HomeMy WebLinkAboutItem #06 Award of Bid #B07-06 Pioneer Key
AGENDA ITEM COVER SHEET
Contact Name:
Contact Number:
Joyce Tolbert
1516
Meeting Date: 6/05/07
Item # li
~:;~:w;~=~t Director: ~~ :~~
City Manager: ~ -=-= =-~
Subject: Award of Bid #B07-06 Pioneer Key Regional Stormwater Pond
Background Summary: .
The Engineering Department and Finance Department have reviewed all bids. Staff recommends awarding the bid
to Southern Site Works, Inc. as the most responsive and responsible bidder for the amount of $794,545.65. The
Engineer's estimate for this project was $1,200,000.00, and the budget for this project is $987,500.00 of which
$750,000.00 is from an FDEP grant for construction only. The remaining $44,545.65 for the construction portion is
available from the Stormwater Capital account #6302.
Issue:
Award the contract to construct the Pioneer Key Regional Stormwater Pond to Southern Site Works, Inc.
Recommendations
Staff recommends that the City Commission:
1) Award Bid #B07 -06 for construction of the Pioneer Key Regional Stormwater Pond to Southern Site
Works, Inc. in the amount of $794,545.65.
2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the
appropriate bonds and insurance are secured.
Attachments:
1. Bid Tabulation
2. Addendum #1 & #2
3. ITB #B07 -06
Financial Impact:
$750,000 from FDEP grant and the remaining $44,545.65 from Stormwater Capital Account.
Type of Item: (please mark with an "x")
Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
For Clerk's Deot Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
~ 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
City Manager
Robert Frank
Commissioners
Gary Hood. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Agentq-
May 29, 2007
TO:
DATE:
RE:
Award of Bid #B07-06 Pioneer Key Regional Stormwater Pond
ISSUE
Award the contract to construct the Pioneer Key Regional Stormwater Pond to Southern Site Works, Inc.
BACKGROUND/DISCUSSION
The bid was publicly advertised on April 8, 2007 and opened on May 15,2007. There were a total often (10)
bids received:
Bidder Total Bid Amount
1. Southern Site Works, Inc. $ 794,545.65
2. Emerald Utilities and Site $ 938,902.00
Development
3. Prime Construction Group, Inc. $1,139,646.00
4. WL W Construction, Inc. $1,235,764.50
5. Southeast Enviroscape, Inc. $1,366,596.68
6. Schuller Contractors, Inc. $1,397,000.00
7. Close Construction, Inc. Non-responsive
8. American Persian Engineers & $1,895,025.00
Constructors, Inc.
9. Ok1awaha Farms, Inc. $2,393,350.00
10. Central Florida Environmental Corp. $2,516,487.02
Attached is the bid tabulation. All bids are available in the Finance Department for review.
The Engineering Department and Finance Department have reviewed all bids. Staff recommends awarding the
bid to Southern Site Works, Inc. as the most responsive and responsible bidder for the amount of $794,545.65.
The Engineer's estimate for this project was $1,200,000.00, and the budget for this project is $987,500.00 of
which $750,000.00 is from an FDEP grant for construction only. The remaining $44,545.65 for the construction
portion is available from the Stormwater Capital account #6302.
1
BID #07-06 PIONEER KEY REGIONAL STORMWATER POND
BID TABULATION
5/15/07
Emerald Utilitlles and Site
Pioneer Key Bid Tab Southern Site Works. Inc. Development, Inc. Prime Construction Group. Inc.
Bid Bond Yes Yes Yes
License Check Active Active Active
Addendum 1 & 2 Acknowledgement es es res
DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
Mobilization 1 $49,650.00 $49,650.00 $86,573.00 $86,573.00 $130,000.00 $130,000.00
Maintenance of Traffic 1 $5,500.00 $5,500.00 $10,000.00 $10,000.00 $14,000.00 $14,000.00
Prevention, Control and Abatement of Erosion and
Water Pollution 1 $6,500.00 $6,500.00 $40,000.00 $40,000.00 $5,000.00 $5,000.00
Clearing and Grubbing (Includes Removal of Pavement,
Existing Drainage Structures, Trees/Shrubs, Excess
Material Disposal, etc.l 1 $80,000.00 $80,000.00 $100,000.00 $100,000.00 $60,000.00 $60,000.00
Excavation, Embankment and Grading (Cut/Fill to
Proposed Grade) 1 $147,895.00 $147,895.00 $200,000.00 $200,000.00 $341,000.00 $341,000.00
Stabilization Tvoe B (12")(Min. LBR 401 3044 $3.50 $10,654.00 $8.00 $24,352.00 $7.00 $21,308.00
Base Soil Cement (6")(300 osi) 2996 $9. 00 $26,964.00 $18.00 $53,928.00 $15.00 $44,940.00
AsphaltType S-1 (1 )1;,") 2944 $9.30 $27,379.20 $9.00 $26,496.00 $8.25 $24,288.00
Concrete Class I (Miscellaneous) 7 $205.00 $1,435.00 $300.00 $2,100.00 $700.00 $4,900.00
Ditch Bottom Inlet (Type Cl (<10~) 3 $1,650.00 $4,950.00 $2,500.00 $7,500.00 $2,800.00 $8,400.00
Ditch Bottom Inlet (Type C) (<10-XModified) (with
Skimmer) 2 $3,150.00 $6,300.00 $4,000.00 $8,000.00 $4,500.00 $9,000.00
Ditch Bottom InletlTvoe D) (<10~) 2 $1,975.00 $3,950.00 $2,500.00 $5,000.00 $3,500.00 $7,000.00
Manholes ITvoe P-7) (<10=) 3 $2,195.00 $6,585.00 $3,000.00 $9,000.00 $3,300.00 $9,900.00
Manholes (Tvoe J-7l (>10~) 1 $4,305.00 $4,305.00 $4,000.00 $4,000.00 $6,400.00 $6,400.00
Junction Box Tvoe J-7l (<10 ,) 1 $3,365.00 $3,365.00 $3,500.00 $3,500.00 $4,400.00 $4,400.00
Pipe Culvert RCP Round 18" SS 163 $28.50 $4,645.50 $40.00 $6,520.00 $45.00 $7,335.00
Pipe Culvert RCP Round 30" SS. 102 $55.25 $5,635.50 $70.00 $7,140.00 $90.00 $9,180.00
Pipe Culvert RCP Round 36" SS 58 $76.50 $4,437.00 $80.00 $4,640.00 $105.00 $6,090.00
Pipe Culvert RCP Round 42"SS 74 $127.00 $9,398.00 $120.00 $8,880.00 $130.00 $9,620.00
Pipe Culvert HDPE Round 118"SS 58 $14.00 $812.00 $25.00 $1,450.00 $15.00 $870.00
Pice Culvert HDPE Round 1110" SS) 458 $21.25 $9,732.50 $25.00 $11,450.00 $33.00 $15,114.00
Mitered End Section Round Pioe1l10" BOl 1 $585.00 $585.00 200 $200.00 $1,600.00 $1,600.00
Mitered End Section Round Pioe1l18" BOl 1 $775.00 $775.00 500 $500.00 $1,850.00 $1,850.00
Mitered End Section Round Pipe1l42" BOI 1 $2,250.00 $2,250.00 2500 $2,500.00 $3,500.00 $3,500.00
Concrete Curb (Tvpe Dl 85 $15.35 $1,304.75 15 $1,275.00 $21.00 $1,785.00
Sidewalk Concrete (4" Thick) 1093 $31.00 $33,883.00 28 $30,604.00 $32.00 $34,976.00
Riorao (RubblellDitch Lininolllnc1udes Geotextile) 728 $125.00 $91,000.00 100 $72,800.00 $115.00 $83,720.00
Soddino (Bahia) 14456 $1.70 $24,575.20 1.5 $21,684.00 $1.75 $25,298.00
Aluminum Sheet Pilino 150 $115.00 $17,250.00 25 $3,750.00 $36.00 $5,400.00
LandscapinQ/AQuatic Plants 1 $55,000.00 $55,000.00 60000 $60,000.00 $73,000.00 $73,000.00
IrriQation SyStem 1 $50,000.00 $50,000.00 60000 $60,000.00 $84,000.00 $84,000.00
8' Wide, 72' LonQ Pedestrian Bridge 2 $42,500.00 $85,000.00 28000 $56,000.00 $40,000.00 $80,000.00
Wheel Stops 16 $35.00 $560.00 35 $560.00 $42.00 $672.00
Pavement Strippino and SiQnaQe 1 $6,500.00 $6,500.00 5000 $5,000.00 $3,400.00 $3,400.00
Construction Permits Allowance (refer to Specification
Section 01025) 1 $4,770.00 $4,770.00 2500 $2,500.00 $1,800.00 $1,800.00
Indemnification ($1,000 minimum) 1 $1,000.00 $1,000.00 1000 $1,000.00 $200.00 $200.00
$1,139,946.00
Total Bid Price
$794,545.65
$938,902.00
Page 1 of 3
BID #07-06 PIONEER KEY REGIONAL STORMWATER POND
BID TABULATION
5/15/07
Pioneer Key Bid Tab WLWConstruction, inc. Southeast Enviroscape, inc. Schuller Contractors, inc. / .'.\ Inc.
Bid Bond Yes Yes Yes Non-Responsive for failure to properiy
License Check Active Active Active complete their bid form.
Addendum 1 & 2 Acknowledgement es ves res
DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRiCE UNIT PRiCE TOTAL PRICE UNIT PRICE TOTAL PRICE
Mobilization 1 $91,010.00 $91,010.00 $54,300.00 $54,300.00 $98,984.00 $98,984.00 $0.00 $0.00
Maintenance of Traffic 1 $4,500.00 $4,500.00 $2,000.00 $2,000.00 $9,600.00 $9,600.00 $0.00 $0.00
Prevention, Control and Abatement of Erosion and
Water Pollution 1 $16,543.00 $16,543.00 $18,840.00 $18,840.00 $12,000.00 $12,000.00 $0.00 $0.00
Clearing and Grubbing (Includes Removal of Pavement,
Existing Drainage Structures, Trees/Shrubs, Excess
Material Disposal, etc.) 1 $26,992.00 $26,992.00 $198,200.00 $198,200.00 $67,500.00 $67,500.00 $0.00 $0.00
Excavation, Embankment and Grading (Cut/Fill to
Proposed Grade) 1 $565,310.00 $565,310.00 $420,021.00 $420,021.00 $600,000.00 $600,000.00 $0.00 $0.00
Stabilization Type B (12"lIMin. LBR 401 3044 $3.70 $11,262.80 $3.00 $9,132.00 $4.00 $12,176.00 $0.00 $0.00
Base Soil Cement (6"X300 psi) 2996 $10.90 $32,656.40 $11.00 $32,956.00 $16.00 $47,936.00 $0.00 $0.00
AsphaltType S-1 (1 Y:z") 2944 $8.60 $25,318.40 $11.67 $34,356.48 $20.00 $58,880.00 $0.00 $0.00
Concrete Class I (Miscellaneous) 7 $520.00 $3,640.00 $500.00 $3,500.00 $1,002.00 $7,014.00 $0.00 $0.00
Ditch Bottom Inlet (Type C)(<10'=) 3 $1,546.00 $4,638.00 $1,100.00 $3,300.00 $3,700.00 $11,100.00 $0.00 $0.00
Ditch Bottom Inlet (Type C) (<10-XModified) (with
Skimmer) 2 $4,305.00 $8,610.00 $5,500.00 $11,000.00 $4,000.00 $8,000.00 $0.00 $0.00
Ditch Bottom Inlet(Type D)(<10~) 2 $2,589.00 $5,178.00 $2,300.00 $4,600.00 $3,700.00 $7,400.00 $0.00 $0.00
Manholes (Type P-7l (<10~) 3 $2,290.00 $6,870.00 $2,000.00 $6,000.00 $5,100.00 $15,300.00 $0.00 $0.00
Manholes (Type J-7l (>10~) 1 $4,500.00 $4,500.00 $5,000.00 $5,000.00 $8,348.00 $8,348.00 $0.00 $0.00
Junction Box Type J-7) (<10~) 1 $4,000.00 $4,000.00 $5,800.00 $5,800.00 $6,600.00 $6,600.00 $0.00 $0.00
Pipe Culvert RCP Round 18" SS 163 $32.60 $5,313.80 $42.00 $6,846.00 $61.00 $9,943.00 $0.00 $0.00
Pipe Culvert RCP Round 30" SS 102 $64.00 $6,528.00 $80.00 $8,160.00 $90.00 $9,180.00 $0.00 $0.00
Pipe Culvert RCP Round 36" SS 58 $88.70 $5,144.60 $110.00 $6,380.00 $93.00 $5,394.00 $0.00 $0.00
Pipe Culvert RCP Round 42" SS 74 $119.00 $8,806.00 $150.00 $11,100.00 $146.00 $10,804.00 $0.00 $0.00
Pipe Culvert HDPE Roun dll8" SS 58 $14.00 $812.00 $30.00 $1,740.00 $54.00 $3,132.00 $0.00 $0.00
Pipe Culvert HDPE Roun dll10"SS) 458 $36.00 $16,488.00 $35.00 $16,030.00 $60.00 $27,480.00 $0.00 $0.00
Mitered End Section Round Pipe)(10" BO) 1 $85.00 $85.00 $700.00 $700.00 $1,000.00 $1,000.00 $0.00 $0.00
Mitered End Section Round PipeX18" BO) 1 $997.00 $997.00 $950.00 $950.00 $1,500.00 $1,500.00 $0.00 $0.00
Mitered End Section Round PipeX42" BO) 1 $3,945.00 $3,945.00 $1,400.00 $1,400.00 $3,700.00 $3,700.00 $0.00 $0.00
Concrete Curb (Type Dl 85 $23.00 $1,955.00 $20.00 $1,700.00 $35.00 $2,975.00 $0.00 $0.00
Sidewalk Concrete (4" Thickl 1093 $32.90 $35,959.70 $40.00 $43,720.00 $32.00 $34,976.00 $0.00 $0.00
Riprap (RubblellDitch Lininalllnciudes Geotextilel 728 $58.00 $42,224.00 $120.00 $87,360.00 $109.00 $79,352.00 $0.00 $0.00
Soddina (Bahia) 14456 $1.80 $26,020.80 $2.70 $39,031.20 $4.00 $57,824.00 $0.00 $0.00
Aluminum Sheet Piling 150 $89.00 $13,350.00 $200.00 $30,000.00 $240.00 $36,000.00 $0.00 $0.00
Landscaping/Aauatic Plants 1 $78,000.00 $78,000.00 $120,000.00 $120,000.00 $41,771.00 $41,771.00 $0.00 $0.00
Irrigation SyStem 1 $70,200.00 $70,200.00 $70,000.00 $70,000.00 $23,771.00 $23,771.00 $0.00 $0.00
8' Wide, 72' Lona Pedestrian Bridge 2 $36,660.00 $73,320.00 $50,937.00 $101,874.00 $34,200.00 $68,400.00 $0.00 $0.00
Wheel Stops 16 $36.00 $576.00 $50.00 $800.00 $60.00 $960.00 $0.00 $0.00
Pavement Strippina and Sianaae 1 $1,450.00 $1,450.00 $2,800.00 $2,800.00 $6,000.00 $6,000.00 $0.00 $0.00
Construction Permits Allowance (refer to Specification
Section 01025) 1 $29,061.00 $29,061.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 $0.00 $0.00
Indemnification ($1,000 minimuml 1 $4,500.00 $4,500.00 $2,000.00 $2,000.00 $1,000.00 $1,000.00 $0.00 $0.00
$1,366,596.68
$1,235,764.50
$1,397,000.00
$0.00
Total Bid Price
Page 2 of 3
BID #07-06 PIONEER KEY REGIONAL STORMWATER POND
BID TABULATION
5/15/07
American Persian Engineers &
Pioneer Key Bid Tab Constructors, Inc. (A.P.E.C.) Oklawaha Farms. Inc. Central Florida EnvirollmentalCorp.
Bid Bond Yes Yes Yes
License Check Active Active Active
Addendum 1 & 2 Acknowledgement es 'E!S es
DESCRIPTION EST'D QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
Mobilization 1 $150,000.00 $150,000.00 $75,000.00 $75,000.00 $138,877.73 $138,877.73
Maintenance of Traffic 1 $15,000.00 $15,000.00 $25,000.00 $25,000.00 $42,475.00 $42,475.00
Prevention, Control and Abatement of Erosion and
Water Pollution 1 $20,000.00 $20,000.00 $95,000.00 $95,000.00 $54,541 .25 $54,541.25
Clearing and Grubbing (Includes Removal of Pavement,
Existing Drainage Structures, Trees/Shrubs, Excess
Material Disposal, etc.) 1 $24,000.00 $24,000.00 $160,000.00 $160,000.00 $131,625.00 $131,625.00
Excavation, Embankment and Grading (CuVFill to
Proposed Grade) 1 $950,000.00 $950,000.00 $1,000,000.00 $1,000,000.00 $1,454,000.00 $1,454,000.00
Stabilization Type B (12")(Min. LBR 40) 3044 $9.00 $27,396.00 $11.00 $33,484.00 $7.30 $22,221.20
Base Soil Cement (6")(300 psi) 2996 $25.00 $74,900.00 $11.00 $32,956.00 $12.98 $38,888.08
Asphalt Type S-1 (1 }I,") 2944 $25.00 $73,600.00 $50.00 $147,200.00 $11.31 $33,296.64
Concrete Class I (Miscellaneous) 7 $1,250.00 $8,750.00 $4,000.00 $28,000.00 $869.64 $6,087.48
Ditch Bottom Inlet (Type C) (<10~) 3 $3,500.00 $10,500.00 $12,000.00 $36,000.00 $2,562.50 $7,687.50
Ditch Bottom Inlet (Type C) (<10=)(Modified) (with
Skimmer) 2 $6,500.00 $13,000.00 $15,000.00 $30,000.00 $3,812.50 $7,625.00
Ditch Bottom Inlet (Type D) (<10~) 2 $5,000.00 $10,000.00 $12,000.00 $24,000.00 $3,187.50 $6,375.00
Manholes (Type P-7) (<10=) 3 $7,500.00 $22,500.00 $12,000.00 $36,000.00 $3,250.00 $9,750.00
Manholes (Type J-71 (>10~) 1 $12,500.00 $12,500.00 $12,000.00 $12,000.00 $7,375.00 $7,375.00
Junction Box Type J-7) (<10~) 1 $10,000.00 $10,000.00 $19,000.00 $19,000.00 $7,375.00 $7,375.00
Pipe Culvert RCP Round 18" SS 163 $75.00 $12,225.00 $108.00 $17,604.00 $78.41 $12,780.83
Pipe Culvert RCP Round 30" SS 102 $100.00 $10,200.00 $144.00 $14,688.00 $108.28 $11,044.56
Pipe Culvert RCP Round 36"SS 58 $125.00 $7,250.00 $150.00 $8,700.00 $126.55 $7,339.90
Pipe Culvert RCP Round 42" SS 74 $135.00 $9,990.00 $160.00 $11,840.00 $191.45 $14,167.30
Pipe Culvert HOPE Round)(8" SS 58 $50.00 $2,900.00 $90.00 $5,220.00 $50.43 $2,924.94
Pipe Culvert HOPE Round)(10" SS) 458 $60.00 $27,480.00 $90.00 $41,220.00 $36.51 $16,721.58
Mitered End Section Round Pipe)(10" BO) 1 $750.00 $750.00 $6,000.00 $6,000.00 $575.00 $575.00
Mitered End Section Round Pipe)(18" BO) 1 $1,200.00 $1,200.00 $6,000.00 $6,000.00 $856.25 $856.25
Mitered End Section Round PipeX42" BO) 1 $1,800.00 $1,800.00 $12,000.00 $12,000.00 $3,450.00 $3,450.00
Concrete Curb (Type D) 85 $25.00 $2,125.00 $60.00 $5,100.00 $19.70 $1,674.50
Sidewalk Concrete (4" Thick) 1093 $39.00 $42,627.00 $50.00 $54,650.00 $30.04 $32,833.72
Riprap (RubbleXDitch Lining)(lncludes Geotextile) 728 $75.00 $54,600.00 $145.00 $105,560.00 $175.50 $127,764.00
Sodding (Bahia) 14456 $3.25 $46,982.00 $3.00 $43,368.00 $4.01 $57,968.56
Aluminum Sheet Piling 150 $75.00 $11,250.00 $240.00 $36,000.00 $127.34 $19,101.00
Landscaping/Aguatic Plants 1 $75,000.00 $75,000.00 $72,000.00 $72,000.00 $29,437.50 $29,437.50
Irrigation SYStem 1 $25,000.00 $25,000.00 $30,000.00 $30,000.00 $110,156.25 $110,156.25
8' Wide, 72' Long Pedestrian Bridge 2 $53,250.00 $106,500.00 $50,000.00 $100,000.00 $48,555.00 $93,110.00
Wheel Stops 16 $250.00 $4,000.00 $360.00 $5,760.00 $43.75 $700.00
Pavement Stripping and Signage 1 $5,000.00 $5,000.00 $6,000.00 $6,000.00 $3,431.25 $3,431.25
Construction Permits Allowance (refer to SpeCification
Section 01025) 1 $25,000.00 $25,000.00 $18,000.00 $18,000.00 $1,250.00 $1,250.00
Indemnification ($1,000 minimum) 1 $1,000.00 $1,000.00 $40,000.00 $40,000.00 $1,000.00 $1,000.00
$1,895,025.00
$2,393,350.00
$2,516,487.02
Total Bid Price
Page 3 of 3
SECTION 00020
INVITATION TO BID
BID #B07-06
PIONEER KEY REGIONAL STORMWATER POND
OCOEE, FLORIDA
Sealed bids, in duplicate, will be accepted by the Finance Department in the City of Ocoee, not later
than at 2:00 p.m., local time, on May 8,2007. Sealed bids must be date and time stamped at the office
of the Purchasing Agent at the Finance Department before 2:00 p.m., local time. Sealed bids will then be
hand delivered to the Room in which the bid opening is to occur. At approximately 2:01 p.m. bids will be
publicly opened and read aloud in the City of Ocoee City Hall Conference Room.
Any bids received after the specified date and 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
this designated time will be returned unopened.
Description of Work:
All work for the Project shall be designed and constructed in accordance with the Drawings and
Specifications prepared by Professional Engineering Consultants, Inc., Orlando, Florida, and the
proposed contract will be awarded and constructed, if award is made, under these Contract Documents.
Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals and
services, including labor, for the Work which generally includes, but is not necessarily limited to, the
following:
The Pioneer Key Regional Stormwater Pond project work includes the following: Excavation and
embankment of approximately 92,000 cubic yards of material for construction of the stormwater
pond; installation of fifteen (15) drainage structures (i.e., inlets, manholes, mitered end sections,
etc.); installation of approximately 58 linear feet of 8" polyethelene (HOPE) storm sewer,
installation of approximately 458 linear feet of 10" polyethelene (HOPE) storm sewer, installation
of approximately 163 linear feet of 18" reinforced concrete (RCP) storm sewer, installation of
approximately 102 linear feet of 30" reinforced concrete (RCP) storm sewer, installation of
approximately 58 linear feet of 36" reinforced concrete (RCP) storm sewer, installation of
approximately 74 linear feet of 42" reinforced concrete (RCP) storm sewer; installation of
approximately 150 square feet of aluminum sheet piling with a concrete cap; installation of
approximately 2,900 square yards of asphalt, base and stabilization; installation of two (2) 8' wide
x 72' long wooden pedestrian bridges; installation of an irrigation system; installation of aquatic
and upland landscaping; and necessary restoration to complete the project as shown in the plans
and in accordance with the specifications.
Prospective bidders may secure a copy of the complete bid package (project manual and drawings), from
the Purchasing Agent at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL
34761-2258, (407) 905-3100, ext. 1516, for a non-refundable fee of $100.00 per set. Checks should
be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. Information about
this bid is available from Demandstar by accessing the City's website at www.ci.ocoee.fl.us under
Finance/Purchasing/Bids.
Bids shall be prepared from complete full size contract documents. Addenda will be posted on
Demandstar or may be transmitted to all holders of complete contract documents not later than twenty-
four (24) hours before bid time in such manner as may be determined by the City.
00020-1
OE-395/1.0 (3/12/07)
Pre-Bid Conference: None Scheduled. The site is open for any desired inspections.
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 (90) ninety days after bid closing
time.
Bid Submittal: A single bid shall be submitted for the Work. 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.
Bids shall be on the Bid Form provided in the Project Manual and enclosed with a sealed envelope with
the words" BID #B07-06 for Construction of the Pioneer Key Regional Stormwater Pond and the Bidder's
name, address and Florida Contractor's License Number" clearly shown on the outside thereof. Bidder
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 Purchasing Agent, City of Ocoee, 150 North
Lakeshore Drive, Ocoee, Florida 34761.
Award of Contract(s): The City of Ocoee reserves the right to waive technicalities or irregularities, reject
any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other
factors taken into consideration. The City reserves the right to award the Contract to the Bidder which, in
the sole discretion of the City, is the most responsive and responsible bidder, price, qualifications and
other factors considered.
CITY CLERK
OCOEE, FLORIDA
END OF SECTION
APRIL 8, 2007
00020-2
OE-395/1.0 (3/12/07)
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
May 7, 2007
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B07-06
PIONEER KEY REGIONAL STORMW A TER POND
This addendum shall modify and become a part of the original bid documents for the Pioneer Key Regional
Stormwater Pond project. 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.
Amendments to the bid documents are as follows:
THE BID OPENING DATE AND TIME HAS BEEN CHANGED TO 3:00 P.M., LOCAL TIME, ON
TUESDA Y, MAY 15,2007 TO ALLOW ADDITIONAL TIME FOR BIDDERS TO MAKE REVISIONS IN
RESPONSE TO ANSWERS PROVIDED BY THE CITY, WHICH WILL BE INCLUDED IN ADDENDUM
TWO (2).
~~
Purchasing Agent
City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 3476\
phone: (407) 905-3100' fax: (407) 656-8504' www.ci.ocoee.fl.us
Mayor
S. Scott Vandergrift
center of Good Lt
",~e f,>,~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
May 10,2007
ADDENDUM NO: TWO (2)
CITY OF OCOEE
BID #B07-06
PIONEER KEY REGIONAL STORMW A TER POND
This addendum shall modify and become a part of the original bid documents for the Pioneer Key Regional
Stormwater Pond project. Bidders shall acknowledge receipt of this Addendum in the space provided in Section
0030,0-1 of the bid documents. Failure to do so may subject the bidder to disqualification.
Answers to Questions received and/or Amendments to the bid documents are as follows:
Q 1. On sheet 6 of 19, rip-rap is not shown under the timber bridge crossing the inflow canal, whereas on sheet
13 of 19 the plans do depict rip-rap under the timber bridge. Which of the two is correct?
AI. They both are correct. Sheet 6 is a small-scale overall plan view of the site that shows rip-rap under one
bridge as part of a large area of such material. The limited area of rip-rap under the in-flow canal bridge is
not sufficiently extensive to appear on Sheet 6. Sheet 13 includes detailed cross-section views of both
bridges. Rip-rap is to be installed under the in-flow canal bridge to protect its supporting pilings and
slopes.
Q2. Section 00200-1 (Page 00200-1) of the contract documents lists "Information Available to Bidders." Under
item A. Reports and Investigations, it lists "Geotechnical Engineering Report for Pioneer Key Regional
Drainage Improvements; City ofOcoee, Florida and Supplement #1 - Revisions to Water Table Elevations
and Aquifer Parameters to Geotechnical Engineering Report for Pioneer Key Regional Drainage
Improvements, City of Ocoee, Florida" as being provided with the Project Manual. We can find no such
reports with the Project Manual. Will such reports be furnished or included as part of an addendum?
A2. The Geotechnical Report has been posted on Demandstar as one original file and one supplement file.
Q3. In this same section (Section 00200), the statement is made that "The Engineer has relied upon the
following information. This information is for general information only and shall not be considered a part
of the bidding or contract documents." As such, can the Contractor rely upon this information to be a
reasonable representation of the materials to be encountered throughout the site?
A3. The information supplied should be relied upon to the extent of the potential bidder's confidence. The site
has been open for inspection during the bid period. The representatives of any prospective bidders are
welcome to confirm or modify the information provided. Please refer to Miscellaneous Note 3, Sheet 2.
Potential bidders are advised to visit the site.
City of Ocoee . 150 N Lakeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3100 . fax: (407) 656-8504. www.ci.ocoee.fl.us
Q4. There are no electrical or plumbing details for the fountains, or electrical details for the RainBird irrigation
system. Will the Engineer provide these details for the Contractor to price accordingly? Will [the
contractor] be required to provide the electrical service and where will it come from? What is its location?
For the water fountains, will there be a single controller or will there be two separate controllers? Are there
details for the electrical work?
A4. No, the engineer will not supply these details. The contractor is expected to design the items in question.
The City of Ocoee will provide the power drop to the site's perimeter along Palm Drive. The contractor
will be responsible for all materials and labor from that point on.
QS. There is a note on plan sheet 6 of 9 that states that the Prime Contractor shall coordinate with the
Landscape Contractor to verify that the soils on the littoral shelves are suitable for plants proposed. Neither
the Prime Contractor nor the Landscape Contractor will be able to make that determination until the
stormwater pond is excavated to the proper elevations. In the event that the material is deemed to be
unsuitable for planting, will this situation be treated as an unforeseen condition?
AS. Geotechnical & Testing Note 4, Sheet 2 directs the Contractor to "consult with the geotechnical engineer in
qualifying soil suitability" and for other purposes. That firm, Devo Engineering, is identified in the Project
Manual and can be consulted by a possible bidder. In addition, the geotechnical engineer, as stated in Note
GT-3, Sheet 2, is to identify those materials that are not suitable for use on the site. The landscape
subcontractor, if there is one, must determine whether suitable soil was, in fact, placed in the designated
areas before installing the new landscaping materials. Ultimately, it is the contractor's responsibility to
investigate the site and determine whether suitable topsoil is present in sufficient quantities to support the
design requirements. However, the City of Ocoee has clarified the general location of suitable soil within
the site, as specified below.
Q6. The plans indicate an existing fence at the site. What are the specific fencing requirements under the scope
of work? Is the existing fence to be removed? Replaced?
A6. There is no payable item for fence removal, replacement, or installation; therefore, it is our understanding
that none is required as part of the project, except as existing fencing may need to be removed within the
area of excavation under the Clearing and Grubbing lump sum payable item.
Q7. A comparison of recent aerial photography of the site with the current condition of the site indicates that
the on-site pond has been reduced in size. What was the nature of the material'utilizcd to back fill the
portion of the pond.
A 7. Weare not aware of any explicit work to reduce the size of the existing pond. The apparent change in
volume may qe the result of natural processes at work.
Q8. After completion of work what will be done with excess fill; which we estimate in excess of five thousand
truck loads? Will fill become property of owner or contractor? If owner, will site be provided to store or is
fill to be removed from site, if so where and who pays for hauling off site? According to pg. 1001-13 see I,
looks like becomes property of contractor, but seems a little vague. Also does fill have to be removed
within boundaries of contract or can it be removed after the end of the contract?
A8. The excess fill must be removed prior to the issuance of a certificate of substantial completion. Other
aspects of timing for this activity are up to the contractor, although there are physical limits for how much
soil can be stored onsite pending offsite disposal. Ownership of the excess material allows the contractor to
sell or otherwise dispose of the material, and to consider the potential revenue of such a solution in
providing a more favorable bid price to the City.
Section 01001 is based on Florida DOT standard project specifications and has been incompletely modified
to serve a similar function for this City of Ocoee proj ect. Specifically, the last sentence in Paragraph I.l.a
on Page 01001-13 says, "The Contractor shall take ownership of remaining excavated materials not needed
B0706 Pioneer Key Addendum 2
2
for job requirements, and dispose of them outside the right-of-way to the satisfaction of the Engineer." The
term 'right-of-way' should be replaced with 'project site'.
Section 1.2 (Excess Suitable Material) on Page 01001-13 should be understood to mean that City retains
ownership of excess materials excavated from the top seven (7) feet of the site, and that transport of this
excess material to as many as three City-owned off-site locations within 2-4 miles' distance is part of "the
final job requirements for fill or backfill materials." Section 1.3 (Unsuitable Material) on Page 0 1 00 1-13
should be understood to mean all soil excavated from a depth greater than seven (7) feet on the site. All
other content of Section I remains as originally expressed.
Q9. Under same sec. [of] article 2 contractors shall take owner ship of remaining materials and dispose of them
to satisfaction of engineer, if contractor has ownership why would engineer have any concern with excess
fill?
A9. The reasdn the Engineer needs to have a review and approval role in the process is to protect the City's
rights and duties in the matter. Even though the contractor owns the material from the moment is declared
to be excess of requirements--not once it is removed from the site--there is the potential for immediate and
subsequent claims of the City for improper supervision of a contractor that does not properly dispose of the
material.
QIO. Article 22, and Para 22-1 states contractor awarded project shall be pre-qualified with FDOT? Will this
requirement be enforced?
AIO. No. This is another provision of an FDOT standard set of specifications that should have been modified for
this project. Bidders do not need to be pre-qualified with FDOT.
Q 11. Composite recycled material for the decking and handrails is shown, but can # 1 SYP be used?
All. No.
Q 12. Is there a spec for the design load for the bridge?
AI2. No. The bridge structural members are sized on the plans. The contractor is to provide a final design in a
set of shop drawings certified by a Florida-licensed structural engineer. The shop drawings will provide
additional details, like the manner of fastening structural members, cross-bracing requirements, and piling
depth.
Q13. One of the plan holders wants the CADD files for this bid. Can we supply them?
A13. No. The AutoCAD files are not public documents.
Additional Information:
1. Currently, part of this project site is in unincorporated Orange County. Annexation of this property to the City
will be on July 17, 2007. The City of Ocoee will not charge for the building permit, but the permit must be
obtained.
2. There are no known utilities located on the project site.
3