HomeMy WebLinkAboutItem #05 Award of Bid #B09-02 Central Park Boardwalk and Pier
AGENDA ITEM COVER SHEET
Meeting Date: March 3, 2009
Item # r.::;
Reviewed By: ~ ~
Contact Name: Joyce Tolbert Department Director:. . ~._j_C_. ~
Contact Number: 1516 City Manager: _ _ ~
Subject: Award of Bid #B09-02 Central Park Boardwalk and Pier
Background Summary:
As part of the Central Park Improvements, the City solicited bids from qualified contractors to construct an elevated
pressure-treated lumber boardwalk and observation pier along the shoreline of Lake Moxie in Central Park, which
is located on Flewelling Avenue in the central part of the city. The boardwalk consists of a series of standard 8 ft.
wide by 10ft. long rectangular segments arranged end to end in conformance with the general waterline of the lake.
Three concrete sidewalk connections are to be provided that will access the boardwalk at timber ramps of
construction similar to that of the boardwalk. (Only one of the concrete sidewalks is to be constructed by the
contractor as part of this bid.) The observation pier will extend approximately 30 feet into Lake Moxie at its
southeast shoreline, with the boardwalk running north from that point on the eastern shoreline. The boardwalk will
be built approximately five feet above ground level and will provide the appearance to users of overhanging the
water surface. Concrete sidewalks are to be 8 feet wide and 6 inches deep with 6" x 6" wire reinforcement.
Concrete footer dimensions are shown on the plans.
The Parks and Recreation Department and Finance Department have reviewed all bids. Staff recommends awarding
the bid to C&L Landscape Inc. as the most responsive and responsible bidder for the amount of $89,291.00.
Issue:
A ward the contract for the construction of Central Park Boardwalk and Pier to C&L Landscape, Inc.
Recommendations
Staff recommends that the City Commission:
1) Award Bid #B09-02 for construction of the Central Park Boardwalk and Pier to C&L Landscape Inc. in the
amount of $89,291.00.
2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the
appropriate insurance is secured.
Attachments:
1. Bid Tabulation
2. Addendum #1
3. ITB #B09-02
4. C&L Bid
Financial Impact:
$100,000, of which $90,000 will be allocated for the construction of the boardwalk and $10,000 for landscape
materials and educational materials.
Type of Item: (please mark with an "x'J
Public Hearing
_ Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerk's Deat Use:
_'[Consent Agenda
---'-- Public Hearing
_ Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
J~
N/A
N/A
N/A
2
Commissioners
Gary Hood. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Joel Keller. District 4
Mayor
S. Scott Vandergrift
City Manager
Robert Frank
STAFF REPORT
TO:
The Honorable Mayor and City Commissioners
FROM:
Joyce Tolbert, Purchasing Agent
DATE:
February 24, 2009
RE:
A ward of Bid #B09-02 Central Park Boardwalk and Pier
ISSUE
A ward the contract for the construction of Central Park Boardwalk and Pier to C&L Landscape, Inc.
BACKGROUNDIDISCUSSION
As part of the Central Park Improvements, the City solicited bids from qualified contractors to construct an
elevated pressure-treated lumber boardwalk and observation pier along the shoreline of Lake Moxie in Central
Park, which is located on Flewelling Avenue in the central part of the city. The boardwalk consists of a series of
standard 8 ft. wide by 10ft. long rectangular segments arranged end to end in conformance with the general
waterline of the lake. Three concrete sidewalk connections are to be provided that will access the boardwalk at
timber ramps of construction similar to that of the boardwalk. (Only one of the concrete sidewalks is to be
constructed by the contractor as part of this bid.) The observation pier will extend approximately 30 feet into
Lake Moxie at its southeast shoreline, with the boardwalk running north from that point on the eastern shoreline.
The boardwalk will be built approximately five feet above ground level and will provide the appearance to users
of overhanging the water surface. Concrete sidewalks are to be 8 feet wide and 6 inches deep with 6" x 6" wire
reinforcement. Concrete footer dimensions are shown on the plans.
The bid was publicly advertised on January 25, 2009 and opened on February 17,2009. There were a total of
twelve (I 2) bids received, however one was considered non-responsive due to failure to bid on the specifications
by submitting an alternate bid only:
Bidder Total Bid Amount
1. C&L Landscape Inc. $ 89,291.00
2. Sunbelt Construction $ 91,452.00
3. Schippers Marine Construction $ 99,987.99
4. JD James Inc. $105,260.00
5. Pillar Homes LLC $108,600.00
6. Southern Building Services $115,976.00
7. Wilco Construction $120,470.00
8. Gibbs & Register Inc. $121,558.00
9. Santa Cruz Construction $143,699.00
10. Custom Built Marine Construction $157,559.00
11. Prince Land Services, Inc. $158,096.00
12. APEC, Inc. Non-Responsive
Attached is the bid tabulation. All bids are available in the Finance Department for review.
The Parks and Recreation Department and Finance Department have reviewed all bids. Staff recommends
awarding the bid to C&L Landscape Inc. as the most responsive and responsible bidder for the amount of
$89,291.00. The amount that has been allocated for the boardwalk project in Central Park is $100,000, of which
$90,000 will be allocated for the construction of the boardwalk and $10,000 for landscape materials and
educational materials.
2
~~~
7 3l ~
iil <1l )>
~ ~ ~
:J <1l g
~. ~ ~
<1l ~. lil
Q;~
iil'<1l
~2':
iil 0.
_61
o u
UC
c:~
o 0
:J :J
go
<1l 2-
en':"
~. i'
:hill
lili:l-
c!': _.
o -
~ ~
~ .It
_. :Ii
< :.:
~;;
III <1l
fie
3 g
III <D
(Do
u:li
o.:~
0-
~Cil
'< en
...,
o
:J
en
<.
<1l
III
:J
0.
lJ:
..,
o
i;l
0'
iD
u
0:
0.
~
~;t
en ;:
It _
tIltll
S:S:
.
c:
:J
..
..
It
3
...
co
CD
N
~
b
o
'"
'"
'"
'"
'"
'"
b
o
'"
~
'",
'"
'"
8
'"
o
'"
N
en
o
8
'"
~
i
8
'"
...
'"
'en
'"
'"
8
'"
'"
'"
(0
'"
'"
'"
'"
'"
o
'"
'"
8
8
'"
'"
'",
'"
en
8
'"
~
....
'"
'"
8
'"
'"
o
....
'"
o
8
)>c:
0.:J
c...
e::+
o It
; 3
-..
~
a
)>
n
n
<1l
en
en
;ll
..
3
~
en
co
b
o
~
~
o
o
~
8
8
'"
~
:...
'"
'"
'"
'"
'"
8
'"
'"
'"
'"
8
'"
'"
...
'"
8
'"
'"
'"
o
8
'"
'"
~
8
'"
'"
o
'"
N
o
'"
'"
'"
o
8
-c-:a:c:
N::::l_::::l
cn::a:_::a:
tD;;O;:;
a It ." It
o 3 C;; 3
;;:a-
o
:J
tIl
o
..
a
!
;;:
...
..
o
:.
'"
o
b
o
'"
...
en
(0
'"
o
b
o
'"
'"
en
"0
o
o
8
'"
'"
'"
~
o
8
'"
...
'"
N
...
o
8
'"
:t
Co
'"
o
8
'"
'"
'"
'",
8l
8
'"
'"
'"
'"
o
o
b
o
'"
~
....
'"
en
8
'"
'"
...
Co
~
b
o
'"
'"
'"
'"
'"
o
8
~
'"
co
o
o
o
'"
'"
.~
o
b
o
'"
'"
8
o
8
'"
'"
-.:
o
8
'"
'"
-...
'"
o
8
'"
'"
-...
...
o
8
'"
'"
....
'"
'"
8
'"
'"
Co
8
b
o
'"
'"
'"
'"
'"
8
'"
'"
b
'"
'"
8
'"
'"
(0
8
8
...
o
...
)>
...
...
c:
iil:
."
/J)
c:
iil:
tIl
)>
/J)
m
!!1
;ll
"
;;'
iil
"
n
It
~
...
2:
CD
~
o
"
...
'"
CD
:..
~
o
o
~
o
'"
'"
'"
b
o
'"
'"
'"
tn
~
8
'"
'"
'"
~
o
b
o
~
'"
Co
g:
8
'"
'"
'"
~
'"
8
'"
en
'"
~
is
'"
'"
'"
~
b
o
~
~
8
8i
~
'"
8
'"
~
(0
g;
8
...
~
a
'"
C
0-
~
m
.0
C
i:j"
3
"
a
...
~
~ , (/J aJ
n n~a:
,.. " "
::::l ::::l tD (/J
o (II Q, tD
~ ~ ~ [
~ ~ ~ ~
~ :II:" ;: )!.
0.
" ..
" 0
0. 0
C ..,
3 iij"
'!l en
-<
m
'"
-<
m
'"
-<
m
CJ>
-<
m
CJ>
-< -<
m m
CJ> CJ>
-< -<
m m
CJ> CJ>
-< -<
m m
en en
-< -<
m m
en CJ>
-<
m
CJ>
-<
m
CJ>
-< -<
m m
CJ> CJ>
)>
-< -< -< () -<
mmm-im
en en cn<:en
m
)>
-< -< -< () -<
mmm-im
encncn<:cn
m
)>
-< -< -< () -<
mmm-im
en en cn<en
m
)>
-< ()
m ...
'" <:
m
~
....
.....
(5
lD
N
o
o
"
~
C'l
m
z
-l
~
r- !!!
" 0
~ -l
::Olll~
"'-Ill
IllOc:
~~~
::O~::j
~~~
~ ."
r- 0
'" ::0
~ ..
z
o
"
in
::0
)>
-< () -<
m ... m
en <: cn
m
)>
-< () -<
m ... m
CJ> ~ CJ>
)>
-< () -<
m ... m
CJ> <: CJ>
m
)>
-< () -<
m ... m
en <: en
m
)>
-< () -<
m ... m
CJ> ~ CJ>
-< (!) -<
m ... m
en ~ CJ>
)>
-< () -<
m ... m
CJ> ~ CJ>
BID #B09-02
CENTRAL PARK BOARDWALK AND PIER
BID FORM
The Base Bid includes:
140 feet of elevated boardwalk, all required preparatory grading, removal of invasive plants along
the shoreline within the area of construction, concrete footers, all materials, and all labor required
to construct the finished facility, as shown on the project plans.
Three (3) 8-foot wide elevated ramps of approximately 30 feet in length each, along with all
required footers, material, and labor.
One (1) 30- foot observation pier, including all materials, pier installation, and other labor
required to construct the finished facility at one end of the boardwalk.
One (1) concrete sidewalk approximately 75 feet long by 8 feet wide by 6 inches deep.
All incidentals, engineered plans, shipping costs, and other required elements of the complete
proj ect.
TOTAL LUMP SUM BASE BID:
S:X.+l. jJ\',y-€- -th.Cll5~~d
() 11e ,", ~~ vd / ~ ~ 111,\ J fit i ,/ ~ Dollars and
cne
Unit Item 1 Bid is the price to build one (l) lO-foot section of boardwalk constructed as an extension to
the base bid section, including all required preparatory grading, removal of invasive plants along the
shoreline within the area of construction, concrete footers, all materials, and all labor required to construct
the finished facility, as shm.vn on the project plans. The purpose of this bid item is to allow an increase in
boardwalk length beyond the base bid within the funding limit imposed by available budget
$ !./'i~ (/el t () V
UNIT ITEM I: 7 ~ f).....
SI'~t~V\ (l[\.cv-_J/-i2d O-J~ b () /~
~ 1 ),iI! t '1 -+ Dollars and I :un
$
. 00
~q,/JI '
I
Cc /
1/[1 ()
Cents
Cents
Unit Item 2 Bid is the price to build an additional foot of access ramp leading from the ground level to the
boardwalk, including all required footers, material, and labor, The purpose of this bid item is to allow for
adjustments in length of the three specified ramps.
UNIT ITEM 2: $
(1f1{ /1ilA) (crt ^' ,5[~d'bfJi~
/& 1, tiC
CJO /
IIO()
Cents
/1 .,! i, l . 2af'
1..--\ I _ i--u. ." r. /'~J ! I 111......
Company Name
v:..lvt
. ~.
rn v\(1 I-tO~'Y\bil if,] f?( r(e~id6'\+-
Nameffitle (please print) .
c---JJ.,.U& Ml AIVI i-Lv'! \ iCi
Authorized Signature /
~(b~1,i5~rl(Q. ~
Professional License umber
B09-02 Central Park Boardwalk & Pier
24
Bid #B09-02 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
(' -i L I (j ,~1 (L.\(!(j fL ~l~.
COMPANY NAME
qtl-I-. ~F)<~- (,,&90
TELEPHqNE (IN,CLUDE AREA CODE)
{jO!d- 35P1- 5q,r~
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
lic[./ E .Di ~ v 0-'6.+ .
STREET ADDRESS
:1(J. F'i . .37__2-02--
CITY STATE ZIP
IF REMITI ANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
(j f) I &i- ;L3~~ 5 .
~~~1(, 3:Jd4--\
I
u
FEDERALID#...Sq. '6,;lC5Xl~ I
_Individual ~Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
. -'7 rt~
I:) __I day of ,)pjrJrUWT ,200.2-.
-
- -
PcrsonalIy Known 'V
or
. IIARILYIIMCARMU
!! ,." NIIc . &all or ......
It. . ., c-. fIfht..... 11. "I
Calli rIlIl..._
.....-...........-
Produced Identification
(Type of Identification)
Notary Public - State of "1Ion'((C{
County of Du VA-l
/
B09-02 Central Park Boardwalk & Pier
25
Mavor
S. Scott Vandergrift
(enter of Gooel I '
'\ \"\c -/1'jl~)
Com missioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
CITY OF OCOEE
INVITATION TO BID #B09-02
CENTRAL PARK BOARDWALK AND PIER
City of Ocoee . 150 N Lakeshore Drive' Ocoee. Florida 34761
phone: (407) 905-3100 . fax: (407) 905-3194' www.ocoee.org
,--
BID DOCUMENTS
3
4 thru 7
8 thru 1 7
*18
*19
Legal Advertisement
Invitation to Bid #B09-02
General Terms & Conditions
Subcontractors/Equipment Listing
References/Summary of Litigation/Acknowledgement
of Addenda
SCOPE OF WORK/BID FORM
20 thru 23
*24
*25
Scope of Work
Bid Form
Company Information/Signature Sheet
*Submit with bid
END OF TABLE OF CONTENTS
B09-02 Central Park Boardwalk & Pier
2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B09-02, CENTRAL PARK BOARDWALK AND PIER, no later than 2:00
P.M., local time, on February 17, 2009. Bids received after that time will not be accepted or considered. No
exceptions will be made. The City reserves the right to reject any and all bids and waive informalities.
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is
soliciting bids from qualified contractors to construct an elevated pressure-treated lumber boardwalk and
observation pier along the shoreline of Lake Moxie in Central Park, which is located on Flewelling Avenue in
the central part of the city. The boardwalk consists of a series of standard 8 ft. wide by 10 ft. long
rectangular segments arranged end to end in conformance with the general waterline of the lake. Three
concrete sidewalk connections are to be provided that will access the boardwalk at timber ramps of
construction similar to that of the boardwalk. (Only one of the concrete sidewalks is to be constructed by the
contractor as part of this bid.) The observation pier will extend approximately 30 feet into Lake Moxie at its
southeast shoreline, with the boardwalk running north from that point on the eastern shoreline. The
boardwalk will be built approximately five feet above ground level and will provide the appearance to users
of overhanging the water surface. Concrete sidewalks are to be 8 feet wide and 6 inches deep with 6" x 6"
wire reinforcement. Concrete footer dimensions are shown on the plans.
No Pre-Bid Conference has been scheduled.
Bid Security: A certified check (no personal or company checks) or bid bond shall accompany each bid, no cash
accepted. The certified check or bid bond shall be for 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) days after bid closing time
and will sign a Contract with the City for the Bid Price.
Each Bidder shall submit one (I) original and two (2) copies of the required bid documents, in a sealed envelope
plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at
the City of Ocoee, Attn: Joyce Tolbert, Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258.
Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:0 1
PM, local time, or as soon thereafter as possible.
Prospective bidders may secure a copy of the documents required for submitting a bid through OnvialDemandstar
by accessing the City's web site at www.ocoee.org under Finance/Purchasing. Partial sets of the documents required
for submitting a bid will not be issued. By using OnvialDemandstar, prospective bidders will be provided with all
addendums and changes to the applicable bid; fees may apply for non-members. Membership with
OnvialDemandstar is not required to submit a bid. For those without access to a computer, a public computer is
accessible at Ocoee City Hall.
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.
A ward of Contract: 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. The City may
accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations.
No fax or electronic submissions will be accepted.
City Clerk
January 25, 2009
B09-02 Central Park Boardwalk & Pier
3
CITY OF OCOEE
INVITATION TO BID #B09-02
CENTRAL P ARK BOARDWALK AND PIER
INTENT:
Sealed bids for Bid #B09-02 will be received by the City of Ocoee, hereinafter called "The
City", by any person, firm, corporation or agency submitting a bid for the work proposed,
hereinafter called "Respondent".
The proposed Contract will be for the labor, supervision, materials, equipment, supplies and
incidentals for the CENTRAL PARK BOARDWALK AND PIER PROJECT for the City of
Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid.
BIDDING INSTRUCTIONS:
A. Each respondent shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid as no changes will
be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use
pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent
and must be initialed and dated by person signing the bid. Bid documents must be signed by
a legally responsible representative, officer, or employee and should be properly witnessed
and attested. All bids should also include the name and business address of any person, firm
or corporation interested in the bid either as a principal, member of a firm or general partner.
If the respondent is a corporation, the bid should include the name and business address of
each officer, director, and holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent, (407) 905-3100,
extension 1516 and fax (407)905-3194 or email itolbert@ci.ocoee.fl.us, and shall be received
not later than February 6,2009. Any clarifications/changes will be made by way of written
addenda only, issued by the Finance Department. Bidders should not contact other City staff
or other City consultants for information before the bid award date. Any contact with any
other member of the City Staff, City Commission, or its Agents during this time period may
be grounds for disqualification.
C. This bid must be received as one (1) original and two (2) copies of the required submittals
only, by the Finance Department not later than 2:00 P.M., local time, on February 17,
2009. Bids received by the Finance Department after the time and date specified will not be
considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids
transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed
envelope, clearly marked with the bid number, title, and opening date and time to:
City of Ocoee
Finance Department
Attention: Joyce Tolbert, Purchasing Agent
150 N Lakeshore Drive
Ocoee, FL 34761-2258
B09-02 Central Park Boardwalk & Pier
4
D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150
N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as
possible on the above-appointed date. Respondents or their authorized agents are invited to
be present. Please be aware that all City Commission meetings are duly noticed public
meetings and all documents submitted to the City as a part of a bid constitute public records
under Florida law.
E. All respondents shall thoroughly examine and become familiar with the bid package and
carefully note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) List of References/Experience;
c) List of Subcontractors/Temporary Worker Agencies;
d) Equipment Listing;
e) Summary of Litigation;
1) Bid Form
g) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the respondent has
complied with Paragraph E. The failure or neglect of a respondent to receive or examine a
bid document shall in no way relieve it from any obligations under its bid or the contract. If
"NO BID", so state on face of envelope or your company may be removed from the City's
vendor list. No claim for additional compensation will be allowed which is based upon a lack
of knowledge or understanding of any of the Contract Documents or the scope of work. All
items quoted shall be in compliance with the bid documents/scope of work.
G. No Pre-Bid Conference has been scheduled for this project.
H. Any response by the City to a request by a respondent for clarification or correction will be
made in the form of a written addendum communicated to all parties to whom the bid
packages have been issued. Responses may be issued through Addenda issued not later than
twenty-four (24) hours before bid opening. The City shall provide all Addenda to each
prospective bidder by regular mail or telefacsimile at the address or fax number that each
prospective bidder has provided to the City when it receives the Bidding Documents.
Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the
responsibility of each prospective bidder to obtain a copy of all issued Addenda. The City
reserves the right to issue Addenda, concerning date and time of bid opening, at any time up
to the date and time set for bid opening. In this case, bids that have been received by the City
prior to such an addendum being issued, will be returned to the respondent, if requested,
unopened. In case any respondent fails to acknowledge receipt of any such Addendum in
the space provided in the bid documents, its' bid will nevertheless be construed as
though the Addendum had been received and acknowledged. Submission of a bid will
constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only
interpretations or corrections provided by written Addenda shall be binding on the City.
Respondents are cautioned that any other source by which a respondent receives information
concerning, explaining, or interpreting the Bid Documents shall not bind the City.
B09-02 Central Park Boardwalk & Pier
5
I. Any of the following causes may be considered as sufficient for the disqualification of a
respondent and the rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
b) Evidence of collusion between or among respondents;
c) Being in arrears on any of its existing contracts with the City or in litigation with the
City or having defaulted on a previous contract with the City;
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgment and sole discretion, raises
doubts as to Respondent's ability to properly perform the work; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to
justify disqualification of Respondent or the rejection of its bid.
1. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who
has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid on an award to provide any goods or services to a public entity, may
not submit a bid on an award with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant
under a award with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in section 287.017 for Category Two ($25,000.00
and greater) for a period of 36 months from the date of being placed on the convicted vendor
list. [See Florida State Statute 287.133 (2) (a).
K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida
Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other
applicable State and Federal Laws, all Bidders should be aware that the Bid and the
responses thereto are in the public domain and are available for public inspection. Bidders
are requested, however, to identify specifically any information contained in their bids which
they consider confidential and/or proprietary and which they believe to be exempt from
disclosure, citing specifically the applicable exempting law. All bids received in response to
this invitation to Bid become the property of the City of Ocoee and will not be returned. In
the event of an award, all documentation produced as part of the contract will become the
exclusive property of the City.
No bid may be withdrawn for a period of ninety (90) days after the time and date
scheduled for the bid openine. A request for withdrawal or a modification of a bid may
be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for
submitting bids. After expiration of the deadline for receiving bids, no bid may be
withdrawn or modified.
The City reserves the right to accept or reject any or all bids, to waive informalities
or irregularities, to request clarification of information submitted in any bid, or to
readvertise for new bids. The City may accept any item or group of items of any bid,
unless the respondent qualifies his/her bid by specific limitations.
B09-02 Central Park Boardwalk & Pier
6
Award, if made, will be to the most responsible and responsive respondent whose
bid, in the City's opinion, will be most advantageous to the City, price and other
factors considered. The City reserves the right, to aid it in determining which bid is
responsible, to require a respondent to submit such evidence of respondent'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 respondent, including past performance (experience) with the City and others.
The City Commission shall be the final authority in the award of any and all bids.
(remainder of page left blank intentionally)
B09-02 Central Park Boardwalk & Pier
7
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each bid must be accompanied by a Cashier's/Certified Check upon an incorporated
bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the
amount of the bid. A combination of any of the former is not acceptable. Cash or
company check will not be accepted as Bid Security. The cashier's check or Bid
Bond is submitted as a guarantee that the respondent, if awarded the Contract, will
after written notice of such award, enter into a written Contract with the City and as a
guarantee that the respondent will not withdraw its bid for a period of ninety (90)
days after the scheduled closing time for the receipt of bids, in accordance with the
accepted bid and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or respondent's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of Intent to Award by the City, then such
respondent shall be liable to the City in the full amount of the check or bid bond and
the City shall be entitled to retain the full amount of the check or to demand from the
Surety the penal sum of the bid bond as liquidated damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety and signed by a licensed agent who holds a current Power of Attorney from the
surety company issuing the bond.
d) The cost of the required bond and required insurance coverage is to be included in the
respondent's overhead and is not eligible for reimbursement as a separate cost by the
City.
e) The checks of the three (3) most favorable respondents will be returned within three
(3) days after the City and the successful respondent have executed the contract for
work. The remaining checks will be returned within thirty (30) days after the opening
of bids. Bid Bonds will be returned upon request following the same criteria as a
check.
2. PERFORMANCE AND PAYMENT BONDS
None are required for this project.
3. DEFAULT:
As a result of bids received under this Invitation, the award of the contract may be based,
in whole or in part, on delivery and specification factors. Accordingly, should the
Contractor not meet the delivery deadline(s) set forth in the specifications or should the
Contractor fail to perform any of the other provisions of the specifications and/or other
contract documents, the City may declare the Contractor in default and terminate the
whole or any part of the contract. Upon declaring the Contractor in default and the
contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions thereof and the
Contractor shall be liable to the City for any excess costs resulting therefrom. In the
B09-02 Central Park Boardwalk & Pier
8
event the Contractor has been declared in default of a portion of the contract, the
Contractor shall continue the performance of the contract to the extent not terminated
under the provisions of this paragraph. Where the Contractor fails to comply with any of
the specifications, except for delivery deadline(s), the City may, in its discretion, provide
the Contractor with written notification of its intention to terminate for default unless
prescribed deficiencies are corrected within a specified period of time. Such notification
shall not constitute a waiver of any of the City's rights and remedies hereunder.
4. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City and
its officers, agents, and employees against liability, including costs and expenses for
infringement upon any letters patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City or supplies
furnished or construction work performed hereunder.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Bid Form attached, to
include any alternate bids. Please note that alternate bids will not be accepted unless
specifically called for on the Scope of Work/Bid Form. A total shall be entered for each
item bid. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed to be correct. Cost of preparation of a response to this bid is solely
that of the bidder and the City assumes no responsibility for such costs incurred by the
bidder.
By submission of this bid, the Respondent certifies, and in the case of a joint bid, each
party thereto certifies as to its own organization, that in connection with this
procurement:
a) The Respondent represents that the article(s) to be furnished under this Invitation to
Bid is (are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other respondent or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the Respondent and will not knowingly be disclosed
by the Respondent prior to opening, directly or indirectly to any other respondent or
to any competi tor;
d) No attempt has been made or will be made by the Respondent to induce any other
person or firm to submit or not to submit a bid for the purpose of restricting
competition. Every contract, combination or conspiracy in restraint of trade or
commerce in this State is unlawful (Florida SS 542.18 and all applicable federal
regulations);
e) Respondent warrants the prices set forth herein do not exceed the prices charged by
the respondent under a contract with the State of Florida Purchasing Division; and
B09-02 Central Park Boardwalk & Pier
9
f) Respondent agrees that supplies/services furnished under this quotation, if awarded,
shall be covered by the most favorable commercial warranties the Respondent gives
to any customer for such supplies/services and that rights and remedies provided
herein are in addition to and do not limit any rights offered to the City by any other
provision of the bid award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received in
the office of Finance, whichever is later. Payment is deemed to be made, for the
purpose of earning the discount, on the date of City Check.
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not
called for within fifteen days from date of bid opening, same will be disposed of in the
best interest of the City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible bidder according to the following criteria:
· Compliance with scope of work, specifications, terms, and conditions
· Bid price
· Warranty offered
· Experience with similar work
· Successful reference check
9. LITERATURE:
If required by the scope of work, or the specifications, descriptive literaturelbrochures
shall be included with this bid in order to properly evaluate make/model offered. Bids
submitted without same may be considered non-responsive and disqualified.
10. BID PROTESTS:
The City's Finance/Purchasing Department will consider Bid Protests seeking contract
award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL
use the following procedures:
a) A bidder SHALL file a written Bid Protest under this Article, or be barred any relief.
B09-02 Central Park Boardwalk & Pier
10
b) A Bid Protest:
(i) must be in writing (oral protests will NOT be acknowledged);
(ii) the content of the Bid Protest shall fully state the factual and legal grounds for the
protest and the legal basis for the relief requested; and
(iii) The Bid Protest shall be filed with the Purchasing Agent not later than three (3)
calendar days after the posting of the notice of intent to award or recommendation
of award by staff.
c) After a Bid Protest has been properly filed with the City, the City, by and through its
Procurement Department shall make a determination on the merits of the protest not
later than five (5) business days after receipt of the protest. If the City denies the
protest, the City may proceed with award of the Contract unless enjoined by order of
a Court of competent jurisdiction.
d) A Bid Protest SHALL be limited to the following grounds:
(i) issues arising from the procurement provisions of the Project Manual and/or the
Bid Package or Contract Documents; and/or
(ii) applicable federal, state or local law.
No Bid Protest may be based upon questions concerning the design documents. The
Bidder shall clarify all such questions concerning the design of the project prior to
submitting its bid.
11. PAYMENT TERMS:
Payment will be based upon monthly draws equal to the percentage of work complete
less 10% retainage until the job is 50% complete, then less 5% retainage to be paid when
job is complete, unless otherwise stated in the contract. Payment for work completed will
be made within (30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order authori-
zation. Payment cannot be made until materials, goods or services, have been re-
ceived and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
. Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and
. Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal
excise, state, and local sales taxes.
B09-02 Central Park Boardwalk & Pier
11
12. CONTRACT:
a) The successful bidder, hereinafter referred to as "Contractor" will be required to enter
into a contract with the City. The contract shall mean a written agreement similar to
the ASCE standard construction contract or City issued purchase order. Construction
time will be ninety (90) days from the Notice to Proceed.
b) The City may in its sole discretion award any additional work, whether in the existing
area, or in any additional area, to any third party, or such work may be performed by
the City's employees. Contractor will be expected to cooperate with any or all other
Contractors who may be performing work for the City.
13. SAFETY REQUIREMENTS:
The Respondent guarantees that the services to be performed and the goods to be
provided herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards, that are applicable in construction work.
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned dailv; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear. '
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
B09-02 Central Park Boardwalk & Pier
12
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
0) Per City Ordinance, any Contractor using construction dumpsters within the
City of Ocoee must obtain these services through Superior Waste Services of Florida,
Inc.
14. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the Respondent's status as a Drug-Free
Work Place or evidence of an implemented drug-free workplace program.
IS. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Respondent certifies that the respondent does not and will not maintain or provide
for the respondent's employees any segregated facilities at any of the respondent's
establishments and that the respondent does not permit the respondent's employees to
perform their services at any location, under the respondent's control, where segregated
facilities are maintained. The Respondent 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
room, work areas, time clocks, locker rooms and other storage and dressing areas,
parking lots, drinking facilities provided for employees which are segregated on the basis
of race, color, religion, national origin, habit, local custom, or otherwise. The
Respondent agrees that (except where the respondent has obtained identical certification
from proposed contractors for specific time periods) the respondent will obtain identical
certifications from proposed subcontractors prior to the award of such contracts
exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
clause, and that the respondent will retain such certifications in the respondent's files.
The non-discriminatory 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 U.S. Secretary of labor, are incorporated herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The respondent declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The respondent certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
B09-02 Central Park Boardwalk & Pier
13
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
The respondent 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,
the respondent agrees to immediately notify the City in writing.
The respondent further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this bid has occurred, and that the bid is made
according to the provisions of the bid documents, and will meet or exceed the scope of
services, requirements, and standards contained in the Bid documents.
Respondent agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, respondent offers and agrees that if this negotIatIOn is
accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title,
and interest in and to all causes of action it may now or hereafter acquire under the Anti-
trust laws of the United States and the State of Florida for price fixing relating to the
particular commodities or services purchased or acquired by the City. At the City's
discretion, such assignment shall be made and become effective at the time the City
tenders final payment to the respondent. The bid constitutes a firm and binding offer by
the respondent to perform the services as stated.
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"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 a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases ofreal property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract 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."
All respondents who submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
B09-02 Central Park Boardwalk & Pier
14
18. PERMITSILICENSESIFEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no
separate payments will be made. Permit fees are waived for any City of Ocoee
permits required.
b) The City requires a City of Ocoee registration if permitting is required. Please contact
the City's Building Department at (407)905-3100 extension 1000, directly for
information concerning this requirement.
c) Adherence to all applicable code regulations (Federal, State, County, and City) is the
responsibility of the contractor.
19. INSURANCE REQUIREMENTS:
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until
all similar insurance required of the subcontractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or subcontractor
providing such insurance.
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees unless
such employees are covered by the protection afforded by the Contractor. Such insurance
shall comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not protected under
the Workers' Compensation statute, the Contractor shall provide, and cause each
subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City ofOcoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Iniury Liability & Property Damage Liability
. $1,000,000 Combined single limit per occurrence (each person, each accident)
. All covered automobile will be covered via symbol 1
. Liability coverage will include hired & non-owned automobile liability
B09-02 Central Park Boardwalk & Pier
15
· Include Waiver of Subrogation in favor of The City ofOcoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of
Ocoee as an additional insured and should indicate that the insurance of the Contractor is
primary and non-contributory.
· $2,000,000 GENERAL AGGREGATE
· $2,000,000 PRODUCTS-COMPLETED OPERA nONS AGGREGATE
· $1,000,000 PER OCCURRENCE
· $1,000,000 PERSONAL & ADVERTISING INJURY
· Include Waiver of Subrogation in favor of the City ofOcoee
3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's
Compensation Insurance: The Contractor shall require each subcontractor to procure and
maintain during the life of this subcontract, insurance of the type specified above or insure the
activities of these subcontractors in the Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing
coverage for the named insured's liability that arises out of operations performed for the
named insured by independent contractors and are directly imposed because of the named
insured's general supervision of the independent contractor. The Contractor shall procure and
furnish an Owner's Protective Liability Insurance Policy with the following limits:
$1,000,000, and per occurrence, $2,000,000. Aggregate and narning the City of Ocoee as the
Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also
include contractual liability coverage to insure the fulfillment of the contract. NOTE:
PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE,
THE CITY SHALL BE NAMED AS ADDITIONAL INSURED.
· $1,000,000 PER OCCURRENCE
· $2,000,000 AGGREGATE
6) Commercial Umbrella:
· $1,000,000 PER OCCURRENCE
· $2,000,000 Aggregate
· Including Employer's Liability and Contractual Liability
7) Builders Risk:
· $100,000 Any (I) Location
· $1,000,000 Any (1) Occurrence
8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the
City of Ocoee as an additional insured will be furnished by the Contractor upon notice of
award. These shall be completed by the authorized Resident Agent and returned to the Office
of the Purchasing Agent. This certificate shall be dated and show:
9) The name of the Insured contractor, the specific job by name and job number, the name of the
insurer, the number of the policy, its effective date, its termination date.
10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any
material changes in provisions or cancellation of the policy, except ten (10) days written
notice of cancellation for non-payment of premium.
(remainder of page left blank intentionally)
B09-02 Central Park Boardwalk & Pier
16
JACOBI).
CERTIFICATE OF LIABILITY INSURANCE
PIloovce_
OPIO J
FRAZE. 1 11 04 04
THIS CEJlTIFICATE IS ISSUED AS A MATTER OF INFOR'dATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
At TER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
.'!l.!URER~!."~~~~_~~yeRAGE ._____lNAlC...
lNS.URER~...!:!.!!!.~_~_~~.~-!.:...!.!-~.!!!!--__..._....l_"""'_"8'"
IffSUREM a: !
=~ --~==~~--"':.:::=_ :=~......J~-=m
I ~SL.'R(R. E:
!N.sviitiO
Contractorls N~e
Addreaa
COVERAGES
me PQuC.IES OF INSUR,A.HCE LISTED BelOW HAVE 8e.EN lS.'\ur.o TO THE .NSURED HAWEO Io.8OVE FOR T"' POLey PE-ItK)O ItfOICATEO. NQrMTl1SlMD1"'G
~y AE:QlJlRiIolE~T, fiRM O~ CO...orrlON OF AHY cOtfl"AACT OR OTIiEft OOCVW5:WWrTH RESPECT TO WHICH r.'16 CERTIFICATE W.V 6f lti.liUEO OR
!MY PfJ!.T,4JII;. THE IN$UAANCe MfCROEC BY THe POlICIES OfSCRI8ED HEREIN ~ SuBJECT TO All ~E TERMS. EXCLUStON.S ,,"'v CONQiNM 01 SUCt!
POl.iClES. AGGREGATE Llwrs SHOWN t,U.v )o(Av! aF.EN REDUCED 6V PA.!O CLAIMS
~.__.._-_.._-_._.__..---.--".._-'--'--'
DA M~lfll~r;;~:L~~:"l'~~O'~OO_
I ~l~.!.~~.!L_~Q..!-~
I I ME.O_~~.~~..~..OOO
I~~;~::;;~"V~~:~: ~6t~~~
! r-~~~~~~q_~~ooo
\.TJt N$RQ ""'fOfl'N~1
GI!HERAl LIAAIUT't
X ~~~.RCIAL OEhf~.\lA8It.lTY
~.-l.......J CLAIMS lAAOE [!J OCCUR
rj ___..________m.___
fGEN~ ~GGRE<M TE liMIT APPLIES PER.
I POU;V fil ~T Ii LC<:
i ,lUTOW8U.t uAalUTl
iXl rt..NV AUTO
t~ '''U. O'NhEO AUl'OS
:,.....-...
\ ,...1 SCHEOVliD AUTOS
rij HIREOMlTOS
r~ NOJH]WNEO A.UTOS
I~~
! OAAAlJE LWlIlm"
D ANV AUTO
. i
POLICY NUMUR
COMlflNED 'INGLE L,!t.lrr
iEl'.a.ct~)
11,000,000
~ -j==--
~ rp~:~rMAGE : s
~~-~~~_.~._.
'I tA...CC s
O"TI-lER 1lW\l ..____
,AUTO ON\. Y: ACG S
!AC~ OCC\J"RE/'lCE: S 1, 000, 000
r:;oo.;<;r;-....-----;-i;- 000 , 00 0
r~~: ----.=- :~:..-~-.~-=l
X 1TWm!.!.$.l iCE~~.__.~..__~
E.l. EAC~~~!...._-!_~9~~O .
E.L DlS~.~:~~EE I 5Q~9..JJ!..~____
E.I..0l5EASE.POllC'l'UMIT s 500,000
I !XCISWWlR!U.A lIMIUTY
X [J OCCUR f--1 C1.AIM3 WoOf,
.~
~ DEOUCTIBLE
: i ACTENOO'"
! WORKERS COW'fJol.sATIOH '-NO
'1' f.W\.OY fRt' \..lAJ;1UTY
ANY PROPRtE:TOH/PARTNEFtifXECUTIVE
OFr:lCE~"'EM8ER EXClUDED1
~Jt'C~~S ~
0'_
Any 1 Loc
Any 1 Occ
1 00, <XXl
1,000.000
Builders Riak
I i
cUCIl:~n~ OF o,eAATlCfif' I LOC:ATlOtai I vt:HK:I..U I uc"u~s AOOEI) BY IHOQR.SEM1HT I SPECW."A1'WtSIOfQ
The insurance evidenced by this certificate ahall name the certificate
holdera aa an additional inaured on tha Ganeral Liability & umbrella
Liability_ Workera' Companaation, Employer.' Liability' Oanerel Liability
ahall contain a Waiver of Subrogation in favor of tha cartificate holdar.
Tha cartificate holder is added aa a nmrl:iranrl fir B.I!..ld=r:s Ri.!k.
CERTIfICATE HOLDER
CANCELLATION
OCOBEO 1 .sHOULD Nf1 0' THIE ABOVI OUCRltJ.O 1t000lCffJ BE. CAHCl\.\,.lO II'ORl 'f)4l fP1AAOO'"
QltTt THI"IO", llftll$.SVlHO lfoiSUlIl.!R WlU. e'HOtAYO" TO MAIl.. ~ OAfS WfUTl'V4
NOTIce TO Tl-II C!RTlflCAn HOLD!" NAMID TO THe LIJIT, IUT FAlt.URJ!' TO DO $0 SHAlL
IMPOSI NO OIUOATlON OR UAIlfUTY 01 AJ4Y I(]HO uPON T'riE !HSURVl. rTS AGENTS OR
IItU'AU!HTATIVU,
AUTHOlUllD .......UVl'T Am!
City of Oaoe.
150 N. Lakeahore Drive
Ocoae rL 3.761.2258
ACORD Z5 (2001/09)
s~Pt.C
I;) ACORD CORPORATION '981
B09-02 Central Park Boardwalk & Pier
17
20. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL J.D. NO.lCONTACT PERSON/PHONE #:
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner. It is further acknowledged by the contractor that any CHANGE
or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's
approval before any work shall commence by the additional subcontractor on this
project.
21. EQUIPMENT LISTING:
Please list year, make & model of all equipment that will be used on City of Ocoee
properties, including whether owned or leased. If leased please provide name of lessor.
B09-02 Central Park Boardwalk & Pier
18
22. REFERENCESIEXPERIENCE OF RESPONDENT WITH SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/
TELPHONE NUMBER/EMAIL ADDRESSINAME OF CONTACT
Have you any similar work in progress at this time? Yes_ No
business
Length of time in
Bank or other financial references:
(Attach additional sheets if necessary)
23. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
24. ACKNOWLEDGEMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
Dated
Dated
Dated
Dated
Dated
No.
No.
No.
No.
No.
B09-02 Central Park Boardwalk & Pier
19
CITY OF OCOEE
#B09-02 SCOPE OF WORK
CENTRAL PARK BOARDWALK AND PIER
Nature of the Work
The City of Ocoee seeks a qualified contractor to construct an elevated pressure-treated lumber
boardwalk and observation pier along the shoreline of Lake Moxie in Central Park, which is
located on Flewelling A venue in the central part of the city. The boardwalk consists of a series
of standard 8 ft. wide by 10ft. long rectangular segments arranged end to end in conformance
with the general waterline of the lake. Three concrete sidewalk connections are to be provided
that will access the boardwalk at timber ramps of construction similar to that of the boardwalk.
(Only one of the concrete sidewalks is to be constructed by the contractor as part of this bid.)
The observation pier will extend approximately 30 feet into Lake Moxie at its southeast
shoreline, with the boardwalk running north from that point on the eastern shoreline. The
boardwalk will be built approximately five feet above ground level and will provide the
appearance to users of overhanging the water surface. Concrete sidewalks are to be 8 feet wide
and 6 inches deep with 6" x 6" wire reinforcement. Concrete footer dimensions are shown on
the plans.
The plans included in this Invitation to Bid are conceptual with regard to the location, shape, and
extent of the boardwalk, ramps, and sidewalk. A final determination on these issues will be
made jointly by the City and the selected contractor. The bid price should include an allowance
for the Bidder's engineer to provide final signed and sealed plans for permitting purposes. The
base bid consists of an initial length of 140 feet of boardwalk, three ramps of approximately 30
feet in length each leading from the boardwalk to ground level, the 3- foot observation pier, and
one concrete sidewalk connection approximately 75 feet long by 8 feet wide. The bid should
also state the cost for each additional boardwalk segment and each additional foot of access
ramp. The total length of the boardwalk will be determined by the variable unit price for
boardwalk sections and available budget. The base bid includes preparatory grading, footer
excavation, installation of concrete footers, and removal of invasive plant species along the
shoreline adjacent to the boardwalk. Following construction of the boardwalk and pier, native
plant species will be planted on the shoreline by City staff, volunteers, and/or other contractors.
The project includes removal of existing shoreline vegetation in preparation for future replanting
by others of native species.
The conceptual plans include the location of the boardwalk and other improvements relative to
the waterline and significant trees in the construction area. The plan view is presented with and
without an aerial photograph overlay. Future connections and adjacent improvements, such as a
sidewalk and a boat ramp, are indicated to the south and west of the boardwalk; these
improvements are outside the scope of the subject project. Minor trimming of lower tree limbs
may be required in order to provide adequate clearance for construction and use of the facility.
B09-02 Central Park Boardwalk & Pier
20
It will be necessary for the selected contractor to secure final approval of the design for
permitting purposes from a professional engineer licensed in the State of Florida and qualified to
review and modify the conceptual plans so they can be used for construction. Two (2) signed
and sealed set of drawings should be provided to the City Building Official for review as part of
the Contractor's building permit application. The permit itself will be provided without charge
to the contractor, but all the normal approval application and inspection requirements will apply.
No permit will be required from the Florida Department of Environmental Protection or Orange
County. Normal Stormwater Pollution Prevention Plan requirements apply.
Design Parameters and Materials Selected
The purpose of this section is to explain how the conceptual design was developed and to specify
the expected materials required to do the work. This information is being offered as a guide to
developing a bid; however, potential bidders are advised that there may be changes in the
materials, method of construction, and arrangement of components as a result of review and
modification of the conceptual plans by the contractor's engineer.
Overall guidance for the design was provided by the following publications:
1. Designfor Code Acceptance 6: Prescriptive Residential Deck Construction Guide (Based
on the 2006 International Residential Code), American Forest & Paper Association,
December 2007. (Ref. 1)
2. Aquatic & Wetland Structures, 2008 Ed., by the Southern Pine Council. (Ref. 2)
3. Design Values for Wood Construction, 2005 Ed., a National Design Specification by the
American Forest & Paper Association and the American Wood Council.
The subject design consists of a combination of boardwalk and approach ramp segments that
conform to the general shape for the southern and eastern shoreline of Lake Moxie in Central
Park, City of Ocoee. The basic boardwalk structure consists of a 8-foot wide by 1 a-foot long
segment supported at each end by a bent that includes two 6x6 piles spaced approximately 6 ft.
apart with an asymmetrical 2-foot cantilever on the water side. The asymmetrical design is
intended to provide less shoreline impact by moving the piles uphill from the water's edge while
retaining the boardwalk at the normal high water shoreline.
All lumber is to be pressure-treated #2 or better Southern Yellow Pine; #1 SYP is recommended
for decking and guardrail. Decking, ramp, and guardrail lumber is to be rated for Use Category
UC4A; e.g., 0.25 ACQ. Bent piles and braces from dimensional lumber are to be rated for Use
Category UC4C; e.g., 0.40 ACQ. Design inputs were:
. Joists are 24" O.c.
. Longitudinal deflection of L/360, where L = length of boardwalk between bents
. Lateral deflection of L/360 on simple span (between pilings)
. Lateral deflection of L/180 on cantilever
. Wet service conditions
. 100 lb/sq.ft. live load
. 10 lb.lsq.ft. dead load
B09-02 Central Park Boardwalk & Pier
21
Wood structural parameters were derived from Ref. 3 for No.2 Southern Pine 2-4 inches wide
and wet service conditions:
. Modulus of elasticity is 1.44 million lb.lsq.in. (90% of dry strength)
. Bending strength is 1,207.5 lb.lsq.in. (85% of dry strength)
. Bearing strength is 387.55 lb.lsq.in. (67% of dry strength)
. Shear strength is 169.75 Ib./sq.in. (97% of dry strength)
Joist, beam (split pile cap), and through-bolt sizes were derived from Ref. 2, p. 29, listing 2x 1 0
joist and 2x 12 split pile cap (beam) for a 100 psf loading, a pile span of 10ft., and a cap width of
6 ft. Other boardwalk framing details were taken from Ref. 2, p. 30.
The supporting bents for ramps leading to the boardwalk were derived from the boardwalk
design standards, but more closely follow the design guidance of Ref. 1. For example, the beams
are constructed using the guidance given in Figure 4, p. 6, (beam made from double 2x 1 Os rather
than the split pile cap of the boardwalk) and are attached to the piles using the directions offered
by Figure 8, p. 8. The handrails to be used on ramps are separate from the guardrail, in
conformance with the guidance provided in Ref. 1, Figures 32 and 33 (pp.18-19).
Concrete footing sizes adopted for the design (24"x24"x 12" downhill, 24"x24"x 18" uphill)
significantly exceed those required in Ref. 1, Table 4, p. 9 (17" diameter and 6" depth), in order
to account for the asymmetric design of the boardwalk. Concrete strength should be 3,500 psi
after 30 days curing. A larger uphill footer, with the top set at least 12 inches below grade,
provides additional weight and soil resistance to help offset any tendency for overturning as
pedestrians gather on the downhill (water) side of the boardwalk. However, according to the
applicable design reference (Ref. 1, p. 5), a cantilever of L/4 length or less can be accommodated
by the dimensional lumber and footer design provided as standard in that guide. Given the total
length of 8 ft., L/4 equals 2 ft., which is the dimension of the cantilever in the subject design.
This means the footer used in the boardwalk bent represents an overdesign intended to serve as
an additional safety factor.
Cross-bracing shown on the design exceeds the requirements of Ref. 1 (Figure 22, p.14), again
due to the asymmetrical design adopted. Cross-bracing is not required if height from ground to
deck is less than 24 inches.
Guardrail design and attachment conforms to the stringent requirements of Ref. 1 (Figures 24-26,
pp. 15-16). This new design uses a large number of metal reinforcement fasteners to preclude
separation of the handrail post from the rim joist and overturning of the rim joist through failure
of the solid blocking attachment.
All flathead wood screws used are to be #8x3" square drive with an ACQ-rated finish (or other
finish appropriate to the wood preservative used); stainless steel screws are a preferred
alternative. All bolts, washers, and nuts to be hot-dipped galvanized. All flashing is to be
formed from stainless steel. All Simpson metal reinforcements are to use ZMAX corrosion
protection.
Simpson StrongTie™ components used (all ratings given for SYP lumber):
B09-02 Central Park Boardwalk & Pier
22
. CBQ66-SDS2 for pile anchor to footer; 4,200 lb. uplift load rating.
. H8 hurricane strap for attaching joist to beam; 745 lb. uplift load rating.
. HDAHDG for attaching guardrail post to rim joist and other applications; 655 lb. lateral
force rating in horizontal use.
. LSU26 for attaching ramp joist to boardwalk rim joist; rated at 765 lb. for floor usage.
. MST A24 for connecting in-line joists to each other around an angle; 1,640 lb. tension
load rating.
(remainder of page left blank. intentionally)
B09-02 Central Park Boardwalk & Pier
23
BID #809-02
CENTRAL PARK BOARDWALK AND PIER
BID FORM
The Base Bid includes:
· 140 feet of elevated boardwalk, all required preparatory grading, removal of invasive plants along
the shoreline within the area of construction, concrete footers, all materials, and all labor required
to construct the finished facility, as shown on the project plans.
. Three (3) 8-foot wide elevated ramps of approximately 30 feet in length each, along with all
required footers, material, and labor.
. One (I) 30- foot observation pier, including all materials, pier installation, and other labor
required to construct the finished facility at one end of the boardwalk.
. One (I) concrete sidewalk approximately 75 feet long by 8 feet wide by 6 inches deep.
. All incidentals, engineered plans, shipping costs, and other required elements of the complete
project.
TOTAL LUMP SUM BASE BID :
$
Dollars and
Cents
Unit Item 1 Bid is the price to build one (1) 10-foot section of boardwalk constructed as an extension to
the base bid section, including all required preparatory grading, removal of invasive plants along the
shoreline within the area of construction, concrete footers, all materials, and all labor required to construct
the finished facility, as shown on the project plans. The purpose of this bid item is to allow an increase in
boardwalk length beyond the base bid within the funding limit imposed by available budget.
UNIT ITEM 1:
$
Dollars and
Cents
Unit Item 2 Bid is the price to build an additional foot of access ramp leading from the ground level to the
boardwalk, including all required footers, material, and labor. The purpose of this bid item is to allow for
adjustments in length of the three specified ramps.
UNIT ITEM 2:
$
Dollars and
Cents
Company Name
Name/Title (please print)
Professional License Number
Authorized Signature
B09-02 Central Park Boardwalk & Pier
24
Bid #B09-02 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD
HA VE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
AUTHORIZED SIGNATURE (manual)
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of
,200_
Personally Known
or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
B09-02 Central Park Boardwalk & Pier
25
Mavor
S. Scott Vandergrift
center of Good II
,\-'r>e Tl/~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
City Manager
Robert Frank
February 10, 2009
ADDENDUM NO: ONE (1)
CITY OF OCOEE
BID #B09-02
CENTRAL P ARK BOARDWALK AND PIER
This addendum shall modify and become a part of the original bid documents for the Central Park boardwalk and
Pier. This addendum consists of four pages. Bidders shall acknowledge receipt of Addendum One (I) in the space
provided in Section 24 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:
QI. We usually build the structure from the deck using a vibratory hammer. The piles for the portion of the
boardwalk that go into the water have to be driven. May we also drive the piles that are going into thc
ground that is not into the water?
A I. As noted in the Invitation to Bid, it will be necessary for the selected contractor to secure final approval of
the design for permitting purposes from a professional engineer licensed in thc Statc of Florida and
qualified to review and modify the conceptual plans so they can be used for construction (p. 21). Thus, the
Invitation to Bid allows adjustments to the final design; however, this question asks about proposing a
completely different construction method, because an alternative method of construction will likely also
require diffcrent construction materials resulting in a new design. For example, usc of driven piles might
replace the 6"x6" posts with 9" diameter piles, which will altcr thc design of the pile cap and bracing,
change the connecting hardwarc, and potentially alter the dimension and spacing of bcams and stringers. A
bid based on such an alternative design will need to specify the proposed design when bidding. An
alternative design that is not acceptablc to the City will result in a rejected bid.
Q2. What type of pressure-treated wood is to be used?
A2. That information is supplied in the Bid Documents under the heading, "Design Parameters and Materials
Selectcd," pp. 21-22. In gcncral, No. I Southern Yellow Pine (SYP) is to be used for the decking and
guardrail, while No.2 SYP is to be used for the superstructure.
Q3. The upland piles arc dctailcd to rcquire concrete footers instead of being drive to refusal. For a better
project, all of the piling should be driven to refusal. The footers being so close to the edge of the water
would most likely require well pointing to assurc that they are placed on dry soil and this would add
trcmcndous cxpense.
City ofOcoee. ISO N Lakeshore Drive' Ocoee, Florida 34761
phone: (407) 905-3 I 00 . fax: (407) 656-8504 . www.cLocoee.fl.us
A3. The signed and sealed engineered drawings prepared for the selected contractor should address this issue.
Q4. Wherc the plan says driven to resistance, I am sure you mean driven to refusal. What testing will you
employ to detcrmine that it has met refusal?
A4. The signed and sealed engineered drawings prepared for the selected contractor should address this issue.
QS. Do you have a soils report for the project? Were there any borings done in the water where the pier is to be
installed?
AS. No.
Q6. On your handrail detail it calls for the rail to be 36" high. FBC code calls for 42" high. Also, you show a
8.5" gap in the rail.! FBC calls for the guardrail to be constructed such that a 4" sphere may not pass
between the rails. Also a 2" sphere may not pass under the lowest portion of the guardrail.
A6. The signed and sealed engineered drawings prepared for the selected contractor should address this issue.
Q7. You specified 9" piles. Since they are tapered, are they to be 9" at the butt or the tip?
A 7. The signed and sealed engineered drawings prepared for the selected contractor should address this issue.
Q8. In the specification you state that the decking is recommended to be # I. You mean that it must be a
minimum of a # I Southern Yellow Pine, right?
A8. The referenced design guidance documents present a variety of possible wood species, each with its own
related requirements. The final selections are to be made as part of the engineered design process.
Q9. What are the liquidated damages?
A9. The only liquidated damagcs relate to the bidding process. Section I(b) under General Terms and
Conditions provides the details. There are no liquidated damages for failure to perform once construction
bcgins. The nature of the work is such that the City will not make payments prior to successful completion
of all or a useable part of the final structure. Should the contractor fail to complete the work following
partial payment, a sccond contractor can be secured to complete the project.
Q I O. After reviewing the plans provided (site plan) we note there are no overall dimension. Rcviewing the bid
form providcd, it calls out 140 ft. elevated boardwalk and three 8 ft. elevated ramps. If you try to scale the
site plan, two are obvious. Blacked out areas are drastically different lengths. The third ramp, I am
assuming, is at the boat ramp end of the boardwalk. Blacked out area scales very short. Please clarify.
A I O. As noted in the Bid Documents, the plans provided are conceptual in nature in order to show the basic
location and extent of various elements of the work. Prospective bidders should view this solicitation as
proposing a unit price contract with a minimum purchase. The City has a set budget and an unknown price
per unit of construction. Based on industry standard pricing, we believe that at Icast 250 feet of boardwalk
and three ramps can be acquired. The 140-foot minimum boardwalk length was selected to err on the side
of caution. It is the City's intcnt to construct as much of the full extent of the boardwalk shown on the plans
as possible given the available funds. The precise location and length of access ramps cannot be
determined until we know the location and extent of the boardwalk to be constructed. The minimum
quantity purchase allows the selected contractor to spread fixed and overhead costs over a known quantity,
with the variable quantities for each additional foot of ramp or each additional segment of boardwalk being
priced to cover the variable cost of this work. The minimum quantities also allow the City to construct a
fixed basis for evaluating bids. Once a contractor has been selected, the City will work with the contractor
to develop a final fixed price agreement that specifies where and how the project will be constructed. We
do not understand the references to "blacked out areas."
B0902 Central Park Boardwalk Pier Addendum 1
2
QI1. The lengths on sheet 2 and the lengths on the bid form do not match up. The boardwalk portion along the
lake is correct, but the ramps are all shorter than 30'; the pier looks to be just over 100'; and the
other approach to the boardwalk is 10' wide and isn't mentioned at all in the bid form. Please clarify Icngths
and widths.
A II. See the answer to Question 10.
Q 12. In nature of work and bid form, it calls out observation pier extending 30 ft. into Lake Moxie. The cross-
section detail on Page 6 of 6 in the plans calls it a fishing pier bent. Is this what they are calling the
observation pier?
A 12. Yes. There is only one pier. A bent is a supporting section of an elevated structure, normally consisting of
pilings or posts and a pile cap.
Q13. I am unclear as to how the project is meant to be bid. Is this project to be bid based on the plans? Or are
the plans just conceptual? We have a boardwalk design that can be engineered and meet the requirements
in the specs. Can our bid bc based on our design? .
A13. See the answer to Question 10. See also Section 8, Award Criteria, which notes that one of the criteria for
selecting the winning bid is "compliance with scope of work, specifications, terms, and conditions." The
City's first choice is to construct the boardwalk, pier, and ramps in accordance with the conceptual design
provided in the plans and specifications. However, the City is not opposed to reconsidering thc design
approach should an alternative offer considerable savings. A prospective bidder who wishes to offer an
alternative design that will result in a lower unit cost may do so in addition to bidding on the structl.lre, as it
was designed by the City.
Q14. Are any elevations going to be provided for the site?
A 14. No. Prospective bidders are able to visit the proposed construction site, which is located in Ccntral Park on
Flewelling Avenue.
Q 15. Are elevations going to be provided to accompany the drawings?
A 15. Elevations of the structure areincluded in the plans.
Q 16. Is there an established benchmark(s) in the area? If so, where?
A 16. Not to our knowledge. Height of the boardwalk above local grade will be established by the City and the
contractor, who can establish a local elevation benchmark.
Q 17. Is there a pay length for the pilings required to constructthe observation pier?
A 17. No. Pier construction is part of the lump sum base bid. Depth information regarding the lake is shown on
the plans.
Q 18. What is the budget for this project?
A 18. Estimated $80,000-$100,000.
Q19. With rcference to the bidding instructions on page 4, tab A: as a corporation, would we be required to
include the name and address of each officcr of the corporation? And stockholders with 10% or more
holdings?
A 19. Yes. The referenced instruction says, "If the respondent is a corporation, the bid should include the name
and business address of each officer, director, and holder of 10% or more cifthe stock of such corporation."
B0902 Central Park Boardwalk Pier Addendum 1
3
Q20. Is this a General Contractor bid project or is a subcontractor allowed to bid without a General Contractor's
license?
A20. By definition, anyone who submits a bid is a prime contractor who would be required to mect the licensing
standards of the State of Florida.
Q21. Is a construction fence required?
A21. No, although it would be the contractor's responsibility to maintain a safe construction area. The work site
is part of a public park. '
Q22. What are the work hours for this project?
A22. The general restrictions on work done for the City of Ocoee is a limit to eight-hour days and 40-hour work
weeks, with work time limited to the 12-hour period of7:00 am to 7:00 pm. The general prohibition is for
work not to be done on Saturday, Sunday, or any holiday recognized by the City. The construction site is
adjacent to a residential area.
Q23. Are there any painting requirements?
A23. No.
Q24. Does the project need floatation barriers?
A24. A shoreline turbidity barrier may be required to comply with NPDES requirements during construction,
particularly when the existing invasive, non-native vegetation is being removed. The contractor will be
required to submit and receive approval for a Stormwater Pollution Prevention Plan prior to construction
commencement.
Q2S. Are non-skid surfaces required?
A2S. No.
Q26. What type of bolts is required?
A26. See the section titled, "Design Parameters and Materials Selected" for more information. The signed and
sealed plans prepared by the contractor's engineer should specifY the precise fastener types and lengths.
Q27. USL&H Insurance requirement for this type of work. Will the City require thisinsurance?
A27. No.
w~
Purchasing Agent
B0902 Central Park Boardwalk Pier Addendum 1
4