Loading...
Item #04 Approval to Award Bid #B18-01 Flewelling Avenue Stormwater Treatment System Project I\ JP ocoee florid a AGENDA ITEM COVER SHEET Meeting Date: January 16, 2018 Item # y Reviewed By: Contact Name: Joyce Tolbert ActingFinance Director: 0' /' $ `!''.0 Contact Number: 1516 City Manager: /1 /- Subject: Award of B18-01 Flewelling Avenue Stormwater Treatment System Project Background Summary: The City of Ocoee, Florida(City) solicited bids from qualified contractors for furnishing, delivering, and installing all materials, equipment, incidentals, and services, including all labor for the work to construct the Flewelling Avenue Stormwater Treatment System Project. This project primarily consists of the installation of a Nutrient Separator Baffle Box with required pipe connections for positive drainage to Spring Lake. The project location of the baffle box and appurtenances is at the dead end of Flewelling Avenue. Pipe diameters including 24-inch, 30- inch, 42-inch, 48-inch and 54-inch will be required to drain the system down to the lake and direct connection into the lake. In addition, the project shall include removal of existing drainage structures, roadway reconstruction, removal and replacement of driveways and curb, sidewalk, and sodding and other restoration as may be required. The bid was publicly advertised on November 19, 2017, and opened on December 12, 2017. There were a total of three (3) bids received ranging from $328,412.00 to $597,980.00. All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed the bids received and all were considered responsive. Staff recommends awarding the bid to Sanpik, Inc. for $328,412.00 as the most responsive and responsible bidder, per the attached recommendation from Richard Campanale, City Engineer. The table below is a listing of the bids received. Bidder Total Bid 1. Sanpik, Inc. $328,412.00 2. Gregori Construction, Inc. $410,815.00 3. Cathcart Construction Co. FL, LLC $597,980.00 Issue: Should the City Commission award the bid for the Flewelling Avenue Stormwater Treatment System Project to Sanpik, Inc., as recommended by the City Engineer? Recommendations: Staff recommends that the City Commission award Bid #B18-01 Flewelling Avenue Stormwater Treatment System Project to Sanpik, Inc. in the amount of$328,412.00 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 City Engineer 3. Sanpik Bid 4. Invitation to Bid#B18-01 5. Addendum 1 6. Plan Sheets Financial Impact: There is $275,000.00 available in the Flewelling Stormwater project (Job #32326). This was funded in the budget as follows FY 14/15 $200,000 and FY 15/16 $75,000.00. It is anticipated an increase of$100,000 will be funded from the FY17/18 budget in miscellaneous stormwater projects to cover the remaining cost of the bid and any change orders and/or expenses incurred by the project. Type of Item: (please mark with an "x") Public Hearing For Clerk's Dept Use: Ordinance First Reading V 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 f N/A Reviewed by Finance Dept. N/A Reviewed by ( ) 1 N/A 2 Ocoee Public Works Team Oc ocoee florida Mayor MEMORANDUM improving a greet community Rusty Johnson Commissioners Date: January 4, 2018 John Grogan District 1 To: Joyce Tolbert, Purchasing Agent Rosemary 1Mlsen District 2 Richard Fkstner From: Richard Campanale, P.E., 11 l2016 District 3 City Engineer Joel F.Keller District 4 RE: Contract Award Recommendation BID #B18-01 Flewelling Avenue Stormwater Treatment System • City Manager Project Robert D.Frank Public Works recommends award of the Flewelling Avenue Stormwater Treatment System Project BID #B18-01 to the lowest responsive bidder, SanPik, Inc. of Sanford, Florida, in the amount of $328,412.00. The City received three responsive bids from contractors. The City has a positive history of contracting with SanPik, Inc. on numerous projects including utility and roadway projects previous months. The project will be funded from budget years including FY14/15 ($200,000), FY15/16 ($75,000) and current budget year FY17/18 ($200,000) miscellaneous stormwater projects. It is anticipated an increase of $100,000 will be funded from the FY17/18 budget to cover the remaining cost of the bid and any change orders and/or expenses incurred by the project. The Flewelling Avenue Stormwater Treatment System will provide upgraded stormwater treatment in-line with current standards through the addition of a new second generation baffle box and strainers to capture pollution prior to discharging directly into Spring Lake. The project is located in the Wekiva River Basin area. City of Ocoee•301 Maguire Road•Ocoee,Florida 34761 Phone: (407) 905-3170•www.ocoee.org m O o ` v' c 7 c a G''" CN c ro V C C Q c an d '71 n.. a.'. �1 2 rn m n r ro 3p nrn m D m G .1'„:, W N O A C7 lD m d y d m C 3' m O �' �' c. d • g . 3 - 3 : 3 . 3 O 0 ' � 3x < 3 O c 7? O n - A - m < Sy_ m O f oo ro '-"g"' ro ro`'-;:,-'4.. 4 7 w -3 w _ rn � ro �. S ,a'�.d s �-'J z � � .^�^. v n � » 'n� o � °� '1 _ c w n `; a`, a`- v`, a 2. a o S a r a a v� c y o c n O y - z. �. _ ' q^o�o $ z m co c m m 2 2 2 c. c w m y rt 2 7y. - `n u v a C) o o c m Q x m n �' T [n w 2. ,'<°- v w s f') » o » m tr:Z 3 rn w E. f' m c m = _ = a C) C) ' (.9" ) rn .-' 2, c P 'o m g 3 m m ^�' l' r r f; f] o Y'1 `i9 's7 m » c T v n Q nF ° w n E o 0 0 » 'c 0 O O i - c V 2 s .°, m w , y' o O y ry rt m m m .j ^3 ^7 Z ^ C1 n r m p, n m a C C C C n = m m '-g N m o n 3 C 3 0. _ .-7 c c c c c "1 m y 2 # Cr ro N R N N A N C7 » - o ^ G N 2 co ET y w y y F.,' ceo °0 c o w w H H H c E c o m m' nrn v c a 3 r 3a N r _ r o o o W N NO N P A O O N O O H o o .J u y O O D M NN z o N m N N N iM H N O O O O lN N N O NO NO 0Al H V J• y -0 CO NS O o O O O G G G ONNMWNO ,, TE, 8 8 8 p m 4E. 015N NOO OOOOOOOOO O O o O O O oO OOCna ' cND1O 0 O o O o 0 0 0 0 o O o O o 0 O O O O o O 0 0 o m t m t 17o 3V�W f 0 y m O C N n d 2 D ON N( to N NNNNONO N N It N A W O O O rW A O A N+ W C OO OO O O _. A OOJ (lo oGOOO9 rg mi0 ApC0 G O O- O O NOA O O OO OO O 0 O O O O O O0 O A 'Ji3Z0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m A' m D u". N �j N z G) m X N a X' m A ti t�' Z O N N O W N O o N o N W A W A N U O co o O _ �. y O " a ° ° " ' O O O O O O O (l' O N J O O O o b> 0 0 0 o 8 8 8 8 o 0 o 8 o c o 0 0 0 0 o m m t7 cn o <n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m D a o N » m 4, m m A, `m 82 3 8a xi N j p - N N > N 0 N N N Cm NN N CD N N n n A N r 0 O OP O O W W Ce ,73 W A tD W W N A m V tNi� N C G J <!' N A T C J N C A C' 8 A N 8 A O O fT G 8 n M gal o O o 0 o O O 0 0 0 0 0 0 0 o 0 0 0 Cr.NO 0 0 0 0 O O O O O O O O O O O O 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m � # {� � NA Surety Group,LLC 941.W.Morse Blvd.,Suite 100 Winter Park,FL 32789 J 'rel(321)800-6594 f ar(407)2614-8321 C A Surety Group 1VWNS)casurety.conl Potlnia in,eor,urnp... December 13, 2017 City of Ocoee Attention: Joyce Tolbert, CPPB 150 N. Lakeshore Drive Ocoee, FL 34761 RE: Authority to Replace First Page of Bid Bond Principal: SanPik, Inc. Project: 818-01 Flewelling Avenue Stormwater Treatment System Project Dear Ms. Tolbert, Please take this letter as authorization from the surety company to replace the original first page of the bid bond for the above referenced project, with the corrected first page of the bid bond. If you have any questions or concerns, please do not hesitate to contact me. Sincerely, WESTERN SURETY COMPANY 1222 : ':Auyson Foss, Attorney-ln-Fact a Florida Licensed Resident Agent 1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Allyson Foss,Jorge L Bracamonte,Individually of Winter Park,FL,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. • In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November,2017. ,;,�'"a�i•,w,. WESTERN SURETY COMPANY �o}'0*vOA1 f f AA 4rNs»as auI T.Btuflat,Vice President State of South Dakota 4 ss County of Minnchaha On this 6th day of November,2017,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires ;ION'WM/ J.MOHR June 23,2021 �'a10"7Oi'ait (;4704-11A.--) J.Mohr,Notary Public CERTIFICATE 1,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in 1 force,and further certify that the By-Law of t e corporation tinted on the reversehcrreof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this, .4• e«, day of l(kCe WESTERN SURETY COMPANY 4./ 4.1 nF'D ,.Sye , � • kil(11771°./ G Nelson,Assistant Secretary Form F4280-7-20t2 G Go to www.cnasuretv.com>Owner/ObltePrt eywigec '•Validate Bond Coverage,if you want to verify bond authenticity. SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent (5%) of the contract bid. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SanPik, Inc. , as Principal, and Western Surety Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ 16,420.60 Sixteen Thousand Four Hundred Twenty Dollars and 60/100ths (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed this 12th day of December , 20 17. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee, Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "B 18-01 Flewelling Avenue Stormwater Treatment System Project". NOW THEREFORE I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. } 2s" 1318-01 Flewelling Avenue Stormwater Treatment System Project 00410-1 SECTION 00300.0 BID FORM SUBMITTED: December 12th,2017 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE BID B18-01: Flewelling Avenue Stormwater Treatment System Project NAME OF BIDDER: SanPik,Inc 576 Monroe Rd.,Ste 1304 PHONE NO.: 407-988-1033 BUSINESS ADDRESS: CITY, STATE,ZIP: Sanford Florida 32771 CONTRACTOR'S FEDERAL I.D.NUMBER 47-1475163 CONTRACTOR'S FLORIDA LICENSE NO.: CUC1225224 THIS BID IS SUBMITTED TO: City of Ocoee,Florida(hereinafter called Owner) 1. into an The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter cuments per orm nd Agreement with Owner in the form d sated an the Contract Documents fo� thef Contract ffurnish all Work, as specified or in Price and within the Contract Time indicated Documents. inthisid Form and in accordance with the other terms and conditions of the Contract ents, 2. Bidder accepts all of the terms and con °ns the of Bid BondDThislwill remain without limitation, those dealing with the dispositionBidderisBid willsign and in open for ninety (90) calendar days after the day of Bid opening. with the deliver the required number of counterparts of the irement to the within ten(10) days Bonds and other documents required by the Bidding Requ after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makesallepr warrants andtions reqreprenuiredtby thee Instructions to Bidders and the Agreement and further a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: Dated: No. !_ Dated 12.07.2017 No._---=Dated: No. Dated No. Dated: No _ Dated NoDated: No. Dated_ B18-01 Flewelling Avenue Stormwater Treatment System Project 00300-1 (Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. the ulntra t t b. Bidder has familiarized itself with ll local aondit ons and laws and regulations Documents, work, site, locality,affect cost,progress,performance or furnishing the Work. that in any manner may siteand all drawings of physical conditions in c. Bidder has carefully studied all reports of explorations and tests of subsurface'te o orconditionsg ato existingocontig ur a e theto the site (e c pting dgrud surface s)of whichrhave been iidentified in the Supple the (except Underground Facilities) Conditions, as provided in paragraph 4.02.1 of the General Conditions. m Bidder accepts the determination set forth in paragraph SC-4.02 of the Supp ntary rely, as provided in paragraph 4.02 of Conditions of the extent of the "technical data" contained in such reports andae drawings upon which Bidder is entitled u raBidder the General Conditions. Bidder acknowledges that for 1B dder'ssp and rp drawings not Contract Documents and may not be completer the acknowledges that Owner and Engineer do not dassume resp n o o ndicatedf in the accuracy or completeness of information Bidding Documents with respect to Underground Facilities at or contiguous to the site. r d. Bidder has obtained and carefully studieosu examinations,es responsibility epons ility of having done so) all such additional or supplementaryconditions (surface, subsurface explorations, tests, studies and data concerning or and Underground Facilities) at or contiguous ing of thethe eWorkhor which may to affect cost progress, performance or any aspect of the means, methods, techniques, sequences and procedures of co toed by Bidder and safety precautions and programs incident th eto be emploayyed examinations,or the thereto. Bidder does not considersudiethat data additional i investigations, explorations, tests, determination of this Bid for performance and furnishing of the Work accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder understands the full extent and scope of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted. and f. Bidder has correlated the information known to Bidder, informationrawings in the observationscobtained from ll additional examinations, investigations,isits to the site,reports and explorations, Contract Documents an tests,studies and date with the Contract Documents. ambiguities or n notice f ll conflicts, nd g. Bidder has given Engineer wsitdiscovered of a the Contract errors,rpocuments andtra the written discrepancies that Bidder has t written resolution thereof by Engineer is acceptable to Bidder, and the 618-01 Flewelling Avenue Stormwater Treatment System Project 00300-2 convey of all Documents are generally sufficient to indicate the Work foawhich this Bid is terms and conditions for performing and furnishing 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 nizationcorf corporation;r any agreement or rules of any group, association, organizationr Bidder has not directly or indirectly has not solicited duced or lorlindu ed anyted any eperson, firm Bidder to submit a farce or sham Bid; Bidderand Bidder has not sought by collusion to or corporation to refrain from bidding; obtain for itself any advantage over any other Bidder or over Owner. i. Proceed and to fully complete all work of the Bidder hereby agrees to commence oWork under this contract on or before a date to be specified in the Notice to P1 Agreement project within the Contract Time specified in t the hvison Scope of the Scope of Work (Section 00500). Bidder further accepts the rees to pay as liquidated damages Agreement as to liquidated damages and agrees amount stated in the Scope Agreement (Section 00500), for each letion of the Work is delayed. consecutive calendar day Completion Schedule: The Work shall be substantially complete within the Contract Time 1) Proposed Scope of Work Agreement specified in Article 3.1 of the (Section 00500). 2) The Work shall be finally complete within o k the (Section 00500)d in Article 3.2 of the Proposed Scop permit fees, taxes, tests, ui ment, labor, s, 4. All bid items costsll include all moverhead,aterials, eand profit for the item to be complete, in miscellaneous costs of all types, perform all the W place, and ready for operation in the manner BASE BID to p the Contract Documents. as Bidder submits the TOTAL BID OR 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 00300,003C01,hec003 1A,). ion 00302, and 00303) 2. Bid Bond (Surety Bond or Cashier's 10) 3. Non-collusion Affidavit r(e ction ate) Fac4rt0es(Section 00481) ) 4. Certification of Non-segregated 5. Sworn Statement on Pulic Entity ondiscrim natoryCrimes(Section 00482) Labor Practices(Section 00483) 6. Certification of N B18-01 Flewelling Avenue Stormwater Treatment System Project 00300-3 0 O o 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 0 0 6 o 0 0 O 00 00 mo 0 00 O O O O O O On 0 ,-- Mv. 0 N d M d aM O In E/} Ef} 4Pi 97E E--' . V e O O 0 0 0 0 0 0 F 0 0 0 0 0 0 Zi OOO 0i IOOOOQ O O O 00 O O , ,-- z 0 N Cfl 0 O vii 6 O O O - - 69 EA (A fA d4 Il (. COve ea 8 ti 0 v- Eft Eft v) 0 *CD M cocD. d y aN. Eft a I ( ta 69 to Q U A Z ba t ti) v I 3 d 0 U A. k m a .4:g sionommlind h cn Y 1111112111111111111 E a v 0s. d o 3 .0-. a c .d o Y a 0 CG• scli0 pq g 6, csi r; d.• ^. Ic 3 00 a. �_ o °' '° can o 3 a o ,,) 1 ^ ,. Y _ ca y a C a Cs, a A .�a A~ N :: u `r) qx C O ic•Q O GCT C D4. . UN y a N O O cl N E ¢ Q d . + N VN c � " NZ o iU N it. 0 0, 4? E \ r ° Q v NO O0io .+ I. *-� C ° 0 0DN q q vi U Yb ° vU G c `5 w w -o - cQ rt.) „ p dW CC01 0 .. , c , a i,+ m � o C7 pp ..le 4.) O c .tO d oo .D ,, + n N ..,,,s z 0. cV 91 rn D fl; b U N ^d 0. ti .'1.1 O0• •N to 44 >, G U e. U. F" o O ? • oUGE N cn ex) 0 E ta ai 4) a O P. U A o Q wZI13• '• JD ° ' o g g w Z w -5 =• a. U 00 n U wN , a o 1 ° U 0Io oo0 � 00CA O N N a —M r �. cn E- .zI O U 'O CD t I j H p O 00 0 O O �_ O M O O 0 O to o N N CD co coMN C u G g y i- u3 03 s- 1.3. co o N p, E^ V o > +. '6 4) N Q d 0 z pj %.- c3 op 0. c .y d O 3 L Q i- c w 6. 0) m c a iiiiimi V .... ... 0 m + +C O E —..., w C N 4\ W o '~ O F1111111 �; ... •o 0 +' L a CO la Q )n E- •o L,.$ ' .. � w o c o CO o. a, a. 9 N o ij x G N 0o , Vcts U 17 cr � O N c� co § o C _ -o 0 Vo N E-. C .o L asal (0 a)op OGD l 'd °'N :=y 1:5010 U,, U � �;, y + 0O 1... (/) a o p bC r* �\ • o 'o0 C 5 0 0 C QV O O 0 C 00 . �., ioV oo -4-, 0 0 00n c v U L . o r, U U U4, k ,_, 0 (a c o 1.1 1=1 i U c a) N We 'd a Y `n ° 4, v, 0 0 0 O y M u c 0 2 >, > y °� n EE E . -g .,, wWvQ ,.L., ti � v) o u a AuaZ, E. b ° ani aci 0 .+ O T t. w _ 1 ,51111111111 L. 0 - p. 0.�. Q � 3 U z .� rir; 4 7. The Bidder acknowledges that the City specifically reserves the right to accept and make the wner's d an award to a Bidder that has not submitted to ben lowest bestlinterest. TOhe terms used in absolute discretion, it determines that aions and included as art of this Invitation to Bid,which are definea signed to them General the General Gonditons. the Contract Documents,have the meanings 8. unless proof of valid license(s)is provided. The work shall be performed under d FloridaUndergroundUtility or General Contractor license.Contract shall not be award It is understood that where quantities for unit price work have beepresented fa lontthe Bid 9' computed upon the Form, they are approximate only and are solely for the purpose comparisonhe of bids, and that the Contractor's compensation will be payment clauses in the specifications contained basis, described in the measurement and herein. 10. BASE BID- SCHEDULE OF MANUFACTURERS/SUPPLIERS undersigned If the foregoing Schedule of Bid Items is presented in a Base Bid format,the g as Bidder, agrees that the Contract, if awarded, will be accordanceon the basis of theArtie eater materials and he equipment named in the Contract Documents,undersigned, as Bidder, also agrees that the Instructions to Bidders the equipment 00100). 0 nt and material supplied by one of the listed Total Bid reflectsup eq p Tiers, by circling "A", "B", "C", etc. if the Bidder desires to propose manufacturers/suppliers, he may write in the name of such alternate in the an alternate manufacturer/supplier,dTier is but he must, nevertheless, also circle one substitution list included within this Bid Form, alternate manufacturer/supplier of the listed manufacturers/suppliers. If the proposedequipment and/or mined "notequivalent" the " bym tufa tgrer/suppl maineer, the nufader must furnish cturer/supplier. the Bidder fails to indicate the materialwhich items by the circled mane listed manufacturer/supplier he intends to use if an alternate is rejected, he must use manufacturer/supp Tier listed as "A," or such other listed manufacturer aspt;erCi mu t ay approve. Also, if the Bidder ciedci sled(unless an alternateore than one listed s s approved).P use the first manufacturer/supplier 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 oethe AGgreement t and dd bill bele evaluated in ato tor accordance with paragraphs 6.05.1 and 6.05. the reimbursement required under the General �rectly attributable toitions, the cthe hangealso in reimburse the Owner for any engineering costs d tiers caused by the acceptance of proposed alternates, suchas, amdditional l field tripsiers review caused by osts, additional field for the Engineer, additional o thei change in redesign rnanufacture /supp additional larger etc. Other costs directly attributable the acceptance of proposed alter rtch hall be borne by otherselectrical randinot the Owner. building, intends pumps or ubtankage, If Bidder intends to propose substitutions or "equal" items after the effective date oft e 1318.01 Flewelling Avenue Stonnwater Treatment System Project 00300-6 s must be Agreement, it is agreed that these item amountlisted representng 50 Substitution percent of theincluded total within this Bid Form, with a deductiveproposed item. "Base Bid" item savings between the named Base Bid item and the pro p substitutions providing to the Owequipment nders gned,t ast Blddecost also savltagrees that igs of less f a $1,000 will not be considered. The il t all substitution or"equal" item is not listed andthe t eSubstitution proposed item swill go to dthewith OwnerB,if�the of the savings between the named item Owner accepts the proposed item in accordance hhe undeparagrashgned Bidder shall supplys 6.05.1 and 6.05.2 of ,General Conditions. The Owner may request, and complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. that the Ci coee in ts 12. As Bidder, I hereby certify that I am aware lties o rirregularit esy to rOeject any for sole discretion reserves the right to waivetechnicae of all Bids, and/or to accept that Bid which considerations totherethan total cost,st of the City. andamay be this Bid, if made, may be based o e awarded based on various considerations, lthe City,ncludingbs the mostut not tresponBvedto the Citycs and whether the Bid, in the judgmentf tneeds. B18-01 Flewelling Avenue Storm water Treatment System Project 00300-7 SUBSTITUTION LIST IL. Bidder offers the following substitutions and "equal" items. Deductible Amount* Alternative (Indicate Whether E tem ; Spec Manufacturer/Supplier Lump Sum or Item or Section (List One Only) Unit Price) Material IIIIIIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 11111111111111"11111111111111111111111111111111 11.1111111111111.1111111.11111111111111111111111 IIINIIIIIIIIIIIIIUIIKINIIIIIINIIIIIIII 11111111111111111011111111.111111111111111111 1111111111111111111111111111111111111111111111111 11111111111111111111.11111111111 111111111111111111111111.111111111111111111 Represents 50 percent of the difference in cost in acc shallce be wi,0the General Co itions (Minimum Deductible Amount per SubstitutionItem required.) 100) (Bidder may make additional copies of this page asB18-01 Flewelling Avenue Stormwater Treatment System Project 00300-8 Strik• out(X) signature block and complete applicable block. (' L non-applicable IES MUST HAVE THEIR NAMES PRINTED OR TYPED BE OW THE IR SIGNA1 OR IES RES) if Bidder is: SOLE PROPR1E •RSHIP (SEAL) (Individual's Signatt e) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A pARTNER— (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business a•,ress: Phone o.: Flori•a License No.: B18-01 rlewelling Avenue Stormwater Treatment System Project 00300-9 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 SanPik, Inc (Corporation Name) Florida (State of Incorporation) Matthew Sands By (Name of person authorized to sign) President (Title) 414 /00/ (Aut orized ignature) (Corporate Seal) ����'✓/' Attest (Secre ary) Business address: 576 Monroe Rd.,Ste 1304,Sanford, FL 32771 Phone No.: 407-988-1033 Corporation President: Matthew Sands Florida License No.: CUC1225224 B18-01 Flewelling Avenue Stormwater Treatment System Project 00300-10 / Strike out )non-applicable nature block and complete applicable block. LL THEIR NAMES PRINTED OR TYPED B OW THEIR SIGNATO' S MUST HAVE SIGNATURE' If Bidder is: A JOINT VENTURE By ,' Y (Name (•'...ess) By (Name) (Address) i / Business Address: // / / / Phone No.: Florida License No Each joint vent er must sign. The manner of signing for each individual,pat ership,and ( to the joint venture should be in the manner indicated ,bove.) corporation thats a party Florida Lice e No.: / B 18-01 Flewelling Avenue Stormwater Treatment System Project 00300-11 13. List the following in connection with the Surety which is providing the Bid Bond: Surety's Name: Western Surety Company Surety's Address: P.O.Box 5077,Sioux Falls,SD 57117 • 14. Name and address of Surety's resident agent for service of process in Florida: JCA Surety Group, LLC 941 W.Morse Blvd., Suite 100 Winter Park, FL 32789 1318-01 Flewelling Avenue Stormwater Treatment System Project 00300-12 CORPORATE AUTHORITY TO EXECUTE DOCUMENTS 1 H " BY CERTIFY that a meeting of the Board of Directors of a cor.6ration under (Contracto ' Corporate Name) day of 20_, held on the__ the laws of the State � assed and adopted: the following resolutio as duly p "RESOLVED,that yped name of individual) (signature of individual) thorized to execute and all as of •le corporation, is hereby documents required to be signed by :n officer of the Corpora ••n in order to submit a valid bid, contract and bond for C • Y OF OCOEE B18-01 Flewelling Avenue S ,rmwater T eatment System Project between the CITY OF OCOEE, a municipal ••rp,ration, 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 corporati I FURTHER CERTIFY that said reso tion is no •n full force and effect. IN WITNESS WHEREOF, I have here to set my hand'2� affixed the official seal of the corporation this d. of (CORPORATE SEAL) (Corporate Secreta ) STATE OF CITY OF 20 The foregoing instrume was acknowledged before me this day of — by (name (name of officer or a ent,title of officer or agent),of (state or place of inc. •oration) of corporation ac �•wledging),a personallyknown to me or has ••oduced corporation, on b alf of the corporation. He/She of identification) as identification and �"d/did identification not take an oat . (Notary Public) My Commission Expires: END OF SECTION B18-01 Flewelling Avenue Stormwater Treatment System Project 00300-13 SECTION 00301 QUESTIONNAIRE Bidder shall fill out questionnaire form with all information pertinent to his/her company. DATE: 12.11.207 PROJECT IDENTIFICATION: City of Ocoee 1318-01 Flewelling Avenue Stormwater Treatment System Project NAME OF BIDDER: SanPik, Inc BUSINESS ADDRESS: 576 Monroe Rd.,Ste 1304,Sanford, FL 32771 TELEPHONE NO.: 407-988-1033 EMAIL m.sands@sanpikinc.com CONTRACTOR'S FLORIDA LICENSE NO. CUC1225224 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 3 ears as an Under•round Utilit Contractor 2. Describe and give the date and owner of edhe,last project that you have completed similar in type, size, and nature as the one propos Cit of Maitland 2015 thru 2016 a••roximatei 1,400 ft of 15"u• to 54"RCP storm draina•e 3. Have you ever failed to complete work awarded to you? If so,where and why? No p 4. Name three (3) municipalities for which you have performed similar work and contact person: City of Sanford,Jeff David,407-688-5028 City of Maitland,David Gonzalez,407-875-1143 TOHO Water •uthor't Sub to Wharton-Smith Inc David a es 407-321-841a 5. Have you personally inspected the site of the proposed Work? Describe any anticipated problems with the site and your proposed Yes B18-01 Flewelling Avenue Stormwater Treatment System Project 00301-1 6. Will you Subcontract any part of this Work? If so, describe which portions and the percentage of the project: Yes All concrete and asphalt restoration. Approximately 15%will be subbed out. 7. What equipment do you plan on using to complete the Work? Dx300 Excavator DL200 Loader Skidtsteer w/broom attachment Mini excavator 8. State the true and exact, correct, and complete name under which you do business. Bidder is: SanPik Incorporated ai aE 4e, B18-01 Flewelling Avenue Stormwater Treatment System Project • 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. COMPANY NAME,CONTACT WORK TO BE PERFORMED ESTIMATED ADDRESS,PHONE NUMBER (TRADE)OR COMMODITY DOLLAR TO BE SUPPLIED AMOUNT 1 Middlesex Paving, LLC Asphalt pavement 10801 Cosmonaut Blvd. $14,750.00 Orlando, Florida 327 tel:407-206-0077 2 Rinker Materials Reinforced Concrete Pipe 2313 Vulcan Rd., Orlando, FL 32703 $39,252.60 tel:407-293-5126 3 Standard Precast, Inc Precast Structures 12300 Presidents Wat $11,200.00 Jacksonville~ Fl 32220 tA1. 904-7RR-114RR 4 Volusia General Contractors Concrete Flatwork 1003 Lake Helen Osteen Rd., Lake Helen, FL 32744 $14,180.00 Tel: 386-228-3003 5 L&S Diversified Survey layout/as-builts 405 Lake Howell Rd.,#1001 $8,000.00 Maitland. FL 32751 tel:407-681-3836 6 7 END OF SECTION B18-01 Flewelling Avenue Stormwater Treatment System Project 00301-A-1 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 Unit of Measure Measure Unit Unit Extended (Description) (LF,SY) (Quantity) Cost Cost A Trench shoring LS 1 $4,000.00 $ 4,000.00 B $ $ C $ $ D $ $ TOTAL $ yow?• BIDDER: SanPik, Inc SIGNED: BY: Matthew Sands (Print or type name) TITLE: President DATE: 12-12-2017 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 B18-01 Flewelling Avenue Stormwater Treatment System Project 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: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. B18-01 Flewelling Avenue Stormwater Treatment System Project 00303-1 } As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder: SanPik, Inc Signed: ,/----c,/ By: Matthew Sands (Print or Type Name) Title: President Date: 12-12-2017 END OF SECTION } pi B18-01 Flewelling Avenue Stonnwater Treatment System Project 00303-2 SECTION 00410 BID BOND Bidder shall provide the City with a Bid Bond in the amount of five percent (S%) of the contract bid. KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, SanPik,Inc. , as Principal, and Western Surety Company as Surety, are hereby held and firmly bound unto the City of Ocoee, Florida, as Owner, in the penal sum of, (5 percent of the Contract Bid) $ 3r I4( • 00 44,,0 ivtoe hi rto kimi .t,ed ' fia,r owe. cif)(tar 5 (written amount in dollars and cents) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed this 12th day of December , 20 17. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Ocoee,Florida a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Project: "B18-01 Flewelling Avenue Stormwater Treatment System Project". NOW THEREFORE 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder any damages, costs, or expenses, including attorney's fees, incurred by Owner that are proximately caused by such default. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 1318-01 Flewelling Avenue Stonuwater Treatment System Project 00410-1 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2 All bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Intent to Award to Bidder within ninety(90) days from the time and date fixed for the opening of Bids (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond, a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute,seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable provision of any applicable statute, then the provision B18-01 Flewelling Avenue Stormwater Treatment System Project 00410-2 of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid,offer,or proposal as applicable. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. BIDDER: Strike out (X) non-applicable signature blocks and complete applicable block. All signatures must have their names printed or type below their signature. If Bidder is SOLE PROPRIETORSHIP,complete this signature block. (1) (lndivi u 's Signature) (Wi - s (2) (Individual's Signature) (Witness) doing business as (SEAL) (Bus c4Address) (Telephone No.) (Florida License No.) B18-01 Flewelling Avenue Stonuwater Treatment System Project 00410-3 If Bidder is PARTNERSHIP,complete this signature block. (1) (Pa -rship Name) (With (2) (General Partner's Signature (Witness) (General Partner's Name) (SEAL) (Bus'- -ss Address) (Telephone No.) (Florida License No.) B18-01 Flewelling Avenue Stonnwater Treatment System Project 00410-4 If Bidder is CORPORATION,complete this signature block. SanPik,Inc, (1) f 6(/�:* Cor oration Name) (Witness) p � ) " G Florida (2) (State of Incorporation) (Witness) By: /Y1a+ZTG►er� .. 4nd�j (Name Perso Authorized to Sign-See Note 1) (SEAL) (Title) 7/ ( torized Signature) Matthew Sands (Corporation President) 576 Monroe Road,Suite 1304 Sanford,FL 32771 (Business Address) (407)450-6969 CUC1225224 (Telephone No.) (Florida License No.) B18-01 Flewelling Avenue Stonnwater Treatment System Project 00410-5 SURETY Witness: (If agency is not a Corporation) Western Surety Company (Surety Business Name) (1) N/A (Witness) P.O. Box 5077 Sioux Falls,SD 57117-5077 rincipal lace of Business) (2) N/A By: ( fr) (Witness) / (Surety gent's Signature-See Note 2) Attest: (If Agency is a Corporation) Allyson Foss (Surety Agent's Name) (Corporate Sebe tart'Signature) Attorney-In-Fact& Florida Licensed Resident Agent Robert A. Wing,Jr. (Surety Agent's Title) (Corporate Secretary Name) JCA Surety Group,LLC (Business Name of Local Agent for Surety) (Corporate Seal) 941 W. Morse Blvd.,Suite 100 Winter Park,FL 32789 (Business Address) (321)800-6594 1212170coee (Telephone No.) (Bond No.) NOTES: (I) Complete and attach "Corporate Authority to Execute Documents" if executed by any corporate employee other than president or vice-president. (2) Complete and attach a certified copy of "Power-of-Attorney" prepared by Surety appointing individual "Attorney-in-Fact" for execution of Bid Bond on behalf of Surety and corresponding notarized "Attorney-in-Fact". (3) Above addresses are to be used for giving required notice. (4) Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. (5) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. B 18-01 Flewelling Avenue Stormwater Treatment System Project 00410-6 Western SuretyCompany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Allyson Foss,Jorge L Bracamonte,Individually of Winter Park,FL,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts– and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November,2017. w••wM WESTERN SURETY COMPANY �SuaEr� tig`5,90it);;i lirr ".g).4401"" f`Tf�'v�v � /. Nr°^µ� aul T.Bruflat,Vice President State of South Dakota 1 ss County of Minnehaha On this 6th day of November,2017,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i'"""•""��'iift"' ••/ ,,me�qq J. 7Y2 June 23,2021 i`ai�SOUTH°`i1OTA� 14.7Y244111/L)`¢�,��� /y V `J_.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this C 1f.�I ��� day of rn O(.I‘-- 20P— 4a11.e--,..) WESTERN SURETY COMPANY + rMOP uwm 1 CDT L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. SECTION 00480 NON-COLLUSION AFFIDAVIT STATE OF Florida ) COUNTY OF Seminole ) Matthew Sands , being first duly swore deposes and says: I. He (it) is the Owner/President (Owner, Partner, Office, Representative or Agent) of SanPik, Inc , 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. By: 76(// Title: President B18-01 Flewelling Avenue Stormwater Treatment System Project 00480-1 -Tit 20 I-7 Sworn and subscribed to before me this t 2. day of tC. ,3Q'1, in the State of vL-OtZ.1t3. - , County of 5•r14t NaLL . G=-�, a,��� L--�-t Notary Public My Commission Expires: --t -2..--7-2 , t`7. s r i ; CHERRYL CALDWELL _.; to, i' MY COMMISSION i FF 240927 :a.4.-4�. -. EXPIRES:September 27,2019 IND OF SECTION 4,114....••' Bonded Thru Notary Pub1c Underwr4ers t B18-01 Flewelling Avenue Stormwater Treatment System Project 00480-2 A OCOC"_ C".. florido BID CONFLICT OF INTEREST DISCLOSURE FORM The award of this contract is subject to the provisions of Chapter 112,Florida Statutes. All Bidders must disclose within their Bid: the name of any City of Ocoee employee,Mayor or City Commissioner,other City Official,or City Consultants,who owns assets or capital stock,directly or indirectly, in the Bidder's firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this Bid. (Indirect ownership or benefit applies to any members of his or her immediate family.) Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Bidder agrees to immediately notify the City in writing. The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Staff,and other key City employees and consultants involved in the award and administration of this contract. According to Chapter 112,Florida Statutes,the term"conflict of interest""means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest",and refers to situations in which financial or other personal considerations may adversely affect,or have the appearance of adversely affecting,an employee's professional judgment in exercising any City duty or responsibility in administration,management, instruction, research,or other professional activities. Please check one of the following statements and attach additional documentation if necessary: X To the best of our knowledge,the undersigned firm has no potential conflict of interest for this Bid. The undersigned firm,by attachment to this form,submits information which may be a potential conflict of interest for this Bid. Acknowledged by: SanPik, Inc Firm Name Sig ture Matthew Sands/President Name and Title(Print or Type) 12-12-2017 Date B 18-01 Flewelling Avenue Stormwater Treatment System Project 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 Iocation, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date December 12th , 20 17 . Matthew Sands By: 7V-7/ President (Title) Official Address (including Zip Code): 576 Monroe Rd., Ste 1304 Sanford, Florida 32771 ATTACH AND INCLUDE AS PART OF PROPOSAL FORM; FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF YOUR BID. END OF SECTION B18-01 Flewelling Avenue Stormwater Treatment System Project 00481-1 SECTION 00482 (Page 1 of 2) SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES,ON PUBLIC ENTITY CRIMES TI-HS FORM MUST BE SIGNED 1N THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to City of Ocoee, Florida by SanPik, INc by Matthew Sands/President (Print individual's Name& Title) whose business address is 576 Monroe Rd., Ste 1304, Sanford, Florida 32771 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation. 3. 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(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly B 18-01 Flewelling Avenue Stormwater Treatment System Project 00482-1 enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. (please indicate which statement applies). X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. i 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.) 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 12-12-2017 . I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (nature) Date: 12-12-2017 i i B 18-01 Flewelling Avenue Stormwater Treatment System Project 00482-2 SanPik, Inc Name of Bidder(Contractor) STATE OF FL0 tz pA i COUNTY OF 5 M %N c> 1-- PERSONALLY APPEARED BEFORE ME,the undersigned authority, M Air4-4e,NA) S,A J P-5. who, after first being sworn by me, (Name of Individual Signing) affixed his/her signature in the place provided above on this I Z day of .DE,c.rG.1,4 c3�R , 20 17 , Notary Public C-- -1-A ' no-n1...4,-e-- •—:•::::11.:_: My Commission Expires: 7- 2 ..;, cllERancAI.owEu �t r 2- en, 14 "9 MY COMMISSION 1 FF 240927 f.r e•••, t��i EXPIRES:September 27,2019 4/, ,, Bonded Thai Notary Public Underwriters END OF SECTION i B18-01 Flewelling Avenue Stormwater Treatment System Project 00482-3 SECTION 00483 CERTIFICATION OF NONDISCRIMINATORY LABOR PRACTICES This certification relates to a construction contract proposed by the City of Ocoee Equal Opportunity Employment: The Contractor shall not discriminate on the basis of race, color, national origin, gender, age, handicapped status, veteran status, and/or religion in performing the work governed by this contract. The City is an Equal Opportunity Employer (EOE) and as such encourages all contractors to comply with EOE regulations. Any subcontract the Contractor may enter into shall include this clause with the same degree of application being encouraged. 1 am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I X have/ have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I have/ X 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. 1 understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower-tier sub-contractors when I receive bids or offers or initiate negotiations for any lower-tier construction subcontracts with a price exceeding$10,000. I also agree that I will retain such certifica 'ons in my files. Date December 12th , 20 17 , By: ( gnature Authorized Official) SanPik, Inc (Name of Prospective Construction Contractor or Subcontractor) 576 Monroe Rd., Ste 1304, Sanford, FL 32771 (Address of Prospective Construction Contractor or Subcontractor) 407-988-1033 47-1475163 (Telephone Number) (Employer Identification Number) END OF SECTION B18-01 Flewelling Avenue Stormwater Treatment System Project 00483-1 c ° OD 500 West Fulton Street Sanford,FL 32771 12/6/2016 Phone:407.322.6841 Fax:407.330.0639 } RE: Maitland Town Center Drainage& Utility Upgrades To Whom It May Concern, CPH provided engineering and CEI services for the referenced project. SanPik was working as a subcontractor to Central Florida Environmental Corp. SanPik completed the installation of the RCP Storm Drainage and Water& Sewer Utilities on the project. The Maitland Town Center Drainage& Utility Upgrades project consisted of approximately 1,500 feet of 8" and 10" Gravity Sewer, approximately 1,400 feet of 15"thru 54"RCP Storm Drain and approximately 1,300 feet of 12"Water Main. It was a pleasure working the SanPik team and I would recommend them on future storm drainage and utility projects. Best Regards, iz,tY vtlazAiir2s David A. Terwilleger Vice President/Associate CPH lAr w i h h c o r p , c o m "1-FOT) 11/30/2017 Re:Cloud Branch Drainage Improvements,Phase III To whom It May Concern, City of Sanford is the owner of the above referenced project. SanPik is the prime contractor working on the project. The current contract price for this project is$5,142,106.65 and SanPik is over 50%complete and ahead of schedule. The scope of works includes but it not limited to approximately 7,000 linear feet of reinforced concrete pipe ranging from sizes 15"thru 72". Approximately 2,300 linear feet included RCP ranging from 66"thru 72" diameter. This large diameter pipe has already been installed and passed inspection. SanPik has been a pleasure to work with thus far and has proven capable of installing large dimeter RCP storm drainage pipe as well as managing a large project as a prime contractor. We hope to continue our working relationship with the SanPik team to build successful projects in the future. I would recommend them for any of your future utility or storm drainage projects. Please feel free to contact me if you have any questions. Best Regards, (42 \ Jeff Davis J. David, CPM Project Manager City of Sanford Public Works Tel:407.688.5080 Email:Jeff.davis@sanfordfl.gov . r Tolbert, Joyce From: Tolbert, Joyce Sent: Wednesday, December 13, 2017 4:40 PM To: 'Matthew Sands' Subject: RE: Flewelling Ave Drainage Project#18-01 Mr. Sands: The bond amount will need to be revised. Please send to my attention or deliver the corrected original bond in the amount of$16,420.60 by Monday, 12/18/17. Alternately, the corrected replacement first page may be accepted by the City upon written authorization from your surety company. Thank you. Joyce 'ThCbert, CTTB Purchasing Agent v 44,,X,A1/ O( OI'C C Finance Department 150 N Lakeshore Dr. Ocoee, FL 34761 407-905-3100 9-1516 A 407-905-3194 http://www.ocoee.org/323/Purchasing A Go Green:Please consider the environment before printing this email. PLEASE NOTE:Florida has a very broad public record law.Most written communications to or from City officials regarding City business are public records,available to the public and media upon request.Under Florida law,a-mall addresses are public records. From: Matthew Sands [mailto:m.sands(asanolkinc.com] Sent: Tuesday, December 12, 2017 4:44 PM To: Tolbert, Joyce Subject: Flewelling Ave Drainage Project #18-01 Hello Joyce Please see attached. I just wanted to send you two references we currently have on file for storm drainage installation. Also, I might have filled out the wording on the bond form wrong but I hope that is not an issue. Our bidders bond is worth 5% of the bid as per the bid requirements. Please let me know if you require anything else from us during your review process. Thank you, • 1 Matthew Sands President Cell: (407) 450 6969 Email: m.sands@sanpjkinc.com SanPik Inc. 576 Monroe Rd, Suite 1304 Sanford, FL 32771 Certified Underground Utility and Excavation Contractor CUC No. 1225224 } { } } q1 } 2 } SECTION 00020 INVITATION TO BID #B18-01 FLEWELLING AVENUE STORMWATER TREATMENT SYSTEM PROJECT 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 December 12, 2017. 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 City of Ocoee Public Works Department. 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 Flewelling Avenue Stormwater Treatment Improvements Project primarily consists of the installation of a Nutrient Separator Baffle Box with required pipe connections for positive drainage to Spring Lake. The project location of the baffle box and appurtenances is at the dead end of Flewelling Avenue. Pipe diameters including 24-inch,30-inch,42-inch,48-inch and 54-inch will be required to drain the system down to the lake and direct connection into the lake. In addition,the project shall include removal of existing drainage structures,roadway reconstruction, 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. B18-01 Flewelling Avenue Stormwater Treatment System Project 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: https://fl-ocoee.civicplus.com/831/Living-Working 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. B18-01 Flewelling Avenue Stormwater Treatment System Project and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST(PUBLIC ENTITY CRIME).A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an B18-01 Flewelling Avenue Stormwater Treatment System Project 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 B18-01 Flewelling Avenue Stormwater Treatment System Project 00020-3 Mayor Commissioners Rusty Johnson John Grogan,District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner,District 3 Robert Frank Joel F. Keller,District 4 Ocoee florida December 7,2017 ADDENDUM NO: ONE(1) CITY OF OCOEE BID#B18-01 FLEWELLING AVENUE STORMWATER TREATMENT SYSTEM PROJECT This addendum shall modify and become a part of the original bid documents for the Flewelling Avenue Stormwater Treatment System Project. This addendum consists of one (1) page. Bidders shall acknowledge receipt of this Addendum 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: Q 1. Can the contractor visit Public Works to see the box that we are to transport&set on this bid? Al. Yes, interested contractors can visit Public Works to see the box at 301 Maguire Road, Ocoee, FL 34761. Q2. Will the contractor be responsible for loading the box onto the transport truck in the Public Works yard or will the City load onto our transport truck? A2. Yes,the contractor is responsible to load the box and deliver to site for installation. :5;4_ 0, olb-rt,CPPB Purchasing Agent cc:Richard Campanale,P.E.,City Engineer Steve Krug,Public Works Director V a inn w N ti tri a n O O tli a, h h -tli C) H � C z � 0 o ~ 7 o b k o D t, `7 CP r- 5. n --{ -r b tCP i' g O D r" J am P+aP'19 0 SI— Z H r- ,� g >=e axvp...4,iN g M T N s `� , 9 8T r,r k -7.5- O n a O d e QF, k �i N 7 K z I cry o 1 Z a ,w" - T Z ZI `D 0, H PN®INN»oop, R .. 1 o ° 4( Z PH aKiaY)H. z 1�a7� N 0 �t— °„) > CP 2 ND H °' ", AC t„, C � ikon e 0 'y � O O € ` O O 4 wP'l Etzi it'? ( c/1 A,zz x H o N z �''++g. m,QQ. gm g$V 'ylil i g n swN r z b,,i8em.tau.uoea°SaUYwN.9 e 2 ��,+`g �� i a mo�c ccccccc cmzzz zzz� pA� O �3 3 �SQ m PIM N a Op AAA AAAAA Ar-Ntn in�n�n VfU ��2^�m� ._0 E 1S 9 ,E'% �g.� 3 n P $' `'gyy n m^HiPi iiii�Ziaans �A-' PI a O�- g () 3 !n O� � , �a W < C Ar-r-r�,-r-,-V�a 2A2N o, 111 $ v a M'a y E..„ xxxix y,npc�a2 b �O � a ,�� � ;"-aa aan sa a"i_un,a�a no�D g3 i i y . t - 2 ggg m m �.$$ $ i 'n'x�'a00000000N �a 2 a?e �E��o R °i m A "i-4§' IV`� 1 2 a 0 8i—_,o,Lozp\tel .�g� R o�eslea O a^��� 3 � i�'�^`"�s'Y"��"'^aa'nAAASocAZx� M : +ago B', gl.$�&&� ,3 rn . 0 n czi���.^a-�F���� mi ,l ittA � =i al 8'n i$ . s-a! z $BB 2' oivvvv-,-,or-:;8 p-i�`P .V1 z so $n , a,npm g 3 Ap n,,,,T, om' a m A« \>o y$ c a 3 -§ .-- m s, 3 1 a 1 i7 nnppp a�1=zAM.,ma�z 3 .s _i a h & Am 000mpp7�? 2,, A n 8 g I h $ �: n nzz znznm-zra pc ,E 03"3y .“ 84 1. o Jhflh1 l $10:' .a�oz $l aZ 3 a,,A k " Al AAA AApp2�, xn 2A mma sls pi A 1 < g!iHLi1 �o r 3.a$$�p.2 8 gki 1,, lige. p,ga 1 amvoa e o z o .�.c 8 N �� _� AAAVA u c m wk-ia2 x.3 � • --vg, n `�y�2++ c L'. -< i4b. a 3% , 3 m nl m_ Y' '�' t o y a n w 'R0 A T V) a..;,o. m_ .I 3$ z8g X ggaas as g'' !$ 35- a g i8� a E-- a2-.134 a a Eat m .iu ila a p a. p ti pU00 , p R 8 i a 2 R.4 'y % ,0 3 y a . . . 7 2.- 52 ,s H LU U y a z§ Sano $ IW i n $a8? t-8r g8v 8F Nn4c lvsup' a `Do m m �aT WW1 � �� �. �i �'a�m ��a it c- WI ,§-dr- m a eo c�i :ate 8'-� 154 (mEE'm`1 Id - 'm w `@O cl .m'1 41 AI lAa c ailt1Y p 3 o k $ vaIr_ o.� ti m ? 2 a ur ti Elii t' A ID "wm V? mkate�'� = a g o Ir b a , 3�a9. E-_% 'am a SA a-27“20 $ m ti _ 4 ti 18 �a $ i m a''8 � Fo $lg E. �gow Pal a .; �. m 2x 1 atlifl8 « 1 mk' g $ ym. is ara 14m ta...a Hca. Wi •.,°'2� ga 3 Ugm sag a -. �ma' _8az '% a Rag 8il a ,a km _b gain- ,i1 Q &12 is mK� a la is ix - a � y� yam s m.o3 � m �� a ' q gab*La gA sIn E. ANa a gam_ al tw m1_ H 1 � a' E .caa ia a7-' a_- 0 ,',2. a2. F. aA 2 E w yD '3a as >T z i k a 3 i n ,�$ a. A$ o 1 m°`'' g m m b a0t-§a,- 6a R42- g :?, ¢ an d 6 -a .-a0 E. hz . 6- a a as c ik :ti IN a.gay.rg ,14 . ` agi � �m a g 2. to a 2 3.a =-1§ 2, :2 .g. 5a $ as at as � I. g ,il m 8' ? _ b z acA g a a � ao a-lo. HI Nc la �b g o _ 3 gcr a : q./ e PAY ITEMSCITY OF OCOEE rt_ FLEWELLING AVENUE 9 flIf 1,IC WORKS DF_PARI-ME.NT O w M GENERAL.NOTES DRAINAGE IMPROVEMENTS r - L quRC Kt,,I, _ SR Cii�,t o[i�t,. ua.t�GE�ut vn, ,, ,. �.+.%wr..o.. . r�,rrwE.o e.r.s _ _ _ _ ' ' ` F nrn n< Rr< Wmz-50 00 nn 020 r, r'oo 00g2=ml 2 In dab < Aero i��=I soom;o «A nA ` i1OvFF'"r' m AA y \5 y m< a m b o 0, ,2::9,7; 3 0 0f di m it ',1:+z °0u s �' _ -C1 m o �Uu�go 0 xn f A UAB nEn 144 "c" �— 55 o 0 ` a opo r O(.7'',,-- I < ;n L r'7"7, ` n o Z2n C'�i C�C y 2O in CN C )5 S E-0 .0 LA �� Ir. I n R RAY LINE £4l ;Z C © a 2 2 F A a p o A 8� r— a xn a o� mJ< ^�°�N n n o 1--- n2 0 .iv 00� our8,1 '',0 AlOO © Zbt. .c _, ,Z m b 2Nz2 m-0mm D w CO • , ti Oft n 7 rn2- Z N 2 z n Arc A';' p O LO"?,,'L-,-z 1n �� A • 9rO� m f �o " 09 8 m n n I to o; 1 m N So CN' a C��-5 K z6 ' y 00• ,, r 111 0 !'.,S o ._.._.._. m z z 02 Z o 7 0 o •� Icoo r�'1 FT1(4� 'c ' " > � m^w �. •� ti �A m Z D 7-1 � ITI m c•• n A O D ` � ° O^1� as U1 0Z:'IDm If I mo Ap,9, A m co i' 11 r Z 7 i IT R/W LINE -•73.- -°I A- �`1 �W l m Q'= fi'l� Ii y�u C n —c' RIDGEFIELD �' ' ui ,w4og.Alp 9O f AVENUE 64, t �-�� �w���x �o Ei o• ti �a �oMIL�J i z ° LIi f ® �# e I o�;o0 5 =o N= �2p x ' �.•a� o0 0,n � p a nA --o o zr� � x p; /- 2 r A y p ,-- p _ ..,m COtiv A IA z o� sa wo �00 �cCj Ac Y N or -2a ' n p^n oi 14 is ti Z>.7, W r a U � m ce 2� A 2 n� 2 hoz o o vo �, m� \'1 m .nlv m A n' 0 0 _ co 4.p ry".1�. C ? rnl isrTh m N Sano zo No 4c bR' i'z1'^. o 'Au' -"I. f -zi Z� :7°,1' . m.. nn pv j 4L " � u,o� 0 � r''':' om. O'O ® ® P m P P m I' D A=? A O • cly AIfit q1-',F-,":„ i'g o ; o� O _U 2 4£L go pOo R, myn z0 .R t I o ■V _ a m� Z!7 F ILL 41megil, O f ic ZO OA Z • ,'rte. o f4 £4 1�► ••,1 Ia 0 4 S ® a .�. 'a • ®� -- ',�-,'' 15'ORNNAGE EASEMENT in qQQ -m o,\ L� PER P.R. 11, PG. 76 0 60 0 _ t. 15'PER 0ESS/E 2070, 132 I. E 'Y Y c O.R.B. 2070, n 0 000 2�2 20 `� I`,. y C A y n 0 E } 1 'w E� m E. ® Ee' n o normo O 200 tAnC y n E `�,�E k t o k2 0'2 ® © ® © 0 ® 0 Ao z° m _9iF, E - C Um?n O �'�j nCD �y :E. E E C'A Z1'CC.) MZMZI'1Zr'1Zr'1ZMZm ZMZMZMZ Z c Z r<2.0 0 k f E 1 ny '''FJ � ASA�A�A�A�A-�A-•P-�i+.�A +0. -On O A ri D N,00k,Co(nn,NO]UNUOONNUNo-Jo -'1 ."'1 O E E E D Ot CD n 0A0A0AO0AO0AOOA VA V A VAVA �Z 0 E E E 1 O , O1) A ,wCPwwNON.C.W-wuRwAWON„w C �,£� n Ou,O,u,NVNVVwOw VOp�-�N0,V0 n E k 4. O z Co U N U.,D-.tD-Vtpm VD's.'N-.�p Ntpm Of '.” E E 01 n - 'S C' V-�w- co,.,,0-040,0 WNVNN MM -. N V O, lO 01 W k 1.1 E H RAD , A y z E E E K 10 on .19 f 0 -- © © © © © © C E P VT. 1 A r'1Zr1ZMZ1'1ZIZr1Z 0 E II. E (/))020 - A-.A-.A�A�A-•A- ni ok * PI i E O oou,00cnoou.,,,.nal, 2� ^ 01 �AVAVACDA�,AEAA C :ly Ow :E m E (T1O n n 00500:00000000 2" �1N Z 2 Z UWUNu+w—NOwNw z O fir• E.. '�B f-1(..) • ���A0010N�A4tO > :' �E i k .774E VAAw-•0,w00Vm0A —I C.) e C 1 e 4 Z?- 05 A 0 N w VR (T) f E v E'• E c p Po. * * 6r1 SI' ' MATCH SHEET C 5 E • E -T A « aAA E I T ° CITY Or Qcor_E r�_ .E �3C�DOM .. �'EA az r//q��7 SITE PLAN F LENELLING AVENUE FC FfSLIC WC>RKS DFPAR IME.NT DRAINAGE IMPROVEMENTS � Rj IFS), dl,,,NNK R, -7 BAFFLE BOX «.,«.fl E S N E " o MATCH SHEET C 4 m z v�,O v m z rn f Q E 1 OO�n $QOO� E - E E- t fr1N AmO(Zl to my� m2OA f f E 1 .ZJO Z 2 m0 wAmmr Ay0 fTlZr 0)(-0 NK E E E Pa maw O�Z .N9.11->Ii nmD A-. �-I n1ry E * E < X7 D (.,pm II Oma WO�m Z . C)(n W_ m000 coO4,O D� f f - E.:3. f eo rn aNON OOO 2mN O o >IOZ?I 0 E E E Ornm ONZ� A C (.J cn II -R.K + * E -_-.-.62 O C C N0•• -A f E E {, raj m Nim rAi N r 0 E f E ) N m O O G E 1T E E (i!Z .m..Z N '1 O NE MI 0.* E 00--1 O 00 r E E E © E E e O Omar -m;n n ^AZ (� E E f AO Or'�a1 DDO ZO Zm0 E >E E 00 '1� 3➢ AtynO ln�yA PD ZZIN E * E 2 y 5,,,?-2 Z Z m C y y O m E Ei E E f ()D 00 5, O InOy NO NO i O0Z O*0 A rri Z Z�NW E E E E f E e O� oQ OVA O2z ZylO vA a�rrx o�K Tz oP °z; oz v� Co N�Z�Z rT1 W E J E E, ~ A- ''; m A N n Z-^0 M- yO�Om E. - 'E + f0 nm OD ASin r�io A NW O m--1 z E E E -1 F�S Zr, _.O Z co fir= f - E E f OO N ZOr DO porn II p rnOONCDA> E E in ODm A> 2 N N Z m OD D� f a E E f 0 D 0 K rrl O% N O-.. OTS - E - E. -f p r O2 Z O m I]O(1) f + E f z, O O� E IN E E • K E E ?co EIll E E rn 1> E E :t f -1 f in E E \ rn O E E E f O DP Z 0 f MI E Am IPn VI QE E f o-t ( 0 DO r f f E —irn gy m DDD E • E E -f �D 7 m viii /iP E f . . E E E E * FD E E E 1J k O O cr D �� E �6(f� E E -0 n O E E * r m m • E E E -1 A E E (ES ' )3 rnn E f f 'E 0 r L Ln E .LI. E ti(N ' ' © E E KP CO f I. * O 2. E M E f D(0 rTl Z E E mfA r,r)0 03 E E BOE Z r'1 E f Z*o C n A E E E~ rn in r 11 ll// E r~j E E Ct ,1O,1O _AOS E f ATI Of n1na2 OafE IreE OZ ,'P '.C) j ar ' E E E E ti ~O O E E E D t 2 1 ! E E E E, YZy� nZ E f b`4 �Ln ylnS 1 A2G� E ® E E E n- ,0-Ti; F)3,' f f f r�1 O Qj 2rr- �0�2 0rO� E E E E pOH to n l7 2 O E E� E , ~ I y 2O� n Y E 1 E f E rites Op�� E' E E Ohl VI y 0 m A E E E E Z m OAA , - f f O ./ E E E E E f E <- 35.0'35.0' 1. 4 o x \ - s, ,,.. IN .,,,,, ,..>—0 o 0 \ • ,• 1,. z� Fe• _ _ z v 71 K '06 Z H omDRAINAGE CITY Or Qcor_r' L smc — DESCRIPTION Br cum v s SITE PLAN FLEVELLING4VENLEruc DRAINAGEIMPRDVENENTS '< � Pcnt iswOR5 DE ARTMENT LAKE OUTFALL r'' x ' ' Ocoee l ".o''io.w`s ErtxvrE. saxaE cs.r .4,74..„7° A o 4c.," MO to ti o2��m m Uva n mai oDD-,, �o^oo; N,5.=5,-.ot,D-0mvv m Z O D N O ymy C m_ 0 0 O . aFA _ y m E 3 E 3 J>j Znm AOni D r O U pn 1/' v m 9 a ft, p O N o3n300V°O-.5 D~;N 0.N SA A Om ° •••••j1 - �E o o n 3 O 2'A h v_ _ C * E tr. , uA OD ONZ m r�i� l E2_ t( .. - p^`"", 3? : pDon Inl D Z Z L) �% rte,;R:$ ,� ti n O..p D ti0 y 2 N O ;;;• I!M m '< D� � �tDno o � om z , _ iii� 3 i 3 3 0 0 o A y f ;F m D o ,� ��...•.e7 n3 3 o o "- " za Boz O my A N O m %�®� : : i:!j x r' jr,.. 1 i N I'I� ",o _ . g „-...)-0, ,-,, t � o' P� O p+G PP ZN C2 1ON 0 oy= ' W A V ' ti' 9� , m Jn o < wW w! li1! g v8# (z z Xy0 :z o xk ° N� aa' c �A O YOD ymp mfOzO - . 6 v mmvDf ti0 .Ri00� DIlJ ; , ZT Dnm O '• —I CO mN madv ��� m g1 , 1 x ZOoO n x ; O D4 E = A 0OOO Tm ZO z ' � o p to 0 o Z n CO Z Na r In(0ri v Om 2 �l A (n m A x Irl G7 'j rri I os cn -Irl —mmomom. a- mII $llh1 Ip,,,, , _. I' N I' IIo J '. w k �I�� �lol�' ,�ip AID O D I� XI coo,N n ♦O:ii 0 Z m pn N OAaw m�, %i:ii FL, N zo ��711,71`I' OO O • Z o .'.�i..J o , I t it. .:%/ \ (_A Ti m o w < 1 1 \ 1 n> A y II! I'�' r N _ l "— i' I N 0 mNo�m } - -/ °pA::�d w, zm I�I: '�\_�_I�,, nN Z ao�om ?A: N'1 inA} �m �I�I��II�Fii c,o WO O .l DO IP �L`A , 11v a m Z o SII (��\l l,� ; i _.,. i Ii12c.e.?;5i'3"-f;5:.!:-i'i-,gx•':.;' 2;!':'i!;-t'!.;,-i:i:3.6-.°;3:.'.. ii11,:t;1l'111:1.,!°-g:iiF22.1s7-1"f°;^--..-J1'1IL1,,,1;*,gi;g0,::;:t:sk1i=si,,,..r; :!Pii.`i77i!i:iEiizi1z,l,1':•lv;71.9',!q:_.;ci''.r.i;:l''---!i2i4;-,!:8,'-,i,'''-''1iII.I.i-5_E!'1.-iFg.9%2:3;6.4F0...,i.1i!;:o,q,Ii„h.i.zi:'.2-i':1i'A"l1Fi12-192;,,l-.„1.l11p:!2:",:r,,cr-q.:i:-^1'il!ia!it,;i,=2°2.::gtE1q,,.-,^,,.-..,i,1:1!ga4!'`°:!„,:r1_„i1i,-r4-A_'I!il.:;.?i'-Lq'L..,1,.4i'r..A1;,1=,:E!'1.°,Ec.1-c.7E•fgl-!°,:;,3!"'>-1*i:;Z:i2i!.l;:;'.-.."..;,iawq2i:5'i°;,'7"Y,-,1'4,c;4.,-.1i!i:ii.s:i'i4.o-°71';-:8,6,:a,8ip1'',,.,3•-.‘.,•126i'!i_i4;kiV:gi:i.a,!1,,ig1':;g^i,i2.i';„4,ti2.z1iL"-t-'.Fii`:i1a!i11Fi!8'•7;°1zFi:`I1-1-i-4I'ig::i::-:::ils;0a3''‘i.i!-'iiii?I:':-'!^,!:7,l-,-,i8i1g..i',!',:2'-,2.-i4:-4_ 3 -r1!PIFa,,lgao‘-1!l,4•d;1,:::`1i5il.;2g:il21,ig:1._;-..11;:igiv0::t:r-lI-11li.75!;iF'1°liF'l1,5,FgE:4q`;6:q::•;,',;";l-..4a,;iii_.::i:a§;:iC,,W.;a•1:--1`,..nilI"gf9;,0;;,71i-!i:g°:i;1:ri1°:;:i9ii,=!i:.1.i:.:••il1'-1.i_.1!i';rI2i'-_;:i.i'if:i".1!;:=,L::1-ii1.;:.:,r"1:,.,-":°;;i3,:!,;.9'l'i;i:9.^1.3,..--L1I;1';1;'.i1;-_tt2:1;1ii1"I!1.9i0.il-1.r..-:2'7;Iii:igl.::ii,1k4!.,-::"-igi19.!P:'I:lli3.'^'•'.i146it:b-3;iiFi'4i!;^;°'„:-;^;i,0"!?1'.9I1i2.,U4ar;.-.f"1,.,-1,::1t'1:i:4;i.1.§%:Fi-3-Iiil..1:A1-e'!g:171..i§9ns4C-'l1I°1n,;.!;i!"F.:l2!ii:;7iif^N-:Z:,g;1:i,2.=1t11r5.,:---;(;!4i;°:ini1!gii1!";!ii;2;P:3.k;.:%.0,g;1!,!V"":1,i:;p14iii.i!l:,;*3i;iqi:?,Ii1,il;l.12"„:1:---i,1Eii;1_::i;i'!:iiliii°;;ii!,!1i-'3:i.Z=l1i1:'ig."::°';'--:.°h,,:4;.-;4l21iii:l,2',!i°ii'3",;,Ei"i;c;!&.i4::..'r.'r 11jl!ti::;^i:!c';3°.f;=:'3q-.:1t1t;;;i,i,9'48:02:11„-i.g,w7!h4-il"-il!l'.iii1':11t,--iig1;1.k:E;1'•11'T.4.--.izFi:liii:!i7::ii:!;ig2:7g;17i;Wf495i-l.,;i.:!'f4°:1-'ii„i:31.ia51-3-.l:::-',;"I_:°i:i,• 1i°.i;:i;1,:1,-l:1_l;il3',4'lit°='Ai9g'-':'l,l-g1El°-1:ii• :egl::7::z1_,l'-iii;f.iF.'2,1.r,77,;i:• i;i,!;°0°iif-PIyngg';i'!!g:i::!i"ai1,f5,Tl,F4.IJ_',-tii!:l1i°k-4t:g?,c1r9:f:-7°9,'';i;7-•'.''r•,-iigii.%g32::3I;:;i;i:Wi'"r!!FFFii,1l::iD:;;.'.11,Zvi:§l::;i!a,,;s,rt25s7;3 ii:°:1:,2r!!T7:,-.-.."l: :,:i°1:i:z!ik4n1.2ii54r31i.:-g::F4!!W°i;tl:"Eii.:I7'ii!ri;I,q!F3;_-:I;i!i00!*iri;l7'1ql,=:i:iiqT:3'ii,;0r4:;i1.i•i:4;i:i'i4!if--42',:4l:,201!1°1,al.!;122i-1..l'il:;a1t0ii:.;:t1':!!:-li'1Ll!2,i.;';,%1402=ng1-4fP.:il;;;:5ii:7i,5.1i,,;TCIT-q.6.,-_.i;°'!0:16..:,1iiiii,i!,1i°,2i2.i2_131'--:,,rt;'!r0;;ji,;a-6t-,gi•,ii,'i1!!.1::!!!i"!7:'7i,!!Z'.c.1i1,;1:1!li1;:2,-iDl,'4o!!r:i17:!;i,-6,r,)i4Ii!VF;,!.,niq1g;;R"i,-il;i;q!i'rd:F:::8'1qal:i:L1-"g:i:igoF:.'','v:in;;I;';-,r1-':;I1.2;,1l:ril,.!l11°",„:5ii1!:.!g;'.i5:1-'"8qiar,gk,4a:Fi°:11I-.':tiF;iiiiP'e,'i1::1ii,7i=,lf:T7e4n°::;,".F719;i:l1''1i!;iF214'i.rI1.r„2;;1:9„'a:1'!';,aVi-g!;45!.;-.i1:1,Ugis0:1i,,i1!fy'Ih1,:;i:i:'b '1f!:;•1;l7.iI—;o;:i;:=j,1-:i,t17:11:.;:,:3,',1,,:,j1i4!::ij„"i7_:i,hi;;i0i2d,,4-:-.i°,giu',i;;';L:3,- ::1I;;;i4L'Lz!1lra.5:„,,,ii:";!a-3it'i71,!!.1°s.'.i1Ii!iii'!i.ii;iEg.'.::i'"i:a';q.•37l;i;i1!i,!2.51°!i.1ai:ii,t;.`;,-ti!tibii• &jV -i!i0!F::-!ni;ia;i-Tiis_1;if:i:;FiI!i:!i!:3.F:Pog.'TL..14%iI,li•;T21.T;ii!Iii0g—iVii8i'i'2iY'.l'.°1IosaF''-'.il;-k;go:';Ii1:g5iiii',i711.11:!-•I'„ .ii:if9,g„1::l'91i11-.,'i(;l:al:oL:•1i7L!'i'i..139..:!l:jt;ir;2i-?1-il1:-:1ni:i1'1-7..;llF1!1;i'if.iiii..Z:i0'!:jI;l;;!:q-qg-,-,.4.!-1!i;'-ii;i;,g...,,i2t!iii,i9,„:1i.;..!iiii:tg.2i5_:2i:i:,'.!Ih,l-!ih7!,7'rvi1_,!l!;:32f::i°;N!:!s.!1—;!;l.•A4Vi'..:11.giIn:g:::i:fifiF:P.'i.,'11.cai1.41r.ll!!l-li:!°S1175!'li!;.;i:O<v:';!i,iRrl1'.V .i:!:;i;t!;u°•:i':iL'',l.'?;i1:;2&F;i:l4.i7,,.fc-;1iti!°.:4!i:,fii5,,-1,1gi'g:,ik?Iig°1'g:_:.“0iiii.ip1,1?''i,lea;,1l:1:.—,7r1-ll;ig1i_!°,!-ipa'f.r'f"i'qV7;S".i1.:!v.r:°1!9;;l=;i,Cic"8)',f;°is1'_°L1i;1'1P;g.'4=1l"36:i1..!.6:n,!9.„;i•:6:°”-4..7,,,!4i.3:596.:i:F1i;::g,,;0':,4,iv;,.-'1!11r!:3O,q0,7*Plilini!!71,'-i;i::=3L0,•::ifi:ii:i11i.siiIi°ftta,:il!-V°;;;l1:°94.1'.„I:;4jllrii.Zg!'i_Tl 1-:h13 r;i'!ikiil„.'1.';g,1t'!vi!k_•:i,*;!::1;i.iv.'r,:;5"1ihiIia7!iO.2,t..0t;0ii!.!=::i:g.t!wF"W.i..:i 3 ; •-i eiic7,!1 ;l - i ' I l l . q1f37i , i1,: 5 g141z; uig93 , 11 _ 11i : 4iif1i 1 : 3 1 - ! lz14Niir ! i ' Fi7 ?1'- T :' ; itjl , q ii . iiii1i 1 z 1 1 i 1 , i7i : i •,3 ! $ 333 8' iigF - i l 3 ,: „ 33 , d ! 611t a : 3 it - 133. ' , i 1 „ 3 5 1 i i , i 83 % 1i17iZ - tqFi 3 '!; it4.°3i7e2i3':55 , i ' 1 1iiiPi g r !" ; ° ;I - l . Fli2iLil ; 3 9il11911 ! iei i „ ki 2 "Ii1li ! iii 1 1 ,0 lPvi s? o ? ,; i3 . a3 - / r, s iI ci , 3 2 ' 3 3a i 9 5 ” , - 3 i 3 3°4gqioi. ip ° i l ' Ri1 - 1: 3 ; 'i : 3 . 1 _ - l1 . p: :;fipiiiela1 !v ;248fti !4ii - Iq : l " ii:i: r:i!!Ii " q ' 3 ° 32 ; . 51i 3Iii62t3l1 zi . i3111 -F01 1 ; F . l07li1il :i591i7111 1 - l ; lE iir1l - ! rl2i 4gVi ! stii1b1 . : iii ; kl , i .1 ,1li -! , i !ii : i22rT ! , ! oii . ! ' : zq1 > 3. i IFrl: 2 ,v3i14 0 0n 1- 3 I1 ' 13sitc1;14 f61Fi , i 2 1 ' , i 7 : - l3 1 , : ai , i 1 ° : f 3 , r1 ! 11g , l , - i 1121iPU1 ; iiii , 3 3 KM • 3 - ,i 1 3 5v; vi5-131 9 a 2 - •.. --z-z- L ... -.4%-- DESCRIPTION ,,,, ees., CITY OTRK(3)[ cf7RIT4D,, lAlif.../ :t.,cicz-ti,vn:„ 0000 FL'w,,,,NPcR''"'uE'T' ()(0,,,,_, .,.. ..0 .,... n •r'', BAFFLENOTE 1