Fittings 1.3 TN �ObO 5ZO0 U11 2" Blow Off (w/ Box) 1 EA U12 ARV Assembly (w/ Vault) 3 EA 1 `dDO 5� 0� U13 Water Main Clearance 1 EA FORCE MAIN ITEMS U14 4" PVC Force Main 3,150 LF . ' 5 � U15 4° Plug Valve 4 EA 7 o� � a� U16 ARV Assembly (w/ Vault) 2 EA Ud 7 / al] Company Name: By: B 14 -06 South est Development Utility Improvements - Phase I 00300 -4 ta& Bid Form B14-06 Southwest Developme t� t I mprov e me nts e S U li y Phas 1 ( 2 of 2) { LLC I . J , r y ti "� C X 1i ", _i a n 7 l t? i i `< F` Y, ' "Yrh a, t f € 3"� Y �4' ':.. 1 C tf / V rA r 7 ` �y'L . i _ N V - "ji,. . Item'' Unit Total Item Description Units Unit Price (in Total Price (in No. Numbers) Numbers) FDOT ITEMS 160 -4a Type B Stabilization (6" Subgrade) (LBR 40) 25 SY Z Q 5 1604b Type B Stabilization (12" Subgrade) (LBR 40) 60 SY z 210 -2a Limerock (6 ")(LBR 100) 40 SY - 1 OO � 2102b Limerock (8 ")(LBR 100) 70 SY 2v r 334 - Asphalt Removal and Replacement (Type S -3 or SP -9.5, 11/2" 113a Thickness) 110 SY Zl� r 520- Remove and Replace Concrete Curb & Gutter, Type F 20 LF �� :9-06 110 522 -1 Concrete Sidewalk Removal and Replacement (4 -inch Thick) 100 SY 2 177 9-777 5222A Concrete Driveway Removal and Replacement (6 -inch Thick) 575 -1 1 Performance Turf, Sod 60 SY jf 6,400 SY Bid Total: 2P6 .I Written Total Base Bid Cost: 71 t k mdv,?d / ay,- �xl",oe 74 ou54k14 Se verb P gdve ��� y ,11 ✓S LEGEND: EA = Each; LF = Linear Foot; LS = Lump Sum; SY = Square Yard; TON = U.S. Ton Company Name: h 1 if �l I ( — By: &q& Notes: 1. Pay items obtained from the Florida Department of Transportation (FDOT) Basis of Estimates (BOE) dated 2014. V-07 AdZa 74ve 2. Reference Specification Section 01025 Measurement and Payment for a detailed list of Bid Items. (ie /TWO K - 3. All areas disturbed by construction are to be restored to match existing to equal or better condition. f� � 4. The Contractor is to verify all quantities prior to BID. B14-06 Southwest Development Utility Improvements - Phase 1 00300-5. 7. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a Bidder that has not submitted the lowest Bid when, in Owner's sole and absolute discretion, it determines that action to be in its best interest. The terms used in this Invitation to Bid, which axe defined in the General Conditions and included as part of the Contract Documents, have the meanings assigned to them in the General Conditions, 8. The work shall be performed under a Florida Underground Utility or General Contractor license. Contract shall not be awarded unless proof of valid license(s) is provided. 9. It is understood that where quantities for unit price work have been presented on the Bid Form, they are approximate only and are solely for the purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis, described in the measurement and payment clauses in the specifications contained herein. 10. BASE BID - SCHEDULE OF MANUFACTURERS /SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder, agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents, in accordance with Article 10 of the Instructions to Bidders (Section 00100). The undersigned, as Bidder, also agrees that the Total Bid reflects the equipment and material supplied by one of the listed manufacturers /suppliers, by circling "A ", "B ", "C ", etc. If the Bidder desires to propose an alternate manufacturer /supplier, he may write in the name of such alternate in the substitution list included within this Bid Form, but he must, nevertheless, also circle one of the listed manufacturers /suppliers. If the proposed alternate manufacturer /supplier is determined "not equivalent" by the Engineer, the Bidder must furnish equipment and/or material items by the circled manufacturer /supplier. If the Bidder fails to indicate which listed manufacturer /supplier he intends to use if an alternate is rejected, he must use the manufacturer /supplier listed as "A," or such other listed manufacturer as the City may approve. Also, if the Bidder circled more than one listed manufacturer /supplier, he must use the first manufacturer /supplier circled (unless an alternate is approved). 11. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions, or "equal," items will not be considered until after the effective date of the Agreement and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as, additional field trips for the Engineer, additional redesign costs, additional review costs, etc. Other costs directly attributable to the change in manufacturers /suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If B14-06 Southwest Development Utility lmprove=nts -Phase 100300-8 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. 12. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Bid, in the judgment of the City, is the most responsive to the City' s needs. SCHEDULE OF BASE BID MANUFACTURERS /SUPPLIERS Specification Section and Equipment Item Manufacturer /Supplier 15050 — Process & Utility Piping, Fittings, Valves, and Accessories Fittings A. B. C. D. F. G. H. I. HDPE Pipe J �i1�} A. B. C. Union U.S. Pipe Nappeo American Tyler Trinity Valley Sigma EBAA Smith -Blair Plexco Driscopipe Lamson Vyion B 14 -06 Southwest Development Utility Improvements - Phase 1003 00-9 Valves (Plug and Check) B. Mueller (Check Valve only) C. Pratt O D. Milliken E. Dezurik PVC Pipe Valve Boxes Valve Pads Valve Markers Service Connections _--,j 1_r� Meter Valves/ Corporation Valves Q 4 , Polyethylene Pipe -- til 1,4- Trace Wire A.M &WClow A. CertainTeed B. Can-Tex C. North Star V J -M E. Capeo F. H &W Industries Tyler A Sigma �J Wagco A. Mueller A. Mueller A. EndoCore A. Kris -Tech SUBSTITUTION LIST Bidder offers the following substitutions and "equal" items. Deductible Amount* Equipment Spec Alternative (Indicate Whether Item or Section Manufacturer /Supplier Lump Sum or Material (List One Only) Unit Price) B14 -06 Southwest Development Utility Improvements - Phase 100300- 10 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.) 11 B14 -06 Southwest Development Utility Improvements - Phase 1003 00- Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Phone No.: Florida License No.: B14 -0b Southwest Development Utility Improvements - Phase 100300- 12 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 La-Z (Corporate Seal) UC 00 wdefWtultd , j (Corporation Fkmo_ (State of Incorporation) (Name of person authorized to sign) (Title) �qcn flam X� e/ - L&P- Plato F u gu t g��f T WL I (A S ignature) (0 P&A A)e- (filet P10601 a, 3 (Secretary) 1 At rjm� Attest Business address: (0 p� Palo PICIg *ekwe_ F7,133sf PhoneNo.: Corporation President: Florida License No.: 9V B14-06 Southwest Development Utility Improvements - Phase 1 00300- 13 Strike out (X) non - applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE C Business Address: Phone No.: Florida License No.: (Name) (Address) (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: B14-06 Southwest Development Utility Improvements -Phase 100300- 14 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Surety's Address: V . WWWye wd c5wWr o 14. Name and address of Surety's resident agent for service of process in Florida: B14-06 Southwest Development Utility Improvements -Phase 100300- 15 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS I HEREBY CERTJ 'Y that a meeting of the Board of Directors of 60 a corporation under ontractor's Corporate ame) the laws of the State of P r7da, , held on theX day of k 4Q1 , jt 2014, the following resolution was duly passed and adopted: L "RESOLVED, tha (si ature of individual) (typed name of individual) as _ of the corporation, is hereby authorized to execute and all documents required to be signed by an officer of the Corporation in order to submit a valid bid, contract and bond for CITY OF OCOEE B14 -06 Southwest Development Utility Improvements - Phase 1 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 FARTHER CERTIFY that said resolution is now in full force and effect. IN WITNS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day wfeM 14. (CORPORATE SE L) -- (Corporate Secretary) STATE OF CITY C - �j / U S1617 p/a The foregoing instrument was aclrnowl e cfrWi i ay ol0'; ►2014 by[ 19 (name of ffi ocer or agent, title of officer or ag o A n e of corporation a a (state or place of incorporation) corporation, on behalf of the corporation. He /She is personally known to me or has produced identification _ (type of identification) as identification and did/did not take an oath. , 70 y� (Nothy Public) My Commission Expires: _ END OF SECTION ' SHIRLEY G. MC1AINNS „ M EXY GOMMISSION N EE175388 PIRES March 04, tole 94" 53 B14 -06 Southwest Development Utility Improvements - Phase 1003 00- 16 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his /her company and the B14 -06 Southwest Development Utility Improvements — Phase 1 Project. DATE: PROJECT IDENTIFICATION: City of Ocoee B14 -06 Southwest Development Utility Improvements - Phase 1 NAME OF BIDDER: an BUSINESS ADDRESS: TELEPHONE NO.: 'i�D� EMAIL3p w CONTRACTOR'S FLORIDA LICENSE NO. �,G /c The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. How many years has your organization been in business as a General Contractor? 2. Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the =proposed? 1 i0 3. Have you ever failed to complete work awarded to you? If so, where and why? Nt7 4. Name three (3) municipalities for which you have performed similar work and contact person: IL � �✓ �►-r� x - - h u 'SOVS C��3� 585� 35�� o' �Omnv ' 'U _ v c /�94 F o ., -- Mi . r1e — 6 Mrffau� ✓� �SU�, t3) y B14 -06 Southwest Development Utility Improvements - Phase 1 00301 -1 S, Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed solutions? S G i �s hie 6. Will you Subcontract any part of this Work? if so, describe which portions and the percentage of the project: Lks ,of s 7. What equipment do you plan on using to complete the Work? 8. State the true and exact, correct, and complete name under which you do business. MM B14 -06 Southwest Development Utility Improvements - Phase 1 00301 -2 SECTION 00301 -A SUBCONTRACTOR & SUPPLIER LIST Will your firm be doing all the Work with your own forces? Yes No ✓ (Check yes only if no subcontracting opportunities exist. If you will be doing portions of the Work with your own forces, list these areas and approximate dollar amount allocated for this Work. List suppliers). List all proposed subcontractors and suppliers to be used to include company names, contractor license number, contact, addresses, phone numbers, type of work subcontracted (trade /commodity), and dollar amount of work. Provide all information requested. Use additional sheets if necessary. Submit Update Subcontractor /Supplier List with each progress payment requested. Submit Final Subcontractor /Supplier List with Final Payment Request. 6 WORK TO BE PERFORMED (TRADE) OR COMMODITY ESTIMATED TO BE SUPP DOLLAR AMOUNT P40- Zq2kQ _ /0 �6D her 77 Z END OF SECTION COMPANY NAME, CONTACT ADDRESS, PHONE NUMBER B 14 -06 Southwest Development Utility Improvements - Phase 1 00301 -A -1 SECTION 00302 COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90 -96, LAWS OF FLORIDA) Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act are included in the various items of the bid and in the Lump Sum Total Bid Price shown in Section 00300 - Bid Form, "Schedule of Bid Items ". For informational purposes only, the bidder is required to further identify these costs in the summary below. Trench Safety Measure (Description) Unit of Measure (LF, SY) Unit (Quantity) Unit Cost Extended Cost A � 5o Lt= $ B $ $ C $ $ D $ $ TOTAL $ BIDDER: e SIGNED: a FL 33qsa S �:f e v � � v� Co Y�� ✓c��;on , BY: � 0(r It!Wt2t (Print or type name) TITLE: - Peen() ,eq DATE: � o / /�' THIS IS NOT A PAY ITEM: The purpose of this form is to gather information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs and included them in the Lump Sum Total Bid price. Contractor will not receive additional payment if actual quantities differ from those estimated or if the Contractor uses a safety measure different than those listed. (Failure to Complete This Form May Result in the Bid Being Declared Non - Responsive.) END OF SECTION B I4 -06 Southwest Development Utility Improvements - Phase 1 00302 -1 SECTION 00303 DRUG -FREE WORKPLACE CERTIFICATION IDENTICAL TIE BIDS: Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quantity, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program (Florida Statutes Section 287.037). In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection, (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or 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 (S) 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. B 14 -06 Southwest Development Utility Improvements - Phase 1 00303 -1 As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidd er: ✓< / t/i ac I ign_Z a_1 $rint or Type Name) ao PI cl_ Ave �-o T-4A e_' d , F t_ 3 Asa s �. e F1 -0 v�dO- Title: EV-guim -4- Date: rla(p� /7 END OF SECTION B 14 -06 Southwest Development Utility Improvements - Phase 1 00303 -2 SECTION 00410 Bond No. 3225366 BID BOND Bidder shell provide the Cily with a Did Bond in The amount of five percent (5%) of the contract bid. KNOW ALL MBN By'rMSE that we, the undersigned,, Go Unde rground U tilities, LLC _- -.-- _... -- as Principal, and Bankers Ins Co m_ pant -_ _... — us Smety, ate hereby held and firmly hound unto the City of Ocoee, Florida, as Owner. in the pentd sum of, (5 percent of the Contract Bid) a Nineteen thousand five hundred and n o/100 �$19,5 00.00) (written amount in dollnrs nrtd rents) for the payment of which, well and truly to be made, we hereby ,jourtty and severally hind ourselves, successors and assigns. 22nd August Id Signed, this— day of— 20 The Condition of lbr above obligation is such Thal whereas the Principal has submitted to the City of Ocoee, Florida a cerinin Bid,, atutched hereto and fimby made a part hereof to enter into a contract in writing, for tfic f'wjcct: "W11 --06 6outh v_icst IJc��cf�pment ,>^T[ilrt - P]ttis <> l ", NOW T1r RIsFORr; Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successotr n<td assigns to pay to Owner upon defmot of Bidder any datnnges, costs, or expanse :a. inchiding altorrley'S Peas, incm 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 fortli on the face of this Bond, Default of Bidder shall occtu' upon the failure of bidder to deliver within the time rtquiMe l by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreomerd required by the Bidd* Documents and any performance and pnymont bonds required by the Ridding Doctuuents and Contract Qoeaments. 3. '1'ttis obligation shall be null and void if. 3.1 Owner accepts Biddor's bid Ned 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 (lie Bidding; Documents and any performance and payment bonds required by the Bidding Dacwnents and Conmwt Documents, or 1314-06 Souihwcs� Dnvetepmcnf Cltiaty lmprovromants • Phroe 1 00410 -1 3.2 All bids. are rejected by Owner, or 3.3 Owner fails to issue a Notice of talent to AwRrd to Bidder within ninety (90) days from the time and date fixed for (he opening of Buts (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by ptufagraph 5 hereot). 4. Payment under this }fond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Sorely ofwrilten notice of dofauh from Owner, which notice will be given Mth reasonabte promptn¢ss, identifying this Bond acid the Project and inetuding a statetuent of tic amount duc. 5. Surc y waives notice of and any and all defenses based on or arising out of rwy lime 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, b. No suit or action shall be cornmencarl under this bond prior to 30 calendar days aflor Oro notice of default requircd in pnrngraph 4 above is received by Bidder and Surety and in no case later thun one yonr after Did Due Datc. T Any suit or ac ;wi nnxler tNl Bond shad be conirncnwd anty in to Mir! nC aompeten? jurisdiction located in the state in which the Project is loented. 8. Notices required hereunder shop be in writing Will sent ro Bidder and Surety nt their a•ospcctive addrnsscr, showu an the Face of this Bond. Such notices may bc sent by pt isonid delivery, commercial courier or by United States Rcglstared or Certified Mail, return receipt requested, postal o,, pre -paid, aad shall be deemed to be effective upon,erupt by the Party corn;erned. 9. Surety shall cause to be attached to rids Bond, a current and effbcdve Power of Attorney evidencing file authority of tlac 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. '17,is bond is intended to conform to rill applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall Ix; decmed to h included herein as if set forth at lenEtlr, If any provision of this ]loud cottflicls wilt, any applicable provision of fury applicable statute, then tho provision of said statute shall govern and the remainder of this Bond that i, not in conflict therewith shall continue in full force and effect. it. 'ncc term 'bid" as used hcr6ra includes a bid, uffcr, or proposal trs applicable. 1114 -M Smdhwcst Drvoloplacnt UJII[ y Irnprovrnncats - i'hASC I 00410 -2 �— If Bidd is C ORPORATION , Go Under ground Utilities, LLC camglete tl's signature block. (I) (Witness) (Corporation Name) Fl orida . _ _ (2) (Slate ofincorporation) Vitness) (Name, of)'erson At gmdzed to Sign -,Sea Notc 1) (SEAL) (Title) — (Authorized Signaterc) I � — Presi(jent) I (Corporation 407 Plaza Avenue Lak Placid, FL 33852 j (Itnsiness Address) I 863 - 699 - 6699 I olul hono No.) ( L icansc No. ZY! t) 14•{16 SOIlit,k'Cdt t>.veio l'!ilitY fmprOVCntenla - Ph;a:e I 00410 -5 Witness[ (If agency is not a Corporetio Bankers Insurance Company (Surety Business Name) t) 1 1101 Roosevelt Blvd N., St. Petersburg, FL 337t6 (P ipa! Ylacu ofB ) (Witless) By: (surety Agent's Signn lure I See.. [Vole(/ Andr J. M H aight (surety Agent':; Nnmu) A ttorney -in -fact (Soruty Agent's Title) C.C.I. Surety, Inc, (Buslncss Numb of Locn) Agent fbr Surety) 1408 N. Weslshow Blvd„ Suits 120, Tampa, FL 33607 Attest_ (I1' (f'o porato Jeremy C rawford (Coryxtrale Secuttary Nniva) (Coa seat) (Business Address) 8I3- 443 -2174 322 4 ( Telephone No.) (Ba nd No ) NOTES: (1) Complete -tint] attach "Corporate ,Authority to Bzecute 1:)ocnmens" if exalted by tiny CA Wrale employee other than pr Mdenl or vice-presidonI. (2) Complete and attach a certified copy of "Power- of-Altorney" prepared by surety appointing iodividua! "Alforney -in -Fact" t'or exmution of Bid Mond on behntf of Surety and corresponding nottvized "Ahorwy -in- fact ". (3) Ahovo addresses are (n he used far given, required notice. (4) Any singular mfetcnce to Bidder, Surety, Qwrer or other party shall be considered plural where ;tpplienhle, (.5) Surety companies executing bonds must appear on the 1`rtasury DcparlmanPs most current list (Circular 570 as mnended) and be authorized to transact business in the state where die project is IOCaterl. Uld -06 Sonth —'I Utility Imp;0vements • 1'ham 1 00410 -6 ATTORNEY -IN -FACT AFFIDAVIT STA'1'H OR COMMONWEALm OF Fl orida ) C0jjN1 Olt C1Ty OF Hillsborough Before me, n Notary Public, personally came _Andrea J. Michael H aight known In me, fund known to be the AI torney - in - Fact of Beakers Insurance Corn ap ny rr — - - - - - -- — Corporation, which (Surety CA)nipany) (`;ha(e) executed the annched bond ns surety, who deposed and :aid that his signature, and (lie corporate seal of said Banker Insura Comp any_ Nvere allixed by ogler and authority of said Company's Board of Directors, (Surety Company) Bankers Insurance Company roil that the execulitm ofthe attached bond it; the free act and decd of (Surety Company) Givull under my hand and seal Ibis 22nd._.,...- -- ' lay of August 2t)i4_ ottrry Public) ivly Coutnrission Expires June 20, 2017 END OF SECTION 11 i4 -06 SuntMruvt IJ c' It' proem Utility Imprvecmrms Phose 1 0041(1 -7 . ire •. JESSICA EVANS My COMMISSION #FF029782 EXPIRES June 20. 2017 (407) 398 - 0157 F10rfdaN61ary5ervice.com ottrry Public) ivly Coutnrission Expires June 20, 2017 END OF SECTION 11 i4 -06 SuntMruvt IJ c' It' proem Utility Imprvecmrms Phose 1 0041(1 -7 Power of Attorney 3225386 Bankers Insurance Company KNOW ALL MEN BY THESE PRESENTS, that BANKERS INSURANCE COMPANY, a corporation duly organized under the laws of the State of Florida, and having its principal office in the City of St. Petersburg, Pinellas County, Florida, does hereby nominate, constitute and appoint: * Andrea J. Michael Haight and /or Brad Quid * of the City of Tampa , Hillsborough County, State of Florida , its true and lawful Attorney -in -fact, with full power and authority hereby conferred upon him /her to make, execute, seal and deliver for and on its behalf, as Surety, as its act and deed, any and all bonds, undertakings consent or Agreement not exceeding the sum of Three Million and xx/100 Dollars------------------ - - - - -- $3,000,000.00 which this Company may be authorized to write. This Power of Attorney is granted and is signed and sealed under and by the authority of the following resolutions adopted by the Board of Directors of Bankers Insurance Company, and now in force to -wit: BE IT RESOLVED, that the Chairman of the Board, President and any Vice President of the Corporation are hereby authorized to execute Powers of Attorney, qualifying the Attorney(s) -in -Fact named in the Powers of Attorney to execute, on behalf of the Corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the Corporation are hereby authorized to attest the execution of any such Power of Attorney. BE IT FURTHER RESOLVED, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, any and such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, Bankers Insurance Company has caused these presents to be executed by their duly authorized officers as of this 4' day of April 2013 fNSUORANC ATTEST: BANKERS COMPANY Ian Barber, Assistant Secretary Wilbur L. Martin IV, President STATE OF FLORIDA ) COUNTY OF PINELLAS ) The foregoing instrument was acknowledged before me 4th day of P�=I, 2013 by Wilbur L. Martin IV and Ian Barber, as President and Assistant Secretary, respectively, of Bankers Insurance Company, a Florida corporation, on behalf of the corporation. Personally X _ OR Produced Identification - Type of identification Provided (SEAL) (NOTARY PUBLIC) I, the undersigned, Assistant Secretary of Bankers Insurance Company do hereby certify that the original Power of Attorney, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affix the corporate seal of the Corporation this _ Q nd_ day of 20 (SEAL) Ian Barber, Assistant Secretary " *SBA *" SBA' ** SBA *" SBA" *SBA "'SBA* *'SBA "'SBA' *'SBA' *'SBA* "SBA "* SBA'" SBA ** *SBA ** *SBA* "SBA "'SBA "'SBA '' SECTION 00480 NON - COLLUSION AFFIDAVIT STATE OF rkLj jj0, ) COUNTY OF r umo ' Ll f , being first duly swore deposes and says: I He (it) is the U C GO U41 s (C (Owner, Partner, Office, Representative or Agent) of n , 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 llmt� Title: Prey &*& t4b r1 Pl o za_ 14v 1✓ 38sz sl-a_-e o f Z00 ' B 14 -06 Southwest Development Utility Improvements - Phase I 00480 -1 Sworn and subscribed to before me this day of L4S�' , 2014, in the State of County of 41�s Notary Public My Commission Expires: j 8HIRLEY G. MCMINNS EE1753gg EXPIRES Mwh 04, 2016 407 xf 9orvlca com END OF SECTION B 14 -06 Southwest Development Utility Improvements - Phase I 00480 -2 SECTION 00481 CERTIFICATION OF NONSEGREGATED FACILITIES The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is pre ed in 18 U.S.C. 10 1. J Date 2� , 20&. By: kOP.yJa (Title) Official Address (including Zip Code): 40q PP2& *evute fibbd , Ff- 33Ws� <- C o 5�- maned gora4 ovi Florid o- B14 -06 Southwest Development Utility Improvements - Phase 1 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION 00481 -1 B 14 -06 Southwest Development Utility Improvements - Phase I SECTION 00482 (Page I of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Ocoee, Florida by by (Print individual's Name & Title) whose business address is yD I P126W X�Ehug, 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. 1 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(l)(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 B 14 -06 Southwest Development Utility Improvements - Phase 1 00482 -1 market value under an arm's Iength agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" 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 entit submit this sworn statement or one or more of its officers d ire c to r s, _ ty g cto s, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. _The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. _The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Please attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR T11AT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH" �j l y _. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC EN TTY PR10R TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. B 14 -06 Southwest Development Utility Improvements - Phase 1 00482 -2 a r�� �- P10 z� AVe- Si afore) L-o u e 1:� 'd 33Q5 Date: Royid&— 60 akdeowaild- wjch6'� � � 11f, e of Bidder (Contractor) STATE OF 1q0 6A COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, 6i wfijo- - r/ h'1 C�'1 who, after first being sworn by me, ame of Individual Signing) , ixvd his /her signature in the place provided above on this 2.(v day of �Lj ti , 204 Notary Public My Commission Expires: I SHIRLEY G, MCA MY COMMISSION # EE175,M END OF SECTION ' , EXPIRES March 04. 2D19 B14-06 Southwest Development Utility Improvements - Phase 1 00482 -3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and /or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (FOE) 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 zi& have/ Aave 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 w4retai h certificat ions in my files. Date L ?.� , 20 H_, By re of Authorized Official);,2 T/{ (Name of Pro ective Construction Contractor or Subcontractor) qb 7 Am P ake P_ Lid Pz L &5 -- (Address of Prospective Construction Contractor or Subcontractor) (Telephone Number) (Employer Identification Number) �4��e 0 V) 0- 0 V- ca D F10V" dc� I STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION z CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399 -0783 TILLMAN, CRAYTON DAVID GO UNDERGROUND UTILITIES, LLC P0 BOX 313 LAKE PLACID FL 33853 Congratulations! With this license you become one o he nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, pease log onto www.myfioridalicense.com, There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE (850) 487 -1395 s . -• N. TILLfAN, C GO'UNDERG r /',,IS CERTLFIED untler the- provisions of Ch.489 - -FS F pyatlwI d gto : AUG al, 2010 L1407160001750 RIC SCOTT, GOVERNOR K EN LAW SECRETARY STATE OF DEPAR�IIf�ENT OFBUSIESS AND PRdFES310NAC .REGULATION.. z tsONSTRU,CTI �INDt1STRY L`ICf�SING BOARD f U'czzasss Tb e:UN D F RGROUND;U_T.ILITY &: EXCAVATION` NaM6d below IS-OERTIFIEp - lTnder'the :provisD�s of�Clapter FS. -� .�"'��"'"` °`"`'" - E�ipiratlon elate AUG - 31 20 C6 r _ p p T1LI:MN, CRAYSON Dl1% - GO U 4DER -G9p.DND �`" L.Akk I AGiD ..._..__ --1 nv nn -1 1 nnrn rni I nlnf nrA. AA , 4 A/17A CRl1!\'1C/1 t Underground Utilities, LLC Equipment List 1.) 2.) 3.) 4.) 5.) 6.) 7,) 8.) 9.) 10.) 11.) 12.) 13.) 14.) 15.) 16.) 17.) 18.) 19.) 20.) 21.) 22.). 23.) 24.) 25.) 2009 Ford F350 extended cab pickup truck 2002 Ford F350 Crew Cab truck /w utility enclosure 1FDWW37E02EB47957 2001 Ford F350 Crew Truck 1FDWF37L01EB15210 2005 Ford F450 Crew Cab truck/ w utility enclosure 1FDXX47P45EA81756 2005 Ford F450 Crew Cab truck/ w utility enclosure 1FDXX47P75EB84847 1999 Ford Explorer 1994 Water Truck 1FDXR82E2RVA21522 7610 John Deer Tractor 2005 Pilgrim travel trailer (crew lodging) 36 x 50 Vermeer HDD VIN # 1VRT11062Y1000334 2011 John Deer 333 Track Loader Skidster w /pallet forks 1T0333DMTBO195289 135 Excavator 2061/ IRDO trailer Leeboy 8500 asphalt paver Leeboy 420 traffic Roller Dyna Pak double drum roller Welipoint System 2 Compactors Access to two dump trucks water trailer 5FEH25231C0O3801 3 - Equipment Trailer Vacuum Trailer Dump Trailer McElroy Fusion Machine John Deere 85D Excavator Phone: (863699 -6699 407 Plaza Ave. Lake Placid, Florida 33852 Crayton D. Tillman Qualifications Independent designer and engineer of various large machinery/equipment; including a solar water heating system (resulting in a net savings for company of $192,000.00 annually) 1998- present: Superintendent for underground utility Companies. Job responsibilities included but not limited to: Organizing and planning day to day activities for all crews simultaneously working in different areas of the state, rental /lease of equipment and supervision of delivery of equipment for different projects, employee relations including payroll, bonuses and raises, estimating, bidding and attending bid openings for new projects, preparation of payment requests, day to day relations with inspectors and engineers. Experience Project City of Mount Dora PO Box 176 Mount Dora, FL 32756 Mike Tibble - Mittauer (904) 278 -0030 Scope of Work Contract Price CDBG 13 NR Water Main Replace. $697,000 9,200 LF of 12" PVC water main including all related fittings, valves, tapes, service reconnections and restoration. City of Avon Park Water Main Improvements $751,069 110 Main Street 10,107 LF of 8" water main Avon Park, FL 33825 and 7,788 LF of 10" water main Maurice Formaz- Envisors (863) 585 -3507 Okeechobee County SW 21 Street Drainage Improve $483,893 304 NW 2'd Street installation of 37 drainage structures Okeechobee, FL 34972 2042 LF storm pipe, swale re- grading (863) 763 -4458 Utility conflicts and canal modifications City Of Moore Haven CDBG Water Main Replacement $477,000 299 Riverside Drive 5000 LF of 3" water main, 8000 LF Moore Haven, FL 33471 of 6" water main, 200 LF of 8" (863) 946 -0711 water main City of Winter Haven Lift Station 309 $30,200 401 6'h Street SW Winter Haven, FL 33880 (863) 291 -5664 Charlotte County 12" Force Main $233,302 Ingraham Blvd 18500 Murdock Circle Port Charlotte, FL 33948 Central County Water Control Canals 7 & 8 Riverside $77,001 District Replace culverts and headwalls 475 S. Cabbage Palm Street Clewiston, FL 33440 (863) 983 -5797 Belle Glade Strom Drain, Oil Separator $ 250,000 Dept. Of Public Works Larry Peters, Director 110 Dr. Martin Luther King Jr. Blvd West Belie Glade, FL 33430 -3900 561.996.0100 DeSoto County Master Lift Station $ 470,000 201 E. Oak Street Arcadia, FL 34266 Town Of Lake Placid Reuse Water Main $ 240,000 Gary Freeman 10,000 FT 311 W. Interlake Blvd (863) 699 -3747 Charlotte County 18500 Murdock, Circle Como Street Water Main $240,000 Port Charlotte, FL 33948 3 8' 1,608' DR11 water main (941) 743 -1378 7 Meter Station Assemblies City of Sebring Marriott Hotel Tubbs Road 2,010— 10" Gravity S $327,500 1,260 — 6" Force Main 368 S. Commerce Ave Sebring, FL 33870 The City of Bartow Water Main Extension 2,730 — 12" Water Main $187,940 450 N. Wilson Ave. Bartow, FL 33830 The City of Labelle 933'— 8" sanitary Sewer $499,992 Commerce Center If 430'— 6" Water Main Cowboy Way Sewer & Main PO Box 458 Labelle, FL 33975 The City of Arcadia Arcadia Reclaimed 1,350'— 4" water main $696,036 Water Main Extension 4,500'— 6" water main 1,000'— 8" water main PO Box 351 7 Meter Station Assemblies Arcadia, FL 34265 The City of Sebring 3,300'— 12" water drain $267,500 Bramblewood Water Sub - division water and Main Extension storm distribution system 368 S. Commerce Ave Sebring, FL 33870 City of Frostproof 26,000' lateral sewer $850,000 Frostproof Sanitary Sewer PO Box 308 Frostproof, FL 33843 City of Frostproof Emergency sewer line $120,000 Frostproof Emergency PO Box 308 Frostproof, FL 33843 -0308 Charlotte County Utilities 2,580'— 10' water main Cape Haze Main Expansion $158,995.79 18500 Murdock Circle Port Charlotte, FL 33948 Highlands County Board of Alum storm treatment plant $161,000 County Commissioners Robert Diefendorf Little Lake Jackson Plant 505 S. Commerce Ave Sebring, FL 33870 Moss Hammock Sub - Division Storm Distribution System $150,000 Hammock Road Sebring, FL 33875 City of Fort Meade North Palmetto Project 2,000'— road paving South Lime Project 2,400'— road paving $158,000 521 N.W. 4 " Street Fort Mead, FL 33841 Education Contractor and Underground Utility Certification Course Underground Utility License No. CUC1223965 Accounting, insurance and Legal Courses DBPR - TILLMAN, CRAYTON DAVID; Doing Business As: GO UNDERGROUND I1... Page 1 of 1 340:59 PM 8/27/2014 Licensee Details Licensee Information Name: TILLMAN, CRAYTON DAVID (Primary Name) GO UNDERGROUND UTILITIES, LLC (Dill Name) Main Address: P O BOX 313 LAKE PLACID Florida 33853 County: HIGHLANDS License Mailing: LicenseLocation: License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1223965 Status: Current,Active Licensure Date: 06/02/2004 Expires: 08/31/2016 Special Qualifications Qualification Effective Construction Business 03/13/2012 View Related License Information View License Complaint 1940 Nor Mo nroe_St reet , Tallah FL 32399 Einail: Custo C ontact Center :: Customer contact Center: 850.487.1.395 The State of Florida is an AA /EEO employer. Conyrlght 2007 -2010 State of Florida. privy v Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public- records request, do not send electronic mail to this entity. Instead, contact the office by phone of by h aditional mall. Tf you have any questions, please contact 850.487,1395. 'Pur'suant to Section 455.215(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter455, F.S. roust provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, piease provide the Depaitment with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. https: / /w coin /LicenseDetail.asp?SID &id= SEAB5D066D5738C248... 8/27/2014 Licensing Portal - View Public Complaints Page I of 1 3 :41 :13 PM 812712014 Complaint Details Below is a listing of public complaints regarding the person or entity selected. This may not reflect all public complaints filed with the Department; for example, all complaints against Community Association Managers (CAMS) are available to the public, regardless of whether any appear below, and may be requested directly from the Department. The Department is also precluded from disclosing any complaints which are confidential pursuant to Florida Statutes. If you would like a full list of public complaints against an individual or entity or to make a public records request for complaints listed please visit our Pu Rec page, You can search for public records pertaining to unlicensed activity complaints through an additional database by visiting our Search Unlicensed Activity Complaints page For more information about CAM complaints, please visit the CAMS page Name: Number Class Incident Status Disposition Disposition Discipline Date Date Date - Description 1940 North Monroe S tree t Tallahassee FL 32399 :: finail: Customer Contact Center :: Customer Contact Center: 850A87.1395 The State of Florida i, an AA/EEO employer. Copyright 20 -2010 State of Florlda. Prlvac Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public- records request, do not send electronlc mall to this entity, Instead, contact the office by phone or by traditional mail. It you have any questions, please contact 850.407.1395. 'Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with ao email address if they have one. The ernails provided may be used For ofricial communication with the licensee. However ernail addresses are puhlic record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public- Please see our Cha 455 page to determine If you are affected by this cha https:// www. myfloridalicense .com /viewcomplaint .asp ?SID— &Iicid 2476994 8/27/2014 Detail by FEI/EIN Number Detail by FEI /EIN Number Florida Limited Liabilitv Compan GO UNDERGROUND UTILITIES, LLC Filing Information Document Number FEIIEIN Number Date Filed State Status Effective Date Principal Address 407 PLAZA AVENUE LAKE PLACID, FL 33852 UN Changed: 01/11/2012 Mailing Address 407 PLAZA AVENUE LAKE PLACID, FL 33852 UN Changed: 01/11/2012 L11000124789 453687229 11/01/2011 FL ACTIVE 10/27/2011 Registered Agent Name & Address MCMINNS, SHIRLEY G 502 N. IRVINGTON RD. AVON PARK, FL 33825 Authorized Person(s) Detail Name & Address Title MGRM TILLMAN, EUGENIA S PO BOX 313 LAKE PLACID, FL 33852 Title MGRM TILLMAN, JOE D PO BOX 313AVENUE LAKE PLACID, FL 33852 UN Page I of 2 http: Ilse arch. sunbiz.org /inquiry /C orp oration Search /SearctiResuhDetaiUFeiNumber /flat- 111... 8/27/2014 Detail by FEVEIN Number Title MGR TILLMAN, CRAYTON D 407 PLAZA AVENUE LAKE PLACID, FL 33852 Title MGR MCMINNS, SHIRLEY G 407 PLAZA AVENUE LAKE PLACID, FL 33852 Annual Reports Report Year Filed Date 2012 01/11/2012 2013 02/04/2013 2014 01/16/2014 Document Images 01/16/2014 -- ANNUAL REPORT View image In PDF format 02/04/2013 - ANNUAL REPORT View image in PDF form 01/11/2012 - ANNUAL REPORT View image in PDF format 11/01/2011 -- Florida Limited Liability View image in PDF format conytight c and p rivacy Policies State of HoiIda, DeVarhnent of State Page 2 of 2 hitp:H search. sunbiz. org/ Inquiiy/ CorporationSearch /SearchResultDetail /FeiNumber /flat 111 ... 8/27/2014