Loading...
HomeMy WebLinkAboutItem #05 Award of Bid for the City Hall Campus Improvements Project and Budget Authorization to Atlantic Civil Construction Corp. ,sr of Good L fv O CIIIER AGENDA ITEM COVER SHEET Meeting Date: April 5, 2011 Item # 5 Reviewed By: Contact Name: Al Butler lb Dept. Director: 41/ Contact Number: 407 - 905 -3100, ext. 1543 City Manager: Subject: Award of the City Hall Campus Improvements Project and budget authorization. (District 2 — Wilsen) Background Summary: Bids were solicited during March 2011 from prequalified contractors for a number of improvements within the City Hall campus. Most of the planned improvements were identified in 2009 and partial funding was established in Fiscal Years 2009 and 2010. The project was bid in 2010, but all acceptable bids exceeded the available funding (one bid was within the budget but had to be rejected due to a contractor licensing issue). As a result, the City elected to seek proposals for qualified firms to conduct small construction projects of several types, including the subject work around City Hall. Contracts were executed with 10 firms qualified under four categories of work; not all firms were qualified under all work categories. Competition for project like the improvements around City Hall would be conducted between these 10 firms. Compared to the original project scope, the amount of pavement, concrete curbing, and stormwater piping was reduced in order to reduce the overall cost of the work. Among the items included in the current project scope are several safety upgrades (stairs, retaining walls, handrails, walkway replacement, and reconstruction of interior driveways), improved stormwater collection and treatment facilities, sidewalks through and on the border of the property, and electrical service to support special events and relocation of the Ocoee Farmers' Market. Proposals were then solicited from the six prequalified firms for the required work categories (concrete, asphalt, and underground utilities) with the expectation that the price proposals would be less than $200,000. Six firms were prequalified in the three required work types. The lowest proposal of $311,220.75 for all the work was received from Atlantic Civil Construction Corp. As shown below, five of these firms submitted a proposal; Prime Construction chose not to do so: Atlantic Civil APEC Barracuda Britt CFE $311,220.69 $337,155.00 $331,405.00 $346,714.21 $399,236.45 Issue: The Engineering Department proposes that the City Commission accept the proposal of Atlantic Civil Construction Corp. and allocate funds from other sources in order to fully fund the work. 1 Recommendations The Engineering Department recommends that a total project budget of $325,000 be established in order to provide funds for the construction contract, payment and performance bond, and capital charges related to the new Progress Energy power service that will need to be established to utilize the Bill Breeze Park and Community Center electric power distribution systems to be installed as part of the contract. The Department further recommends that the City Commission award the project to Atlantic Civil Construction Corp. in the amount of $311,220.75 plus the cost of a state - required payment and performance bond for the amount of the work (approximately $9,336.62). This brings the total amount of the contract to 320,557.37, although the final price might vary a little based on the final bonding fee. Attachments: Scope of Work and Bid Form. Detailed bid submitted by Atlantic Civil Construction Corp. Financial Impact: The total project budget of $325,000 will be funded by existing project funds of approximately $115,000, plus $85,000 reallocated from Stormwater Miscellaneous Small Projects and $125,000 from Fund 317 Capital Projects Reserve moneys not otherwise allocated to specific projects. Type of Item: (please marls with an `x') Public Hearing For Cleric's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 CITY OF OCOEE CITY HALL CAMPUS ACCESS IMPROVEMENTS TASK ORDER NO. SCP -11 -03 SCOPE OF WORK AND BID FORM - REV 1 Invitation to Bid The City of Ocoee, Florida (City) is soliciting bids from prequalified contractors to reconstruct the vehicular and pedestrian access structures around City Hall. The intent of the project is to provide improved access to City Hall, the Community Center, and adjacent recreational facilities. Only those prequalified contractors who submitted credentials for asphalt, concrete, and underground utilities work (all three) may bid on this task work order; prequalified firms who submitted credentials on only some of these areas or building construction alone are not included in this solicitation. Bids are due from all interested and pre - qualified firms on or before 2:00 pm on March 21, 2011, in the office of the CIP Manager, 150 North Lakeshore Drive, Ocoee, FL 34761. Bids may be faxed to this location at 407 - 905 -3151 or e- mailed to abutter @ci.ocoee.fl.us. In all cases, bids should be provided on the Bid Form included in this solicitation. Each page of the Bid Form must bear the signature of the person who is authorized to commit the firm to the work for the bid price. The prime contractor submitting a bid must hold a Florida general contractor license. Only those prequalified contractors who submitted qualifications for asphalt, concrete, and underground utilities work (all three) may bid on this task work order. The existing contracts between the prequalified firms and the City apply to this solicitation, which will be awarded as a task order under an existing contract. There is no bid bond. Prices must be valid for a period of 90 days following bid opening; this period may be extended by mutual agreement of the parties in order to provide sufficient time for permitting, shop drawing approval, and other pre - construction activities. No payment and performance bond or builder's risk insurance will be required; however, the selected contractor will be responsible for all materials, equipment, and installed products until such time as they are accepted by the City through the issuance of a Certificate of Substantial completion. A one -year warranty period will begin at that time. A pre -bid meeting will be held at the City Hall Chamber on Wednesday, March 2, at 9:00 am. Following a period of general discussion, the meeting will continue with a tour of the various project locations so site - specific questions may be asked and answered. Nature of the Work The work will involve removing existing concrete sidewalk, asphalt pavements, curb and gutter, retaining walls, trees, signs, and other structures, followed by construction of asphalt pavement, concrete and brick sidewalks, parking modifications, improved stairs at parking areas and the City Gazebo, aluminum guardrails and handrails, stormwater facilities, raised brick planters, City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org areas of pervious pavers, signing, and striping. Four add - alternate bid items are included, three of which require the use of a licensed electrician. All work is to be done in accordance with the plans prepared by the City of Ocoee, the Measure and Payment section (below), and approved shop drawings. The total bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on the City as minimum quantities. Payment will be based on installed and accepted quantities. Underground water, sanitary sewer, irrigation, electric power, and telecommunications facilities are known to exist within the project area. Contractor will need to locate and protect existing underground utilities and work with City staff to resolve any conflicts discovered. Contractor will be required to secure the necessary Ocoee building permits for any work falling within the scope of the Florida Building Code; e.g., stairs and railing. All required inspections must be successfully completed. City permit fees will be waived. The City will secure the necessary St. Johns River Water Management District permit for stormwater system modification and overall construction once the task order is negotiated by the parties. Any changes to the plans required by the agency may result in modification of the task order and/or the final price to be paid. The contractor is responsible for developing and supplying an acceptable stormwater pollution prevention plan (SWPPP) prior to construction. This project is governed by the available budget. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded, or to reject all bids and not award the work. Included add - alternate bid items may not be awarded or may be modified during contract negotiations. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. However, should the City award one or more of the add - alternate bid items, no increases in lump sum unit prices will be permitted, as the add - alternate item bids should be inclusive of all additional effort and costs related to each bid item. For example, the bid price for Item A3 should include all related MOT, mobilization, demolition, and other costs associated with that specific part of the project. Construction Schedule The construction period is 90 days to substantial completion and 127 days to final completion, or such schedule as may be negotiated by the parties in order to accommodate the events listed in Exhibit A and as it may need to be modified during the course of construction to accommodate other events. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The 37 -day period between substantial and final completion is intended to allow time for asphalt curing prior to installation of final pavement markings. TO #SCP -11 -03 City Hall Campus Access Improvements 2 Demolition and construction activities must be phased so as to allow continued access to the affected facilities by the general public, other persons doing business with the City, and City employees. Prospective bidders must consider the special construction sequencing requirements shown on the plans and implied by the event schedule. Access to City Hall, the Community Center, and a designated employee parking area must be provided at all times when these facilities are in use. This means demolition cannot all be done at one time followed by all construction. Road - related demolition and construction will have to occur separately in each of three working areas: (1) Bluford Avenue entrance to City Hall; (2) employee parking lot and driveway from City Hall to Community Center; and (3) driveway to Oakland Avenue. During the period of time when access to the employee parking lot is blocked by construction, employee parking will temporarily shift to the Bluford Avenue driveway area and Community Center access will come only from Oakland Avenue. The chronological sequence of work in these three construction areas is up to the Contractor to determine; however, starting with the employee parking lot and Community Center driveway phase will allow the new stormwater system to function during other phases of the work. Other construction, such as that involving stairs, sidewalks, brick planters, and other non - roadway elements of the project, may occur in parallel with other actions and are subject only to event coordination requirements. For example, work on the gazebo stairs must be coordinated with events at that site, such as scheduled weddings. Exhibit A provides the currently known schedule of events within the area affected by construction. Changes to the published event schedule following the bid opening date will be negotiated by the parties. Any project element begun before an event at a particular facility impacted by construction must be completed 24 hours prior to the time of that event, as it will not be possible to leave work in progress during any event. Liquidated damages in the amount of $500 per day will be imposed on any work not conforming to this requirement. No additional mobilization/ demobilization charges will be allowed for shutdowns required by the event schedule. Any such costs must be included in the base bid items for mobilization and demobilization. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions. The number of unfavorable weather days that are included in the 127 -day construction period to substantial completion is equal to five days per month, or a total of 15 days during the primary 90 -day construction period. No unfavorable weather days are allocated during the 30 -day asphalt cure period or the seven -day final pavement marking period provided at the end of the construction period. The City will evaluate any time extension sought by Contractor in light of these built -in time considerations. In order to provide the greatest level of flexibility to the Contractor so as to meet the construction schedule while avoiding facility access issues, the City will waive its usual restrictions on time of day and day of week for work to occur. With concurrence of the Owner's Representative, the Contractor may be allowed to do work affecting the roadways at night and on weekends. Should this occur on Sunday through Thursday nights, the affected access path(s) will have to be restored by the following morning at 7:00 am. Detour signs will be required for any work at any TO #SCP -11 -03 City Hall Campus Access Improvements 3 time of day affecting the City Hall driveway, as this is a path for boaters to reach the boat launch on Lakeshore Drive. City inspectors will not be available during these alternative work periods. Installation of stormwater facilities must be coordinated with related roadway work. Patching of new asphalt surfaces will not be permitted. Temporary pavement markings are not required. It is permitted for the final pavement markings to be done at one time after the last pavement section has achieved the 30 -day cure time. Invoice Submittal Invoices for progress and final payment along with any required shop drawings and releases of lien from subcontractors and suppliers should be sent to the Owner's Representative, who shall also be the point of contact for any questions and issue resolution: Jack A. (Al) Butler 150 North Lakeshore Drive Ocoee, Florida 34761 abutlerAci.ocoee.fl.us 407- 905 -3100 ext. 1543 Office 407 - 376 -3258 Cell phone 407 - 905 -3151 Facsimile (Remainder of page left blank intentionally; Invoice and Bid Form follow) TO #SCP -11 -03 City Hall Campus Access Improvements 4 APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: 28701 Account No.: P.O. No.: Project Name: City Hall Campus Improvements Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Total of Payments Made by City to Date $ 8. Retainage Held from Prior Pay Applications $ 9. Retainage to Be Held in this Pay Application $ 10. Total Retainage Held to Date (Sum of Lines 8 and 9) $ 11. Total Earned to Date less Retainage (Line 6 minus Line 10) $ 12. Total Earned less Retainage for this Pay Application (Line 5 minus Line 9) $ 13. Total Amount to Be Paid by City for this Application (Line 11 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) TO #SCP -11 -03 City Hall Campus Access Improvements 5 Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; and (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By: (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative By: Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) TO #SCP -11 -03 City Hall Campus Access Improvements 6 N 0 R 0 a c n CO 2 / '- 2 O r 0 ® f • Cl) a. 0 k / / ƒ r ± = o = § m 0 o E m > 2 o c E ° CL LU re 0 0) Q 0 \ R / E r4 < g 0 0 0 0 > 0 ® k 2 $ 7 CO k LP a3 al CtI al c / f o 2 $ k 6 R c CL re m CO UNNNN _ % E k \ 2 J k % 0 c : 0 > El E E E E % k \' / k / d k 2 / f e 0 2 ± $ a 18 - 2 0 $ © 2/% £ w L @ e r 02 r m G § z I- CO c § % % ° ° ( = 0 0 0 0 0 0 J c c c c - 0 -0 / 3 0 0 0 0 0 0 f @ 2 CI) 0 0 0 0 0 § 2 < - 00 Q 0 Q Q Q 4 6 0 % % % % Q @ @ 2 Q m @ m @ m / m R R / / 0 c CU - £ > - o o/ 0 0 0 0 0 0 E E E E E E E E E E 0 0 0 0 2 a = @ 5 0 0■ ■ m Q @ m w a) 2 m n m & 2 n X L ±. a CC CC CL Ct CC Ce 0 0 Ch 2 CO m m CO (1) CO m > - >- L >- m >- L $ >- < \ a -J -j a -J a -J (/) (1) a n a (/) m -J m w § U 4 o cp r — — 0 / CO ® / — 0) 0 U q - 0 § t r CV CO CO CO CO ° T $ 0 = 2 2 0 oc To 0 R q a c n 0 k $ - a co k E 0 k E / a) a = 0 f a o 2 m 0 /_ C13 0 @ f 2 7 m \ = Oa • _c 2 2 E o a F% m • as c @ » 0 co a o / se 0 c 3 \ - CO % o 2 k k $ k 3 / / E= ° 0 = 0 in n aj $ E - 0 . 7 o k° 2 • E / c T 7 0 0 k w w -C < / 2 R 7 // 7 k J E 0 a_ k / K & k k t 2 2 k k = \ \ 2 / k § k / k / k k k / E « E e 2 m m o 0 2 g cL 0 = o = C r @ @ E @ a c c R Q o .� £ $ @ 2 w I m e m w / 0' o k§ 2 T I\ / k . _ Q m Q @ m m -C q @ e o m / 0 0 o- > > 0 0 .0 c Li_ CI _c t f k 0 .c .c E E§ E E E E E' k k § /// .S .S £ E tƒ ) g @ g @ m a) is k > g; • a 6 & o @ _ • Et CL m e R 6 4 6 6 0 n U G G ] < < < < < < >- >- L L.L. >- >- >- m U L < < >- » k = L w w w w w n m -J -1 m n e _1 _1 w w n $ § U >, C•1 m m $ w n q / 7 CO k C 0 1-- E q ? / a U 1 E -g m Cr) o q In CO CO 0 o N in o U ■ E n-- - N c n `11' ci ci q N q 04 C q 01 CI M CI n n n C U = 2 It 0 . . �a r) F- a) 0 7. 0 c M Q — as .� U a) a) o m a) -0 a) c m . a) E - ( o as E U Cl_ F_ H U CO s Q a) Y `' c m c oLS F- •_ a) al • o d 0 ? E RS ( a 0_ 0 m > c 0. as C c c u) Li 0 0 d' d E o 0 rn fl a) a) O ` O Q c U p o U a) Y F- 0 a) 0 a) c o 0 N o 0) J c L Y c c) c C -� w N •; U) c a) V Q- a) '3 < ca O) ,- to a) .` .N 0 0 N O 0) 0 Y O 0. +J O c N 0 CO c0 F- U c c m CO 0- CO (n 0 O N L.L. (0 a) (n = c O 0 0 0 N �," = C • C C O ' j 0 -J a. j 0 7 I1 '. 'T J N N O z ca_ a) �, co 4) - O �- O — o _ t) o U E i o Es a. a) a a) c ._, M Q a N E - O O O m — CE1 an a) CL 0 ( I ) Q E co 0 o N c m °) :c ) - Q c c W D W O 0 E a) a) a) . • u) (n i. CL CI t 2 0 05~ r c c c o5 > N CC x 06 W .c 0 r N . N Lo u u u c- ( F- -- 0 0 u) .... c • 0 • T 0 c_E E• � c c c c E OO$ •T •T 0 .0 v) - >> c CO 0 0 0 0 c 0 0 a) 00 0 2 Ji o if) Ed d' N M (O > LL 2 0 0 0 0 LL LL LL 2 r r U = W J J -1 J W W - CO ..._1 - CO J W W - .1 J W (n W W U r_ � 4E" O N c M N O M 11) r r r r r r M Ln r M 7 Ca c- N U O M O ' Cr) E N M CO CO O e- N M Tr to t0 F- as a; E 00 co CA o M M Tr d' d' e t er to CO CD et Tr d' et et U) an in in 10 N N an 7 cA Z 0 H _ — O To To 1 1-- -- LI o CO cr c W VD 0 a. a a 11 c CO c ›.., m J m < o I— 0 w H - - - - -- o a~ CID f2 E E II a) w N VD 1 MI iii m C) a a cn m v) < o o F W 0 2 > m H 3 0 v 0 0 0 (I) Z o_ u) o or a) c C ' ' _c E 192 - w 0 co m c ■'-� (4 �,, co o L W 3 j 1- 0) o a) 11 - a c N ca N -0 J t C ..� U V ] _ C o _ •0 Q c es co a Q m C m w c O co Q m as E o 0 . L 1- m C al >, (1) E �" .� U > - E (0 (0 2 o • Q U CU E W _C. - - - - >~. - c 0 c0 0 U) can t • c 0 m c c N c m Y c I1 o c tat m i as L (la -c L ` L 1 � E +--� 0 - U U) U) U) - c U) 0 c o c o E L E c 7 E v (1) 0 a) 0 a) = = = 0 c cd 4 ) Lt 0 W 0 CC u u u 0 5 u_ W 1) 11 M W J J W W W W M J J J J W all v) a.)" '�- 0 U r 11 w r x r r r- V M M as r r r C a U a� M O cd d d 4 E C t CO O 0 e— N M (0 E E Q Q Q Q 0 d = o t0 CD CD tD c0 4) = U z z 0 Measurement and Payment This section describes each bid item so as to clarify what it includes, any required specifications for the work, and how payment will be made. The included bid items describe the entire scope of all work required to deliver the finished facilities ready for use. Where appropriate, a bid item's description includes an indication as to whether prior City approval of the proposed improvement is required pursuant to a submitted shop drawing or catalog cut sheet, as appropriate. There are no "General Requirements," "Overhead," "Insurance," or other overhead bid items. All overhead, profit, administrative expenses, or other considerations must be included in proposed bid item prices. Any cost items not explicitly stated for a listed bid item but necessary for completion of the work must be included within the bid price. Restoration associated with included construction is considered to be part of each related bid item. There is no explicit pay item for final grading and sod replacement. This means that items like final grading and sod restoration are implicit elements of any construction activity that generates a demand for those actions. For example, paving and pouring concrete will typically result in damage to adjacent natural surfaces, which must be restored as a component of the paving and concrete installation activity. Thus, each item listed below includes the cost of any other actions necessary to restore pre - construction groundcover conditions or to extend existing ground covers across areas where material has been removed but will not be replaced. Where sod is needed to provide a suitable permanent ground cover, the Contractor shall furnish St. Augustine or Bahia solid sod, as appropriate, to match existing surfaces. Where no vegetative cover exists nearby, then Contractor shall provide a three -inch layer of pine straw or other mulch material, as may be approved by the City. No bid item will be considered to be 100% complete until all restoration is completed and accepted by the City. Restoration cannot be delayed until the end of the project. When seeking partial payment for a bid item that requires restoration, it will be assumed that restoration is equal to 10% of the total cost of that item. As a result, payment will be limited to 90% of the bid price until restoration is completed by the Contractor and accepted by the City. The quantities listed in the plans and on the bid form were developed by the City using the best available information. Bidders are responsible for confirming all quantities related to lump sum items; there will be no adjustment in price if a difference in effort is discovered after the project award is made. Unit price items for which a bid quantity is given in cubic yards, square yards, linear feet, number of units, etc. will be paid based on the actual quantity installed and accepted by the City. A reconciliation change order will be issued at the end of the project to match contract and installed unit quantities. The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. 1. Mobilization and Demobilization (Bid Items 1 -4) — Includes all general costs of starting and ending the project work described, including transport of equipment and materials, portable toilets, construction signing, site clean up, and transport of TO #SCP -11 -03 City Hall Campus Access Improvements 11 construction trash and excess materials. The cost of any fencing, signs, markings, and other items necessary to secure each work site and to notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. No more than 50% of this bid item can be paid on the first invoice and at least 25% must be invoiced in the final pay request. Separate bid items were created for each work type in recognition of the various starting and ending dates necessary to complete the work in accordance with the facility utilization schedule included in Exhibit A. 2. Erosion Control (Bid Item 5) — Includes the costs of furnishing and installing erosion control fencing, temporary groundcover, and other efforts to reduce stormwater flows into and out of the work site in accordance with NPDES rules and City regulations. This bid item may be paid at a rate of 33% for each month of the 95 -day construction period. 3. Maintenance of Traffic (Bid Item 6) — Includes all costs associated with construction signing, flagman traffic control, temporary directional signs, temporary pavement markings, barricades, and other devices and manpower required to direct motorized and pedestrian traffic around and through areas of construction, whether on the roadway or other locations where such traffic may be reasonably expected. Temporary directional signs will be required on Bluford Avenue, Lakeshore Drive, and Oakland Avenue to redirect motor vehicle traffic to other points of access as roadway work progresses. Maintenance of traffic plans should be provided to the City before construction begins. It is expected that this bid item will be invoiced throughout the period of project activities with the first pay application containing a request for no more than 33% of the total bid price. 4. Survey and Stakeout for Construction (Bid Item 7) — Includes all costs associated with transferring the locations shown on the plans to the actual construction area, including outlines and elevations. This bid item includes any pre - construction videos and photographs the Contractor may compile for its own purposes in order to document existing conditions. Potential bidders are advised that the construction plans associated with this project were not produced in AutoCAD format, although they can be provided in that format and the original survey on which the plans are based (prepared by Southeastern Surveying & Mapping Corp.) is available in that form. It is expected that this bid item will be invoiced throughout the period of project activities in proportion to the amount of work completed. The City will separately procure any post - construction as -built survey. 5. Removal of Asphalt Pavement Not To Be Replaced (Bid Item 8) — Includes all costs associated with removing all indicated asphalt pavements where a new paved surface will not be provided; e.g., sawcutting, breaking the material into suitable pieces for transport, transportation of the material to a suitable disposal site or recycling center, and preservation of base areas where shelf match lines will be established for repaving. (A minimum 12 -inch wide shelf is to be provided at each match line where new pavement will abut existing pavement.) The bid item also includes the TO #SCP -11 -03 City Hall Campus Access Improvements 12 restoration of areas where a replacement paved surface or other improvement is not anticipated. Contractor is encouraged to dispose of all removed asphalt material at an appropriate asphalt recycling facility. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 6. Full -depth Mill Existing Asphalt for Resurfacing (Bid Item 9) — Includes the cost of removing all indicated asphaltic pavement surfaces where a new asphalt surface will be provided; i.e., all indicated asphalt pavements; e.g., sawcutting, breaking the material into suitable pieces for transport, transportation of the material to a suitable disposal site or recycling center, and preservation of base areas where shelf match lines will be established for repaving. (A minimum 12 -inch wide shelf is to be provided at each match line where new pavement will abut existing pavement.) The bid item also includes the cost of repairing or regrading the road base where required and restoration of adjacent areas affected by construction. Contractor is encouraged to dispose of all removed asphalt material at an appropriate asphalt recycling facility. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 7. Removal of Concrete Structures (Bid Items 10 -15) — Includes all costs associated with removing the indicated concrete surfaces, including transport and disposal to an appropriate facility, as well as the restoration of areas where a replacement surface or other improvement is not anticipated. Removal of the shuffleboard courts includes removal of related underground drainage pipes. Not included in this bid item are the concrete paver surfaces that need to be removed in order to construct the four raised planters along Lakeshore Drive; the cost of this work is included in Bid Items 19 (Remove Tree and Patch Pervious Pavers) and 62 (Relocate All& Elm Tree and Patch Pervious Pavers). The Contractor is encouraged to dispose of all concrete at an appropriate recycling facility. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 8. Removal of Brick Sidewalk (Bit Item 16) — Includes all costs associated with removal, transport, and disposal of walkway surfaces constructed from clay brick and concrete pavers resembling brick and cobblestone, as well as the restoration of areas where a replacement surface or other improvement is not anticipated. Brick sidewalk removal is associated with the walkways between the Community Center and the Maguire House. Contractor is encouraged to dispose of this material at an appropriate recycling facility or to salvage the material for reuse (Contractor takes ownership of the material at commencement of demolition and has salvage rights.) Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 9. Removal of Parking Lot Striping, per Space (Bid Item 17) — Includes the cost of hydro- abrading existing paint pavement markings in parking lots where the asphalt surface will remain but the location of parking spaces is being modified. This item primarily relates to the Community Center parking area. Installation of replacement pavement markings in the new configuration is part of other bid items. Payment may TO #SCP -11 -03 City Hall Campus Access Improvements 13 be made on a unit basis according to the amount of work completed by Contractor and accepted by the City. 10. Removal of City Hall Display Sign (Bid Item 18) — Includes all costs associated with removing the marquee sign adjacent to the Bluford Avenue entrance to the City Hall area, such as the cost of excavation, breakdown, transport, and disposal of the sign itself and the supporting concrete footer. Demolition must be done in cooperation with City staff, which will be responsible for disconnecting any electrical power to the sign at its source or at such other location that de- energizes the cable within the area of construction in order to allow demolition. The sign should not be removed until construction of the replacement sign is imminent. Contractor is encouraged to dispose of removed material at an appropriate recycling facility. Payment is to be made on a lump -sum basis. 11. Remove Tree, Excavate Stump, and Patch Pervious Pavers (Bid Item 19) — Includes all costs associated with removing all indicated trees and disposing of the plants at a suitable facility. The trees identified for removal are four laurel oak trees located in the pervious paver parking area along the west side of Lakeshore Drive. Tree removal includes removing stumps and major roots within the immediate area, leveling the affected area to become part of the parking lot, and installing matching concrete pervious pavers so as to provide a complete, uniform surface for vehicular parking. Contractor will be required to remove any partial pavers remaining from original construction and to replace them with whole pavers. The City recognizes that some fitting of cut pavers will be required to complete the work. Payment may be made on a proportional basis according to the amount of work completed by Contractor and accepted by the City. 12. Removal of Trees (Bid Items 20 -22) — Includes all costs associated with removing all indicated trees and disposing of the plants at a suitable facility. Multiple bid items were used to reflect the variation in cost associated with tree size and stump removal method. The trees identified for removal include palms, crepe myrtles, "Little Gem" magnolias, and oaks. Any question as to which trees are large and which are small, of the purposes of this project, should be resolved prior to bidding. Tree removal includes stumps and major roots within the immediate area, leveling the affected area, and installing a matching ground cover so as to provide a finished uniform surface. As noted on the Bid Form, the manner of stump removal will vary in proportion to the size of the stump. Grinding of stumps is permitted for large trees provided that all plant material is removed to allow final grading. Payment may be made on a unit basis according to the amount of work completed by Contractor and accepted by City. 13. Furnish and Install 6-inch Limerock Base (Bid Item 24) — Includes all costs associated with materials and labor required to furnish, place, grade, and compact the limerock base for asphaltic concrete pavement. Also includes the cost of grading and compacting subgrade materials to 98% using the modified proctor test. Limerock is to extend six inches (6 ") beyond the outside edge of asphalt pavement on all sides. Where a new asphalt surface requiring limerock base is to be constructed adjacent to TO #SCP -11 -03 City Hall Campus Access Improvements 14 an existing asphalt surface that was removed by milling under Bid Item 9, the limerock base should extend 12 inches into the milled area. The limerock base surface must provide the appropriate slope indicated on the plans for water runoff, which is generally 1% to 2 %. Limerock must be certified to an LBR of at least 100 and is to be compacted to 98% using the modified proctor test. The bid quantity is based on the square yards of new asphalt to be installed where the previous surface was removed by milling plus an allowance of 5% for the additional limerock width required under adjacent surfaces and is based on an expectation that no limerock base exists today under paved areas that are to be reconstructed. (Although a limerock or soil cement base may actually exist, it may be of poor construction or the grade may need to be modified.) Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 14. 1.5 -inch Type SP -12.5 Asphaltic Concrete (Bid Item 25) — Includes all costs associated with material and labor required to create the paved parking and driving surfaces shown on the plans, exclusive of base, including transport, placement, and compaction. This material is equivalent to S -I asphalt and is governed by the specifications provided in Florida DOT Section 331. This bid item includes the cost of any adjustments to grade required to provide the elevations shown on the plans, including the cost of any suitable fill required, and any restoration of adjacent surfaces damaged by construction. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 15. Type -F Concrete Curb & Gutter (Bid Item 26) — Includes the cost of preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration behind the curb. This structure is subject to the specifications provided in Florida DOT Index No. 300, which may be field modified with City approval to better match contiguous existing curb. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by the City. 16. Type -D Concrete Curb (Bid Item 27) — Includes the cost of preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, finishing, form removal, and any required restoration behind the curb. This structure is subject to the specifications provided in Florida DOT Index No. 300, which may be field modified with City approval to better match contiguous existing curb. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by the City. 17. 6 -inch Reinforced 3,000 psi Concrete (Bid Item 28) — Includes all costs associated with preparing the compacted subgrade, construction and placement of forms, wire reinforcement, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration of adjacent disturbed areas. This material is used to construct a driveway apron to provide access to Lift Station 26. Preformed expansion joints shall be placed between the integrated driveway apron and the adjacent 4 -inch sidewalk and asphalt surface. Surface cuts of minimum 3 /4 -inch depth shall be located TO #SCP -11 -03 City Hall Campus Access Improvements 15 every 5 feet so as to continue the pattern on the adjacent sidewalk. Payment will be made according to the actual number of square yards of concrete installed by Contractor and accepted by the City. 18. 4 -inch 3,000 psi Concrete Sidewalk (Bid Item 29) — Includes all costs associated with preparing the compacted subgrade, construction and placement of forms, 3,000 psi concrete, concrete placement and finishing, form removal, and any required restoration adjacent to the sidewalk. Preformed expansion joints shall be placed every 20 feet along linear runs of sidewalk, between the sidewalk and any integrated driveway apron, and between any new concrete and an adjacent hard surface. Surface cuts of minimum 1 -inch depth shall be located every 5 feet between preformed expansion joints. This pay item also includes the cost of materials and labor associated with detectible warning surfaces in accordance with Florida DOT Index No. 304. Retrofit mats are not to be provided for new concrete but are included in this sidewalk pay item; therefore, the cost of detectable warning surface mats at all driveways and roadway crosswalks must be included in the cost of this bid item. Retrofit mats are for only those sidewalks not being constructed by this project. Payment will be made according to the actual number of square yards of concrete installed by Contractor and accepted by the City. 19. Brick Paver Sidewalk and Patio Surface (Bid Item 30) — Includes the costs related to materials, preparation and compaction of subgrade and base, placement of pavers, construction of a concrete border to retain the pavers, and restoration of adjacent areas so as to provide a complete surface ready for use. Paver base is to be compacted to 98% using the modified proctor test. The pavers to be used are Hanson PaverModule Crown Stone in Color Ell (Red/Tan/Brown), as produced at the company's Haines City plant, or an equivalent material approved by the City. Pavers are to be laid in the Random -T pattern, as shown on the plans. A shop drawing is required from Contractor and must be approved by City. The shop drawing must specify the materials to be used, the pattern to be followed, and the shape and manner of constructing the concrete border so as to confirm compliance with the specifications. Payment will be made according to the actual number of square yards of brick paver installed by Contractor and accepted by the City. Special Note: The area for paver installation includes the site of a reconstructed grape arbor, which is noted on the plans but not included here as a bid item. The omission is due to the construction of this facility being provided under a separate solicitation that also includes demolition of the existing Maguire House storage shed and construction of a new one. Because the footers for the new grape arbor are under the new paver sidewalk in the same area, it will be necessary for the footers and arbor posts to be installed first. The timing of construction in this area must be coordinated by both contractors and City staff. 20. Brick Paver Pedestrian Crosswalk (Bid Item 31) — Includes all costs associated with construction of a brick paver crosswalk with bounding concrete ribbon curb between City Hall and the Employee Parking Lot; i.e., the materials, preparation and compaction of subgrade and base (including final grading), installation of 6 -inch TO #SCP -11 -03 City Hall Campus Access Improvements 16 limerock base, placement of pavers, construction of a 12 -inch wide by 8 -inch deep concrete ribbon curb border to retain the pavers, and any other required materials and labor necessary to provide a complete pedestrian crosswalk ready for use. Paver base is to be compacted to 98% using the modified proctor test. The pavers to be used are Hanson PaverModule Crown Stone in Color El 1 (Red/Tan/Brown), as produced at the company's Haines City plant, or an equivalent material approved by the City. Pavers are to be laid in the Random -T pattern, as shown on the plans. A shop drawing is required from Contractor and must be approved by City. The shop drawing must specify the materials to be used, the pattern to be followed, and the shape and manner of constructing the concrete ribbon curb border so as to confirm compliance with the specifications. Note that the pedestrian crossing structure is slightly elevated relative to the original pavement in order to provide proper drainage. A three -foot section of new asphalt pavement has been shown on the plans to bring the roadway back to existing grade on the east side of the crossing. A similar transition is to be provided on the west side as part of the new paved surface, which directs stormwater runoff to S -4 and S -5. Payment will be made on a lump -sum basis following installation by Contractor and acceptance by City. 21. 36 -inch High White Aluminum Guardrail, Installed (Bid Item 32) — Includes all costs of materials, fabrication, and installation. This guardrail is to be installed through the concrete wall cap being provided as part of Bid Item 49 into the concrete block retaining wall using core drilling and non - shrink grout. If the supporting concrete wall cavities are not already concrete filled, then the installer must fill the applicable concrete block cavities with 2,500 psi concrete before installing the preformed concrete cap and guardrail. The guardrail finish is to be powder coated white paint. All visible seams are to be continuously welded. The 36 -inch height is to result in a minimum guardrail height of 42 inches taking into account the height of the block wall at its lowest point relative to the upper parking area (south end), resulting in a height in excess of 60 inches at the opposite end and a level appearance when viewed from City Hall. The plans include an example of the design sought by the City. A shop drawing is required from Contractor and must be approved by the City prior to fabrication. Payment will be made according to the actual number of linear feet installed by the Contractor and accepted by the City. 22. 42 -inch High White Aluminum Guardrail, Installed, with Concrete Footer (Bid Item 33) — Includes all costs of materials, fabrication, and installation. This guardrail is to be installed using core drilling and non - shrink grout in a concrete footer to be constructed by Contractor as part of this bid item. Installation into the concrete block wall is not permitted, as the structural integrity of the wall itself is unknown. An existing hedge may be trimmed to facilitate the work; the Contractor is to consult with the City prior to any such modification. The guardrail finish is to be powder coated white paint. All visible seams are to be continuously welded. The plans include an example of the design sought by the City. A shop drawing is required from Contractor and must be approved by the City prior to fabrication. Payment will be made according to the actual number of linear feet installed by the Contractor and accepted by the City. TO #SCP - 11 - 03 City Hall Campus Access Improvements 17 23. Relocate and Install Concrete Curb Stop (Bid Item 34) — Includes the cost of materials and labor to relocate existing concrete curb stops on the upper parking area so as to provide a buffer between vehicles and the guardrail included in Bid Item 32. Installation consists of inserting two pins made of 24 -inch steel rebar through prefabricated holes in the curb stops and into the paved parking surface. Payment will be made according to the actual number of curb stops relocated and accepted by the City. 24. Furnish and Install White Concrete Curb Stop (Bid Item 35) — Includes the cost of labor and materials to supply and anchor a new concrete curb stop matching the general design of existing curb stops on the property. New units must be painted white to match the original units. Installation consists of inserting two pins made of 24 -inch steel rebar through prefabricated holes in the curb stops and into the paved parking surface. Payment will be made according to the actual number of new curb stops installed and accepted by the City. 25. 6 -inch White Paint Diagonal Hatch, with Border (Bid Item 36) — Includes the cost of traffic paint and glass beads, other materials, surface preparation, and installation of 6 -inch wide white paint stripes forming a diagonal hatched pattern with a border on all sides where there is no adjacent curb or other vertical surface. This bid item includes the cost of protecting the paint from traffic incursion during cure time. The diagonal stripes are to be at an angle of 45 degrees to the adjacent direction of travel spaced 36 inches on- center. All paint is to be durable water borne in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of square yards of hatched painted area installed by Contractor and accepted by City. 26. 6 -inch Blue Paint Diagonal Hatch, with Border (Bid Item 37) — Includes the cost of paint and glass beads, other materials, surface preparation, and installation of 6 -inch wide blue paint stripes forming a diagonal hatched pattern with a border on all sides where there is no adjacent curb or other vertical surface in conformance with Florida DOT Index 17346. The diagonal stripes are to be at an angle of 45 degrees to the adjacent direction of travel spaced 36 inches on- center. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of square yards of hatched painted area installed by Contractor and accepted by City. 27. 6 -inch Blue /White Paint Handicapped Parking Symbol (Bid Item 38) — Includes the cost of paint and glass beads, other materials, and installation of a white 5 -foot high handicapped parking symbol and two blue stripes outlining the space in conformance TO #SCP -11 -03 City Hall Campus Access Improvements 18 with Florida DOT Index 17346. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of painted handicapped parking spaces installed by Contractor and accepted by City. 28. 4 -inch White Paint Parking Space Stripe (Bid Item 39) — Includes the cost of materials, surface preparation, and installation of 4 -inch wide white paint stripes outlining vehicle parking spaces. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All paint is to be durable water borne in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by City. 29. 24 -inch White Paint Stop Line (Bid Item 40) — Includes the cost of materials, surface preparation, and installation of 24 -inch wide white thermoplastic stripes forming a stop line. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Sharp silica sands are to be included for skid resistance. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by City. 30. 6 -inch White Paint Stripe (Bid Item 41) — Includes the cost of materials, surface preparation, and installation of parallel 6 -inch wide white paint stripes forming a crosswalk. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Sharp silica sands are to be included for skid resistance. Payment will be made according to the actual number of linear feet installed by Contractor and accepted by City. 31. 6 -inch Double - yellow Paint Centerline Stripe (Bid Item 42) — Includes the cost of materials, surface preparation, and installation of 6 -inch wide yellow thermoplastic stripes forming a street centerline or median. This bid item includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 971 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be TO #SCP -11 -03 City Hall Campus Access Improvements 19 made according to the actual number of linear feet installed by Contractor and accepted by City. 32. White Paint Directional Arrow (Bid Item 43) — Includes the cost of materials, surface preparation, and installation of a 9 -foot long white thermoplastic directional arrow conforming to MUTCD s. 3B -19 and Figure 3B -20. This bid item also includes the cost of protecting the paint from traffic incursion during cure time. All material used is to be in conformance with Florida DOT Section 710 and must be one of the approved materials for use on Florida DOT projects let in 2011. Glass beads are to be provided so as to supply a retro- reflective surface for nighttime conditions. Payment will be made according to the actual number of arrows installed by Contractor and accepted by City. 33. Furnish and Install Detectable Warning Surface Retrofit Mat (Bid Item 44) — Includes the cost of materials, surface preparation, and installation of a retrofit detectable warning surface mat. Acceptable contrasting colors are red on concrete and yellow on asphalt. All material and installation are to be in conformance with Florida DOT Index Nos. 304 and 310. Payment will be made according to the actual number of mats installed by Contractor and accepted by City. 34. Upper Parking Stairs (Bid Item 45) — Includes the cost of site preparation, materials, forming, finishing, and labor associated with the construction of a new poured concrete stairway to provide pedestrian access to lower level City Hall parking from the upper level closer to Bluford Avenue. In addition to the stairs themselves, this bid item includes the costs associated with excavation and preparation of the ground under the stairs and slabs, modification of the adjacent parking lot slope using an expanded concrete approach slab, constructing a concrete curb, and supplying and installing an aluminum handrail on both sides of the stairway. Ground under the stairway footer and approach slabs is to be compacted to 98% using the modified proctor test. A shop drawing is required to be submitted by Contractor and approved by City prior to fabrication and installation of the handrail. Payment will be made as a single lump sum upon completion of the work by Contractor and acceptance by City. 35. Employee Parking Retaining Wall (Bid Item 46) — Includes the costs of site preparation, forming, finishing, and labor associated with the construction of a poured concrete retaining wall to support a new sloped grade adjacent to the fenced dumpster area located at the west end of the employee parking lot. This bid item also includes the costs of removing and reinstalling the adjacent wooden fence. Ground under the wall footer is to be compacted to 98% using the modified proctor test. Payment will be made as a single lump sum upon completion of the work by Contractor and acceptance by the City. 36. Gazebo Stairs (Bid Item 47) — Includes the cost of site preparation, concrete, handrail, forms, labor, and other activities associated with construction of new poured concrete stairs at the gazebo located near Oakland Avenue. The referenced "other activities" TO #SCP -11 -03 City Hall Campus Access Improvements 20 include recovery and preservation of the dedication plaques now mounted on the gazebo stairs and their subsequent remounting on the sides of the new stairs (one plaque on each side near the gazebo) in a manner similar to that originally used. Construction is to be closely coordinated with the City's Parks & Recreation Department so as to schedule the work at a time when it will not interfere with use of the gazebo for planned events. Brick pavers located where the new landing footer will be constructed must be removed, but the existing concrete stairs may remain in place and the new stairs formed over them. The white powder- coated aluminum handrail design shown on the plans is representative of what the City expects Contractor to install. Contractor is to provide a shop drawing subject to review and approval by the City prior to fabrication and installation. Payment will be made as a single lump sum upon completion of the work by Contractor and acceptance by City. 37. Community Center Stairs and Ramp (Bid Item 48) — Includes the cost of site preparation, concrete, forms, labor, modification and removal of existing wrought iron railing, and other activities associated with construction of new poured concrete stairs at the Community Center near the Parks & Recreation Department entrance. City staff will remove and trim shrubbery located in the area of construction. Payment will be made as a single lump sum upon completion of the work by Contractor and acceptance by City. 38. Furnish and Install Faux Brick Facade with Concrete Cap (Bid Item 49) — Includes the cost of site preparation, scratch coating, thin -set mortar, brick, brick joint mortar, precast concrete cap, labor, and any other costs associated with installation of a brick facade on the existing stucco concrete block retaining wall separating the upper and lower portions of the City Hall parking lot. This bid item includes the required precast concrete wall cap and its installation. (Note that Bid Item 32 requires the existing wall to be concrete filled where necessary to accept new guardrail posts prior to installation of concrete cap.) It also includes the cost of cutting down the southern Ell- portion of the wall to a height roughly six inches above the planter grade so as to improve visibility. The brick veneer is to consist of units at least % -inch thick matching the appearance of dimensional face brick used elsewhere in the project (Wilmington Heritage multi - color). The brick veneer is to be installed on all exposed surfaces of the wall except along the upper parking area; i.e., the brick are to be installed on the side visible from City Hall, the end next to the Bluford Avenue driveway (both sides), the western planter island, and adjacent to the new stairs. Payment will be made based on the actual number of square feet of brick veneer installed by Contractor and accepted by the City. There is no separate payment for the precast concrete cap; its cost is to be prorated in the cost of the brick veneer. 39. Type -5 Catch Basin Top with Type -P Base (Bid Item 50) — Includes the cost of materials and labor associated with manufacture, delivery, field adjustment, and installation of a metal catch basin and supporting concrete structure for stormwater collection in accordance with the requirements of Florida DOT Index Nos. 200 and 214 and Specification Section 449. Installation includes excavation, 8- inch -thick gravel base of No. 57 stone, leveling, proper top elevation and orientation, correct TO #SCP - 11 - 03 City Hall Campus Access Improvements 21 pipe invert, mortaring of pipe joints, and any required restoration of adjacent or overlying surfaces. Contractor must supply manufacturer's shop drawing and specifications subject to review and approval by the City prior to fabrication. Payment is to be made based on the actual number of structures installed by Contractor and accepted by the City. 40. FDOT Type II 10 -inch Trench Drain with Traffic -rated Metal Grate (Bid Item 51) — Includes the cost of materials and labor associated with manufacturing, delivery, field adjustment, and installation of a segmented trench drain terminating into a Type -C stormwater inlet and Type -P base for stormwater collection in accordance with the requirements of Florida DOT Index No. 206 and Specification Section 449. The cost of materials and installation of the Type -C inlet and Type -P base is part of this bid item. Installation includes excavation, 8 -inch gravel base of No. 57 stone, leveling, proper top elevation, slope, and orientation, correct pipe invert, mortaring of pipe joints, and any required restoration of adjacent or overlying surfaces. Contractor must supply manufacturer's shop drawing and specifications subject to review and approval by the City prior to fabrication. Payment is to be made based on the actual number of structures installed by Contractor and accepted by the City. 41. Reinforced Concrete Pipe (Bid Items 52 and 53) — Includes the cost of materials and labor associated with manufacture, delivery, field adjustment, and installation of precast steel- reinforced concrete pipe for stormwater transmission in accordance with the requirements of Florida DOT Specification Section 449. Installation includes excavation, 8 -inch gravel base of No. 57 stone, leveling, proper elevation and orientation, correct pipe slope, and any required restoration of adjacent and /or overlying surfaces. Contractor must supply manufacturer's shop drawing and specifications subject to review and approval by the City prior to fabrication. This bid item does not include the cost of mortaring joints at structures, as such work is part of the structure bid item, but it does include the cost of removing and restoring surfaces disturbed during construction. Payment is to be made based on the actual number of linear feet of pipe installed by Contractor and accepted by the City, as measured along the centerline of the pipe from structure to structure and not including any pipe that extends into the structure. 42. Modify Existing Catch Basin to Receive Storm Sewer (Bid Item 54) — Includes the cost of excavation, structure modification, installation of pipe into structure, the mortaring of pipe joint, and any other labor, tools, and materials associated with modifying an existing catch basin so that it can receive all stormwater collected by the stormwater system extension being constructed as part of this project. Payment is to be made on a lump sum basis when the work is completed by Contractor and accepted by the City. 43. Stabilized Soil Base with Sod (Bid Item 55) — Includes all costs associated with stabilizing the soil under a concrete driveway that was removed under Bid Item 8 to a depth of 12 inches, such as supplying an acceptable soil stabilizer, working the stabilizer into the soil, grading, and compacting to 98% (modified proctor method), TO #SCP -11 -03 City Hall Campus Access Improvements 22 providing and placing the Bahia sod that will be placed on the stabilized soil, and watering the sod until it has grown into the stabilized soil. Also includes restoration of adjacent landscaped areas damaged by construction. The bid quantity is based on the requirement for a subgrade to be established under all areas of the previous driveway that led to Lift Station No. 26. Payment will be made according to the actual number of square yards installed by Contractor and accepted by the City. 44. Furnish and Install New Traffic Sign (Bid Item 56) — Includes all materials and labor to furnish and install a complete traffic sign assembly, including heavy -gauge galvanized post, aluminum sign with the appropriate retroreflective face, and all required mounting hardware for a complete installation conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and ready for use. Shop drawing and prior City approval are required for each sign type and for the post to be used for all signs. Applicable signs are shown on the plans. Payment will be made for each complete sign assembly installed by Contractor and accepted by the City. 45. Reset Existing Traffic Sign (Bid Item 57) — Includes all materials and labor to install a traffic sign removed from its original location during demolition activities, cleaning the sign face prior to reinstallation, and installing the sign at its new location using a new heavy -gauge galvanized metal post. This bid item also includes the cost of storing the sign during construction so as to prevent damage. If a sign planned for re- installation is damaged prior to its installation at the new location, Contractor shall replace the sign with a new unit of similar design. Payment will be made for each complete sign assembly removed, stored, and re- installed by Contractor and accepted by the City. 46. Reset Bench (Bid Item 58) — Includes the cost of all materials and labor to install a metal bench removed from its original location during demolition activities, cleaning the bench prior to reinstallation, and installing the bench at its new location using a embedment -type concrete footer. This bid item also includes the cost of storing the bench during construction so as to prevent damage. Payment will be made for each complete sign assembly removed, stored, and re- installed by Contractor and accepted by the City. 47. Construct Brick City Hall Sign at Bluford Ave. (Bid Item 59) — Includes all materials and labor needed to construct a complete brick sign in conformance with the plans and specifications. This bid item also includes the cost to furnish and install the specified electrical lighting system and black plastic letters of the type and quality installed on the Bill Breeze Park sign, which is of similar brick construction, and the precast concrete cap for the low brick wall that forms the main sign structure. The electrical system to be provided by Contractor terminates at and includes the pull box shown on the plans. City forces will provide the electrical service to this point and connect a power supply to the Contractor - supplied wires serving the floodlights. The brick used shall match the appearance of dimensional face brick used elsewhere in the project (Wilmington Heritage multi - color). The precast concrete cap is to be 18 inches in width and a minimum height of 3 inches. Shop drawings for the brick and TO #SCP - 11 - 03 City Hall Campus Access Improvements 23 precast concrete cap are to be submitted by Contractor prior to construction and are subject to review and approval by the City. Payment is to be made in a lump sum following construction by Contractor and acceptance by the City. 48. Relocate Stone Veterans' Memorial (Bid Item 60) — Includes the cost of equipment and labor to relocate the smaller of the two stone memorials in the Veterans' Park area near Oakland Avenue, as shown on the plans. This bid item also includes the cost of a suitable concrete footer to support the monument in its new location. Extreme care must be exercised by Contractor to prevent damage to the monument. Any such damage will be the responsibility of Contractor to repair, and will likely require replacement of the entire monument. Payment is to be made in a lump sum following completion by Contractor and acceptance by the City. 49. Construct Raised Brick Planter (Bid Item 61) — Includes the cost of materials and labor to furnish a complete raised brick planter in the parking area along Lakeshore Drive. This bid item includes the cost of topsoil fill, irrigation system connection from inside the planter to a point at least two feet outside the planter, and repair /replacement of pervious concrete pavers in the affected area of construction. This bid item does not include the Planter Lighting and Power System described in Bid Item A1; however, this base bid item does include the cost of furnishing and installing the required conduit within the planter structure so that electrical wiring and fixtures included in Bid Item Al can be installed. The City will provide the irrigation water main for Contactor to connect each planter's irrigation system, and supply and install the drip irrigation system within each planter. Contractor is to coordinate construction activities with the City's Parks & Recreation Department staff that will perform the irrigation system work. The brick used shall match the appearance of dimensional face brick used elsewhere in the project (Wilmington Heritage multi- color). The precast concrete cap is to be 18 inches in width and a minimum height of 3 inches. Shop drawings for the brick and precast concrete cap are to be submitted by Contractor prior to construction and are subject to review and approval by the City. Payment is to be made on the basis of the number of complete brick planters constructed by Contractor and accepted by the City. 50. Relocate Allee Elm Tree and Patch Pervious Pavers (Bid Item 62) — Includes the cost of recovering the existing elm tree (planted in 2008), relocating it to the nearest raised brick planter, planting the tree in that planter, watering the tree daily for a period of two weeks (or supplying a suitable watering bag that performs an equivalent service), and replacing /repairing the concrete pervious pavers where the tree was previously located so as to provide a level and continuous parking surface. The in- planter drip irrigation system is expected to be installed by City forces within two weeks of planting. Contractor may stop watering once that system is operational or at the end of two weeks, whichever comes first. Payment is to be made on the basis of the number of trees successfully relocated by Contractor and accepted by City. 51. Furnish and Install 65 gal. Allee Elm Tree (Bid Item 63) — Includes the cost of the elm tree, planting the tree in a planter, and watering the tree daily for a period of two TO #SCP -11 -03 City Hall Campus Access Improvements 24 weeks (or supplying a suitable watering bag that performs an equivalent service). The in- planter drip irrigation system is expected to be installed by City forces within two weeks of planting. Contractor may stop watering once that system is operational or at the end of two weeks, whichever comes first. Payment is to be made on the basis of the number of trees successfully planted by Contractor and accepted by City. 52. Furnish and Install 65 gal. Bald Cypress Tree (Bid Item 64) — Includes the cost of the cypress tree, planting the tree along the shoreline of Starke Lake (see plans for location), and supplying a suitable watering bag. No irrigation system will be installed; the City will retain and maintain use of the watering bag after the initial two -week period following installation. Payment is to be made on the basis of the number of trees successfully planted by Contractor and accepted by the City. 53. Furnish and Install Planter Lighting and Power System (Add - alternate Bid Item Al) — This optional bid item includes a complete turnkey electrical system for up- lighting the four elm trees located in new brick planters along Lakeshore Drive and supplying power take -off boxes at each planter and the gazebo. The system will be powered from a new service located at the Boat Ramp Restrooms with power connection to Progress Energy facilities near Lift Station 26. Contractor responsibility begins at the identified Progress Energy connection point and includes all connections to the existing Restroom service panel, nearby Restroom lift station, planter lighting, and planter power units. Contactor will be required to apply for and receive a City of Ocoee electrical construction permit and pass all related inspections. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. 54. Construct Brick City Hall Sign on Lakeshore Drive (Add- alternate Bid Item A2) — Includes all materials and labor needed to construct a complete brick sign in conformance with the plans and specifications. This bid item also includes the cost to furnish and install the specified black plastic letters of the type and quality installed on the Bill Breeze Park sign, which is of similar brick construction, and the precast concrete cap for the low brick wall that forms the main sign structure. The brick used shall match the appearance of dimensional face brick used elsewhere in the project (Wilmington Heritage multi - color). The precast concrete cap is to be 18 inches in width and a minimum height of 3 inches. Shop drawings for the brick and precast concrete cap are to be submitted by Contractor prior to construction and are subject to review and approval by the City. No lighting system is included in this bid item; any such system will be installed by the City. Payment is to be made in a lump sum following construction by Contractor and acceptance by the City. 55. Widen Oakland Ave. East of Bluford Ave. (Add - alternate Bid Item A3) — This option includes all materials and labor to widen the east approach of Oakland Ave. at Bluford Ave. for a distance of 100 feet, which includes a 50 -foot taper section, as shown on the plans (Sheets 6 -7). This bid item, if awarded by the City, will include all allowances for maintenance of traffic and other costs incidental to the work. Payment is to be made in a lump sum following completion by Contractor and acceptance by the City. TO #SCP -11 -03 City Hall Campus Access Improvements 25 56. Furnish and Install Community Center Lighting and Power System (Add - alternate Bid Item A4) — This optional bid item includes a complete turnkey electrical system for providing special event power along the west side of the Community Center parking area and supplying two power take -off boxes. The system will be powered from the existing service located at the outside northwest corner of the Community Center. Contractor responsibility begins at the connection point and includes all connections to the existing service entrance. Contactor will be required to apply for and receive a City of Ocoee electrical construction permit and pass all related inspections; all electrical work can be covered by a single permit. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. 57. Furnish and Install Gazebo Extension Lighting and Power System (Add - alternate Bid Item A4) — This optional bid item includes a complete turnkey electrical system extension for providing overhead lighting on the east side of the Community Center parking area, including the area around the Ocoee Gazebo, and special event power along the south side of the Community Center parking area. The work includes removing the existing connection from the gazebo power panel to the irrigation controller, lift station, and boat ramp restrooms, which will now be served from the new panel at the restroom (part of Add - alternate Bid Item A4).. The gazebo extension system will be powered from the existing service located at the west side of the gazebo. The City is to supply the 35 -foot direct -bury concrete pole to be installed by Contactor, who is also required to furnish and install the two 500 -watt floodlights, which shall be powered by a Contractor- supplied separate circuit breaker and photocell arranged so that power to the lights may be turned off manually (sequence of power > switch > photocell > light fixtures). The floodlights shall be mounted in such a way as to allow independent aiming of each fixture. Contractor responsibility begins at the power panel and includes all connections to the existing service entrance and power units. Contactor will be required to apply for and receive a City of Ocoee electrical construction permit and pass all related inspections; all electrical work can be covered by a single permit. Payment is to be made in a lump sum following completion by Contractor and acceptance by City. (Remainder of page left blank intentionally; Exhibit A follows) TO #SCP -11 -03 City Hall Campus Access Improvements 26 EXHIBIT A EXISTING FACILITY USAGE CALENDAR OF EVENTS Weekly Programs Every Monday: Community Center: Youth Cheerleading Program (5pm -8pm) Peggy Ruud 407 - 283 -8339 Every Tuesday: Community Center: Lindy Line Dancing 407 - 721 -5106 (5:30pm -8pm) Every Wednesday Community Center: Rotary (7am -9am) Every Thursday Community Center: Garden Patches Square Dancing (6pm- 9:45pm) Events Bill Breeze Park & Gazebo: • 1/22, 2/26, 3/26, 4/23, 5/28, 9/24, 10/22, 11/19 Movie in the Park • 3/19 Fire Union Event (All Day) — Includes: Community Center, CC parking lots, & CH parking lots. • 3/26 Spring Fling (All Day) — Includes: Community Center, CC parking lots, & CH parking lots. • 5/7 Florida Lake Symphony (All Day) — Includes: Community Center, CC parking lots, & CH parking lots. • 5/27 Memorial Day Ceremony 9am -1 pm — Includes: Community Center, CC parking lot. • 11/4 & 11/5 Founders Day Event (set up starting on 11/2) • 11/11 Veteran's Day Ceremony 9am -1 pm — Includes: Community Center, CC parking lot. • 12/2 & 12/3 or 12/9 & 12/10 Tentative Holiday Event — Includes: Community Center, CC parking lots, & CH parking lots. Rentals Gazebo: 4/2 Private Rental 9am -2pm 6/18 Private Rental 9am -3pm Community Center & Gazebo: 1/29 Private Rental 9am -7pm 4/9 Private Rental 8am -7pm 7/9 Private Rental 2:30pm -11 pm Community Center: 3/11 Rotary Fundraiser 4pm -12am Municipal Lakefront Pavilions: 8/20 Private Rental #1 & #2 (9am -4pm) TO #SCP -11 -03 City Hall Campus Access Improvements 27 r` O r` ti et T- CA O O CD N O Tr cD u) u) u) M O 'r O O O CO OD o0 N O O O cO O 00 u) 0 CO O 00 CA co N u) O u) CO 00 00 N u) u) N r` u) O 0) O O u) O Tr Tr M O O (D O M co N V ni O Ti O M CO N T O O O r` T- ti r` Tr O O Tr O O u) O 00 O O M r` u) r u) r` 6 77 '` oO '- to M N M u) (D u) r` C)) N CD O) CA M (D 00 M N- %-- Ns M M - ti T CA N- tf) tf) N O O d M r` N O M u) O r` CO CAT- T- CA (D M r` u) d' M O Tr M CA O 00 T' OD M O N O r N EA EA r M N N 05 u) �- b9 EA ER */ N N ER CA u) N r` ER O r CA M 69 (3 EA EA 69 EA co ER 69 EA 69 ER ER EA 69 b9 EA ER EA N EA EA () ER EA EA 69 0 EA H v r`Or`Ns T CAC OU) CAC AONMu )u)tf)MONOOu)oOTrOOOOr-COr`Nu) o0 O O CD 00 N u) co Tr N N O M M u ) N N to O Tr O O N O r` M [r 0 0 Tr 0 CA CD N '` Ti O Ti M CO N to Tr 6 O O 00 T- O u) M O Tr r` O M Ti u) CO r` O O. . - (n to M N M ER ER EA EA a) .- to a) EA Tt (O N CA CA Tr N- •- EA EA CD N CO u) O N Tr r M Ns N O CO u) EA CO ER u) CO N CO CO EA EA EA EA EA 69 N T- 69 EA ER M 0. T- EA EA EA EA ER EA EA EA = EA EA 69 EA EA EA EA n a) as a O O cl_ a) m a) IP "2 2 0 = 0 c c 0 ° c U N o = (/) 3 a) 77 77 8 °' a > a Ymm EP _ m _ �. ca '� 05 ai x E c ) n ° c ^ a) °'t Q W a) U E a to ` ° > ` E N (8 • 2 2 � a) N O O c ° °° >' O N 3 O a) ,C N Y co (a U a (� m 't Q U in o ° a :� a m u> ° ° v , _ a) o a in a 0 0 U Z 0 Sc c =2 aDo v� CD 3 ca 0 0 0 0 y .+ _c 0 � 0 0 a) • - . ° N N t0 == j V O N E E w • C c U a) (/� •c (f) (O > �pp > m• 0 ( O c O co N (V (a O a) rn a) N O i _ a) 0 - T a) U U , C D. a a) Q V .c • c 0 ' y CD NNNN la :n ° U a) a) a) Z' m o T U = m W w Q 4- ° o ot m V >+ 0 0 0 0 ° m�6v)0)Q c a p ,� m a gi c `g u) a 0 c •Y. 1 ¢Q_ ca cp0a i_<3 > 7a )a)a)a)m ° " O aJ- dX 6. � .�_,�UU 700 w• . c _ ; ;a '' x U (A ° 0 55 = 0 000 0 0 w a w a ) a )a)a) a) �c ) =otJ W 0 —o (.0 a)a )oco a aa) c Q etJ 08 ots oes b a C c= 0 0 0 0 0 . v Y ' a) E as N E v a) ( (`� `o a fn a - c c c c c o r. . u) 0 0 0 0 0 'c N • N N N (` C 0- c c ' O L c m O O O O c Q �UUUUUd m dUf - � J (AH� � U0 a s c) > > __ • co N N co mo c c a) a a) a) a) a) a) a) a) a) a) a) a) a) a) a) s a' M N m la ci- N N N N N >+ > a) > > > > > > > > > > > > > > t U (1_ 75 --(5.--6 o c Z E - ° E E E E E E E E E E E E E E I, a > fl d d L L (0 0 0 m N .t) -6 •G ° Oo00 a ) a)a)a)a)a)a)a)a)a)a)a)a)a)a)O , > ,,• c � c'c E U 2222 W 2coW Ld'CcecewrectcCcCcLW W W W u_ ,-1- 1- O�mmMvcC C ' ( n (n (n(n(n(n >- >- u_ > (n ) U- (n�¢Q¢a << <> >- �� (nU- U- Q Q. C ( JJJJJJJ J (1)J( U) J U) W W W W W W W(1) (1) JJ(1) 0) 0)JJJW E r c O Z O N to o. 0 E — co u) c r 01 (DS Trr- Mr- N�0CDUl� 7 T- N V V T- ar To V O _ 7+ c E N M t O (s 00 (� O N M d CO O O N N N N N N N N Ns OD CD N N M M M M M 0 Q LnvL)QO(DOOLn000000 Ne-Ln CDCDOONCDCDOOOO Co d N Ln M Ln O M 00 f. N O O Ln O O CD I. 1 CD N o M 0 0 CD 0 0 0 0 N C) N M cr I- N M O N. CD O lei I- O La M CO 00 CD C3) 00 N: O) O LC) oA co O L(i O O O •` CO N EA Ln LO CD V CO CO f N Cr) LO 1 CA CD CA Li" N O CO Ln CO O CD N O M CO CO CO d M 69 Eft CO Eft Eft e- Eft 0 0 cp I. CO V N ti r- Ln e- CA I- V N N 00 CA 0 M CO M Eft Eft Eft N V x L1) N N N CD e- e- �- Eft Eft Eft Eft O j Eft a j � - e- O Eft Eft Eft 69. ER e- e- 69. Eft e- Eft e- N Eft 69 69 h 0 Eft Eft Eft Eft Eft N H Ln N CD if) N V O e- LO O o 0 0 0 0 00 e- O CD CD LO O N CO CO O O O O V N N N N. M V V CO I. 0 0 u") - (0 0 0 CD CO I-- r 0) CO I L1) CO V V 0 0 0 0 • • `O0003Oe -000OV Lei t`O Ili M 6000Ln00 CAON.:LnCAOOLn 4. 'L* Eft Eft N Eft (ft Eft Eft N N N M Lt) r- as CD O) 11) cl' 0 e- c0 Lf) 0 CD N I's M CD CD Eft Eft Eft V 0 V r- co 4 O ti 69 69 Eft N Eft N N 00 V 0 V V '' 69 NI' ,- 11) N N M 6 e- Eft Eft Qj Eft Eft Eft = Eft Eft Eft Eft Eft Eft 69 69 69 te 69 a) E L 0 N ifs' a) 2 a 2 45 va L o U a) 3 L a) a3 a) c a) N L V V > E . c V 1) a) — a c 0 E •� d o o L E a U a N ai Ln a) + ,03c in 3 w _c as m > o ✓ a • w a a) m orS 3 H '3 >_ >. - o Z (O y o 3 m m . _ . c o a �- 1:2 03 a c a) 3 as > rn 7 . mo 0 E >, =i O3 a c o c U> >. ‘...° CO co 00 ° � � E a) � wU U w o c ) . x ~ 0 o c o ° a) a) c a a> -° a) c i a 0) -) c" m— c c.) .c aci N .N m c 0 co 0 co (1 ° c c� c a a) •� Q ca p L u) a) 'c to L c) 0" N L as 0) — v) a o .. Q m N I) o) o L o a d v c co .L U m m F- c c m H (A iv c a) ' 0 co rn La co m o co a) Y a }o X m_ o o_ '3 0 = cL° c.) E = To co as U ��2 c 4E' c ° �� o- > ,o ztio . . cu a iZ c 5 � coco c 8 ;,, . co . a ) 0— L o� E co 0 0 V — H U> a w -- u o i a s . c c =o a N f. a p N a fl" o f o l = o o c m o rn 'C a) N a) n 3 `� N a a? a = c c w U� U c o c 17; c Li m Q c c m .� 0 'CO co U U U U 0.5 > > CC x 06 'X N V N U N o1$ a$ L m > .0 0 n. = 7 3 3 7_c I I .0 L — N t W m 3 +-• 7 +-• L L la �. to U U c c U c ' N N t • N 1..- 0 0 .z' _ (/) a + b 0 +L+ 0 .CA cn C 0 I cc - c•c . c c 0 0 0 0° 0 0 ccccEOO a — a o i o . �c E V ILC DC Dmmf N C DC DSIL UUUUL LLL.IJ.e- e- 2u)I1Q'd'UC'UQ'llll C 2 . - ¢ > - > - QI�I�I�I�QQ cncncncnc . )<<u_ �a >- QaacncnaaQQ a 7 EL.uu) nWJJJJW WJJJJJ W WJ JwcowwwJJW W W W — N CA C 7 V Z O ei • O O N w- 0 M Ln e- e- e- e- e- e- M N e- co e- e- e- r e- co co co V V m V 0 In I z c Z LnCD I-- ooCAOe - NM V L1)COf�000) Oe- NM V L1)CD1�00 -NM V m c o E M M M M M Lt) LO LO in In Ln L.0 LO LO LO CD CO CD CD CD 3 t3 Q - H 01.0000 a � 0Ln000 n LciLri oLriLc) o 'C N A- O I- N N tL O CO CO CO M N Ln M N CO EA 6917 E9 F EA O Ln O O O • 0 L() 0 0 0 ' ` Ln In O In in N O N N 0 CO OO CO M Ln M N CO H} 6 EA E E N N N +' ,) �+ >, to p > 3 a -p o a Ua) rnm 'fa v E w to °? ) = a ) a� >L LB W E O (a et: a Te = m = - 0 �om Q v nir) p c U • c o V O ers L .0 _ N c rn 0 • L E C -0 - I_ O E U ti U 5 ti fi H = to v) (/) (/) C J J J J J to O 0 - V c C V v c ;o • to E< << << 0 Q - ° —