HomeMy WebLinkAbout2008-213 (2)or7/ot/o8
,po8 `:/,3
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR
WABASSO BEACH PARK RESTORATION
PROJECT NO. 06120 = BID NO. 2008032
FEMA Declaration 1561; PW -5784-V1
PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
COMMISSIONER SANDRA L. BOWDEN CHAIRMAN
COMMISSIONER WESLEY S. DAVIS VICE-CHAIRMAN
COMMISSIONER GARY C. WHEELER
COMMISSIONER JOSEPH E. FLESCHER
COMMISSIONER PETER D. O'BRYAN
JOSEPH A. BAIRD, COUNTY ADMINISTRATOR
JEFFREY K. BARTON, CLERK OF COURT
WILLIAM G. COLLINS ll, COUNTY ATTORNEY
JAMES W. DAVIS PUBLIC WORKS DIRECTOR
DONADIO & ASSOCIATES
ARCHITECTS P.A.
As to Architectural
OCI ASSOCIATES, INC.
CONSULTANT ENGINEERS
As to Electrical
Jenkins & Charland
2011 South 25th Street
Ft. Pierce, Florida 34947
February 2008
COASTAL TECHNOLOGY
CORPORATION
As to Site Plan
Morgan & Eklund, Inc
Professional Survey Consultants
As to Surveys
Thomas Lucido & Associates
100 Avenue A, suite 2-A
Ft. Pierce, Florida 32701
�- TABLE OF CONTENTS
WABASSO BEACH PARK RESTORATION
Section No. Title
DIVISION 0 - BIDDING DOCUMENTS CONTRACT FORMS AND CONDITIONS OF
THE CONTRACT
00001 Project Title Page
00010 Table of Contents
BIDDING DOCUMENTS
00100 Advertisement for Bids
00200 Instructions to Bidders
00310 Bid Form
00430 Bid Bond
00452 Sworn Statement under Section 105.08, Indian River County Code, on
Disclosure of Relationships
00454 Sworn Statement under the Florida Trench Safety Act
00456 Qualifications Questionnaire
00458 List of Subcontractors
00459 Bidder's Affidavit Regarding State of Florida Certified Erosion and Sediment
Control Inspector
CONTRACT FORMS
00520 Agreement
00550 Notice -to -Proceed
00609 Notice Regarding Performance and Payment Bond Forms
®„ 00610 Performance Bond
00612 Payment Bond
00620 Sample Certificate of Liability Insurance
., 00622 Contractor's Application for Payment
00632 Contractor's Final Certification of the Work
00634 Professional Surveyor and Mapper's Certification as to the Elevations and
.. Locations of the Work
CONDITIONS OF THE CONTRACT
no 00700 EJCDC Standard General Conditions of the Construction Contract
00800 Supplementary Conditions to the General Conditions
ADDENDUMS
=r• Appendix "A" Legal Description
FDEP Letter
TECHNICAL SPECIFICATIONS
Section No. Title
DIVISION 1 - GENERAL REQUIREMENTS
01009 Special Provisions
01025 Measurement and Payment
01040 Project Coordination
01050 Field Engineering
01091 Reference Standards
01210 Pre -Construction Conference
01220 Progress Meetings
01310 Construction Schedule
01340 Submittal of Shop Drawings, Product Data, and Samples
01380 Construction Photographs
01520 Construction Facilities and Temporary Controls
01541 Protection of the Work and Property
01542 Operations in Roadway Rights -of -Way
01543 Maintenance and Protection of Traffic
01550 Access Roads and Parking Areas
01610 Transportation and Handling of Material and Equipment
01611 Storage of Material and Equipment
01710 Site Cleanup and Restoration
01720 Record Drawings
01810 Project Closeout
01820 Warranty Inspection
DIVISION 2 - SITE WORK
02000 Mobilization & Demobilization
02050 Site Preparation
02225 Erosion Control and Treatment
02230 Grading
02240 Dune Vegetation
02270 Erosion Control
02302 Excavation and Fill
�. 02400 Directional Bore Crossings
02440 Concrete Driveways, Curbs, Slabs on Grade and Sidewalks
02510 Stabilized Subgrade
�. 02511 Base Course
02514 Gate Valves
r17g1F 1AI.4+ . A.....----
�. Section No. Title
02519 Testing and Disinfecting Water System
02520 Asphaltic Concrete Pavement
02530 Gravity Sanitary Sewer Piping
DIVISION 2 = SITE WORK (continued)
-- 02531 Gravity Sewer Manholes
02532 Appurtenances for Gravity Sewer Services
02533 Testing of Gravity Sewer System
02534 Sanitary Sewer Force Mains
02535 Testing Force Mains
02536 Pavement Markings
02537 Traffic Signs
02539 Submersible Pumping Station
02714 Stabilized Subgrade
02722 Cemented Coquina Shell Base Course
02741 Asphalt Concrete Surface Course
02752 Concrete Paving
02821 Chain Link Fence and Gates
02900 Offsite Surface Restoration
02934 Sodding
03000 Boardwalk
DIVISION 03 — STRUCTURAL; See Drawings Sheet S-1
DIVISION 13 — ARCHITECTURAL
02361 TERMITE CONTROL
04815 GLASS UNIT MASONRY ASSEMBLIES
05500 METAL FABRICATIONS
05521 PIPE AND TUBE RAILINGS
07460 SIDING
07610 SHEET METAL ROOFING
07620 SHEET METAL FLASHING AND TRIM
07920 JOINT SEALANTS
08130 STAINLESS-STEEL DOORS AND FRAMES
09220 PORTLAND CEMENT PLASTER
09310 CERAMIC TILE
09911 EXTERIOR/INTERIOR PAINTING
09960 HIGH-PERFORMANCE COATINGS
10155 TOILET COMPARTMENTS
10350 FLAGPOLES
.. 10801 TOILET AND BATH ACCESSORIES
10812 DETENTION TOILET ACCESSORIES
0
-- 15010 See Drawing Sheet P3.10
DIVISION 15 — MECHANICAL and PLl
15140 See Drawing Sheet P3.10
15260 See Drawing Sheet P3.10
15410 See Drawing Sheet P3.10
15430 See Drawing Sheet P3.10
15440 See Drawing Sheet P3.10
DIVISION 16 = ELECTRICAL
16000 See Drawing Sheet E3.10
APPENDICES
APPENDIX A — LEGAL DESCRIPTION
APPENDIX B — PERMITS
[`i
DRAWINGS
kw SHEET No. DESCRIPTION
Civil Site & Boardwalk Work
.w C1 Cover Sheet
C2 Site Plan
C3 Cross -Sections
C4 Paving & Grading Plan
C5 Pavement Geometry
C6 Boardwalk Details
.� C7 Boardwalk Roof and Bench Details
C8 Stormwater Pollution Plan
�. Utilities -Water & Wastewater Work
U-1 Utility Plan
U-2 General Utility Notes
Utilities -Water & Wastewater Work (continued)
U-3 General Utility Details
U-4 Water Details
SHEET No. DESCRIPTION
U-5 Sanitary Sewer Details
U-6 Wastewater Details
U-7 Lift Station Details
U-8 Lift Station Details
U-9 Maintenance of Traffic
Architectural Work
A0.10
ASO, 10
A1.10
A2.10
A2.20
A2.21
A2.30
A2.40
A3.10
A3.11
A4.10
A4.20
A5.10
A6.10
Structural Work
S-1
S-2
S-3
Cover Sheet / Index of Drawings
Architectural Site Plan
Life Safety Plan / Code Review
Floor Plans and Foundation Plans
Roof Plans and Roof Details
Roof Details
Enlarged Plans
Reflected Ceiling Plan
Exterior Elevations - Restrooms
Exterior Elevations - Pavilions
Building Sections
Wall Sections
Interior Elevations
Schedules / Door & Window Details
Structural Notes & Typical Details
Typical Details
Restroom & Pavilion, Foundation and Roof Framing Plans,
am Schedules
S-4 Sections & Wind Diagram
Mechanical, Electrical, and Plumbing Work
E1.00 Symbols and Fixture Schedules
E1.01 Site Plan - Electrical
.. E1.02 Photometric Site Plan -Electrical
E1.10 Lighting & Power Plans -Electrical
E2.00 One Line Diagram & Panel Schedule
�. E3.00 Fixture Cut Sheets
E3.10 Specification 16000 - Electrical
K MA A, -
M3.10
P1.10
P3.10
Landscape Work
SHEET No.
1 of 1
SITE SURVEYS
Boundary and 1
Specification 15000 - H.V.A.C.
Building Floor Plan - Plumbing
Specification - Plumbing
DESCRIPTION
Landscape Plan
1 of 6 Cover Sheet, Index, Location Maps
2of 6 Control Map
3of 6 Boundary Survey
4of 6 Topographic Survey (NGVD 29)
5of 6 Detail A (NGVD 29)
6of 6 Profile View (NGVD 29)
+ + END OF TABLE OF CONTENTS + +
a.
MW
�;1I
BOARD OF COUNTY COMMISSIONERS
180127TH Street, Vero Beach, Florida 32960
Telephone: (772) 5674000
ADVERTISEMENT POR BIDS
INDIAN RIVER COUNTY
SUNCOM: 224-1000
FAX: (772) 226-3481
Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, March 12,
2008. Each bid shall be submitted in a sealed envelope and shall bear the name and address
of the bidder on the outside and the words "WABASSO BEACH PARK RESTORATION" BID#
2008032.
Mail or hand deliver submittals to:
Purchasing Manager, Indian River County
180027 1h Street
liollk Vero Beach, Florida 32960
All bids, either mailed or walked in, will be received by the Purchasing Division where
' they will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 P.M. of the
day specified above, will be returned unopened.
INDIAN RIVER COUNTY PRam OJECT NO. 0612
INDIAN RIVER COUNTY BID NO. 2008032
aw PROJECT DESCRIPTION: Construction of Public Park Facilities Boardwalks, Benches,
Restrooms, Picnic Pavilions, Site Work, Paving, Walks,
Landscape, Lift Station, Site Lighting, Electrical Work, and
Related Incidentals.
No
All material and equipment furnished and all work performed shall be in strict accordance
with the plans, specifications, and contract documents pertaining thereto, which may be
oft obtained from Public Works Department, 1801 27th Street, Building A, Vero Beach, Florida
32960, (772) 226-1379. Copies of the plans and specifications containing the necessary
rnnfracf rinrumcnfc mw ho M., ,a,......,s ..s _ - I A 9 . 11 _.
All bids shall be submitted in duplicate on the Bid Proposal forms provided within the
specifications. Bid Security must accompany each Bid, and must be in the form of either a
certified check or cashier's check on any bank authorized to do business in the State of Florida,
or a bid bond in the form of AIA document A310, properly executed by the Bidder and by a
qualified surety. The Bid Security must be in the sum of not less than Five Percent (5%) of the
total amount bid, made payable to Indian River County Board of County Commissioners. In the
event the Contract is awarded to the Bidder, the successful Bidder will enter into a Contract with
the County and furnish the required Performance Bond and Payment Bond, each in the amount
of !00% (one hundred percent) . If the successful Bidder fails to do so, the County shall retain
the Bid Security as liquidated damages, and not as a penalty. Please note that the Bidder's
Questionnaire must be filled out completely including the financial statement.
The County reserves the right to delay awarding of the Contract for a period of sixty 60
days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or
in part with or without cause/or to accept the bid that, in its judgment, will serve the best interest
of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation
costs.
This project is eligible for incentive pay for early completion as provided in Section 00520
Agreement,
A Pre -Bid Conference will be held on February 18, 2008 at 10:00 AM, in Conference Room
Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero
Beach, Florida, 32960, ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS
HIGHLY ENCOURAGED,
INDIAN RIVER COUNTY
By: Jerry Davis
Purchasing Manager
For Publication in the Vero Beach Press Journal
Date: February 6, 2008
For: Vero Beach Press Journal
®' Please furnish tear sheet and Affidavit of Publication to:
INDIAN RIVER COUNTY
•- PURCHASING DIVISION
1800 27th Street
Vero Beach, FL 32960
* * END OF SECTION * *
SECTION 00200 - Instructions to Bidders
TABLE OF CONTENTS
Article No. -Title Page
ARTICLE 1 - DEFINED TERMS............................................................................................. 3
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS................................................................ 3
ARTICLE 3 - QUALIFICATIONS OF BIDDERS...................................................................... 3
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA,
ANDSITE...................................................................................................................4
ARTICLE 5 - PRE-BID CONFERENCE.................................................................................. 6
ARTICLE 6 - SITE AND OTHER AREAS'....,,,,,,.,, laft.'emssam 6
ARTICLE 7 - INTERPRETATIONS AND ADDENDA.............................................................. 6
ARTICLE 8 - BID SECURITY................................................................................................. 7
ARTICLE 9 - CONTRACT TIMES,,,.,,,,,,,,,, Iffiffi.sommems 7
ARTICLE 10 - LIQUIDATED DAMAGES AND INCENTIVE PAYMENTS ............................... 8
sum ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS,, ............. 8
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS ....................................... 8
ARTICLE 13 - PREPARATION OF BID.................................................................................. 8
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS...........................................ieeWfiv ..............4 9
am
ARTICLE 15 - SUBMITTAL OF BID........................................................................................ 10
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID................................................10
ARTICLE 17 - OPENING OF BIDS.........................................................................................10
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE...........................................11
ARTICLE 19 - AWARD OF CONTRACT.mw ............................................................................... 11
ARTICLE 20 - CONTRACT SECURITY AND INSURANCE., use 12
.. ARTICLE 21 - SIGNING OF,AGREEMENT............................................................................12
ARTwa ICLE 22 -PUBLIC ENTITY CRIMES................................................................................12
OQTI(`1 G i'2 _f\AIQf`M I AAICnl 10 IAICr1M11AATlf%Kl
0
0
SECTION 00200 - Instructions to Bidders
TABLE OF ARTICLES (Alphabetical by Subject)
Subject Article
Award of Contract,,....,,, .... 11 ................. 19
Basis of Bid; Evaluation of Bids................................................................................................14
Bid Security.,,, .... "I .... ... ... a@* -,son 8
r,. Bids to Remain Subject to Acceptance.....................................................................................18
Contract Security and Insurance...............................................................................................20
ContractTimes...........................................................................................................................9
Copiesof Bidding Documents, , . I I I I I I . I I I I I 1 0 1 1 1 1 1 a 0 1 1 1 1 1 1 V a a a a . 0 0 1 1 1 1 0 0 1 1 1 1 1 1 1 0 a a 0 a a 88,0609881111111111 "*,,famous 60.48anso ...... 2
DefinedTerms ........................................... s ea's............................................................................1
Examination of Bidding Documents, Other Related Data, and Site.............................................4
Interpretationsand Addenda.......................................................................................................7
Liquidated Damages and Bonus Payments..............................................................................10
Miscellaneous Information........................................................................................................23
Modification and Withdrawal of Bid...........................................................................................16
Openingof Bids........................................................................................................................17
Pre -Bid Conference.,.,,,, ... 11111"..088886 ... 0 a a ............... ............ ............... 6.09010..@ 5OEM
Preparationof Bid, I I . I I I I I . . I I I I I I . . I I I I I I I I I I I I I I I I I . . . a a a a a a a a a a a a a a 6 . . . . . . . . . . . . . . . . a a a a a - 9 a a a a a a a . . . . . . . . . . . . . . . . . . . . . . . . . . . 13
as Public Entity Crimes.,,,,,,"..,,, .......... 0 .... ........ 0 ...... ease 22
Qualificationsof Bidders............................................................................................................. 3
Signing of Agreement,,,,,,..,,, 21
No Site and Other Areas..................................................................................................................6
Subcontractors, Suppliers and Others......................................................................................12
Submittalof Bid................................................................................:.......................................15
SECTION 00200 = Instructions to Bidders
ARTICLE 1 - DEFINED TERMS
1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the
General Conditions and Supplementary Conditions. Additional terms used in these Instructions to
Bidders have the meanings indicated below which are applicable to both the singular and plural
thereof:
A. Bidder --The individual or entity who submits a Bid directly to OWNER.
B. Issuing Office --The office from which the Bidding Documents are to be issued and where
the bidding procedures are to be administered.
C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom
OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award.
ARTICLE 2 - COPIES OF BIDDING DOCUMENTS
2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if
any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office,
2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER
nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use
�- of incomplete sets of Bidding Documents,
2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the
above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license
or grant for any other use.
ARTICLE 3 - QUALIFICATIONS OF BIDDERS
3.01 To demonstrate Bidder's qualifications to perform the Work, with his bid, Bidder shall
submit written evidence such as financial data, previous experience, present commitments, and
such other data as may be called for below.
A. Bidder must have at least five years' experience in the construction of similar projects of
this size and larger.
�•. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three
projects similar in scope to this project.
C. Bidder must have good recommendations from at least three clients similar to the
OWNER.
D. The Bidder's superintendent and assistants must be qualified and experienced in Similar
3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet any
of the listed required qualifications.
3.04 Refer also to Articles 13 and 14 of this Section and additional submittal requirements
in Section 00310 — Bid Form.
I
ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND
SITE
4.01 Subsurface and Physical Conditions
A. The Supplementary Conditions identify:
1. Those reports of explorations and tests of subsurface conditions at or contiguous to
the Site that Engineer has used in preparing the Bidding Documents.
2. Those drawings of physical conditions in or relating to
existing surface and subsurface
structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used
in preparing the Bidding Documents.
B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available
by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as
provided in paragraph 4.02 of the General Conditions has been identified and established in
paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for ariy interpretation or
conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or
information contained in such reports or shown or indicated in such drawings.
4.02 Underground Facilities
A. Information and data shown or indicated in the Bidding Documents with respect to existing
Underground Facilities at or contiguous to the Site is based upon information and data furnished
to OWNER and ENGINEER's CONSULTANT by Owners of such Underground Facilities,
including OWNER, or others.
4.03 Hazardous Environmental Condition
' A. The Supplementary Conditions identify those reports and drawings relating to a
Hazardous Environmental Condition identified at the Site, if any, that ENGINEER's
CONSULTANT has used in preparing the Bidding Documents.
' B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by
OWNER to any Bidder on request. Those reports and drawings are not part of the Contract
' Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as
provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation
or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions,
or information contained in such reports or shown or indicated in such drawings.
Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders
with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in
the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at
the Site which was not shown or indicated in the Drawings or Specifications or identified in the
Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General
Conditions.
4.05 Upon a request directed to the OWNER'S representative (Clifford Suthard, P.E., {772)
226=3476), OWNER will provide Bidder access to the Site to conduct such examinations,
investigations, explorations, tests, and studies as Bidder deems necessary for submission of a
Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon
completion of such explorations, investigations, tests, and studies.
4.06 "[This paragraph has been deleted intentionally]"
4.07 It is the responsibility of each Bidder before submitting a Bid to:
A. examine and carefully study the Bidding Documents, including any Addenda and the other
related data identified in the Bidding Documents;
B. Become familiar with and satisfy Bidder as to the general, local, and site conditions that
may affect cost, progress, and performance of the work. Site visits shall be arranged as per
paragraph 4.05 above;
C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and
Regulations that may affect cost, progress, or performance of the Work;
D. carefully study all reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions in or relating to existing surface or
subsurface structures at or contiguous to the Site (except Underground Facilities) which have
been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General
Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition,
if any, at the Site which have been identified in the Supplementary Conditions as provided in
paragraph 4.06 of the General Conditions;
E. obtain and carefully study (or assume responsibility for doing so) all additional or
supplementary examinations, investigations, explorations, tests, studies, and data concerning
conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the
Site which may affect cost, progress, or performance of the Work or which relate to any aspect of
the means, methods, techniques, sequences, and procedures of construction to be employed by
Bidder, including any specific means, methods, techniques, sequences, and procedures of
construction expressly required by the Bidding Documents, and safety precautions and programs
incident thereto;
F. agree at the time of submitting its Bid that no further examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of its Bid for performance
of the Work at the price bid and within the times and in accordance with the other terms and
conditions of the Bidding Documents;
H. correlate the information known to Bidder, information and observations obtained from
visits to the Site, reports and drawings identified in the Bidding Documents, and all additional
examinations, investigations, explorations, tests, studies, and data with the Bidding Documents;
I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder discovers in the Bidding Documents and confirm that the written
resolution thereof by ENGINEER's CONSULTANT is acceptable to Bidder; and
J. determine that the Bidding Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for the performance of the Work.
4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 4, that without exception the Bid is
premised upon performing and furnishing the Work required by the Bidding Documents and
applying any specific means, methods, techniques, sequences, and procedures of construction
that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has
given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder
has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER's
CONSULTANT are acceptable to Bidder, and that the Bidding Documents are generally sufficient
to indicate and convey understanding of all terms and conditions for performing and furnishing the
Work.
ARTICLE 5 - PRE-BID CONFERENCE
5.01 The date, time, and location for a Pre -Bid conference, if any, are specified in the
Advertisement for Bids. Representatives of OWNER and ENGINEER's CONSULTANT will be
present to discuss the Project. Bidders are encouraged to attend and participate in the
conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as
ENGINEER considers necessary in response to questions arising at the conference. Oral
statements may not be relied upon and will not be binding or legally effective.
ARTICLE 6 - SITE AND OTHER AREAS
6.01 The Site is identified in the Bidding Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment, or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for by
CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities
are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents,
ARTICLE 7 - INTERPRETATIONS AND ADDENDA
7.01 All questions about the meaning or intent of the Bidding Documents are to be
submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by
rkir+IAIrr�i_ r%O%L1^1 11 TA\IT - - rLI. A.I� . -- --- -
t
7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as
deemed advisable by OWNER or ENGINEER's CONSULTANT,
ARTICLE 8 - BID SECURITY
8.01 A Bid must be accompanied by Bid Security, and must be in the form of either a
certified check or cashier's check on any bank authorized to do business in the State of Florida,
or a bid bond in the form of AIA document A310, properly executed by the Bidder and by a
qualified surety. The Bid Security must be in the sum of not less than Five Percent (5%) of the
total amount bid, made payable to Indian River County Board of County Commissioners. made
payable to OWNER in the amount specified in the Bid Form and in the form of a certified or bank
check or a Bid Bond [in the form of AIA document A310. The Bid Bond shall be executed by
such sureties as are named in the current list of "Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S.
Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida.
The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current
certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney
in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder
shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by
the United States Department of the Treasury under 31 United States Code sections 9304-
9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General
Conditions.
8.02 The Bid Security of the Successful Bidder will be retained until such Bidder has
executed the Contract Documents, furnished the required Payment Bond and Performance Bond,
and met the other conditions of the Notice of Award, whereupon the Bid security will be returned.
If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the
required Payment Bond and Performance Bond within 15 days after the Notice of Award,
OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by
OWNER as liquidated damages and not as a penalty. The Bid security of other Bidders whom
OWNER believes to have a reasonable chance of receiving the award may be retained by
OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after
the Bid opening, whereupon Bid security furnished by such Bidders will be returned.
8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable
chance of receiving the award will be returned within seven days after the Bid opening.
ARTICLE 9 - CONTRACT TIMES
9.01 The number of calendar days within which, or the dates by which, the Work is to be (a)
Substantially Completed and (b) also completed and ready for final payment are set forth in the
Agreement.
t
10.01 Provisions for liquidated damages and incentive payments, if any, are set forth in the
Agreement.
ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS
11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or
described in the Bidding Documents without consideration of possible substitute or ``or -equal"
items. Whenever it is specified or described in the Bidding Documents that a substitute or `'or -
equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to
ENGINEER's CONSULTANT, application for such acceptance will not be considered by
ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any
such application by CONTRACTOR and consideration by ENGINEER's CONSULTANT is set
forth in the General Conditions and may be supplemented in the General Requirements.
ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS
12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers,
individuals, or entities to be submitted to OWNER in advance of a specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within five days after Bid opening, submit to OWNER a list of all such
Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for
which such identification is required. Such list shall be accompanied by an experience statement
with pertinent information regarding similar projects and other evidence of qualification for each
such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or
ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor,
Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent
Successful Bidder to submit a substitute, without an increase in the Bid.
12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may
award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute
grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or
entity so listed and against which OWNER or ENGINEER's CONSULTANT makes no written
objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and
ENGINEER's CONSULTANT subject to revocation of such acceptance after the Effective Date of
the Agreement as provided in paragraph 6.06 of the General Conditions,
12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or
entity against whom OWNER has reasonable objection.
ARTICLE 13 - PREPARATION OF BID
13.01 The Bid form is included with the Bidding Documents. Additional copies may be obtained
from the Issuing Office.
11 ni All kl�mU� ^m +k^ MA F..... . L. 11 L� �_.Y.-I_a_J � - --'_ie_ -
t
13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-
president or other corporate officer accompanied by evidence of authority to sign. The corporate
seal shall be affixed and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the signature.
13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner
(whose title must appear under the signature), accompanied by evidence of authority to sign. The
official address of the partnership shall be shown below the signature.
13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member
and accompanied by evidence of authority to sign. The state of formation of the firm and the
official address of the firm must be shown below the signature.
13.06 A Bid by an individual shall show the Bidder's name and official address.
13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated
on the Bid form. The official address of the joint venture must be shown below the signature.
13.08 All names shall be typed or printed in ink below the signatures.
13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which
shall be filled in on the Bid form.
13.10 The address and telephone number for communications regarding the Bid shall be shown.
13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in
Indian River County or covenant to obtain such qualification prior to award of the Contract.
Bidder's state contractor license number or county registration number shall also be shown on the
Bid form.
13.12 All supporting information requested in the Bid Form must be furnished. Do not leave
any questions or requests unanswered.
ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS
14.01 Lump Sum and Unit Price:
A. Bidders shall submit a Bid on a lump sum or unit price basis for each item of Work, Total
Item, Sell and Deliver item, or Install Item listed in the Bid Tabulation form.
B. The total of all estimated prices will be determined as the sum of the products of the
estimated quantity of each item and the unit price Bid for the item. The final quantities and
Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions.
C. Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies
kMaa#� &Aj ri ^ wr A i7.....w.. %..711 1. M.�� 1...J ..— C_.___ _C ice_ ______I_
u
14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be
done and materials to be furnished under the Specifications as shown on the Bid Schedule, or
elsewhere, is approximate only and not guaranteed. The OWNER does not assume any
responsibility that the final quantities shall remain in strict accordance with the estimated
quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate
of quantities or of the character, location of the work, or other conditions pertaining thereto.
ARTICLE 15 - SUBMITTAL OF BID
15.01 The Bid form, with attachments, is to be completed and submitted with the Bid security and
the following data:
A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of
Relationships Section 00452,
B. Sworn Statement under the Florida Trench Safety Act Section 00454,
C. General Information Required of Bidders.
D. List of Subcontractors.
15.02 A Bid shall be submitted no later than the date and time prescribed and at the place
indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed
envelope plainly marked with the Project title (and, if applicable, the designated portion of the
Project for which the Bid is submitted), the name and address of Bidder, and shall be
accompanied by the Bid security and other required documents. If mail or other delivery system
sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope
plainly marked on the outside with the notation "BID ENCLOSED." A hand delivered or mailed Bid
shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach,
Florida, 32960.
ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID
16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the
manner that a Bid must be executed and delivered to the place where Bids are to be submitted
prior to the date and time for the opening of Bids.
ARTICLE 17 - OPENING OF BIDS
17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid
and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the
base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.
t
ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE
18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but
OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of
this period.
ARTICLE 19 - AWARD OF CONTRACT
19.01 OWNER reserves the right to reject any or all Bids, including without limitation,
nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the
right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be
non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would
not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves
the right to waive all informalities not involving price, time, or changes in the Work and to
negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder
for bid preparation costs. The OWNER reserves the right to select, from among the various Bid
alternatives, those alternatives to be included in the final Contract as well as the right and
option to award or re -bid alternatives in any sequence or at any time deemed to be in the best
interest of the OWNER.
19.02 More than one Bid for the same Work from an individual or entity under the same or
different names will not be considered. Reasonable grounds for believing that any Bidder has an
interest in more than one Bid for the Work may be a cause for disqualification of that Bidder and
the rejection of all Bids in which that Bidder has an interest.
19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the
prescribed requirements, and such alternates, unit prices and other data, as may be requested in
the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any
are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them
in any order or combination.
19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may
consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or
entities proposed for those portions of the Work for which the identity of Subcontractors,
Suppliers, and other individuals or entities must be submitted as provided in the Supplementary
Conditions.
19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the
responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers,
individuals, or entities to perform the Work in accordance with the Contract Documents,
19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid
is in the best interests of the Project.
20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions,
sets forth OWNER's requirements as to performance and payment Bonds and insurance. When
the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by
such Bonds, unless the Bonds have been waived due to the total contract being less than
$25,000. All Bonds shall be in the form prescribed by the Contract Documents and shall be
executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as
published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch,
U.S. Department of the Treasury. The sureties for all Bonds must be authorized to issue surety
bonds in Florida. The CONTRACTOR shall require the attorney-in-fact who executes any
Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such
person's authority as Power of Attorney in the State of Florida. Further, at the time of execution
of the Contract, the CONTRACTOR shall for all Bonds, provide a copy of the Surety's current
valid Certificate of Authority issued by the United States Department of the Treasury under 31
United States Code sections 9304-9308.
ARTICLE 21 - SIGNING OF AGREEMENT
21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied
by the required number of unsigned counterparts of the Agreement with the other Contract
Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days
thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the
Agreement and attached documents to OWNER.
21.02 OWNER shall return one fully signed counterpart to Successful Bidder,
21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the
requirements of Article 21.01 above, the additional time in calendar days, required to correctly
complete the documents will be deducted, in equal amount, from the Contract time; or the
OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for
consequential damages incurred, and the Contract may be awarded as the OWNER desires.
ARTICLE 22 — PUBLIC ENTITY CRIMES
Pursuant to Florida Statutes Section 287.133(2)(a), all Bidders are hereby notified that 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, proposal, or reply on a contract to provide any goods or
services to a public entity (defined as the State of Florida, any of its departments or agencies,
or any political subdivision); may not submit a bid, proposal, or reply on a contract with a public
entity for the construction or repair of a public building or public work; may not submit bids,
proposals, or replies 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 contract with any
public entity; and may not transact business with any public entity in excess of the threshold
amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $25,000]
for a period of 36 months from the date of being placed on the convicted vendor list. A "public
entity crime" means a violation of anv state or federal law by a nersnn with racnart to anti
t
the construction or repair of a public building or public work, involving antitrust, fraud, theft,
bribery, collusion, racketeering, conspiracy, or material misrepresentation.
ARTICLE 23 — MISCELLANEOUS INFORMATION
27.01 The OWNER wants to emphasize that during the contracted construction period the
COUNTY will also be reconstructing the shoreline dunes and therefore allow other contractors
use of the maintenance access at the northeast area of the site. Further the property owner to
the south of the park property will also be granted use of the same ingress/egress to restore
dunes to the south of the park property. The CONTRACTOR shall cooperate and coordinate
his work with these activities.
* * END OF SECTION * *
SECTION 00310 - BID FORM
PROJECT IDENTIFICATION:
Project Name: Wabasso Beach Park Restoration
County Project Number. 0612
Project Address: 1820 93rd Street, Vero Beach, FL 32963
Project Description. Construction of Public Park Facilities, Boardwalks,
Benches, Restrooms, Picnic Pavilions, Site Work,
Paving, Walks, Landscape, Lift Station, Site Lighting,
Electrical Work, and Related Incidentals,
THIS BID IS SUBMITTED TO:
INDIAN RIVER COUNTY
1800 27"' Street
VERO BEACH, FLORIDA 32960
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with OWNER in the form included in the Bidding Documents to perform all Work
as specified or indicated in the Bidding Documents for the prices and within the times
indicated in this Bid and in accordance with all other terms and conditions of the Bidding
Documents.
2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid
security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for
such longer period of time that Bidder may agree to in writing upon request of OWNER.
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum Date
Addendum
Number
Addendum Date
Addendum
Number
2=294008
#1
3404008
#4
3-12-2008
#2
3=31-2008
#5
3=17-2008
1 #3
4-2-2008
#6
B. Bidder has visited the Site and become familiar with and is satisfied as to the general,
local and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect cost, progress and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or relating to
existina surface nr suhsurfam structures at nr mntiounus to the Site fexcpnt t JndArnm ind
l
as provided in paragraph 4.06 of the General Conditions.
E. Bidder has obtained and carefully studied (or assumes responsibility for having done so)
all additional or supplementary examinations, investigations, explorations, tests, studies and
data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous
to the Site which may affect cost, progress, or performance of the Work or which relate to any
aspect of the means, methods, techniques, sequences, and procedures of construction to be
employed by Bidder, including applying the speck means, methods, techniques, sequences,
and procedures of construction expressly required by the Bidding Documents to be employed
by Bidder, and safety precautions and programs incident thereto.
F. Bidder does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the determination of this Bid for performance of the Work at
the prices) bid and within the times and in accordance with the other terms and conditions of
the Bidding Documents,
G. Bidder is aware of the general nature of work to be performed by OWNER and others at
the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has correlated the information known to Bidder, information and observations
obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and
all additional examinations, investigations, explorations, tests, studies, and data with the
Bidding Documents,
I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution
thereof by ENGINEER's CONSULTANT is acceptable to Bidder.
J. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for the performance of the Work for which this Bid is submitted.
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on
behalf of any undisclosed individual or entity and is not submitted in conformity with any
agreement or rules of any group, association, organization or corporation; Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder
has not sought by collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
[The Remainder of this Page Intentionally Left Blank]
ITEM
No.
1.0
1.01
1.02
1.03
1.04
1.05
1.06
A.
2.02
2.03
2.04
2.05
2.06
2.07
B.
■ f"7�..Ir7V V V V L..f"1 V 1 1 1 r11 \I \ 1 %`V 1 V 1 \r1 1 1 V 1 v
BID TABULATION FORM
DESCRIPTION I QUANTITY 1UNIT1 UNIT PRICE
ENERAL ITEMS
obilizabon
:rformance Bond
Insurance Coverage
Record ("as -built") Drawings and Survey Work
Subtotal Items 1.01 through 1.06
to
CONSTRUCTION ITEMS
All site construction including, but not limited to ,
clearing, grubbing, earthwork, removal of existinc
pavement, grading, testing, stormwater
management, crosswalks, site structures, all
piling work, restrooms, pavilions, site utilities,
site lighting, electrical, controls, fencing and
gates, landscaping, together with miscellaneous
related sundry items, and restoration, complete
in place and ready for continuous use.
TOTAL
AMOUNT
1 LS Sol 0001'--
1 LS `j 7 e *ao..,o.
1 LS 4810
1 LS y y-13�
1 LS S, coo =
1 LS X11 56C�10 _
040
1 LS
halt Paving, including testing, subgrade 2390 SY
iiization and base. 101.3 y 6� 340 ��-
walk586 SY 29 .6 9 _I 1 t{ OO "-
is (all types) 110 LF
;ardwalk, including all connections to 250 LF 2 y 0 -
swalk and crosswalk ram cam fete 601 000
:hes and roofed structure on 8' Boardwalk 2 EA t 1 o o 0 � ZZ coo --
lift station, force main, gravity mains, 1 LS
trical work, controls, valves, fittings, and 203 9 25°0.
ed incidentals
suntorat
Mems
z.uz
through
,.
- -
of-
:'
°.J.
;
TOTAL
AMOUNT
1 LS Sol 0001'--
1 LS `j 7 e *ao..,o.
1 LS 4810
1 LS y y-13�
1 LS S, coo =
1 LS X11 56C�10 _
040
1 LS
halt Paving, including testing, subgrade 2390 SY
iiization and base. 101.3 y 6� 340 ��-
walk586 SY 29 .6 9 _I 1 t{ OO "-
is (all types) 110 LF
;ardwalk, including all connections to 250 LF 2 y 0 -
swalk and crosswalk ram cam fete 601 000
:hes and roofed structure on 8' Boardwalk 2 EA t 1 o o 0 � ZZ coo --
lift station, force main, gravity mains, 1 LS
trical work, controls, valves, fittings, and 203 9 25°0.
ed incidentals
suntorat
Mems
z.uz
through
of-
:'
°.J.
;
:�:.;'+.
::
;
2.07
::
.
._
351,920
..1.i.1Li•� ,-i' �rw :rL.�..:�i .=, v�•. '�.� .,'f. .. - .. 'r'F.: •i -L- - •�
GRAND' '. •. .. •)• . ..•r.. . .
TOTAL 1'TEMS• A and B
Base Bi k Planks 1
Bid with All Dec nks to be '
Constructed:
wish Evergrain as ' ': `_ .74:-
so
Specified
GRAND TOTAL ITEMS: A, and B :.
Alternate Bid with All Deck Planks ^`r..,,
Constructed with Specified Lumber :` ` `'.
:::
++ REMAINDER THIS PAGE INTENTlnMA1 i v t Rr.7 RI nntte j..i.
FJ�, �dd.
5.01 Bidder shall complete the Work in accordance with the Contract Documents for the
price(s) contained in the Bid Schedule:
✓ A. The Discrepancies between the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum. Discrepancies between words and figures will be resolved in favor of the words.
Be The OWNER reserves the right to omit or add to the construction of any portion or
portions of the work heretofore enumerated or shown on the plans. Furthermore, the
Owner reserves the right to omit in its entirety any one or more items of the Contract
without forfeiture of Contract or claims for loss of anticipated profits or any claims by the
Contractor on account of such omissions.
C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities provided. The quantities actually required to complete the contract
and work may be less or more than so estimated, and, if so, no action for damages or for
loss of profits shall accrue to the CONTRACTOR by reason thereof.
D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General
Conditions (and Supplementary Conditions if applicable).
E. If Bidder believes that the cost of any item of the Work has not been established by the
Bid Form, then Bidder shall include that cost in some other applicable bid item, so that
Bidder's proposal for the project reflects Bidder's total price for completing the Work in
its entirety.
6.01 Bidder agrees that the Work will be substantially completed and ready for final
R payment in accordance with paragraph 14.07.13 of the General Conditions (and
Supplementary Conditions if applicable) on or before the dates or within the number of
PP rY PP � )
calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the
event of failure to complete the Work within the times specified, or bonus should the Work be
completed prior to the times specified, which shall be stated in the Agreement.
7.01 The following documents are attached to and made a condition of this Bid:
A. Required Bid security in the form of AIA Doc A310
Be Section 00452 - Sworn Statement under Section 105.08, Indian River County
Code, on Disclosure of Relationships;
C. Section 00454 or Swom Statement Under the Florida Trench Safety Act;
D. Section 00456 an General Information Required of Bidders;
E. Section 00458 - List of Subcontractors; and
F. Section 00459 Bidder's Affidavit Regarding state of Florida Certified Erosion and
G. Items specified in Section 00200, Article 3, paragraphs 12.05 B and D, and Article
15,
8.01 The terms used in this Bid with initial capital letters have the meanings indicated in
the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
9.01 By signing this form, Bidder acknowledges that it has read and understood all
information contained herein.
SUBMITTED on April 20 08
State Contractor License No. CG -C062839
If Bidder is:
An Individual:
Name (typed or printed):
rr By: (SEAL)
(Individual's signature)
Doing business as:
Business address:
wwmw� Phone No.: FAX No.:
.•rirpt#.r.,.�,..+rt�r�,.,r.*..r.r,ew,.,rw..w..w**«,'*.w.t..«.....,rra..f r«r.r«,r««.,es+tr.,t*..r,r«,t*..t...,rr...w.�r�r+.,res,�*.,.
[The remainder of this page was left blank intentionally]
A Partnershla:
Partnership Name:
By:
(Signature of general partner — attach evidence of authority to sign)
Name (typed or printed):
Business address:
(SEAL)
: k
Phone No.. FAX No.:
Joint Venture Name: (SEAL)
By:
(Signature — attach evidence of authority to sign)
Name (typed or printed):
Title:
Business address:
Phone No.:' FAX No..
Phone and FAX Number, and Address for receipt of official communications:
rr
i
I
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.) i
... * *END OF SECTION
i
t J
t
r 7
Last Revised 1212007 00310 - 7 Wabasso Beach Pk. Restoration
F.\Public Works\Ciiff SutharcKWabasso Beach Park1A Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1-8-
2008\00310 - Bid Form.doc
I
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE Ocean Gate General Contractorst Inc.
2854 SE Federal Hwy, Stuart FL 34994
as Principal, hereinafter called the Principal, and The Hanover Insurance Company
440 Lincoln Street Worcester MA 01653
a corporation duly organized under the laws of the State of NH
as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County Board of County Commissioners
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% �
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Wabasso Beach Park Restoration
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this
�71V����t:
Jason Katz
9th day of April , 2008
Ocean Gate General Contractors, Inc.
n 41 (seaq
The Hanover Insurance Company
ccuratyl (seal)
AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
Certified Copy Void Without Hanover Watermark
This Power of Attorney may not be used to execute any bond with an inception date after November 1, 2010
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
rIT17FNS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint
Brett Rosenhaus and/or Jason Katz
of Lake Worth, FL and each is a true and lawful Attorney(syin-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf,
and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated
any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance
and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and
empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and
all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attomeys-in-fact shall be as binding upon the Company as If they had been duly executed
and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance
Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by a Vice
President and an Assistant Vice President, this 2nd day of November, 2007.
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS SAY INSURANCE COMPANY
On this 2nd day of November 2007, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and
officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and
their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted
October 7, 1981 - The Hanover Insurance Company, Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 -
Citizens Insurance Company of America) , Ap
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of Ap Y20W
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
Cl -n b(S INSURANCE COMPANY OF,AMMEERIICCA—�
/`•
Ize
r-0
Steppi . Brauir Assistant Vice Presldrint
Gee
Certified Copy Void Without Hanover Watermark
M 2896
SECTION 00452 — SWORN STATEMENT UNDER SECTION 1uOoM IMLRAP
;,06 COUNTY CODE. ON DISCLOSURE OF RELATIONSHIPS
r THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted with Bid, Proposal or Project No. 0612 for Wabasso Beach
Park Restoration
1. This sworn statement is submitted by: Ocean Gate General Contractors, Inc.
(Name of entity submitting swom statement)
whose business address is: 2854 SE Federal Highway Stuart, FL 34994
and
of applicable) its Federal Employer Identification Number (FEIN) is 651084099 (if
the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement )•
2. My name is
Mark MacDonald
(Please print name of Individual signing)
and my relationship to the entity named above is Owner / President
3. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code,
means:
The term "affiliate" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management
of the entity.
4. 1 understand that the relationship with a County Commissioner or County employee. that
*4.,.. must be disclosed is as follows:
Father, mother, son, daughter, brother, sister, uncle, aunt, first
cousin, nephew, niece, husband, wife, father4n4aw, mother4n=
law, daughter-in-law, son-in-law, brother-in-law, sister4n-law,
stepfather, stepmother, stepson, stepdaughter, stepbrother,
stepsister, half brother, half sister, grandparent or grandchild.
5. Based on my best information and belief, the statement which 1 have marked below is
~' true in relation to the entity submitting this sworn statement. [Please indicate which
statement applies.]
Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in
management of the entity, have any relationships as defined in Section 105.08, Indian
River County Code, with any County Commissioner or County employee.
The entity submitting this sworn statement, or one or more of the officers, directors,
executives., partners, shareholders, employees, members, or agents who are active
in management of the entity have the following relationships with a County
Commissioner or County employee:
Last Revised 12/2007 00452 - 1 Wabasso Beach Pk, Restoration
FAPublic Works\Cliff SuthanikWabasso Beach ParkW construction Bid Documents\Bid Documents as of 1-9-2008\DIv 0 AS OF 1-
�ir &2008\00452 - Disclosure of Relatonships.doc
ow
`r
as
yIVAOf
isy
14
10
�r
go
4/9/08
(date)
STATE OF
COUNTY OF W16wim'
Personally appeared before me, the undersigned authority, JflaX k,Wa.e1npj) )
w Iter first bein sword by me, affixed his/her signature in the space provided above on this
day at n
V . DIANE M. GONZALEZ
.004 Notary Public, State of Florida
Notary Public, State kt lar a My comm. exp. Aug. 26, 2010
My Commission Expire (o�201(D Comm. No. DD 579463
* * END OF SECTION * *
Last Revised 12/2007 00452 - 2 Wabasso Beach Pk, Restoration
F.Tubiic Worcs\Cliff Suthard\Wabasso Beach ParkW Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1-
8-2008\00452 - Disclosure of Relationships.doc
Name of Affiliate
or Entity
Name of County
Commissioner or employee
Relationship
1.
2.
3,
4.
5.
6.
7.
Be
4/9/08
(date)
STATE OF
COUNTY OF W16wim'
Personally appeared before me, the undersigned authority, JflaX k,Wa.e1npj) )
w Iter first bein sword by me, affixed his/her signature in the space provided above on this
day at n
V . DIANE M. GONZALEZ
.004 Notary Public, State of Florida
Notary Public, State kt lar a My comm. exp. Aug. 26, 2010
My Commission Expire (o�201(D Comm. No. DD 579463
* * END OF SECTION * *
Last Revised 12/2007 00452 - 2 Wabasso Beach Pk, Restoration
F.Tubiic Worcs\Cliff Suthard\Wabasso Beach ParkW Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1-
8-2008\00452 - Disclosure of Relationships.doc
two,
L�
TRENCH SAFETY ACT
THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE
FOR THE EXCAVATION WORK ("BIDDER119 OR ITS AUTHORIZED
REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO
ADMINISTER OATHS.
1. This Sworn Statement is submitted with Project No. 0612 Wabasso Beach Park
Restoration.
2.
3.
F1
5.
6.
This Sworn Statement is submitted by Ocean Gate General Contractors,
(Legal Name of Entity Submit
Sworn
hereinafter "BIDDER". The BIDDER's address is
2854 SE Federal Highway Stuart, FL 34994
BIDDER's Federal Employer Identification Number (FEIN) is 651084099
My name is Mark MacDonald and my relationship to the BIDDER
(Print Name of Individual Signing)
IS President
(Position or Title)
I certify, through my signature at the end of this Sworn Statement, that I am an
authorized representative of the BIDDER.
The Trench Safety Standards that will be in effect during the construction of this Project
are contained within the Trench Safety Act Section 553.60 et.sea. Florida Statutes and
refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the
"effective date" in the citation(s). Reference to and compliance with the applicable
Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the
BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall
have no responsibility to review or check the BIDDER's compliance with the Trench
Safety Standards.
The BIDDER assures the OWNER that it will comply with the applicable Trench Safety
Standards. lo,000.00
The BIDDER has allocated and included in its bid the total amount of $
based on the linear feet of trench to be excavated over five (5) feet deep, for compliance
with the applicable Trench Safety Standards, and intends to comply with said standards
by instituting the following specific method(s) of compliance on this Project:
Benching Trench Shielding and Trench Bnxec
The determination of the appropriate method(s) of compliance is the complete and sole
responsibility of the BIDDER. Such methods will not be checked by the OWNER or
ENGINEER for accuracy, completeness, or any other purpose. The OWNER and
ENGINEER shall have no responsibility to review or check the BIDDER's compliance
with the Trench Safety Standards. 10,000.00
7) The BIDDER has allocated and included in its bid the total amount of $
based on the square feet of shoring to be used for compliance with shoring safety
requirements and intends to comply with said shoring requirements by instituting the
following specific method(s) of compliance on this Project: Trench Boxing
Last Revised 12/2007 00454 -1 W abasso Beach Pk, Restoration
F:\Public Works\Cliff Suthard\Wabasso Beach ParkW Construction Bid Documents\Bid Documents as of 1-9-200801v 0 AS OF 1-
&2008\00454 - Florida Trench Safety Act.doe
W
The determination of the appropriate method(s) of compliance is the complete and sole
responsibility of the BIDDER. Such methods Will not be checked by the OWNER or
ENGINEER for accuracy, completeness or any other purpose. The OWNER and
�+ ENGINEER shall have no responsibility to review or check the BIDDER's compliance
with the Trench Safety Standards.
8) The BIDDER, in submitting this bid, represents that it has obtained and considered all
available geotechnical information, has utilized said geotechnical information and that,
based on such Information and the BIDDER's own information, the BIDDER has
sufficient knowledge of the Project's surface and subsurface site conditions and
characteristics to assure BIDDER's compliance with the applicable Trench Safety
Standards in designing the trench safety system(s) for the Project.
10 BIC
By:
i�
Position or Title: President
lir Date: 4i9i08
STATE OF
6-""W COUNTY OF
Personally appeared before me, the undersigned authority, lU oay �Mai
whofter first bein swo by me, affixed his/her signature in the space provided above on this
ot t day of —T 20�.
1-7
wi
My Commission Exp
DIANE M. GONZALEZ
Notary Public, State of Florida
My comm. exp. Aug. 26, 2010
2no Comm. No. DD 579463
* * END OF SECTION * *
Last Revised 1212007 00454 - 2 Wabasso Beach Pk. Restoration
F:1Public Works\Ciiff SuthanAWabasso Beach ParkW Construction Bid Documentsad Documents as of 1-9-2008\1) 0 AS OF 1-
Wit 8-2008\00454 - Florida Trench Safety AcLdoc,
1
LI
Iw
'6
r*:
NOTICE, THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON -
RESPONSIBLE BIDDERS,
UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of
all statements and answers herein contained. Failure to comply with these requirements may be
considered sufficient justification to disqualify a Bidder. Attach additional sheets as required.
Documentation Submitted with Project No: 0612
Project Name: Wabasso Beach Park Restoration
1. Bidder's Name / Address: Ocean Gate General Contractors, Inc.
2854 SE Federal Highway Stuart, FL 34994
2. Bidder's Telephone, FAX Numbers & Email:
Phone: (772) 283-6744 Fax: (772) 283-1538 mark@ocean¢ategc.com
3. Licensing and Corporate Status (NOTE: The bidder must be a licensed Contractor):
a. Is the Contractor License current? Yes
b. Bidder's Contractor License No: CG -C062839 [Attach a copy of Contractor's
License to the bid]
c. Attach documentation from the State of Florida Division of Corporations that indicates
the business entity's status is active and that lists the names and titles of all officers.
d. Does Contractor have current file with Indian River County Building
Department? Yes
4. Number of years the firm has performed business as a Contractor in construction work of
the type involved in this contract: 7 years
5. What is the last project COMPARABLE TO THIS PROJECT that the firm has completed?
Jonathan Dickinson State Park Environmental Center Hobe Sound Florida
6. Has the firm ever failed to complete work awarded to you? No
[If your answer is "yes, then attach a separate page to this questionnaire that explains the
circumstances and list the project.name, Owner, and the Owner's telephone number for
each project in which the firm failed to complete the work.]
7. Has the firm ever been assessed liquidated damages? No
[If your answer is "yes, then attach a separate page to this questionnaire that explains the
circumstances and list the project name, Owner, and the Owner's telephone number for
each project in which liquidated damages have been assessed.]
Last Revised 12/2007 00456 - 1 Wabasso Beach Pk. Restoration
F:\Public Works\Cliff Suthard\Wabasso Beach Park1A Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1-8-
2008\00456 - Qualifications Questionnaire.doc
w�
8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No
If[ our answer is "yes, Y yes then attach a separate page to this questionnaire that explains the
circumstances and list the project name, Owner, and the Owner's telephone number for
each project in which OSHA violations were alleged.]
9. Has the firm ever been charged with noncompliance of any public policy or rules? No
[If your answer is "yes, then attach a separate page to this questionnaire that explains the
circumstances and list the project name, Owner, and the Owner's telephone number for
each project.]
10. Attach to this questionnaire, a notarized financial statement and other information that
documents the firm's financial strength and history.
11. Has the firm ever defaulted on any of its projects? No
[If your answer is "yes, then attach a separate page to this questionnaire that explains the
circumstances and list the project name, Owner, and the Owner's telephone number for
each project in which a default occurred.]
12. Attach a separate page to this questionnaire that summarizes the firm's current workload
i.
and that demonstrates its ability to meet the project schedule.
13. Name of person who inspected the site of the proposed work for the firm:
Name: Mike Cason Date ,� t
14. Name of on-site Project Foreman:
Jeff Willard .moi W,} See
Number of years of experience with compara �G;iF ian:
10 years
-$e
Cason ��
15. Name of Project Manager: Mike �j 'P�+
Number of years of experience with compara - ger 5 years
16. (a) Please state your bonding capacity per project.
$7,0009000,00
(b) Please state your total bonding capacity.
$30,000,000.00
(c) Please provide name, address and contact person of your bonding company.
Nielson, Rosenhaus & Associates 4000 South 57th Ave,
Suite 201, Lake Worth, FL 33463 Brett Rosenhaus (561) 432-5550
.r
IN
41 Last Revised 12/2007 00456 - 2 Wabasso Beach Pk. Restoration
•' FAPublic Works\Cliff Suthard\Wabasso Beach Park\A Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1-8-
2008\00456 - Qualifications Questionnaire.doc
4
17. What percentage of the total project will be performed by the firm's personnel?
25 %
18. Attach a separate page to this questionnaire that lists the firm's construction equipment
that will be used on this project. Also, list the construction equipment that the firm will rent
for this project.
Please see attached Equipment List, and please note no equipment will be rented for this project.
[The remainder of this page was left blank intentionally]
,moo,
ii.
isr
Last Revised 12/2007 00456 - 3 Wabasso Beach Pk, Restoration
FAPublic Worcs\Cliff Suthard\Wabasso Beach Park\A Construction Bid Documents\Bld Documents as of 1-9-2008\Div 0 AS OF 1-8-
ir 2006\00456 - Qual'ficatlons Questlonnalre.doc
r.